HomeMy WebLinkAboutFalcon General Engineering Inc; 2000-06-16; 36561City Clerk )
City of Carlsbad 1
1200 Carlsbad Village Dr. 1
Carlsbad, CA 92008
Space abaarthis line for Recorder's Use
NOTICE OF COMPLETION
Notice is herebv aiven that:
1.
2. 3.
4.
5.
6.
7.
~~
The undersigned is owner of the interest nr estate stated below in the property hereinafter
described.
The full name of the undersigned is City of Carlsbad, a municipal corporation. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, California
92008.
The nature of the title of the undersigned is: In fee.
A work of improvement on the property hereinafter described was completed on October 18,
2001.
The name of the contractor for such work of improvement is Falcon General Engineering,
Inc.
The property on which said work of improvement was completed is in the City of Carlsbad,
County of San Diego. State of California, and is described as the Foxes Landing Sewer Lift
Station Upgrade, Project No. 36561.
"
Public W s DirectorICity Engineer 7
VERIFICATION OF CITY CLERK
I, the undersigned, say
California, 92008; the City Council of said City on November 13 , 2001, accepted the above
I am the City Clerk of the City of Carlsbad. 1200 Carlsbad Village Drive, Carlsbad,
described work as completed and ordered that a Notice ofCompletion be filed.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on November 14 , 2001, at Carlsbad, California.
City Ckk
,,“* ~ _( ,,ve-+.. . I.* -“‘,, “,“.lW 4.p f. _, ?>V._ ,(z..uq.F* ‘.,B,,’
CITY OF CARLSBAD
San Diego County
California
CONTRACT DOCUMENTS AND
SUPPLEMENTAL PROVISIONS
F
FOR
FOXES’LANDING SEWER
LIFT STATION UPGRADE
CMWD PROJECT NO. 98-407, CONTRACT
NO. 36561
March 7,200O
vi *,7,nn PL”\l,h nn* II-e-r Llh nn In7 r.h.ITrBAt-T Llh -3ccc4 l-s,,- 4 -c OE t-l,...,-
. ) . I
City of Carlsbad
April 10, 2000
RE: FOXES LANDING SEWER LIFT STATION UPGRADE, CMWD PROJECT NO.
98407, CONTRACT NO. 36561
Please include the attached addendum in the Notice to Bidder/Request for Bids you
have for the above project.
This addendum--receipt acknowledged-must be attached to your Proposal Form/Bid
when your bid is submitted.
RUTH FLETCHER
Purchasing Officer
RF:jl k
Attachment
I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1
1635 Faraday Avenue l Carlsbad, CA 92008-73 I-? - (760) 602-2460 - FAX (760) 602-8556
TABLE OF CONTENTS
Paae
Notice Inviting Bids ..,.................................................................................................................... 5
Contractots Proposal. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 9
Bid Security Form . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. 15
Bidder’s Bond To Accompany Proposal *...................................................................................... 16
Guide For Completing the&Designation Of Subcontractor and Amount Of Subcontractor’s
Bid Items” and “Designation of Owner Operator/Lessor and Amount Of Owner Operator/Lessor
Work” Forms * . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 18
Designation Of Subcontractor and Amount Of Subcontractor’s Bid Items . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 20
Designation Of Owner Operator/Lessor and Amount Of Owner Operator/Lessor Work............ 22
Bidder’s Statement Of Financial Responsibility . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 24
Bidder’s Statement Of Technical Ability And Experience . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 25
Bidder’s Certificate Of Insurance For General Liability, Employers’ Liability, Automotive
Liability And Workers’ Compensation . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 26
Bidder’s Statement Of Re Debarment . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 27
Bidder’s Disclosure Of Discipline Record . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 28
Non-Collusion Affidavit To Be Executed By Bidder And Submitted With Bid . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 30
Certification by Single Instrument Instrumentation, Controls, and Monitoring (ICM) Supplier.... 31
Contract Public Works . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 32
Labor And Materials Bond . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 38
Faithful Performance/Warranty Bond . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 41
Optional Escrow Agreement For Surety Deposits In Lieu Of Retention . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 43
‘3 6/7/99 CMWD PROJECT NO. 98-407, CONTRACT NO. 36561 Page 2 of 86 Pages
SUPPLEMENTAL PROVISIONS
Supplemental Provisions to Standard Specifications for Public Works Construction
Part 1, General Provisions . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 46 . .
Special Construction Provisions . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ,. . . . . . . . . . . . . . ..68
APPENDIX A
Resource Agency and Jurisdictional Agency Permits
APPENDIX B
TECHNICAL SPECIFICATIONS:
Contractor Submittals
General Mechanical and Equipment
Process Valves
Miscellaneous Piping and Appurtenances
Doors, Frames, and Hardware
Equipment and Access Hatch
Crane System
Heating and Ventilation Equipment
Comminutor
Submersible Wastewater Pumping Equipment
Sump Pumps
Odor Control
Distribution Switchboards and Motor Control Centers
Automatic Transfer Switch
Variable Frequency Drive
Multi-Point Gas Detection System
General Instrumentation and Control Components
Security and Smoke Detection
Start-Up
APPENDIX C
BASIC SPECIFICATIONS:
Basic Coating and Painting Specification for Water and Wastewater Facilities
Basic Concrete Specifications
Basic Concrete Formwork Specifications
Basic Concrete Reinforcement Specifications
Basic Concrete Masonry Specifications
Basic Earthwork Specifications
Basic Electrical Specifications
Basic Structural Steel and Miscellaneous Metal Work Specifications
Basic Paving Specifications
Basic Sewer Specifications
@s k 617199 CMWD PROJECT NO. 98-407, CONTRACT NO. 36561 Page 3 of 86 Pages
APPENDIX D
STANDARD DRAWINGS:
Pipe Bedding and Trench Backfill for Sewers ..................................................................... S5
Sewer Main Cleanout .......................................................................................................... S6
Valve Box Assembly ........................................................................................................ w13 .
Gate Valve Installation PVC, DIP, ACP, & Steel Pipe W16 ......................................................
2 Inch and Under Backflow Installation ............................................................................ W20
Shrubbery Sprinkler Head Fixed Spray Type ...................................................................... 1-l . .
Hose Bibb (Garden Valve). ................................................................................................ .1&
Remote Control Valve ....................................................................................................... l-14 . .
Trench Detail PVC and/or Copper Pipe (3” and Smaller). ................................................. J-25
Tree and Shrub Planting .................................................................................................... L:.l
Chain Link Gate.. .............................................................................................................. MT5
Chain Link Fence.. ............................................................................................................ M56
Demountable Post .......................................................................................................... M-1 6
Chain Link Fence Details.. .............................................................................................. M-20
INFORMATION FOR CONTRACTOR
A. TO OBTAIN A COPY OF CURRENT PLAN HOLDERS LIST
r PHONE (760) 602-2460
B. QUESTIONS PERTAINING TO PLANS AND CONTRACT DOCUMENTS
RANDY KLAAHSEN, SENIOR ENGINEER
PHONE (760) 602-2765
BILL PLUMMER, DEPUTY CITY ENGINEER
PHONE (760) 602-2768
‘3 617199 CMWD PROJECT NO. 98-407, CONTRACT NO. 36561 Page 4 of 86 Pages
r CITY OF CARLSBAD, CALIFORNIA
NOTICE INVITING BIDS
Sealed bids will be received at the Office of the Purchasing Officer, on the second floor of the
Faraday Center located at 1635 Faraday Avenue, Carlsbad, California 92008-7314, until 4:00 P.M.
on the 20th , 2000 , at which time they will be opened and read, for performing the day of April
work as follows: furnishing all labor, material, and equipment for the construction of the Foxes
Landing Sewer Lift Station Upgrade.
CMWD PROJECT NO. 98407, CONTRACT NO. 38581
FOXES LANDING SEWER LIFT STATION UPGRADE
This bid and the terms of the Contract Documents and Supplemental Provisions constitute an
irrevocable offer that shall remain valid and in full force for a period of 90 days and such additional
time as may be mutually agreed upon by the City of Carlsbad and the Bidder.
The work shall be performed in strict conformity with the plans and specifications as approved by the
City Council of the City of Carlsbad on file with the Utility Engineering Department. The
specifications for the work include the Standard Specifications for Public Works Construction, 1997
Edition, and the 1998 and 1999 supplements thereto, all hereinafter designated “SSPWC” as issued
by the Southern California Chapter of the American Public Works Association and as amended by
1 the supplemental provisions sections of this contract.- Reference is hereby made to the plans and
specifications for full particulars and description of the work.
The City of Carlsbad encourages the participation of minority and women-owned businesses.
The City of Carlsbad encourages all bidders, suppliers, manufacturers, fabricators and contractors to
utilize recycled and recyclable materials when available, appropriate and approved by the Engineer.
The City of Carlsbad may disqualify a contractor or subcontractor from participating in bidding when
a contractor or subcontractor has been debarred by the City of Carlsbad or another jurisdiction in the
State of California as an irresponsible bidder.
No bid will be received unless it is made on a proposal form furnished by the Purchasing
Department. Each bid must be accompanied by security in a form and amount required by law. The
bidder’s security of the second and third next lowest responsive bidders may be withheld until the
Contract has been fully executed. The security submitted by all other unsuccessful bidders shall be
returned to them, or deemed void, within ten (10) days after the Contract is awarded. Pursuant to the
provisions of law (Public Contract Code section 10263) appropriate securities may be substituted for
any obligation required by this notice or for any monies withheld by the City to ensure performance
under this Contract. section 10263 of the Public Contract Code requires monies or securities to be
deposited with the City or a state or federally chartered bank in California as the escrow agent. The
escrow agent shall maintain insurance to cover negligent acts and omissions of the agent in
connection with the handling of retentions under this section in an amount not less than $100,000
per contract.
*a % 6/7/99 CMWD PROJECT NO. 98-407, CONTRACT NO. 36561 Page 5 of 86 Pages
f--’ The documents which comprise the Bidder’s proposal and that must be completed and properly
executed including notarization where indicated are:
1. Contractor’s Proposal 9. Certificate of Insurance. The riders
2. Bidder’s Bond covering the City, its officials, employees
3. Non-Collusion Affidavit and volunteers may be omitted at the
4. Designation of Subcontractors time of bid submittal but shall be provided
and Amount of Subcontractor by the Bidder prior to award of this
Bid contract.
5. Designation of Owner Operator/Lessors
and Amount of Owner Operator/Lessor
Work
6. Bidder’s Statement of Financial
Responsibility
7. Bidder’s Statement of Technical Ability
and Experience
8. Acknowledgement of Addendum(a)
lO.Bidder’ s Statement Re Debarment
11 .Bidder’s Disclosure Of Discipline Record
12.Escrow Agreement for Security Deposits
(optional, must be completed if the
Bidder wishes to use the Escrow
Agreement for Security)
13.Certification by Single Instrumentation,
Controls, and Monitoring (ICM) Supplier
I All bids will be compared on the basis of the Engineer’s Estimate. The estimated quantities are ’
approximate and serve solely as a basis for the comparison of bids. The Engineer’s Estimate is
$1 ,ooo,ooo.oo
Except as provided herein a bid submitted to the City by a Contractor who is not licensed as a
contractor pursuant to the Business and Professions Code shall be considered nonresponsive and
shall be rejected by the City. In all contracts where federal funds are involved, no bid submitted shall
be invalidated by the failure of the bidder to be licensed in accordance with California law. Where
federal funds are involved the contractor shall be properly licensed at the time the contract is
awarded. In all other cases the contractor shall state their license number, expiration date and
classification in the proposal, under penalty of perjury. This invitation to bid does not involve federal
funds. The following classifications are acceptable for this contract: Class A in accordance with the
provisions of state law.
If the Contractor intends to utilize the escrow agreement included in the contract documents in lieu of
the usual 10% retention from each payment, these documents must be completed and submitted
with the signed contract. Theescrow agreement may not be substituted at a later date.
Sets of plans, supplemental provisions, and Contract documents may be obtained at the Purchasing
Department, City Hall, 1200 Carlsbad Village Drive, Carlsbad, California, for a non-refundable fee of
$75.00 per set. If plans and specifications are to be mailed, the cost for postage should be added.
,-
Any prospective bidder who is in doubt as to the intended meaning of any part of the drawings,
specifications or other contract documents, or finds discrepancies in or omissions from the drawings
and specifications may submit to the Engineer a written request for clarification or correction. Any
response will be made only by a written addendum duly issued by the Engineer a copy of which will
be mailed or delivered to each person receiving a set of the contract documents. No oral response
will be made to such inquiry. Prior to the award of the contract, no addition to, modification of
or interpretation of any provision in the contract documents will be given by any agent,
employee or contractor of the City of Carlsbad except as hereinbefore specified. No bidder
may rely on directions given by any agent, employee or contractor of the City of Carlsbad
except as hereinbefore specified.
# 617199 CMWD PROJECT NO. 98-407, CONTRACT NO. 36561 Page 6 of 86 Pages
The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregularity or F-- informality in such bids.
The general prevailing rate of wages for each craft or type of worker needed to execute the Contract
shall be those as determined by the Director of Industrial Relations pursuant to the sections 1770,
1773, and 1773.1 of the Labor Code. Pursuant to section 1773.2 of the Labor Code, a current copy
of applicable wage rates is on file in the Office of the City Engineer. The Contractor to whom the
Contract is awarded shall not pay less than the said specified prevailing rates of wages to all workers
employed by him or her in the execution of the Contract.
The Prime Contractor shall be responsible for insuring compliance with provisions of section 1777.5
of the Labor Code and section 4100 et seq. of the Public Contracts Code, “Subletting and
Subcontracting Fair Practices Act.” The City Engineer is the City’s “duly authorized officer” for the
purposes of section 4107 and 4107.5.
The provisions of Part 7, Chapter 1, of the Labor Code commencing with section 1720 shall apply to
the Contract for work.
A pre-bid meeting and tour of the project site will be held at Foxes Landing Sewer Lift Station at 9:00
a.m. on March 30,200O.
All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this
proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words
and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected /I extension shall be calculated and the bids will be computed as indicated above and compared on the
basis of the corrected totals.
All prices must be in ink or typewritten. Changes or corrections may be crossed out and typed or
written in with ink and must be initialed in ink by a person authorized to sign for the Contractor.
Bidders are advised to verify the issuance of all addenda and receipt thereof one day prior to
bidding. Submission of bids without acknowledgment of addenda may be cause of rejection of bid.
The Contractor shall provide bonds to secure faithful performance and warranty of the work in an
amount equal to one hundred percent (100%) of the Contract price on this project. The Contractor
shall provide bonds to secure payment of laborers and materials suppliers, in an amount equal to:
1) One hundred percent (100%) of the total amount payable by the terms of the contract when the
total amount payable does not exceed five million dollars ($5,000,000).
2) Fifty percent (50%) of the total amount payable by the terms of the contract when the total
amount payable is not less than five million dollars ($5000,000) and does not exceed ten million
dollars ($1 O,OOO,OOO).
3) Twenty-five percent (25%) of the total amount payable by the terms of the contract if the contract
exceeds ten million dollars ($1 O,OOO,OOO).
,T---
These bonds shall be kept in full force and effect during the course of this project, and shall extend in
full force and effect and be retained by the City until they are released as stated in the Supplemental
Provisions section of this contract. All bonds are to be placed with a surety insurance carrier
admitted and authorized to transact the business of insurance in California and whose assets exceed
their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to be
accompanied by the following documents:
1) An original, or a certified copy, of the unrevoked appointment, power of attorney, by laws, or
other instrument entitling or authorizing the person who executed the bond to do so.
6/7/99 CMWD PROJECT NO. 98-407, CONTRACT NO. 36561 Page 7 of 86 Pages
2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner.
If the bid is accepted, the City may require copies of the insurer’s most recent annual statement and
quarterly statement filed with the Department of Insurance pursuant to Article 10 (commencing with
section 900) of Chapter 1 of Part 2 of Division 1 of the Insurance Code, within 10 calendar days of
the insurer’s receipt of a request to submit the statements.
Insurance is to be placed with insurers that:
1) Have a rating in the most recent Best’s Key Rating Guide of at least A-:V
2) Are admitted and authorized to transact the business of insurance in the State of California by
the Insurance Commissioner.
Auto policies offered to meet the specification of this contract must:
1) Meet the conditions stated above for all insurance companies.
2) Cover anv vehicle used in the performance of the contract, used onsite or offsite, whether owned,
non-owned or hired, and whether scheduled or non-scheduled. The auto insurance certificate
must state the coverage is for “any auto” and cannot be limited in any manner.
Workers’ compensation insurance required under this contract must be offered by a company
meeting the above standards with the exception that the Best’s rating condition is waived. The City
does accept policies issued by the State Compensation Fund meeting the requirement for workers’
compensation insurance.
The Contractor shall be required to maintain insurance as specified in the Contract. Any additional
cost of said insurance shall be included in the bid price.
The award of the contract by the City Council is contingent upon the Contractor submitting the
required bonds and insurance, as described in the contract, within twenty days of bid opening. If the
Contractor fails to comply with these requirements, the City may award the contract to the second or
third lowest bidder and the bid security of the lowest bidder may be forfeited.
The prime contractor and all subcontractors are required to have and maintain a valid City of
Carlsbad Business License for the duration of the contract.
Approved by the City Council of the City of Carlsbad, California, by Resolution No.
, adopted on the 7th day of March ( 2000.
2000-77
Date /+ietbe t. R?mpnkmz, Gitjebk &- KyL%v~, w&k
‘3 617199 CMWD PROJECT NO. 98-407, CONTRACT NO. 36561 Page 8 of 86 Pages
CITY OF CARLSBAD
CMWD PROJECT NO. 98407, CONTRACT NO. 36561
FOXES LANDING SEWER LIFT STATION UPGRADE
CONTRACTOR’S PROPOSAL
I
City Council
City of Carlsbad
1200 Carlsbad Village Drive
Carlsbad, California 92008
The undersigned declares he/she has carefully examined the location of the work, read the Notice
Inviting Bids, examined the Plans, Specifications, Supplemental Provisions and addenda thereto,
and hereby proposes to furnish all labor, materials, equipment, transportation, and services required
to do all the work to complete CMWD PROJECT NO. 98-407, CONTRACT NO. 36561 in accordance
with the Plans, Specifications, Supplemental Provisions and addenda thereto and that he/she will
take in full payment therefor the following unit prices for each item complete, to wit:
SCHEDULE A:
FOXES LANDING SEWER LIFT STATION UPGRADE
Item
No.
A-l
A-2
Description
Approximate
Quantity Unit and Unit Price Total
Mobilization and
preparatory work at a lump
sum amount not to exceed
Fifty Thousand Dollars
(Lump Sum)
LS N/A s
Furnish trench protection
(shoring or sloping) in
accordance with CAL OSHA
Standards for all trenches
greater than 5’ in depth as
required by the
Supplemental Provisions
LS N/A
43 c17:nn m . . ..I m mm- #l-.-.-l- .,e nrr 1,-.-v I. _..--a a- ..a ^--IA
r‘
Item
No.
A-3
.
A-4
r
A-5
A-6
A-7
Description
Approximate
Quantity
and Unit
Unit
Price Total
Lift Station equipment
modifications, including
demolition of existing
facilities, temporary bypass
pumping, three dry pit
submersible non-dog
pumping units, pump lifting
equipment, wmminutors,
sump pump, emergency
stand by diesel engine
generator, piping, fittings,
valves, couplings, supports,
and appurtenances.
LS N/A sm5, sI’/r
Lift Station ventilation
system modifications,
including demolition of
existing facilities, supply
and exhaust fans.
Lii Station electrical work,
including demolition of
existing facilities, new
electrical service, automatic
transfer . switch, variable
frequency drives, motor
control center, controls,
instrumentation, electrical
connections, lighting,
conduit and conductors,
and appurtenances.*
Lift Station stlucture
modifications, including
concrete removal, concrete
placement, concrete repair,
equipment hatches, doors,
structural steel, grating, and
appurtenances.
LS N/A &T/q?
LS
LS
N/A
N/A slb35
Lii Station site
modifications, including
below grade piping, connections to existing
piping, flow meter vault,
manhole connection,
LS N/A %/67.Ol5
Item
No.
A-8
A-9
masonry wall, site fencing,
grading, paving,
landscaping, and
appurtenances.
Descriotion
Construct new control
building, including
ventilation system, lighting,
and appurtenances.
Approximate
Quantity
and Unit
LS
Unit
Price
N/A
Total
i$zqJQz
(Optional) Construct odor
scrubber, ducting, and
appurtenances.
LS N/A ‘@b;d&
*Asterisk indicates that the item is a specialty item as listed in the “Guide for Completing the
Designation of Subcontractors and Amount of Subcontractor’s Bid and Designation of Owner
Operator/Lessor and Amount of Owner Operator/Lessor Work
.-
Total amount of bid in words for Schedule ‘A-l through A-
8”: NlUzs tiwJol5%-r~\srU~r-T S&~ZJru
Total amount of bid in words for Schedule “A-
g”:O*rd W@O-Y, i-Q Mu SW -rH%wd ~1% HLIuQ~ED S1+rq~Ti..rr-~, I
Total amount of bid in words for Schedule ‘A-l through A- n. 9 .olsw @4%lAa&A s=w=wok~l&m 7lbuC~WQ -Ikhu!a tobQtvwttw~T~~
Total amount of bid in numbers for ScheduleMA- through A-8”: $ 93 1 .6 I
Total amount of bid in numbers for Schedule “A-9”: $ 1 I 443
Total amount of bid in numbers for Schedule”A-I through A-9”: $ 1 0 9 fl, 3 3 3 /
The basis of award will be the sum of Schedule “A-l through A-8”onJ.
1 Price(s) given above are firm for 90 days after date of bid opening.
OPENED, WfTNESSED AND RECORDED:
5--Z-
DATE SIGNATURE
ClMWn PRO.tFC17 NT) 9Lm7 rnhm?a.r~ km ?t?kt?i Dcsna 4, ,.J oc Do--r
- Addendum(a) No(s). 1. has/have been received and is/are included in this
proposal. I
The Undersigned has carefully checked all of the above figures and understands that the City will not
be responsible for any error or omission on the part of the Undersigned in preparing this bid. I
The Undersigned agrees that in case of default in executing the required Contract with necessary
bonds and insurance policies within twenty (20) days from the date of award of Contract by the City
Council of the City of Carlsbad, the City may administratively authorize award of the contract to the
second or third lowest bidder and the bid security of the lowest bidder may be forfeited.
The Undersigned bidder declares, under penalty of perjury, that the undersigned is licensed to do
business or act in the capacity,of a contractor within the State of California, validly licensed under
license number 5907 , classification A’ which expires on
and that this statement is true and correct and has the legal effect of
a Contractor who is not licensed as a contractor pursuant to the
Business and Professions Code shall be considered nonresponsive and shall be rejected by the City
5 7028.15(e). In all contracts where federal funds are involved, no bid submitted shall be invalidated
by the failure of the bidder to be licensed in accordance with California law. However, at the time
the contract is awarded, the contractor shall be properly licensed. Public Contract Code 5 20104.
/“‘ The Undersigned bidder hereby represents as follows:
1. That no Council member, officer agent, or employee of the City of Carlsbad is personally
interested, directly or indirectly, in this Contract, or the compensation to be paid hereunder; that no
representation, oral or in writing, of the City Council, its officers, agents, or employees has inducted
him/her to enter into this Contract, excepting only those contained in this form of Contract and the
papers made a part hereof by its terms; and
2. That this bid is made without connection with any person, firm, or corporation making a bid for the
same work, and is in all respects fair and without collusion or fraud.
Accompanying this proposal is a\0 Qwa
Cashier’s Check) for ten percent (10%) of the amount bid.
(Cash, Certified Check, Bond or ’
The Undersigned is aware of the provisions of section 3700 of the Labor Code which requires every
employer to be insured against liability for workers’ compensation or to undertake self-insurance in
accordance with the provisions of that code, and agrees to comply with such provisions before
commencing the performance of the work of this Contract and continue to comply until the contract is
complete.
The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Article 2, relative
to the general prevailing rate of wages for each craft or type of worker needed to execute the
Contract and agrees to comply with its provisions.
vz* fil7lQO rhav.o-3 PC)~ ICPT hfn 00 ~n7 P: RITDAP~ ,I* ~t?CC .l n--- ,m r nr.- ----
b ‘.* ’
C IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE
(1) Name under which business is conducted
(2) Signature (given and surname) of proprietor
(3) Place of Business
I (Street and Number)
1 City and State
1 (4) Zip Code Telephone No.
IF A PARTNERSHIP. SIGN HERE
(1) Name under which business is conducted
(2) Signature (given and surname and character of partner) (Note: Signature must be made by a
general partner)
I (3) Place of Business
(Street and Number)
1 City and State
1 (4) Zip Code Telephone No.
IF A CORPORATION. SIGN HERE
1 (1) Name under which business is conducted
fAUkN bH24L EN&W~lh/G,. /RI c
I (2) F ‘\ ‘, (Signatur-) -
I RR\\oadr (Title)
- I Impress Corporate Seal here
a 6/7/W . L CMWI-I PRT).IFCT NC] 198-407 CfiNTRACT NfI 26h~~l
.
Pzmo 4’2 r-.I QC Dev.nr
- (3) Incorporated under the laws of the State of C ALi c.
(4) Place of Business 5-n h\\,n s.. v\r,m , QA * 9to83
l (Street a6d Number)
City and State d \s-rA , CA. 92083
(5) Zip Code q208.1 Telephone No. wii 630- 9570
NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE
ATTACHED
List below names of president, vice president, secretary and assistant secretary, if a corporation; if a
partnership, list names of all general partners, and managing partners:
OALE E .tilmQ11,sr - QREsm~-
BID SECURITY FORM
(Check to Accompany Bid)
CMWD PROJECT NO. 98-407, CONTRACT NO. 36561
FOXES LANDING SEWER LIFT STATION UPGRADE
(NOTE: The following form shall be used if check accompanies bid.)
Accompanying this proposal is a *Certified *Cashiers check payable to the order of CITY OF
CARLSBAD, in the sum of
dollars($ ),
this amount being ten percent (10%) of the total amount of the bid. The proceeds of this check shall
become the property of the City provided this proposal shall be accepted by the City through action
of its legally constituted contracting authorities and the undersigned shall fail to execute a contract
and furnish the required Performance, Warranty and Payment Bonds and proof of insurance
coverage within the stipulated time; otherwise, the check shall be returned to the undersigned. The
proceeds of this check shall also become the property of the City if the undersigned shall withdraw
his or her bid within the period of fifteen (15) days after the date set for the opening thereof, unless
otherwise required by law, and notwithstanding the award of the contract to another bidder.
r-
BIDDER
*Delete the inapplicable word.
(Note: If the Bidder desires to use a bond instead of check, the Bid Bond form on the following pages
shall be executed--the sum of this bond shall be not less than ten percent (10%) of the total amount
of the bid.)
-* b 617199 CMWD PROJECT NO. 98-407, CONTRACT NO. 36561 Page 15 of 86 Pages
, ‘.
_I ‘
1 BIDDER’S BOND TO ACCOMPANY PROPOSAL
CMWD PROJECT NO. 98407, CONTRACT NO. 36563
FOXES LANDING SEWER LIFT STATION UPGRADE Y r/
KNOW ALL PERSONS BY THESE PRESENTS: tP
FALCON GENERAL * FIDELITY AND,DEPOSIT
That we, ENGINEERING, INC. as Principal. and CowANy OF MARYLAND
as Surety are held and firmly bound unto the C& of Carlsbad Californi
(must be at least ten percent (10%) of the bid ,rnount~~,Es~~~~-~~~~~~~~~~~~~f~’~i~
payment, well and tnrly made, we bind ourselves, our heirs, executors and administrators,
successors or assigns, jointly and severally, frnnly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the proposal of the above- bounden Principal for:
FOXES LANDING SEWER LIFT STATION UPGRADE, CMWD PROJECT NO. 98407, CONTRACT NO. 36561
in the City of Cansbad, is accepted by the Cii Council, and if the Principal shall duly enter into and
execute a Contract including required bonds and insurance policies within twenty (20) days from the
date of award of Contract by the City Council of the City of Carlsbad, being duly notified of said
award. then this obligation shall become null and void; otherwise, it shall be and remain in full force
and effect, and the amount specified herein shall be forfeited to the said City.
In the event Principal executed this bond as an individual, it is agreed that the death of Principal shall
not exonerate the Surety from its obligations under this bond.
Executed by PRINCIPAL this 19TH of APRIL x day
PRESIDENT
(Title and Organization of Signatory)
By:
(sign here)
~he&wHEe W 9 4 - - (print name here) ‘ M
*‘c- vu Pk&- 1 lkb/2os& see,
. (title and organkkion of signat:&
*
+ /-.
a
E!.g.,$ed by SURRY this 19TH
NW
day of
SURETY:
FIDELITY AND DEPOSIT COMPANY OF MYLAND
(name of Surety)
225 SOUTH LAKE AVENUE, SUITE 700 PASADENA, CA. 91181
(address of Surety)
(6261 792-2311
(telephone number of Surety)
@RN G. MALONEY, ATTORNEY-Iii--FACT
(printed name of Attorney-in-Fact)
(Attach corporate resolution showing current power of attorney.)
--I 6Rl99 ,cblWO PROJECT NO. 98-407, CONTRACT NO. 36561 pan@ 16 nf Rfi Pan@c
-
JFORNIA ALL-PURPOSE ACKNOWLEDGMENT No. 51
State of CALIFORNIA
County of
On 4/19/00 before me, KAREN JEAN HALL, NOTARY PUBLIC , DATE NAME, TITLE OF OFFICER - E.G., “JANE DOE, NOTARY PUBLIC
personally appeared DALE E. WINTERQUIST, JOHN G. MALONEY I NAME(S) OF SIGNER(B)
a personally known to me - OR - c] proved to me on the basis of satisfactory evidence
to be the person(s) whose name(s) is/are
subscribed to the within instrument and ac-
knowledged to me that he/she/they executed
the same in his/her/their authorized
capacity(ies), and that by his/her/their
signature(s) on the instrument the person(s),
or the entity upon behalf of which the
person(s) acted, executed the instrument.
WITNESS my hand and official seal.
- OPTIONAL SECTION -
CAPACITYCLAIMED BY SIGNER
Though staMe does not require the Notary to
fill in the data below, doing so may prove
invaluable to persons relying on the document.
0 INDIVIDUAL
n CORPORATE OFFICER(S) PRESIDENT
TITLE(S)
rJ PARTNER(S) 0 LIMITED
0 GENERAL q ATTORNEY-IN-FACT
0 TRUSTEE(S)
0 GUARDIAN/CONSERVATOR
cl OTHER:
SIGNER IS REPRESENTING:
NAME OF PERSON(S) OR ENTIN(IES)
OPTIONAL SECTION
rHlS CERTIFICATE MUST BE ATTACHED TO TITLE OR TYPE OF DOCUMENT
THE DOCUMENT DESCRIBED AT RIGHT: NUMBER OF PAGES DATE OF DOCUMENT
Though the data requested here is not required by law, it could prevent fraudulent reattachment of this form. SIGNER(S) OTHER THAN NAMED ABOVE
- CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of California
/ 5& d%c2 >
ss.
County of
personally appeared & r/576&&s/ Name(s) of Si’gner(s) ’
-+%4Lhd k!sLv-& Cl personally known to me
k.5-s &e&w&-
@ proved to me on the basis of E
evidence
to be the person@$ whose name
subscribed to the within instrul
acknowledged to me that he/she/the
the same in hislb&#+ei+ i
capacity&+ and that by hi
signature Pf on the instrument the PE
the entity upon behalf of which the
acted, executed the instrument.
Place Notary Seal Above
wzihT21.
Signature of Notary Public
OPTIONAL
Though the information below is not required by law, it may prove valuable to persons relying on the
and could prevent fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document:
Document Date: I,/ c?.AQoo
Signer(s) Other Than Named Above: wk
Capacity(ies) Claimed by Signer
Signer’s Name:
q Individual
,@ Corporate Officer - Title(s): .l&?+&& /
Cl Partner - 0 Limited 0 General
0 Attorney in Fact
0 Trustee
0 Guardian or Conservator
0 Other:
Number of Pages:
Signer Is Representing:
D 1997 National Notary Association - 9350 De Soto Ave., P.O. Box 2402 - Chatsworth. CA 91313-2402 Prod. No. 5907 Reorder: Call Toll-Free 1-800-676-6627
(Proper notarial acknowledgment of execution by PRINCIPAL and SURETY must be attached.)
(President or vice-president and secretary or assistant secretary must sign for corporations. If only
one officer signs, the corporation must attach a resolution certified by the secretary or assistant
secretary under corporate seal empowering that officer to bind the corporation.)
APPROVED AS TO FORM:
RONALD R. BALL
CMWD PROJECT NO. 98-407. CONTRACT NO. 36561 PAclF! 17 nf 86 Pm-ws
,-
Power of Attorney
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
HOME OFFICE: P.O. BOX 1227, BALTIMORE, MD 21203-1227
Know ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a
corporation of the State of Maryland, by F. L. BORLEIS, Vice-President, and T. C. JOHNSON, Assistant Secretary, in
pursuance of authority granted by Article Vl, Section 2, ompany, which are set forth on the
reverse side hereof and are hereby certified to be in ful date hereof, does hereby nominate,
constitute and appoint John G. Maloney, of Escondido, awful agent and Attorney-in-Fact, to
make, execute, seal and deliver, for, and on i t and deed: any and all bonds and
undertakings and the execution of such bonds ese presents, shall be as binding upon
said Company, as fully and amply, to all intents an executed and acknowledged by the
regularly elected officers of the Company at in their own proper persons. This power of
attorney revokes that issued on behalf of John
The said Assistant Secretary does
Article VI, Section 2, of the By-Laws
IN WITNESS WHEREOF, the
affixed the Corporate Seal of th
December, A.D. 1999.
t set forth on the reverse side hereof is a true copy of
istant Secretary have hereunto subscribed their names and
POSIT COMPANY OF MARYLAND, this 28th day of
ATTEST: OSIT COMPANY OF MARYLAND
By:
F. L. Borleis Vice-President
State of Maryland
t SS: County Of Harford
On this 28th day of December, A.D. 1999, before the subscriber, a Notary Public of the Sate of My/land, duly
commissioned and qualified, came F. L. BORLEIS, Vice-President and T. C. JOHNSON, Assistar,l S?cretarj of the
FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers
described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and
being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company
aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said
Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the
authority and direction of the said Corporation.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Off%zial Seal the day and year first above
written.
Patricia A. Trombetti / Notary Public
My Commission Expires: October 9,2002
L1428-012-5012
EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND
“Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice-President, or any of the Senior Vice-
Presidents or Vice-Presidents specially author&d so to do by the Board of Directors or by the Executive Committee, shall have power,
by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice-Presidents, Assistant
Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to authorixe any person or persons to execute
on behalf of the Company any bonds, undertakings, recognixances, stipulations, policies, contracts, agreements, deeds, and releases
and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,. . .-and to affix the seal of the Company
thereto.”
CERTIFICATE
I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby
certify that the original Power of Attorney of which the foregoing is a fi.111, true and correct copy, is in full force and effect
on the date of this certificate; and I do further certify that the Vice-President who executed the said Power of Attorney v&s
one of the additional Vice-Presidents specially authorized by the Board of Directors to appoint any Attorney-in-Fact as
provided in Article VI, Section 2, of the By-Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND.
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution
of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and
held on the 10th day of May, 1990.
RESOLVED: “That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically
reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company, whether made heretofore
or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and
binding upon the Company with the same force and effect as though manually affixed.”
5 ‘TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said
Comnany, this
--imL---. - day of APRIL , 2000 .
t.&e~
Assistant Secretary
GUIDE FOR COMPLETING
THE “DESIGNATION OF SUBCONTRACTOR AND
AMOUNT OF SUBCONTRACTOR’S BID ITEMS”
AND
“DESIGNATION OF OWNER OPERATOR/LESSOR AND
AMOUNT OF OWNER OPERATOR/LESSOR WORK” FORMS
REFERENCES-Prior to preparation of the following Subcontractor and Owner Operator/Lessor
disclosure forms Bidders are urged to review the definitions in section l-2 of the SSPWC and of the
Supplemental Provisions to this Contract especially, “Bid”, “Bidder”, “Contract”, “Contractor”,
“Contract Price”, “Contract Unit Price”, ” Engineer”, “Subcontractor” and “Work” and the definitions in
section 1-2 of the Supplemental Provisions especially “Own Organization” and “Owner
Operator/Lessor.” Bidders are further urged to review sections 2-3 SUBCONTRACTS of the
SSPWC and section 2-3.1 of these Supplemental Provisions.
CAUTIONS-These forms will be used by the Agency to determine the percentage of work that the
Bidder proposes to perform. Bidders are cautioned that failure to provide complete and correct 1
information may result in rejection of the bid as non-responsive. Any bid that proposes performance
of more than 50 percent of the work by subcontractors or owner operator/lessors or otherwise to be
performed by forces other than the Bidder’s own organization will be rejected as non-responsive.
Specialty items of work that may be so designated by the Engineer on the “Contractor’s Proposal”
are not included in computing the percentage of work proposed to be performed by the Bidder.
INSTRUCTIONS-The Bidder shall set forth the name and location of business of each and every
subcontractor or Owner Operator/Lessor who the Bidder proposes to perform work or labor or render
service in or about the work or improvement, and every subcontractor or Owner Operator/Lessor
licensed as a contractor by the State of California who the Bidder proposes to specially fabricate and
install any portion of the work or improvement according to detailed drawings contained in the plans
and specifications in excess of one-half of one percent (0.5%) of the Bidder’s total bid or ten
thousand dollars ($10,000) whichever is greater. Said name(s) and location(s) of business of
subcontractor(s) shall be set forth and included as an integral part of the bid offer.
Bidder shall use separate disclosure forms for each Subcontractor or Owner Operator/Lessor of
manpower and equipment that it proposes to use to complete the Work. Additional copies of the
forms must be attached if required to accommodate the Contractor’s decision to use more than one
Subcontractor or Owner Operator/Lessor. All items of information must be completely filled out.
These forms must be submitted as a part of the Bidder’s sealed bid. Failure to provide complete and
correct information may result in rejection of the bid as non-responsive.
Neither the amount, in dollars, of work performed by the Bidder’s own forces (as Contractor) nor the
Bidder’s overhead and profit for subcontracted items of the work is included to compute the
percentage of the work performed by Subcontractors or Owner Operators/Lessors.
When the Bidder proposes that any bid item will installed by a Subcontractor or Owner
Operator/Lessor the amount, in dollars, of the bid item installed by each Subcontractor or Owner
Operator/ Lessor must be entered under the columns “Amount of Subcontracted Bid Item Including
Subcontractor’s Overhead & Profit” or ” Amount of Owner Operator/Lessor Bid Item Including Owner
Operator/Lessor’s Overhead & Profit ” unless the dollar amount of all work performed by any
Subcontractor or Owner Operator/Lessor is less than one-half of one percent (0.5%) of the Bidder’s
total bid or ten thousand dollars ($10,000) whichever is greater. If a Subcontractor or Owner
Operator/Lessor installs or constructs any portion of a bid item the entire amount of the Contract Unit
‘3 617199 CMWD PROJECT NO. 98-407, CONTRACT NO. 36561 Page 18 of 86 Pages
.C-
Price, less the Bidder’s overhead and profit, shall be multiplied by the Quantity of the bid item that the
Subcontractor or Owner Operator/Lessor installs to compute the amount of work so installed.
Suppliers of materials from sources outside the limits of work are not subcontractors. The value of
materials and transport of materials from sources outside the limits of work, as shown on the plans,
shall be assigned to the Contractor, the Subcontractor, or the Owner Operator/Lessor, as the case
may be, that the Bidder proposes as installer of said materials. The value of material incorporated in
any Subcontractor or Owner Operator/Lessor installed bid item that is supplied by the Bidder shall be
included as a part of the work that the Bidder proposes to be performed by the Subcontractor or
Owner Operator/Lessor installing said item.
The item number from the “CONTRACTORS PROPOSAL” (Bid Sheets) shall be entered in the “Bid
Item No.” column.
When a Subcontractor or Owner Operator/Lessor has a Carlsbad business license the number must
be entered on the form. If the Subcontractor does not have a valid business license enter “NONE” in
the appropriate space.
I
Bidders shall make any additional copies of the disclosure forms as may be necessary to provide the
required information. The page number and total number of additional form pages shall be entered in
the location provided on each type of form so duplicated.
When the Bidder proposes using a subcontractor or owner operator/Lessor to construct or install less
than 100 percent of a bid item the Bidder shall attach an explanation sheet to the designation of
subcontractor or designation of Owner Operator/Lessor forms as applicable. The explanation sheet
shall be provided by the Contractor to clearly apprise the Agency of the specific facts that show the
1 Bidder proposes to perform no less than fifty percent (50%) of the work with its own forces.
Determination of the subcontract and Owner Operator/Lessor amounts for purposes of award of the
contract shall determined by the City Council in conformance with the provisions of the contract
documents and the Supplemental Provisions. The decision of the City Council shall be final.
43 6/7/99 CMWD PROJECT NO. 98-407, CONTRACT NO. 36561 Page 19 of 86 Pages
DESIGNATION OF SUBCONTRACTOR AND
AMOUNT OF SUBCONTRACTOR’S BID ITEMS
CMWD PROJECT NO. 98407, CONTRACT NO. 36561
FOXES LANDING SEWER LIFT STATION UPGRADE
The Bidder certifies that it has use6 the sub-bid of the following listed subcontractor in preparing this
bid for the Work and that the listed subccntracti;rwill be used to perform the portions of the Work as designated in the list in accordance with applicabie provisions of the specifications and section 4100
et seq. of the Public Contracts Code “Subletting and Subcontracting Fair Practices Act.” The Bidder
further certifies that no additional subcontractor will be allowed to perform any portion of the Work in
excess of than one-half of one percent (0.5%) of the Bidder’s total bid or ten thousand dollars ($10,000) whichever is greater and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency.
Full Company Name of Subcontractor: # =c”Lzq-T A
Subcontractor’s Location of Business: a2 d. bu4,rr+/uw~d
Street Address
tcSLiDEJD(O6 w a
State
S~oxT
Zip
Subcontractor’s Telephone Number including Area Code: g69 +8b -? 8 db-
Subcontractor’s California State Contractors License No. and Classification n I
P Subcontractor’s Carlsbad Business License No.:
SUBCONTRACTOR’S BID ITEMS
Column 1 - Bid Item No. from the bid proposal, pages 10 through 11, inclusive. Column 2 - The dollar amount of the item to be performed by the Subcontractor. Column 3 - The dollar amount of the item to be performed by Contractor’s own forces.
P Column 4 - The dollar amount of the Contractor’s overhead and profit for work done by both the Contractor’s and the Subcontractor’s forces on the item.
Total dollar amount of Columns 2, 3, and 4 must be equal to the dollar amount in the bid price of the item on bid PmpOSal pages 9 through 11, inclusive.
~~ 617199 .!&$VD-PROJECTZO. 98-407, CONTRACT NO. 33561 Paae 21) of 86 PxI~?.~
DESIGNATION OF SUBCONTRACTOR AND
7 AMOUNT OF SUBCONTRACTOR’S BID ITEMS
CMWD PROJECT NO. 98407, CONTRACT NO. 36561
FOXES LANDING SEWER LIFT STATION UPGRADE
The Bidder certifies that it has used the sub-bid of the following listed subcontractor in preparing this bid for the Work and that the listed-subcontractor :yill be used to perform the,portions of the Work as designated in the list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contracts Code “Subletting and Subcontracting Fair Practices Act.” The Bidder
further certifies that no additional subcontractor will be allowed to perform any portion of the Work in
excess of than one-half of one percent (0.5%) of the Bidder’s total bid or ten thousand dollars
($10,000) whichever is greater and that no changes in the subcontractors listed work will be made
except upon the prior approval of the Agency.
Full Company Name of Subcontractor:
Subcontractor’s Location of Business:
PA+oEMf
City
I
emox 39469
Street Address
/+z: @5zw
State Zip
Subcontractor’s Telephone Number including Area Code: ( 909 4 B / i 10 / 0
Subcontractor’s California State Contractors License No. and Classification rs I 7
Subcontractor’s Carlsbad Business License No.:
SUBCONTRACTOR’S BID ITEMS
Column 1 - Bid Item No. from the bid proposal, pages 10 through 11, inclusive.
Column 2 - The dollar amount of the item to be performed by the Subcontractor.
/c Column 3 - The dollar amount of the item to be performed by Contractor’s own forces.
Column 4 - The dollar amount of the Contractor’s overhead and profit for work done by both the Contractor’s and the Subcontractor’s forces on the item.
Total dollar amount of Columns 2, 3. and 4 must be equal to the dollar amount in the bid price of the item on bid proposal pages 9 through 11, inclusive.
‘r8 617199 CMWCI PROJECT NO. 98-407, CONTRACT NO. 36561 - Pam 20 nf RR Pxwx
DESIGNATION OF SUBCONTRACTOR AND
AMOUNT OF SUBCONTRACTOR’S BID ITEMS
CMWD PROJECT NO. 98-407, CONTRACT NO. 36561
FOXES LANDING SEWER LIFT STATION UPGRADE
The Sidder certifies that it has used the sub-bid of the following listed subcontractor in preparing this bid for the Work and that the listed subcontracti;rwill be used to perform the portions of the Work as designated in the list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contracts Code “Subletting and Subcontracting Fair Practices Act.” The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of than one-half of one percent (0.5%) of the Bidder’s total bid or ten thousand dollars ($10,000) whichever is greater and that no changes in the subcontractors listed work will be made
except upon the prior approval of the Agency.
Full Company Name of Subcontractor: JV VAVW~ \QC, I
Subcontractor’s Location of Business: I4 1% 8 @a &+‘~h 3 CI,
Street Address
cl+- 3>04q
State Zip
Subcontractor’s Telephone Number including Area Code: (7&@ - 2 3 ‘3 - 29 80
Subcontractor’s California State Contractors License No. and Classification AQszsslQ- 1 F
Subcontractors Catisbad Business License No.:
SUBCONTRACTOR’S BID ITEMS
-Overhead & Profit In
‘Bid Item
Column 1 - B’id Item No. from the bid proposal, pages 10 through 11, inclusive. Column 2 - The dollar amount of the item to be performed by the Subcontractor.
/c Column 3 - The dollar amount of the item to be performed by Contractor’s own forces. Column 4 - The dollar amount of the Contractor’s overhead and profit for work done by both the Contractor’s and the Subcontractor’s forces on the item.
Total dollar amount of Columns 2, 3. and 4 must be equal to the dollar amount in the bid price of the item on bid proposal pages 9 through 11, inclusive.
q b 617199 CMWCI PROJECT NO. 98-407, CONTRACT NO. 36561 - Paoe 20 nf 86 Pant?:
I
F- Page 2 of 2 pages of this Subcontractor Designation form.
*Pursuant to Section 4104(a)(2)(A) of the California Public Contract Code receipt of the portions of
the information preceeded by an asterisk required on this document may be submitted by the Bidder
up to 24 hours after the deadline for submitting bids contained in the’Notice Inviting Bids”.
‘3 6l7199 CMWD PROJECT NO. 98-407, CONTRACT NO. 36561 Page 21 of 86 Pages
DESIGNATION OF OWNER OPERATOR/LESSOR AND I AMOUNT OF OWNER OPERATOR/LESSOR WORK
CMWD PROJECT NO. 98407, CONTRACT NO. 36561
FOXES LANDING SEWER LIFT STATION UPGRADE
The Bidder certifies that it has used the sub-bid of the following listed Owner Operator/Lessor in preparing this bid for the Work and that the listed Owner Operator/Lessor will be used to perform the portions of the Work as designated in the list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contracts Code “Subletting and Subcontracting Fair Practices Act.” The Bidder further certifies that no additional Owner Operator/Lessor will be allowed to perform any portion of the Work in excess of than one-half of one percent (0.5%) of the Bidder’s total bid or ten thousand dollars ($10,000) whichever is greater and that no changes in the Owner Operator/Lessors listed work will be made except upon the prior approval of the Agency.
Full Owner Operator/Lessor Name: I
Owner Operator/Lessor Location of Business:
Street Address
State Zip
Owner Operator/Lessor Telephone Number including Area Code: ( )
Owner Operator/Lessor City of Carlsbad Business License No.:
OWNER OPERATOR/LESSOR WORK ITEMS
Including Owner
Item Performed by
Contractor Excluding
Overhead & Profit
Overhead & Profit In Bid
Explanation:
Column 1 - Bid Item No. from the bid proposal, pages 10 through 11, inclusive. Column 2 - The dollar amount of the item to be performed by the Owner Operator/Lessor.
Column 3 - The dollar amount of the item to be performed by Contractor’s own forces.
Column 4 - The dollar amount of the Contractor’s overhead and profit for work done by both the Contractor’s and the Owner Operator/Lessor’s forces on the item.
Total dollar amount of Columns 2, 3, and 4 must be equal to the dollar amount in the bid price of the item on bid proposal
pages 9 through 11, inclusive.
‘3 6/7/99 CMWD PROJECT NO. 98-407, CONTRACT NO. 36561 Page 22 of 86 Pages
Page 2 of 2 pages of this Owner Operator/Lessor form
*Pursuant to Section 4104(a)(2)(A) of the California Public Contract Code receipt of the portions of
the information preceeded by an asterisk required on this document may be submitted by the Bidder
up to 24 hours after the deadline for submitting bids contained in the”Notice Inviting Bids”.
‘3 6/7/99 CMWD PROJECT NO. 98-407, CONTRACT NO. 36561 Page 23 of 86 Pages
BIDDER’S STATEMENT OF FINANCIAL RESPONSIBILITY
(To Accompany Proposal)
CMWD PROJECT NO. 98-407, CONTRACT NO. 36561
FOXES LANDING SEWER LIFT STATION UPGRADE
Copies of the latest Annual Report, audited financial statements or Balance Sheets may be
submitted under separate cover marked CONFIDENTIAL.
‘3 6/7/99 . CMWD PROJECT NO. 98-407. CONTRACT NO. 36561 Prc:wa 34 ni QC Dcmae
FALCON GENERAL ENGINEERING, INC.
(AN S CORPORATION)
BALANCE SHEETS
DECEMBER 31,1999 AND 1998
CURRENT ASSETS
Cash
Costs in excess of billings
Receivables
Prepaid expenses
T(:)TAL CURRENT ASSETS
PRC)PERTY AND EQUIPMENT
Less accumulated depreciation
C)THER ASSETS
Cash surrendar value
Investment in partnership
T0TAL W-HER ASSETS
TCITAL ASSETS
ASSETS
LIABILITIES AND STOCKHOLDERS’ EQUITY
CURRENT LIABILITIJZS
Accounts payable
Line of credit
Accrued expenses
Current portion long-term debt
Billings in excess costs and estimated earnings
TC)TAL CURRENT LIABILITIES
L(1NGTFXM DEBT
STCKWK:)LDERS’ EQUITY
Common stock
Treasury stock
Retained earnings
TC)TAL STCXKHCILDERS’ EQlJITY
T(:)TAL LIABILITIES AND STOCELHC)LDERS’ EQI.JITY $ 1,032,274 f 819,7X0
% 33,548 $ (12,147)
289,551 194,847
257,795 545,454
18,624 3 1,824
599,518 759,978
638,030 271,633
(221,866) (212,182)
416,164 59.45 I
16,274
318 351
16,592 351
% 1,032,274 $ 8 19,780
$ 90,325 % 50,416
58,660
6,977 7,083
3,130
112,280
159,092 169,779
251,166
Sl,OOO 51,000
(36,200) (36.200)
607,216 6X,20 I
622,016 650,OO I
See accountant’s report and notes to financial statelnenls
-2-
p”- I
,-
BIDDER’S STATEMENT OF
TECHNICAL ABILITY AND EXPERIENCE
(To Accompany Proposal)
CMWD PROJECT NO. 98407, CONTRACT NO. 36561
FOXES LANDING SEWER LIFT STATION UPGRADE
The Bidder is required to state what work of a similar character to that included in the proposed
Contract he/she has successfully performed and give references, with telephone numbers, which will
enable the City to judge his/her responsibility, experience and skill. An attachment can be used.
Name and Address
b q 6/7/98 CMWD PROJECT NO. 98-407. CONTRACT NO 36561 Pnnn 35 nf RR Pak-lzc:
/- HISTORY OF COMPLETED PROJECTS
Page 3
FY92 FIRE FIGHTING SCHOOL OVERHAUL, 32ND ST. NAVAL STATION
Project 100% Jan 21, 1993; Cont. 92-C-1032: $92,053
ROICC South Bay, Lt. Weakland; (619) 556-8936
STRUCTURAL REPAIRS PIER 8, PHASE H, 32ND ST. NAVAL STATION
Project 1005 May 24, 1993; Cont. 92-C-0979: $777,636
ROICC South Bay, Lt. Weakland; (619) 556-8936
INSTALL RETAINING WALL BEHIND BUILDING 25Rl
Project 100% March 14, 1994; Cont. 94-Q-0449: $18,650
Facilities Maintenance Dept., Nate Cervantes; (619) 725-3923
50,000 GALLON WATER STORAGE FACILITY, NAVAL HOSPITAL, CAMP PEND.
Project 100% April 4, 1994; Cont. 93-C-1415: $127,219
ROICC Camp Pendleton, Harry Ekdahl Jr.: (619) 7258201
OIL SPILL CONTAINMENT UPGRADES, NAF EL CENTRO
Project 100% May 25, 1994: Cont. 93-C-1304: $700,476 /-- ROICC El Centro, Lt. Washington; (619) 339-2428
REPLACE COMPRESSED AIR PIPING, J-K PIER AND VICINITY, NAS NO. ISLAND
Project 100% July 22, 1994; Cont. 92-C-0606: $82,385
ROICC No. Island, Philip Giesse; (619) 545-2853
SITE WORK, STRUCTURAL, REPAIRS, RECOATING, AND REPAINTING CITY OF
HEMET WATER STORAGE TANKS 1,2,3,4
Project 100% August 25, 1994; P.0 # 930285: $1,399,510
Cozad & Thomsen, Kevin Cozad; (909) 652-4454
SMITHSON SPRINGS TANK REHABILITATIN, PINION HILLS, CALIF
Project 100% November 11, 1994; Project # 94-62: $250,000
Office of Special projects, Co. of San Bernardino, Mr. Gary Martin; (909) 387-5964
PIERCE STREET PUMP STATION UPGRADES, CITY OF RIVERSIDE
Project 100% Septermber 12, 1995; P.O. # 9513252: $1,274,685
City of Riverside, Mr. Dave Kush, (909) 35 l-6188
REPAIR SEWER PUMP STATION BUILDING 307, NAVAL AMPHIBIOUS BASE
CORONADO, CALIFORNIA
r‘ Project 100% complete May 30, 1996; 94-C-4704: $179,332
ROICC Naval Station, San Diego; Mr. Tony Billingham (619) 556-9907
r HISTORY OF COMPLETED PROJECTS
Page 4
FUEL SYSTEM UPGRADES and SITE IMPROVEMENTS For FY92 & FY93 At THE
NAVAL SUPPLY CENTER, POINT LOMA, SAN DJEGO
Project 100% February 20, 1997; 93-C-1447: $2645,014
ROICC Naval Station, San Diego; Mr. Gary Sponsel(619) 556-6284
UPGRADE POTABLE WATER SYSTEM PART A (P-213) And UPGRADE
WASTEWATER SYSTEM PART B (P-214) At NAVAL AIR FACILITY EL CENTRO,
CALIF.
Project 100% March 12, 1997; 92-C-4802: $3,040,906
ROICC El Centre, MR. Ed Cooney (760) 339-2469
OILYWASTE SYSTEM MODIFICATION, NAVAL AMPHIBIOUS BASE, CORONADO
CALIF.
Project completion expected Sept 01, 1998; 94-C-4545: $1,33 1,235
ROICC Naval Station San Diego, LTJG Rich Hayes (6 19) 545-2136
REPLACE OILY WASTE LINES/CONTAINMENT, NAVAL SUBMARINE BASE,
POINT LOMA, SAN DIEGO
Project 100% June 12, 1998; 96-C-3 199 $2,630,000
Point Loma Field Team, Ken Conboy (619) 553-0794
REPAIRED SPALLED CONCRETE GRAVING DOCK, 32ND ST. NAVAL STATION
Project 100% Sept. 19, 1997; 96-C-4596 $199,783
ROICC San Diego Naval Station, Saloman Labrador (619) 556-9898
REPAIR/REPLACE FILTER SYSTEM AT WATER TREATMENT PLANT, MARINE
CORPS AIR STATION, YUMA ARIZONA
Project 100% December 8, 1998; 96-C-4939 $713,874
ROICC MCAS Yuma, Arizona, Larry Miller (520) 341-2565
REHABILITATION OF CITY SEWER LIFT STATIONS, CITY OF MANHATTAN
BEACH, CALIF.
Project 100% April 1. 1999. $972,736.00
City of Manhattan Beach, Mr. Glen Kau (3 10) 545-5621 ext. 390
REDONDO BEACH CITY YARD FUEL STATION, JOB NO 7125
CITY OF REDONDO BEACH, CA.
Project 100% November 20, 1999 $249,774.00
City of RedondoBeach, Ca. Mr. Mike Shay (310) 318-0661 ext. 245
r
CONSTRUCTION OF DEL CERRO HIGHLANDS PUMP PLANT
CITY OF SAN DIEGO, CA.
Project 100% December 12, 1999 $963,163.19
WRrinn Kwitdwm Mr Rnh S,nochc 02581 5 14-7550
F WRP No. 10 TERTIARY FILTER SYSTEM IMPROVEMENTS
SPEC. No. 99-3 - COACHELLA VALLEY WATER DISTRICT
Project 100% December 13, 1999 &490,834
Coachella Valley Water District, Mr. Albert0 Delgado (760) 398-265 1
WRP No. 10 SEWER FORCE MAIN AND LIFT STATION 80-17, SPEC. 99-13
COACHELLA VALLEY WATER DISTRICT
Project completion excepted 7/3 l/00, $3,034,114.00
Coachella Valley Water Diastrict, Mr. Albert0 Delgado (760) 398-265 1
BIDDER’S CERTIFICATE OF INSURANCE FOR
GENERAL LIABILITY, EMPLOYERS’ LIABILITY, AUTOMOTIVE
LIABILITY AND WORKERS’ COMPENSATION
(To Accompany Proposal)
CMWD PROJECT NO. 98407, CONTRACT NO. 36561
FOXES LANDING SEWER LIFT STATION UPGRADE
As a required part of the Bidder’s proposal the Bidder must attach either of the following to this page.
1) Certificates of insurance showing conformance with the requirements herein for each of:
Comprehensive General Liability
Automobile Liability
Workers Compensation
Employer’s Liability
2) Statement with an insurance carrier’s notarized signature stating that the carrier can, and upon
payment of fees and/or premiums by the Bidder, will issue to the Bidder Policies of insurance for
Comprehensive General Liability, Automobile Liability, Workers Compensation and Employer’s
Liability in conformance with the requirements herein and Certificates of insurance to the Agency
showing conformance with the requirements herein.
All certificates of insurance and statements of willingness to issue insurance for auto policies offered
to meet the specification of this contract must:
1) Meet the conditions stated in The Notice Inviting Bids, the Standard Specifications for Public
Works Construction and the Supplemental Provisions for this project for each insurance company
that the Contractor proposes.
2) Cover anv vehicle used in the performance of the contract, used onsite or offsite, whether owned,
non-owned or hired, and whether scheduled or non-scheduled. The auto insurance certificate
must state the coverage is for “any auto” and cannot be limited in any manner.
E”s 6/7/99 CMWl3 PHfrJFCT NO 98-407.. rONTRACT NO ?F;FiFil Pcmca 3Q nf QC D--SW.
Client#: 849 FALCOGEN 1 ACORD,, CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDWYY) 06/15/00 I
PRODUCER El Camino Insurance gc# 0539016 ** 760-721-3232 56 Vista Way,Ste 300 u<eanside, CA 92056 f&y ?C@" Sk-3273
INSURED Falcon General Engineering, Inc.
572 Collyn Street Vista, Ca 92083
I
THIS CERTIFICATE IS ISSUED AS A MAlTER OF INFbRMAiON ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
INSURERS AFFORDING COVERAGE /PM// I
INSURERkROyal Surplus Lines Ins Co rrer* Yw,& I
INSURER& Safeco Insurance Company#xd -
INSURERC: Insurance CO of America
INSURERD: Republic Indemnity Company of CA$&
I 1 INSURER E: I -v. -. .-v-v
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE 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, EXCLUSIONSAND CONDITIONSOFSUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
T TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION DATE fMM/DD/YY) DATE (MMIDDIYY) UMITS
A GENERAL LIABILITY KZB512044
i
08/16/99 08/16/00 EACHOCCURRENCE s1,000,000
x COMMERClALGENERALLlABlLllY FIRE DAMAGE (Any one fire) $
CLAIMS MADE x OCCUR
50,000
MED EXP (Any one pencn) $
i.Xk-uPD Ded ;2~,~55/ PERSONAL 8 ADV INJURY i--- s1,000,000
GENERAL AGGREGATE -- s2,000,000
GEN’LAGGREGATELIMITAPPLIESPER: PRODUCTS - COMP/OP AGG $1 , 0 0 0 , 0 0 0
POLICY PRO- JECT LCC
B AUTOMOBILE UABILITY lBA8156605B / o8/16/gg o8/16/oo COMBINEDSINGLELIMIT
x ANY AUTO (Ea accident) ~1,000,000
ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS (Per person)
x HIRED AUTOS BODILY INJURY
- x NON-OWNED AUTOS (Per accident) s
PROPERlY DAMAGE (Per accident) $
GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $
I ANY AUTO OTHER THAN EAACC $
AUTO ONLY: AGG $
C EXCESS LIABILITY XUXG20090558
c1
: 08/16/99 08/16/00 :F'.HOCCURRENCE.._- 04 000 000 , ~__ _.. ,
OCCUR CLAIMS MADE ~ AGGREGATE .s4,000,000 $
DEDUCTIBLE $
s D WORKERS COMPENSATION AND 13885702 08/16/99 08/16/00 WC STATU- OTH- TORY LIMITS EMPLOYERS LIABILITY E.L. EACH ACCIDENT $1,000,000
EL. DISEASE -EA EMPLOYEE $1, 0 0 0 , 0 0 0
E.L. DISEASE -POLICY LIMIT $1 , 0 0 0 , 0 0 0
OTHER
,
I
DESCRlPTlON OF OPERATlONS/LOCATlONS.‘VEHICLES/EXCLUSlONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS Project: Foxes Landing Sewer Lift Station Upgrade Contract # 36561 Certificate Holder is named as Additional Insured as respects General Liability and Auto Liability per attached endorsements. Primary wording
(See Attached Descriptions)
CERTIFICATE HOLDER
ty of Carlsbad
CANCELLATIUN
SHOULD ANYOFTHEABOVE DESCRIBED POLICIESBECANCELLED BEFORETHE EXPlRATlCN
DATE THEREOF, THE ISSUING INSURER WILL- AIL 711 DAYSWRllTEN
curchasing Dept 1635 Faraday Avenue
Carlsbad, CA 92008-7314
ACORD 25-S (7197) 1 0 f 3 #S59069/M33649
NOTICETOTHE CERTIFICATE HOLDERNAMEDTOTHE LEFTa-
xFamasEx~M~m~~~-m~-
-i---r--
GHR 0 ACORD CORPORATION 1999
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement. A statement on this certificate does not confer rights to the certificate
holder in lieu of such endorsement(s).
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between
the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it
affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon.
I ACORD25-SWW2 of 3 #S59069/M33649
DESCRIPTIONS (Continued from Page 1)
included. L *3O day cancellation notice, except 10 days for non-payment of premium.
9MS 25.3 (07197) 3 of 3 #S59069/M33649
. ”
Policy Number: KZBS 12044 COMMERCIAL GENERAL LIABILITY
Named Insured: Falcon General Engineering, Inc.
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED--OWNERS, LESSEES OR
CONTRACTORS (FORM B)
THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
SCHEDULE
ANY PERSON OR ORGANIZATION TO WHOM OR TO WHICH YOU ARE OBLIGATED
BY VIRTUE OF A WRITTEN CONTRACT OR BY THE ISSUANCE OR EXISTENCE OF
A PERMIT, TO PROVIDE INSURANCE SUCH AS IS AFFORDED BY THIS POLICY.
- NAME OF PERSON OR ORGANIZATION: CITY OF CARLSBAD
PROJECT: FOXES LANDING SEWER LIFT
STATION UPGRADE
CONTRACT # 36561
(If no entry appears above, information required to complete this endorsement will be shown in the Declarations as
applicable to this endorsement)
WHO IS AN INSURED (SECTION II) is amended to include as an insured the person or organization shown in the
Schedule, but only with respects to liability arising out of “your work” for that insured by or for you.
IF YOU ARE REQUIRED BY A WRITTEN CONTRACT TO PROVIDE PRIMARY
INSURANCE, THIS POLICY SHALL BE PRIMARY AS RESPECTS YOUR NEGLIGENCE
AND CONDITION 4. OTHER INSURANCE DOES NOT APPLY, BUT ONLY WITH RESPECT
TO COVERAGE PROVIDED BY THIS POLICY
CG20 10 1185 COPYRIGHT, INSURANCE SERVICES OFFICE, INC., 1984
SAFECO
POLICY NUMBER: B/I 3156605B COMMERCIAL AUTO
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
INSURED CONTRACT ENDORSEMENT
This endorsement modifies insurance provided under the following:
BUSINESS AUTO COVERAGE FORM
With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement.
1. BLANKET WAIVER OF SUBROGATION
2.
Section IV - BUSINESS AUTO CONDITIONS AS is amended by the addition of the following:
We waive any right of recovery we may have against any person or organization because of payments
we make for “bodily injury” or “property damage”
arising out of the operation of a covered “auto” when
you have assumed liability for such “bodily injury’
or “property damage” under an “insured contract.”
BLANKET PRIMARY INSURANCE
This insurance is considered primary and we will not seek contribution from any other insurance available to you for any person or organitation for whom you are required under an “insured contract” to provide insurance, but only to the extent that this is provided under Section IV - BUSINESS AUTO CONDITIONS B.5. Other Insurance.
3. BLANKET ADDlTlONAL INSURED
Any person or organization for whom you are required under an “insured contract” to provide insurance is considered an “insured” for Liability Coverage, but only to the extent that person or
organization qualifies as an “insured” under the Who
Is An Insured provision contained in Section II of
the Coverage Form.
4. PRIOR NOTICE OF CANCELLATION
In the event of cancellation or reduction in the Limits
of Insurance of the Coverage Form, we will mail at least thirty (30) days prior written notice to any person or organization for whom you are required to provide such notice under an “insured contract,” provided you notify us of such contract requirement at least forty-five (45) days prior to the cancellation or reduction.
BK724110197 QRo~ktored trademark of SAFECO Co-.
ACoRD=-SO/97)2 of 2 #533653/M33649
.
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED, the poliiy(ies) must be endorsed. A statement
on this certificate does not confer rights to the certificate holder in Jiou of such endorsement(s).
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement. A statement on this certificate does not confer rights to the certificate
holder in lieu of such endorsement(s).
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between
the issuing insurer(s), authorized representative or producer, and rhe certificate holder, nor does it
affirmativefy of negatively amend, extend or alter the ooverage afforded by the policies listed thereon.
Sent by: El Camino Insurance 760 754 3061; 06/26/00 3:44PM;Ja#%O;Page 213 Plt(Lie(LVI" i "ILL,"" c: 13rkl; -5 tl csammo lnsureinc0; PaQs 2
5-22-00; 1:OsPM:ClKy Qf CarlsDad : 1 760 502 0556 t 2/
CITY OF CAIUSBAD SURPLUS LINE BROER AFFtDAVl-l-
Broker Name: EL tJA?fINO INSURANCE
Address: . 3156 VISTA WAY, STE 300
City/State/Zip: OCWSIDE, CA 92056
Dare: 6/23/00
’ Project Name: E'OXW UNDING SEWER LIFT STATION UPGRADE 136561
Type of Insurance: GENERALLIABILITY .,.\
:, . .
I cexti@ that EL CAKCNO lAStiCE FALCONGEHERU' ' is the Broker of Record for Lc- mGImNG* INC [“Conaactor”) who is required to provide &-ce under the specifications
of the above contract. I further cercZy &at as Broker ef Record for Chmactor, I have contacted
the insurance companies listed below, all of whom meet the Ciry’s requirements included in
Resolution No. W-40 3 and all of whom have refused to write the required policy due to the
type of risk involved.
lnsmnce Carrier:
Name of Contact:
Add ES:
Dare:
Reason for Refusal: DgMHD CLASS OF BUSINESS . p
Best’s Rating
Inslrance carrier:
Name of Contact:
Address:
Date: , 1
Reason for Refusal: m
Be&s Raring
CHUBB
JmN wEITJ3
101 W. ‘BROADUAk, 11340, SAN DIEGO. CA 92101
a/99
A 4-t 15 Listed by Stare InsuranTe 1 ’
Commissioner (YeJrjo)
TRAVELERS
JAN JAt?USZ
21688 GATEWAY CENTER DRIVE, PO BOX 6512
'7, ', YL/tn--LIBlL
S/99
DElUItD CLASS OF BUSINESS
_A++15 Lissed by State Insurance Y Commissioner (Yes/No)
Sent by: El Camino Insurance 760 754 3061; 06/26/00 3:44PM;J~#980;Page 3/3
Receiv.3a: 6/22/00 Z:lBPM; -> El Camlno Inaurnnce; PO00 3
er-zii-00: r~oevb4;Clry et cmr,sDad i ’ 7.30 502 BljSS s a/
hsurance Carrier: sAl?Ec~ INsullANcE
Name of Contact: PAULKARPUR
P.O. BOX 25150
Address: SANTA ANA, CX 92799
Dare: s/99
Reason for Refusal: DENIED CLASS OF BUSINESS
Best’s Rating A +, 15 Listed by State insurance ’ Commissioner (Yes/No) 4
Contractor is requesting that theCityacceptmyAL sURPLus L1NBs IltSuBABcR r companyw 0 is asurplus
line carrier having an A-:V or better raring in the most recent issue of Best’s Ratill GUkk and
who has an office within the State of California at the following address in’.order to effect service
of process.
Name of Surplus
Line Canier: ROYAL SURPLUS LIWZS INSUBANCE CO**
Address: 9800 ARRowPoINT BLVD, P-O- BOX 1000
Ciry/Stare/zip: cYluiBmTrE, NC 2’82014000
Addrew? effect Sekce of Process within the State of California.
Name: C T CoBpORATIOI'i SYSTFI(S
Address: 818 WEST !!!I’8 STBgET
City/State/Zip: LOS ANGELES, CA 90017
I certiQ under penalty of per+ that the foregoing face are true and correct.
Dated:
Signed:
6/23/00 ,
Broker of Record
WHUBU3R~ AHERICN E & S
2603 KAIN STREET, X800 IRVIN& CA 92614 CONTACT: SUE WlK.&&% 929-47 7-5400
S
1)
2)
I
BIDDER’S STATEMENT RE DEBARMENT
(To Accompany Proposal)
CMWD PROJECT NO. 98407, CONTRACT NO. 36561
FOXES LANDING SEWER LIFT STATION UPGRADE
Have you or any of your subcontractors ever been debarred as an irresponsible bidder by
another jurisdiction in the State of California?
yes no
If yes, what was/were the name(s) of the agency(ies) and what was/were the period(s) of
debarment(s)? Attach additional copies of this page to accommodate more than two
debarments.
party debarred party debarred
period of debarment period of debarment
BY CONTRACTOR:
FANoN kwn2AC fruWmm/r\lG, ld ‘
(name of Contractor) 8
By: < \
04LLI Ewlhm5uQUL~f . PR~lOW~
(print name/title) J
Page 1 of pages of this Re Debarment form 1
CMWD PROJECT NO. 98-437. CONT?!qCT NO. 36561 Pan;! 77 nf RR Panoc
BIDDER’S DISCLOSURE OF DISCIPLINE RECORD
(To Accompany Proposal)
CMWD PROJECT NO. 98407, CONTRACT NO. 36561
FOXES LANDING SEWER LIFT STATION UPGRADE
Contractors are required by law to be licensed and regulated by the Contractors’ State License
Board which has jurisdiction to investigate complaints against contractors if a complaint regarding a
patent act or omission is filed within four years of the date of the alleged violation. A complaint
regarding a latent act or omission pertaining to structural defects must be filed within 10 years of the
date of the alleged violation. Any questions concerning a contractor may be referred to the
Registrar, Contractors’ State License board,P.O. Box 26000, Sacramento, California 95826.
1) Have you ever had your contractors license suspended or revoked by the California Contractors’
State license Board two or more times within an eight year period?
JL yes no
2) Has the suspension or revocation of your contractors license ever been stayed?
Yes no
P 3) Have any subcontractors that you propose to perform any portion of the Work ever had their
contractors license suspended or revoked by the California Contractors’ State license Board two
or more times within an eight year period?
yes --e-
4) Has the suspension or revocation of the license of any subcontractor’s that you propose to
perform any portion of the Work ever been stayed?
Yes no
5) If the answer to either of 1. or 3. above is yes fully identify, in each and every case, the party
disciplined, the date of and violation that the disciplinary action pertain to, describe the nature of
the violation and the disciplinary action taken therefor.
(If needed attach additional sheets to provide full disclosure.)
Page 1 of 2 pages of this Disclosure of Discipline form .
6/7/W CMWD PROJECT NO. 98-407 CONTRACT Iii!? 36561 PnnP 38 nf RR Psnn&
BIDDER’S DISCLOSURE OF DISCIPLINE RECORD
(CONTINUED)
(To Accompany Proposal)
CMWD PROJECT NO. 98407, CONTRACT NO. 36561
FOXES LANDING SEWER LIFT STATION UPGRADE
6) If the answer to either of 2. or 4. above is yes fully identify, in each and every case, the party
who’s discipline was stayed, the date of the violation that the disciplinary action pertains to,
describe the nature of the violation and the condition (if any) upon which the disciplinary action
was stayed.
I’
(If needed attach additional sheets to provide full disclosure.)
BY CONTRACTOR:
FALcoM &m/mAL &G+f~i2W&, /NC-
(name of Contractor)
By:
- I &nto6---
(print name/title)
Page 2 of pages of this Disclosure of Discipline form 2
w7ma CMWI-I PRfl.lFCT Nt-l QR-dn7 rnNTRAf’Y N~-I ?t=.F;t?l Lo ..na 30 nf QC Dcw.es.
State of CALIFORNIA
County of SAN DIEGO
On 4/18/00 DATE before me, KAREN JEAN HALL, NOTARY PUBLIC I NAME, TlTLE OF OFFICER _ E.G., “JANE DOE, NOTARY PUBLIC
personally appeared DALE E. WINTERQUIST , NAME(S) OF SIGNER(S)
Q personally known to me - OR - 0 prov led to me on the basis of satisfactory evidence
to be the person(s) whose name(s) is/are
subscribed to the within instrument and ac-
knowledged to me that he/she/they executed
the same in his/her/their authorized
capacity(ies), and that by his/her/their
signature(s) on the instrument the person(s),
or the entity upon behalf of which the
person(s) acted, executed the instrument.
WITNESS mv hand and official seal.
-OPTIONAL SECTION-
CAPACITYCLAIMED BY SIGNER
fill in the data below, doing so may prove
invaluable to persons relying on the document. q INDIVIDUAL
q CORPORATE OFFICER(S) PRESIDENT
TITLE(S)
0 PARTNER(S) 0 LIMITED
l-l GENERAL
0 ATTORNEY-IN&T
q TRUSTEE(S)
q GUARDIAN/CONSERVATOR
cl OTHER:
SIGNER IS REPRESENTING:
NAME OF PERSON(S) OR ENTITY(IES)
OPTIONAL SECTION
THIS CERTIFICATE MUST BE A-ITACHED TO TITLE OR TYPE OF DOCUMENT
THE DOCUMENT DESCRIBED AT RIGHT: NUMBER OF PAGES DATE OF DOCUMENT
Though the data requested here is not required by law,
it could wevent fraudulent reattachment of this form. SIGNER(S) OTHER THAN NAMED ABOVE
ALIFORNIA ALLPURPOSE ACKNOWLEDQMENT No.51
:te of I
County of MMDu##) J
DATE before me, mm Q. l3ALwM, rmu1 WzsILlC ,
NAME, TITLE OF OFFICER - E G., “JANE DOE, NOTARY PUBLIC”
personally appeared pIwIt* WmTmla , NAME(S) OF SIGNER(S)
@ personally known to me - OR - 17 proved to me on the basis of satisfactory evidence
to be the person(s) whose name(s) is/are
subscribed to the within instrument and ac-
knowledged to me that he/she/they executed
the same in his/her/their authorized
capacity(ies), and that by his/her/their
signature(s) on the instrument the person(s),
or the entity upon behalf of which the
person(s) acted, executed the instrument.
WITNESS my hand and official seal.
-OPTIONAL SECTION-
CAPACITYCLAIMED BYSIGNER
Though statute does not require the Notary to
fill in the data below, doing so may prove
invaluable to persons relying on the document.
0 INDIVIDUAL
q CO~EOF&FlCER(S)
TITLE(S)
0 PARTNER(S) 0 LIMITED
0 GENERAL
0 ATTORNEY-IN-FACT q TRUSTEE(S)
0 GUARDIAN/CONSERVATOR
Cl OTHER:
SIGNER IS REPRESENTING:
NAME OF PERSON(S) OR ENTITY(IES)
193
QPTI~NAL s~c~iot+-4 - THIS CERTIFICATE MUST BE ATTACHED TO TITLE OR TYPE OF DOCUMENT
THE DOCUMENT DESCRIBED AT RIGHT: NUMBER OF PAGES DATE OF DOCUMENT
ough the data requested here is not required by law,
?ould prevent fraudulent reattachment of this form. SIGNER(S) OTHER THAN NAMED ABOVE
‘$..~~.,~>~~~~~~$-~
- NON-COLLUSION AFFIDAVIT TO BE EXECUTED
BY BIDDER AND SUBMITTED WITH BID
PUBLIC CONTRACT CODE SECTION 7106
CMWD PROJECT NO. 98407, CONTRACT NO. 36561
FOXES LANDING SEWER LIFT STATION UPGRADE
State of California
County of 1
pPwE Ez l tilNER~\I~sr
(Name of Bidder)
. being first duly sworn, deposes
and says that he or she is ?~~lQlwJ-
(Title)
(Name of Firm)
the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, any
undisclosed person, partnership, company, association, organization, or corporation; that the bid is
genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited
any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, 7 connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain
from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement,
communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to
fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure
any advantage against the public body awarding the contract of anyone interested in the proposed
contract; that all statements contained in the bid are true; and, further, that the bidder has not,
directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof,
or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation,
partnership, company association, organization, bid depository, or to any member or agent thereof to
effectuate a collusive or sham bid.
I declare under penalty of perjury that the foregoing is true and correct and that this affidavit was ’
executed on the day of I8 AOhlC 9 292a(ro
F
I Signature obidder
Subscribed and sworn to before me on the day of ,1g -
P (NOTARY SEAL) I...
Signature of Notary
c
‘3 6/7/99 CMWZ PROJECT Np. 98-407. CCbJTRACT NO. 36661 ~. Paae 30 of 86 Paas.
I Sent? by:CONSOL!DQTED DRTR Jan-23-99 07:03~‘h from ?i4951515:+ Pa9e, 2/ 2 -
CERTIFICATION BY SINGLE INSTRUMENT
INSTRUMENTATION, CONTROLS, AND MONITORING
(ICM) SUPPLIER
(To Accompany Proposal)
FOXES LANDING SEWER LIFT STATION UPGRADE
CMWD PROJECT NO. 98-407, CONTRACT NO. 36561
The undersigned Bidder must have the following form completed by the prop&d ICM Supplier, and
must submit the completed form with his Bid.
-[Corporate Name of ICM Supplier) hereby certifies
intent to assume and execute full responsibility to select, to furnish, to supervise installation and
connection, to test and calibrate, and to place into operation all meters, instruments, alarm
equipment, control panels, and all other assemblies, components, and accessories needed to place into service complete operating process control systems. all in full compliance with the requirements
of the Construction Plans and these Specifications.
In addition, it is certified that drawings and data will be prepared and submitted, specified field
services will be performed by qualified personnel, operating personnel will be instructed, and
technical manuals will be prepared and submitted, all as required by these Specifkations.
F Finally, it is certified that the quotation offered provides for full and complete compliance with the
requirements of the Contract Documents without exception.
ofSingle Instrument (GM) Supplier*
*Certification must be accomplished by letter of authorization for the Signer.
6/7/99 Cl0 PROJECT CONTRAC-f,?_Q.., NO 98-407 --4..~-x..-r*“..rr -,,.,., 36661 31 . .L..+.,,,“, Pane of 86 Panes
I Senz by:cONSOLIDRTED DQTR Jan-24-99 12:35am . _ .
from 71495151533
CONSOLIDATED DATA SERVICES, INC. 1550-F Anaheim Blvd.. Andxim, Ca. 92805
CERTIFICATION
AUTHORITY SIGNATURE Number of pages including cover sheet:
To: GENERAL CONTRACTOR
Phone: -
,Fax Phone:
CC:
.Fwm: RIJSSE~L 1,. CO’ITON
Phone:
Fax Phone:
--.-I .,..-...-. _
(714) 772-3300
(714) 772-3303
REMARKS: IJ Urgent q For yourreview q bply ASAP •-J Please comment
&JTHORlJTY Q,F CERTWKAT~ON SK37ATURE:
This fax is to provide certification that Russelt L. Cotton is the prinicpal of Consolidated
Data Services, Inc. and as President of the company, is authorked to provide binding
signature on its behalf.
’ g.LyL
Date
CONTRACT
PUBLIC WORKS
This agreement is made this day of 919 , by and
between the City of Carlsbad, California, a municipal corporation, (hereinafter called “City”),
and * FALCON GENERAL ENGINEERING. INC. whose principal place of business is
572 COLLYN STREET, VISTA, CA 92083 (hereinafter
called “Contractor”:), I
City and Contractor agree as follows:
1. Description of Work. Contractor shall perform all work specified in the Contract documents
for:
FOXES LANDING SEWER LIFT STATION UPGRADE, CMWD PROJECT NO. 98-407, CONTRACT
NO. 36561 DATED MARCH 7,200O.
(hereinafter called “project”)
2. Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools,
equipment, and personnel to perform the work specified by the Contract Documents.
3. Contract Documents, The Contract Documents consist of this Contract, Notice Inviting Bids,
Contractor’s Proposal, Bidder’s Bond, Designation of Subcontractors, Designation of Owner
Operator/Lessors, Bidder’s Statements of Financial Responsibility, Technical Ability and Experience,
Re Debarment, Non-collusion Affidavit, Escrow Agreement, Release Form, the Plans and
Specifications, the Supplemental Provisions, addendum(s) to said Plans and Specifications and
Supplemental Provisions, and all proper amendments and changes made thereto in accordance with
this Contract or the Plans and Specifications, and all bonds for the project; all of which are
incorporated herein by this reference.
Contractor, her/his subcontractors, and materials suppliers shall provide and install the work as
indicated, specified, and implied by the Contract Documents. Any items of work not indicated or
specified, but which are essential to the completion of the work, shall be provided at the Contractor’s
expense to fulfil1 the intent of said documents. In all instances through the life of the Contract, the
City will be the interpreter of the intent of the Contract Documents, and the City’s decision relative to
said intent will be final and binding. Failure of the Contractor to apprise subcontractors and materials
suppliers of this condition of the Contract will not relieve responsibility of compliance.
4. Payment. For all compensation for Contractor’s performance of work under this Contract, City
shall make payment to the Contractor per section 9-3 PAYMENT of the Standard Specifications for
Public Works Construction (SSPWC) 1997 Edition, and the 1998 and 1999 supplements thereto,
hereinafter designated “SSPWC”, as issued by the Southern California Chapter of the American
Public Works Association, and as amended by the Supplemental Provisions section of this contract.
The Engineer will close the estimate of work completed for progress payments on the last working
day of each month.
‘3 6/7/99 CMWD PROJECT NO. 98-407, CONTRACT NO. 36561 Page 32 of 86 Pages
5. Independent Investigation. Contractor has made an independent investigation of the
jobsite, the soil conditions at the jobsite, and all other conditions that might affect the progress of the
work, and is aware of those conditions. The Contract price includes payment for all work that may be
done by Contractor, whether anticipated or not, in order to overcome underground conditions. Any
information that may have been furnished to Contractor by City about underground conditions or
other job conditions is for Contractor’s convenience only, and City does not warrant that the
conditions are as thus indicated. Contractor is satisfied with all job conditions, including underground
conditions and has not relied on information furnished by City.
6. Hazardous Waste or Other Unusual Conditions. If the contract involves digging
trenches or other excavations that extend deeper than four feet below the surface Contractor shall
promptly, and before the following conditions are disturbed, notify City, in writing, of any:
A. Hazardous Waste. Material that Contractor believes may be material that is hazardous waste,
as defined in section 25117 of the Health and Safety Code, that is required to be removed to a Class
I, Class II, or Class Ill disposal site in accordance with provisions of existing law.
B. Differing Conditions. Subsurface or latent physical conditions at the site differing from those
indicated.
C. Unknown Physical Conditions. Unknown physical conditions at the site of any unusual
nature, different materially from those ordinarily encountered and generally recognized as inherent in
work of the character provided for in the contract.
City shall promptly investigate the conditions, and if it finds that the conditions do materially so differ,
or do involve hazardous waste, and cause a decrease or increase in contractor’s costs of, or the time
required for, performance of any part of the work shall issue a change order under the procedures
described in this contract.
In the event that a dispute arises between City and Contractor whether the conditions materially
differ, or involve hazardous waste, or cause a decrease or increase in the contractor’s cost of, or time
required for, performance of any part of the work, contractor shall not be excused from any
scheduled completion date provided for by the contract, but shall proceed with all work to be
performed under the contract. Contractor shall retain any and all rights provided either by contract or
by law which pertain to the resolution of disputes and protests between the contracting parties.
7. Immigration Reform and Control Act. Contractor certifies it is aware of the requirements
of the Immigration Reform and Control Act of 1986 (8 USC sections 1101-1525) and has complied
and will comply with these requirements, including, but not limited to, verifying the eligibility for
employment of all agents, employees, subcontractors, and consultants that are included in this
Contract.
8. Prevailing Wage. Pursuant to the California Labor Code, the director of the Department of
Industrial Relations has determined the general prevailing rate of per diem wages in accordance with
California Labor Code, section 1773 and a copy of a schedule of said general prevailing wage rates
is on file in the office of the City Engineer, and is incorporated by reference herein. Pursuant to
California Labor Code, section 1775, Contractor shall pay prevailing wages. Contractor shall post
copies of all applicable prevailing wages on the job site.
b 6/7/99 q CMWD PROJECT NO. 98-407, CONTRACT NO. 36561 Page 33 of 86 Pages
9. Indemnification. Contractor shall assume the defense of, pay all expenses of defense, and
P indemnify and hold harmless the City, and its officers and employees, from all claims, loss, damage,
injury and liability of every kind, nature and description, directly or indirectly arising from or in
connection with the performance of the Contract or work; or from any failure or alleged failure of
Contractor to comply with any applicable law, rules or regulations including those relating to safety
and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may
be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except
for loss or damage caused by the sole or active negligence or willful misconduct of the City. The
expenses of defense include all costs and expenses including attorneys‘ fees for litigation,
arbitration, or other dispute resolution method.
Contractor shall also defend and indemnify the City against any challenges to the award of the
contract to Contractor, and Contractor will pay all costs, including defense costs for the City. Defense
costs include the cost of separate counsel for City, if City requests separate counsel.
Contractor shall also defend and indemnify the City against any challenges to the award of the
contract to Contractor, arising in whole or in part from alleged inaccuracies or misrepresentation by
the Contractor, whether intentional or otherwise, and Contractor will pay all costs, including defense
costs for the City. Defense costs include the cost of separate counsel for City, if City requests
separate counsel.
f-
10. Insurance. Contractor shall procure and maintain for the duration of the contract insurance
against claims for injuries to persons or damage to property which may arise from or in connection
with the performance of the work hereunder by the Contractor, his or her agents, representatives,
employees or subcontractors. Said insurance shall meet the City’s policy for insurance as stated in
Resolution No. 91-403.
(A) Coverages And Limits Contractor shall maintain the types of wverages and minimum limits
indicted herein:
a. Comprehensive General Liability insurance: $l,OOO,OOO combined single limit per
occurrence for bodily injury and property damage. If the policy has an aggregate limit, a separate
aggregate in the amounts specified shall be established for the risks for which the City or its agents,
officers or employees are additional insured.
b. Business Automobile Liability insurance: $1 ,OOO,OOO combined single limit per accident for
bodily injury and property damage. In addition, the auto policy must wver any vehicle used in the
performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether
scheduled or non-scheduled. The auto insurance certificate must state the coverage is for “any
auto” and cannot be limited in any manner.
Workers’ Compensation and Employers’ Liability insurance: Workers’ compensation limits
& required by the Labor Code of the State of California and Employers’ Liability limits of $1 ,OOO,OOO
per incident. Workers’ compensation offered by the State Compensation Insurance Fund is
acceptable to the City.
(B) Additional Provisions: Contractor shall ensure that the policies of insurance required under
this agreement with the exception of Workers’ Compensation and Business Automobile Liability
Insurance contain, or are endorsed to contain, the following provisions.
r‘ a. The City, its officials, employees and volunteers are to be covered as additional insured as
respects: liability arising out of activities performed by or on behalf of the Contractor; products and
completed operations of the contractor; premises owned, leased, hired or borrowed by the
% -0 617199 CMWD PROJECT NO. 98-407, CONTRACT NO. 36561 Page 34 of 86 Pages
contractor. The coverage shall contain no special limitations on the scope of protection afforded to
.e-- the City, its officials, employees or volunteers. All additional insured endorsements must be
evidenced using separate documents attached to the certificate of insurance; one for each company
affording general liability, and employers’ liability coverage.
b. The Contractor’s insurance coverage shall be primary insurance as respects the City, its
offkials, employees and volunteers. Any insurance or self-jnsurance maintained by the City, its
officials, employees or volunteers shall be in excess of the contractor’s insurance and shall not
contribute with it.
C. Any failure to comply with reporting provisions of the policies shall not affect coverage provided
to the City, its officials, employees or volunteers.
d. Coverage shall state that the contractor’s insurance shall apply separately to each insured
against whom claim is made or suit is brought, except with respect to the limits of the insurer’s
liability.
(C) Notice Of Cancellation. Each insurance policy required by this agreement shall be endorsed
to state that coverage shall not be nonrenewed, suspended, voided, canceled, or reduced in
coverage or limits except after thirty (30) days’ prior written notice has been given to the City by
certified mail, return receipt requested.
(D) Deductibles And Self-insured Retention (S.I.R.) Levels. Any deductibles or self-insured
retention levels must be declared to and approved by the City. At the option of the City, either: the
insurer shall reduce or eliminate such deductibles or self-insured retention levels as respects the
City, its officials and employees; or the contractor shall procure a bond guaranteeing payment of
losses and related investigation, claim administration and defense expenses.
(E) Waiver Of Subrogation. All policies of insurance required under this agreement shall con?% -a
waiver of all rights of subrogation the insurer may have or may acquire against the City or any of its
officials or employees.
(F) Subcontractors. Contractor shall include all subcontractors as insured under its policies or
shall furnish separate certificates and endorsements for each subcontractor. Coverages for
subcontractors shall be subject to all of the requirements stated herein.
(G) Acceptability Of insurers. Insurance is to be placed with insurers that have a rating in Best’s
Key Rating Guide of at least A-:V. Insurers must also be authorized to transact the business of
insurance by the State of California Insurance Commissioner as admitted carriers as evidenced by a
listing in the official publication of the Department of Insurance of the State of California and/or under
the standards specified by the City Council in Resolution No. 91-403.
(H) Verification Of Coverage. Contractor shall furnish the City with certificates of insurance and
original endorsements affecting coverage required by this clause. The certificates and
endorsements for each insurance policy are to be signed by a person authorized by that insurer to
bind coverage on its behalf. The certificates and endorsements are to be in forms approved by the
City and are to be received and approved by the City before the Contract is executed by the City.
/? (I) Cost Of Insurance. The Cost of all insurance required under this agreement shall be included
in the Contractor’s bid.
11. Claims and Lawsuits. All claims by contractor for $375,000 or less shall be resolved in
‘3 617199 CMWD PROJECT NO. 98-407, CONTRACT NO. 36561 Page 35 of 86 Pages
,-
accordance with the provisions in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5
(commencing with section 20104) which are incorporated by reference. A copy of Article 1.5 is
included in the Supplemental Provisions I section. The contractor shall initially submit all claims over
$375,000 to the City using the informal dispute resolution process described in Public Contract Code
subsections 20104.2(a), (c), (d). Notwithstanding the provisions of this section of the contract, all
claims shall comply with the Government Tort Claim Act (section 900 et seq., of the California
Government Code) for any claim or cause of action for money or damages prior to filing any lawsuit
for breach of this agreement.
(A) Assertion of Claims. Contractor hereby agrees that any contract claim submitted to the City
must be asserted as part of the contract process as set forth in this agreement and not in anticipation
of litigation or in conjunction with litigation.
(B) False Claims. Contractor acknowledges that if a false claim is submitted to the City, it may be
considered fraud and the Contractor may be subject to criminal prosecution.
(C) Government Code. Contractor acknowledges that California Government Code sections
12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a
false claim to a public entity. These provisions include false claims made with deliberate ignorance of
the false information or in reckless disregard of the truth or falsity of the information.
(D) Penalty Recovery. If the City of Carlsbad seeks to recover penalties pursuant to the False
Claims Act, it is entitled to rewver its litigation costs, including attorney’s fees.
(E) Debarment for False Claims. Contractor hereby acknowledges that the filing of a false claim
may subject the Contractor to an administrative debarment proceeding wherein the Contractor may
be prevented from further bidding on public contracts for a period of up to five years.
(F) Carlsbad Municipal Code. The provisions of Carlsbad Municipal Code sections 3.32.025,
3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference.
(G) Debarment from Other Jurisdictions. Contractor hereby acknowledges that debarment by
another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor or
subcontractor from participating in future contract bidding.
(H) Jurisdiction. Contractor agrees and hereby stipulates that the proper venue and jurisdiction for
resolution of any disputes between the parties arising out of this agreement is San Diego County,
California. -
I have read and understand all provisions of Section 11 above.
12. Maintenance of Records. Contractor shall maintain and make available at no cost to the
City, upon request, records in accordance with sections 1776 and 1812 of Part 7, Chapter 1, Article
2, of the Labor Code. If the Contractor does not maintain the records at Contractor’s principal place
of business as specified above, Contractor shall so inform the City by certified letter accompanying
the return of this Contract. Contractor shall notify the City by certified mail of any change of address
of such records.
r 13. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing with section 1720
of the Labor Code are incorporated herein by reference.
14. Security. Securities in the form of cash, cashier’s check, or certified check may be substituted
‘r# 6/7/99 CMWD PROJECT NO. 98-407, CONTRACT NO. 36561 Page 36 of 86 Pages
.?-
for any monies withheld by the City to secure performance of this contract for any obligation
established by this contract. Any other security that is mutually agreed to by the Contractor and
the City may be substituted for monies withheld to ensure performance under this Contract.
15. Provisions Required by Law Deemed Inserted. Each and every provision of law and
clause required by law to be inserted in this Contract shall be deemed to be inserted herein and
included herein, and if, through mistake or otherwise, any such provision is not inserted, or is not
correctly inserted, then upon application of either party, the Contract shall forthwith be physically
amended to make such insertion or correction.
16. Additional Provisions. Any additional provisions of this agreement are set forth in the
“General Provisions” or “Supplemental Provisions” attached hereto and made a part hereof.
NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE
AlTACHED
(CORPORATE SEAL)
CONTRACTOR:
/ I
$i$Clerk
CtH2 (c? (print name and ti’tle)
President or vice-president and secretary or assistant secretary must sign for corporations. if only
one officer signs, the corporation must attach a resolution certified by the secretary or assistant
secretary under the corporate seal empowering that officer to bind the corporation.
APPROVED AS TO FORM:
(I ’ RONALD R. BALL , City Attornw
.
By: “f-- r --. JANE M
‘3 6l7/99 CMWD PROJECT NO. 98-407, CONTRACT NO. 36561 Page 37 of 86 Pages
te of CALIFORNIA
County of SAN DIEGO
One before me, KAREN JEAN HALL, NOTARY PUBLIC , NAME. TITLE OF OFFICER - E.G.. “JANE DOE, NOTARY PUBLIC”
personally appeared DALE E. WINTERQUIST, CHRISTOPHER W. POMA I NAME(S) OF SIGNER(S)
- OPTIONAL SECTION -
CAPACITY CLAIMED BY SIGNER
Though statute does not require the Notary to
fill in the data below, doing so may prove
invaluable to persons relying on the document.
0 INDIVIDUAL
4 CORPORATE OFFICER(S) PRESIDENT/VICE PRESIDEN?
TITLE(S)
0 PARTNER(S) [7 LIMITED
I-! GENERAL
0 ATTORNEY-IN&T
0 TRUSTEE(S)
0 GUARDIAN/CONSERVATOR
q OTHER:
q personally known to me - OR - 0 proved to me on the basis of satisfactory evidence
to be the person(s) whose name(s) is/are
subscribed to the within instrument and ac-
knowledged to me that he/she/they executed
the same in his/her/their authorized
capacity(ies), and that by his/her/their
signature(s) on the instrument the person(s),
or the entity upon behalf of which the
person(s) acted, executed the instrument.
SIGNER IS REPRESENTING:
NAME OF PERSON(S) OR ENTlTY(IES)
THIS CERTIFICATE MUST BE All-ACHED TO TITLE OR TYPE OF DOCUMENT THE DOCUMENT DESCRIBED AT RIGHT: /- NUMBER OF PAGES DATE OF DOCUMENT
gh the data requested here is not required by law,
II could prevent fraudulent reattachment of this form. SIGNER(S) OTHER THAN NAMED ABOVE
f--
BOND NO: 08035470 PREMIUM INCLUDED IN PERFORMANCE BOND
LABOR AND MATERIALS BOND
WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution
I No. 2000-l 69 , adopted JUNE 6, 2000 , has awarded to
FALCON GENERAL ENGINEERING, INC.
(hereinafter designated as the “Principal”), a Contract for:
FOXES LANDING SEWER LIFT STATION UPGRADE, CMWD PROJECT NO. 98-407, CONTRACT
NO. 36561.
in the City of Carlsbad, in strict conformity with the drawings and specifications, and other Contract
Documents now on file in the Office of the City Clerk of the City of Carlsbad and all of which are
incorporated herein by this reference.
WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof
require the furnishing of a bond, providing that if Principal or any of their subcontractors shall fail to
pay for any materials, provisions, provender or other supplies or teams used in, upon or about the
performance of the work agreed to be done, or for any work or labor done thereon of any kind, the
Surety on this bond will pay the same to the extent hereinafter set forth.
f- NOW, THEREFORE, WE, FALCON GENERAL ENGINEERING, INC. ,
FIDELITY AND DEPOSIT COMPANY as Principal, (hereinafter designated as the ‘Contractor”), and OF MARYLAND
as Surety, are held firmly bound unto the City of Carlsbad in the sum of ONE MILLION SEVENTY
EIGHT THOUSAND THREE HUNDRED THIRTY THREE AND NO/OO----------Dollars I
I ($ 1.078.333.00 ) said sum being an amount equal to:
One hundred percent (100%) of the total estimated amount payable under said contract by the City
of Carlsbad under the terms of the contract when the total amount payable does not exceed five
million dollars ($5000,000) or,
Fifty percent (50%) of the total estimated amount payable under said contract by the City of Carlsbad
under the terms of the contract when the total amount payable is not less than five million dollars
($5000,000) and does not exceed ten million dollars ($lO,OOO,OOO) or,
Twenty-five percent (25%) of the total estimated amount payable under said contract by the City of
Carlsbad under the terms of the contract if the contract exceeds ten million dollars ($1 O,OOO,OOO) and
for which payment well and truly to be made we bind ourselves, our heirs, executors and
administrators, successors, or assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH that if the person or his/her subcontractors fail to
pay for any materials, provisions, provender, supplies, or teams used in, upon, for, or about the
performance of the work contracted to be done, or for any other work or labor thereon of any kind, or
CMWD PROJECT NO. 98-407, CONTRACT NO. 36561 Page 38 of 86 Pages
for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for
any amounts required to be deducted, withheld, and paid over to the Employment Development
Department from the wages of employees of the contractor and subcontractors pursuant to section
13020 of the Unemployment Insurance Code with respect to such work and labor that the Surety will
pay for the same, not to exceed the sum specified in the bond, and, also, in case suit is brought upon
the bond, costs and reasonable expenses and fees, including reasonable attorney’s fees, to be fixed
by the court, as required by the provisions of section 3248 of the California Civil Code.
This bond shall inure to the benefit of any and all persons, companies and corporations entitled to file
claims under Title 15 of Part 4 of Division 3 of the Civil Code (commencing with section 3082).
Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of
the Contract, or to the work to be performed thereunder or the specifications accompanying the
same shall affect its obligations on this bond, and it does hereby waive notice of any change,
extension of time, alterations or addition to the terms of the contract or to the work or to the
specifications.
In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall
not exonerate the Surety from its obligations under this bond.
Executed by CONTRACTOR this 16~~
, *day of JUNE , ?s2000.
c-.. CONTRACTOR: . ’
1 FWON (zlaaz& f&Cl . (name of Contractor)
I -iza!cE EJlJr-~~ (print name heie:
I organization of signatory
L G .
b-- c CWtrnQ*A ld* chvw
I (print name here)
- WI SFC (&le and brganization of signatory)
Executed by SURETY this 16TH day
of JUNE ,a~.
SURETY:
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
(name of Surety)
225 S. LAKE AVENUE, SUITE 700
PASADENA, CA. 91101
(address of Surety)
(626)
(telephone number of Surety)
By: &4\
JOHN G. MALONEY, ATTORNEY-IN-FACT _--I_ (printed name of Attorney-in-Fact)
(attach corporate resolution showing current
power of attorney)
‘r# 6/7/99 CMWD PROJECT NO. 98-407, CONTRACT NO. 36561 Page 39 of 86 Pages
State of
County of
CALIFORNIA
SAN DIEGO
On 6/16/00
DATE before me, JuREN JEAN HALL. NAME, TITLE OF OFFICER - E.G.. “JANE DOE, NOTARY PUBLIC I
personally appeared DALE E. WINTERQUIST, JOHN G. MALONEY
NAME(S) OF SIGNER(S) f
[19 personally known to me - OR - q proved to me on the basis of satisfactory evidence
to be the person(s) whose name(s) is/are .- subscribed to the within instrument and ac-
knowledged to me that he/she/they executed
the same in his/her/their authorized
capacity(ies), and that by his/her/their KAREN JEMIU nr
s
COMM. rY4 3AAClRR7
NOTARY PUB SAN OIEGC MY COMMlssl~
signature(s) on the instrument the person(s),
or the entity upon behalf of which the
person(s) acted, executed the instrument.
WITNE/SS my hand and ovicial seal.
- OPTIONAL SECTION -
CAPACITY CLAIMED BY SIGNER
fill inthe data below, doing so may prove
invaluable to persons relying on the document.
0 INDIVIDUAL
q CORPORATE OFFICER(S) PRESIDENT
TITLE(S) q PARTNER(S) 0 LIMITED
l-i GENERAL
a ATTORNEY-IN&T
0 TRUSTEE(S)
0 GUARDIAN/CONSERVATOR
0 OTHER:
SIGNER IS REPRESENTING:
NAME OF PERSON(S) OR ENTITY(IES)
OPTli$NAL SECTION
THIS CERTIFICATE MUST BE Al-i-ACHED TO TITLE OR TYPE OF DOCUMENT THE DOCUMENT DESCRIBED AT RIGHT:
NUMBER OF PAGES DATE OF DOCUMENT
Though the data requested here is not required by law,
it could prevent fraudulent reattachment of this form. SIGNER(S) OTHER THAN NAMED ABOVE ___~~
Ae ofA2LIKUU
County of SAN DIEGO
On 6/16/00 before me, KAREN JEAN HALL, NOTARY PUBLIC I
DATE NAME, TITLE OF OFFICER - E.G., “JANE DOE, NOTARY PUBLIC
personally appeared CHRISTOPHER W. POMA
NAME(S) OF SIGNER(S) I
[19 personally known to me - OR - 0 proved to me on the basis of satisfactory evidence
to be the person(s) whose name(s) is/are
subscribed to the within instrument and ac-
knowledged to me that he/she/they executed
the same in his/her/their authorized
capacity(ies), and that by his/her/their
signature(s) on the instrument the person(s),
or the entity upon behalf of which the
person(s) acted, executed the instrument.
WITNESS my hand and official seal.
- OPTIONAL SECTION -
CAPACITY CLAIMED BY SIGNER
Though statute does not require the Notary to
fill in the data below, doing so may prove
invaluable to persons relying on the document.
Cl INDIVIDUAL
q CORPORATE OFFICER(S) VICE PRESIDENT
TITLE(S)
0 PARTNER(S) 0 LIMITED
0 GENERAL
0 ATTORNEY-IN-FACT
0 TRUSTEE(S)
0 GUARDIAN/CONSERVATOR
q OTHER:
SIGNER IS REPRESENTING:
NAME OF PERSON(S) OR ENTITY(IES)
THIS CERTIFICATE MUST BE ATTACHED TO TITLE OR TYPE OF DOCUMENT -p”E DOCUMENT DESCRIBED AT RIGHT: NUMBER OF PAGES DATE OF DOCUMENT
I .,~ugh the data requested here is not required by law,
it could prevent fraudulent reattachment of this form. SIGNER(S) OTHER THAN NAMED ABOVE
Power of Attorney
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
HOME OFFICE: P.O. BOX 1227, BALTIMORE, MD 21203-1227
Know ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a
corporation of the State of Maryland, by F. L. BORLEIS, Vice-President, and T. C. JOHNSON, Assistant Secretary, in
pursuance of authority granted by Article Vl, Section 2, ompany, which are set forth on the
reverse side hereof and are hereby certified to be in ful date hereof, does hereby nominate,
constitute and appoint John G. Maloney, of Escondido lawful agent and Attorney-in-Fact, to
make, execute, seal and deliver, for, and on its be t and deed: any and all bonds and
undertakings and the execution of such bonds or ese presents, shall be as binding upon
said Company, as fully and amply, to all intents d been duly executed and acknowledged by the
regularly elected officers of the Company at in their own proper persons. This power of
attorney revokes that issued on behalf of John
The said Assistant Secretary does her t set forth on the reverse side hereof is a true copy of
Article VI, Section 2, of the By-Laws of s
IN WITNESS WHEREOF, the s istant Secretary have hereunto subscribed their names and
affixed the Corporate Seal of the POSIT COMPANY OF MARYLAND, this 28th day of
December, A.D. 1999.
ATTEST: OSIT COMPANY OF MARYLAND
By: dd1-h
F. L. Borieis Vice-President
State of Maryland
County Of Hat-ford
On this 28th day of December, A.D. 1999, before the subscriber, a Notary Public of the State of Maryland, duly
commissioned and qualified, came F. L. BORLEIS, Vice-President and T. C. JOHNSON, Assistant Secretary of the
FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers
described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and
being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company
aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said
Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the
authority and direction of the said Corporation.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above
written.
Patricia A. Trombetti ‘ Notary Public
My Commission Expires: October 9,2602
Ll428-012-5012
EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND
“Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice-President, or any of tbe Senior Vice-
Presidents or Vice-Presidents specially author&d so to do by the Board of Directors or by the Executive Committee, shall have power,
by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice-Presidents, Assistant
Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to authorize any person or persons to execute
on behalf of the Company any bonds, undertakings, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,. . . . and to affix the seal of the Company
thereto.”
CERTIFICATE
I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby
certify that the original Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect
on the date of this certificate; and I do further certify that the Vice-President who executed the said Power of Attorney was
one of the additional Vice-Presidents specially authorized by the Board of Directors to appoint any Attorney-in-Fact as
provided in Article VI, Section 2, of the By-Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND.
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution
of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and
held on the 10th day of May, 1990.
RESOLVED: “That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically
reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company, whether made heretofore
or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and
binding upon the Company’with the same force and effect as though manually affixed.”
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said
Company, this
16TH day of JUNE 3 2000 .
57J?G&w
Assistant Secretary
P (Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be attached.)
(President or vice-president and secretary or assistant secretary must sign for corporations. If only
one officer signs, the corporation must attach a resolution certified by the secretary or assistant
secretary under corporate seal empowering that officer to bind the corporation.)
APPROVED AS TO FORM:
RONALD R. BALL
City Attorney \
By:
JANE l!lOBALDI, Assistant City Attorney
‘3 617199 CMWD PROJECT NO. 98-407, CONTRACT NO. 36561 Page 40 of 86 Pages
BOND NO: 08035470
PREMIUM Is FOR CONTRACT TERM PREMIUM: $8,312.00
AND IS SUBJECT TO ADJUSTMENT
EASED ON FINAL CONTRACT PRICE.
FAITHFUL PERFORMANCE/WARRANTY BOND
WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution
No. 2000-169 , adopted JUNE 6, 2000 , has awarded to
FALCON GENERAL ENGINEERING, INC. , (hereinafter
designated as the “Principal”), a Contract for: FOXES LANDING SEWER LIFT STATION
UPGRADE, CMWD PROJECT NO. 98-407, CONTRACT NO. 36561 in the City of Carlsbad, in strict
conformity with the contract, the drawings and specifications, and other Contract Documents now on
file in the Office of the City Clerk of the City of Carlsbad, all of which are incorporated herein by this
reference.
WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof
require the furnishing of a bond for the faithful performance and warranty of said Contract;
NOW, THEREFORE, WE, FALCON GENERAL ENGINEERING, INC. , as Principal,
(hereinafter designated as the “Contractor”), and FIDELITY AND DEPOSIT COMPANY OF MARYLAND
P as Surety, are held and firmly bound unto the City of Carlsbad, IN THE SUM Ok ONE MILLIO’N SEVENTY EIGHT THOUSAND AND THREE HUNDRED
’ THIRTY THREE AND NO/OO-------Dollars ($ 1, 078,33.00 ) said sum being equal to
one hundred percent (100%) of the estimated amount of the Contract, to be paid to City or its certain
attorney, its successors and assigns; for which payment, well and truly to be made, we bind
ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally,
firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contractor, their heirs,
executors, administrators, successors or assigns, shall in all things stand to and abide by, and well
and truly keep and perform the covenants, conditions, and agreements in the Contract and any
alteration thereof made as therein provided on their part, to be kept and performed at the time and in
the manner therein specified, and in all respects according to their true intent and meaning, and shall
indemnify and save harmless the City of Carlsbad, its officers, employees and agents, as therein
stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and
effect.
As a part of the obligation secured hereby and in addition to the face amount specified therefor, there
shall be included costs and reasonable expenses and fees, including reasonable attorney’s fees,
incurred by the City in successfully enforcing such obligation, all to be taxed as costs and included in
any judgment rendered.
/-
Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of
the Contract, or to the work to be performed thereunder or the specifications accompanying the
same shall affect its obligations on this bond, and it does hereby waive notice of any change,
extension of time, alterations or addition to the terms of the contract or to the work or to the
1 specifications.
‘3 617199 CMWD PROJECT NO. 98-407, CONTRACT NO. 36561 Page 41 of 86 Pages
In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall
not exonerate the Surety from its obligations under this bond. I
Executed by CONTRACTOR this 16~~
day of JUNE ,m2000.
CONTRACTOR:
DALE. E . w NlEQQdrSl-
(print nime here)
PQs\amC
(Title and Organization of Signatory)
.
.
I
.
,r-
Cw2~~~~ M). P&b4 (Attach corporate resolution showing current I
(print name here) power of attorney.)
(Title and Organization of signatory)
Executed by SURETY this 16TH day of
JUNE ,m 2000
SURETY:
FIDELITY AND DEPOSIT COMPANY OF MARYLAND ]
(name of Surety)
225 S. LAE AVENUE, SUITE 700
PASADENA, CA. 91101
(address of Surety)
(626) 792-2311 (telephone number of Surety)
JOHN G. MALONE . AT RN N AT (printed namzof At-tzne$i-&$ ’
(Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be attached.)
(President or vice-president and secretary or assistant secretary must sign for corporations. If only
one officer signs, the corporation must attach a resolution certified by the secretary or assistant
secretary under corporate seal empowering that officer to bind the corporation.)
APPROVED AS TO FORM:
RONALD R. BA
City Attorney
I\-
a
By: on, c d
JANE MC%ALDI, Assistant City Attorney @
CMWD PROJECT NO. 98-407, CONTRACT NO. 36561 Page 42 of 86 Pages
State of CALIFORNIA
County of SAN DIEGO >
On 6/16/00 before me, MREB JULJiAlL NOTARY* DATE NAME, TITLE OF OFFICER _ E.G., “JANE DOE, NOTARY PUBLIC
personally appeared DALE E. WINTERQUIST, JOHN G. MALONEY I NAME(S) OF SIGNER(S)
q personally known to me - OR - 0 proved to me on the basis of satisfactory evidence
to be the person(s) whose name(s) is/are
subscribed to the within instrument and ac-
knowledged to me that he/she/they executed
the same in his/her/their authorized
capacity(ies), and that by his/her/their
signature(s) on the instrument the person(s),
or the entity upon behalf of which the
person(s) acted, executed the instrument.
WITNESS my hand and official seal.
- OPTIONAL SECTION -
CAPACITY CLAIMED BY SIGNER
Though statute does not require the Notary to till in the data below, doing so may prove invaluable to persons reiytng on the document.
0 INDIVIDUAL
q CORPORATE OFFICER(S) - TITLE(S)
0 PARTNER(S) 0 LIMITED
0 GENERAL
4 ATTORNEY-IN-FACT
0 TRUSTEE(S)
0 GUARDIAN/CONSERVATOR
Cl OTHER:
SIGNER IS REPRESENTING:
NAME OF PERSON(S) OR ENTIl-Y(IES)
OPTIONAL SECTION
THIS CERTIFICATE MUST BE ATTACHED TO TITLE OR TYPE OF DOCUMENT
THE DOCUMENT DESCRIBED AT RIGHT: NUMBER OF PAGES DATE OF DOCUMENT
Though the data requested here is not required by law, a. . . d a_-& ---Y--L ___. _‘.L:_ ‘__ SIC,NFRfSI OTHFR THAN NAMED ABOVE
ALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of CALIFORNIA
My of SAN DIEGO
On- before me, 1,
NAME, TITLE OF OFFIC R - E.G., “JANE DOE, NOTARY PUBLIC
personally appeared CHRISTOPHER W. POMA
NAME(S) OF SIGNER(S) q personally known to me - OR - 0 proved to me on the basis of satisfactory evidence
to be the person(s) whose name(s) is/are
subscribed to the within instrument and ac-
knowledged to me that he/she/they executed
the same in his/her/their authorized
capacity(ies), and that by his/her/their
signature(s) on the instrument the person(s),
or the entity upon behalf of which the
person(s) acted, executed the instrument.
WITNE$S my hand and official seal.
- OPTIONAL SECTION -
CAPACITY CLAIMED BY SIGNER
Though statute does not require the Notary to fill in the data below, doing so may prove
invaluable to persons relying on the document.
0 INDIVIDUAL
q CORPORATE OFFICER(S)
TITLE(S)
0 PARTNER(S) 0 LIMITED
l-l GENERAL
[7 ATTORNEY-IN&T
0 TRUSTEE(S)
0 GUARDIAN/CONSERVATOR
0 OTHER:
SIGNER IS REPRESENTING:
NAME OF PERSON(S) OR ENTlTY(IES)
OPTIONAL SECTION
THIS CERTIFICATE MUST BE ATTACHED TO TITLE OR TYPE OF DOCUMENT THE DOCUMENT DESCRIBED AT RIGHT:
NUMBER OF PAGES DATE OF DOCUMENT
Though the data requested here is not required by law, $rxxrld prevent fraudulent reattachment of this form. SIGNER(S) OTHER THAN NAMED ABOVE 3
Power of Attorney
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
HOME OFFICE: P.O. BOX 1227, BALTIMORE, MD 21203-1227
Know ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a
corporation of the State of Maryland, by F. L. BORLEIS, Vice-President, and T. C. JOHNSON, Assistant Secretary, in
pursuance of authority granted by Article Vl, Section 2, ompany, which are set forth on the
reverse side hereof and are hereby certified to be in ful date hereof, does hereby nominate,
constitute and appoint John G. Maloney, of Escondido, awful agent and Attorney-in-Fact, to
make, execute, seal and deliver, for, and on its b and deed: any and all bonds and
undertakings and the execution of such bonds or u presents, shall be as binding upon
said Company, as fully and amply, to all intents and executed and acknowledged by the
regularly elected officers of the Company in their own proper persons. This power of
attorney revokes that issued on behalf of Jo
The said Assistant Secretary does
Article VI, Section 2, of the By-Laws
IN WITNESS WHEREOF, the s
affixed the Corporate Seal of the
December, A.D. 1999.
t set forth on the reverse side hereof is a true copy of
istant Secretary have hereunto subscribed their names and
POSIT COMPANY OF MARYLAND, this 28th day of
ATTEST: OSIT COMPANY OF MARYLAND
By: d&l&h
F. L. Borleis Vice-President
State of Maryland
County OfHarford
On this 28th day of December, A.D. 1999, before the subscriber, a Notary Public of the State of Marylaud, duly
commissioned and qualified, came F. L. BORLEIS, Vice-President and T. C. JOHNSON, Assistant Secretary of the
FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers
described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and
being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company
aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said
Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the
authority and direction of the said Corporation.
IN TESTIMONY WHEREOF, I have hereunto set my hand and afftxed my Official Seal the day and year first above
written.
Patricia A. Trombetti / Notary Public
My Commission Expires: October 9,2002
Ll428-012-5012
EXTRACT FROM BY-LAWS OF FIDELlTY AND DEPOSIT COMPANY OF MARYLAND “Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice-President, or any of the Senior Vice- Presidents or Vice-Presidents specially authorixed so to do by the Board of Directors or by the Executive Committee, shall have Power, by and with the concurrence of the Secre4ary or any one of the Assistant Secretaries, to appoint Resident Vice-Presidents, Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to anthorixe any person or persons to execute on behalf of the Company any bonds, undertakings, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,. . . and to aftix the seal of the Company thereto.”
CERTIFICATE
I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby
certify that the original Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect
on the date of this certificate; and I do further certify that the Vice-President who executed the said Power of Attorney was
one of the additional Vice-Presidents specially authorized by the Board of Directors to appoint any Attorney-in-Fact as
provided in Article VI, Section 2, of the By-Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND.
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution
of the Board of Directors of the FIDELITY AND DEPOSIT CQMPANY OF MARYLAND at a meeting duly called and
held on the 10th day of May, 1990.
RESOLVED: “That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically
reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company, whether made heretofore
or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and
binding upon the Company with the same force and effect as though manually affied.”
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said
Company, this
16TH day of JUNE .-_----- , 2000 .
t&e~
Assistant Secretary
/“- OPTIONAL
ESCROW AGREEMENT FOR
SECURITY
DEPOSITS IN LIEU OF RETENTION
This Escrow Agreement is made and entered into by and between the City of Carlsbad whose
1 address is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, hereinafter called “City” and
whose address is
hereinafter
called “Contractor” and whose
address is
called “Escrow Agent.”
hereinafter
For the consideration hereinafter set forth, the City, Contractor and Escrow Agent agree as follows:
1. Pursuant to sections 22300 and 10263 of the Public Contract Code of the State of California,
the contractor has the option to deposit securities with the Escrow Agent as a substitute for retention
earnings required to be withheld by the City pursuant to the Construction Contract entered into
between the City and Contractor for FOXES LANDING SEWER LIFT STATION UPGRADE, CMWD
1 PROJECT NO. 98-407, CONTRACT NO. 36561 in the amount of
dated March 7, 2000. (hereinafter referred to as the “Contract”). Alternatively, on written request of
the contractor, the City shall make payments of the retention earnings directly to the escrow agent.
When the Contractor deposits the securities as a substitute for Contract earnings, the Escrow Agent
shall notify the City within 10 days of the deposit. The Escrow Agent shall maintain insurance to
cover negligent acts and omissions of the escrow agent in connection with the handling of retentions
under these sections in an amount not less than $100,000 per contract. The market value of the
securities at the time of the substitution shall be a least equal to the cash amount then required to be
withheld as retention under the terms of the contract between the City and Contractor. Securities
shall be held in the name of the , and shall designate the
Contractor as the beneficial owner.
2. The City shall make progress payments to the Contractor for such funds which otherwise would
be withheld from progress payments pursuant to the Contract provisions, provided that the Escrow
Agent holds securities in the form and amount specified above.
r 3. When the City makes payment of retentions earned directly to the escrow agent, the escrow
agent shall hold them for the benefit of the contractor until such time as the escrow created under
rfs 617199 CMWD PROJECT NO. 98-407, CONTRACT NO. 36561 Page 43 of 86 Pages
this contract is terminated. The contractor may direct the investment of the payments into securities. P All terms and conditions of this agreement and the rights and responsibilities of the parties shall be
equally applicable and binding when the City pays the escrow agent directly.
4. The contractor shall be responsible for paying all fees for the expenses incurred by the Escrow
Agent in administering the Escrow Account and all expenses of the City. These expenses and
payment terms shall be determined by the City, Contractor and Escrow Agent.
5. The interest earned on the securities or the money market accounts held in escrow and all
interest earned on that interest shall be for the sole account of Contractor and shall be subject to withdrawal by Contractor at any time and from time to time without notice to the City. I
6. Contractor shall have the right to withdraw all or any part of the principal in the Escrow Account
only by written notice to Escrow Agent accompanied by written authorization from City to the Escrow
Agent that City consents to the withdrawal of the amount sought to be withdrawn by Contractor.
7. The City shall have a right to draw upon the securities in the event of default by the Contractor.
Upon seven days’ written notice to the Escrow Agent from the City of the default, the Escrow Agent
shall immediately convert the securities to cash and shall distribute the cash as instructed by the
City.
8. Upon receipt of written notification from the City certifying that the Contract is final and complete
and that the Contractor has complied with all requirements and procedures applicable to the
Contract, the Escrow Agent shall release to Contractor all securities and interest on deposit less
escrow fees and charges of the Escrow Account. The escrow shall be closed immediately upon
P disbursement of all moneys and securities on deposit and payments of fees and charges.
9. The Escrow Agent shall rely on the written notifications from the City and the contractor pursuant to sections (1) to (8), inclusive, of this agreement and the City and Contractor shall hold Escrow
Agent harmless from Escrow Agent’s release, conversion and disbursement of the securities and interest as set forth above.
10. The names of the persons who are authorized to give written notices or to receive written notice on behalf of the City and on behalf of Contractor in connection with the foregoing, and exemplars of
their respective signatures are as follows:
For Contractor:
Title
Name
Signature I
Address
Title
Name
Signature
Address
For Escrow Agent: Title
‘3 617199 CMWD PROJECT NO. 98-407, CONTRACT NO. 36561 Page 44 of 86 Pages
,r- Name
Signature
Address
At the time the Escrow Account is opened, the City and Contractor shall deliver to the Escrow Agent
a fully executed counterpart of this Agreement.
IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the
date first set forth above.
1 For City: Title
Name
Signature
Address
1 For Contractor: Title
I Name
rc4 I Signature
Address
I For Escrow Agent: Title
Name
Signature
Address
t”s 617199 CMWD PROJECT NO. 98-407, CONTRACT NO. 36561 Page 45 of 86 Pages
SUPPLEMENTAL PROVISIONS
FOR
FOXES LANDING SEWER LIFT STATION UPGRADE
CMWD PROJECT NO. 98407, CONTRACT NO. 36561
SUPPLEMENTAL PROVISIONS TO
STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION
PART 1, GENERAL PROVISIONS
SECTION 1 --TERMS, DEFINITIONS ABBREVIATIONS AND SYMBOLS
l-l TERMS
Add the following section:
1-1 .l Reference to Drawings. Where words “shown , ” “indicated”, “detailed”, “noted”, “scheduled”,
or words of similar import are used, it shall be understood that reference is made to the plans
accompanying these provisions, unless stated othennrise.
Add the following section:
l-l .2 Directions. Where words “directed”, “designated”, ” selected”, or words of similar import are
used, it shall be understood that the direction, designation or selection of the Engineer is intended,
unless stated otherwise. The word “required” and words of similar import shall be understood to
mean “as required to properly complete the work as required and as approved by the Engineer,”
unless stated otherwise.
Add the following section:
l-l.3 Equals and Approvals. Where the words “equal”, “approved equal”, “equivalent”, and such
words of similar import are used, it shall be understood such words are followed by the expression
“in the opinion of the Engineer”, unless otherwise stated. Where the words “approved”, “approval”,
“acceptance”, or words of similar import are used, it shall be understood that the approval,
acceptance, or similar import of the Engineer is intended.
Add the following section:
l-l .4 Perform. The word “perform” shall be understood to mean that the Contractor, at its
expense, shall perform all operations, labor, tools and equipment, and further, including the
furnishing and installing of materials that are indicated, specified or required to mean that the
Contractor, at its expense, shall furnish and install the work, complete in place and ready to use,
including furnishing of necessary labor, materials, tools, equipment, and transportation.
I-2 DEFINITIONS. Modify as follows: The following words, or groups of words, shall be exclusively
defined by the definitions assigned to them herein.
Agency or Owner - the City of Carlsbad, California.
b @% 6/7/99 CMWD PROJECT NO. 98-407. CONTRACT NO. 36561 Page 46 of 86 Pages
City Council - the City Council of the City of Carlsbad.
City Manager - the City Manager of the City of Cartsbad or his/her approved representative.
Dispute Board - persons designated by the City Manager to hear and advise the City Manager on
claims submitted by the Contractor. The City Manager is the last appeal level for informal dispute
resolution.
District - the Carlsbad Municipal Water District (a subsidiary district of the City of Carlsbad), 5950 El
Camino Real, Carlsbad, California 92008, its Manager, and any other person or persons designated
by the Owner to act on its behalf.
Engineer - the Deputy City Engineer, Public Works Department, of the Cii of Carlsbad or his/her
approved representative. The Engineer is the third level of appeal for informal dispute resolution.
Minor Bid Item - a single contract item constituting less than 10 percent (10%) of the original
Contract Price bid.
Own Organization - When used in Section 2-3.1 - Employees of the Contractor who are hired,
directed, supervised and paid by the Contractor to accomplish the completion of the Work. Further,
such employees have their employment taxes, State disability insurance payments, State and
Federal income taxes paid and administered, as applicable, by the Contractor. When used in
Section 2-3.1 “own organization” means construction equipment that the Contractor owns or leases
and uses to accomplish the Work. Equipment that is owner operated or leased equipment with an
operator is not part of the Contractor’s Own Organization and will not be included for the purpose of
compliance with section 2-3.1 of the Standard Specifications and these Supplemental Provisions.
Owner Operator/Lessor - Any person who provides equipment or tools with an operator provided
who is employed by neither the Contractor nor a subcontractor and is neither an agent or employee
of the Agency or a public utility.
Principal Inspector - The Senior Inspector’s immediate supervisor and second level of appeal for
informal dispute resolution.
Project lnspedtor - the Engineer’s designated representative for inspection, contract administration
and first level for informal dispute resolution.
Project Manager - the Deputy City Engineer, Public Works Department, of the City of Carlsbad or
his/her approved representative.
Senior Inspector - the Project Inspector’s immediate supervisor and first level of appeal for informal
dispute resolution.
l-3 ABBREVIATIONS
l-3.2 Common Usage, add the following:
Abbreviation Word or Words
Apts . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Apartment and Apartments
Bldg . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Building band Buildings
‘3 617199 CMWD PROJECT NO. 98-407, CONTRACT NO. 36561 Page 47 of 86 Pages
-.
CMWD .................................... Carlsbad Municipal Water District
CSSD ..................................... Carlsbad Supplemental Standard Drawings
CfS ........................................... Cubic Feet per Second
Comm ..................................... Commercial
DR .......................................... Dimension Ratio
E ............................................. Electric
G ............................................. Gas
gal ........................................... Gallon and Gallons
Gar ......................................... Garage and Garages
GNV ........................................ Ground Not Visible
gpm ........................................ gallons per minute
IE ............................................ Invert Elevation
LCWD ..................................... Leucadia County Water District
MSL ........................................ Mean Sea Level (see Regional Standard Drawing M-12)
MTBM ..................................... Microtunneling Boring Machine
NCTD ..................................... North County Transit District
OHE.. ...................................... Overhead Electric
OMWD .................................... Olivenhain Municipal Water District
ROW ....................................... Right-of-Way
S ............................................. Sewer or Slope, as applicable
SDNR ..................................... San Diego Northern Railway
SDRSD ................................... San Diego Regional Standard Drawing
SFM.. ...................................... Sewer Force Main
T ............................................. Telephone
UE .......................................... Underground Electric
W ............................................ Water, Wider or Width, as applicable
VWD ....................................... Vallecitos Water District
SECTION 2 -- SCOPE AND CONTROL OF THE WORK
2-3 SUBCONTRACTS.
2-3.1 General, add the following: Should the Contractor fail to adhere to the provisions requiring
the Contractor to complete 50 percent of the contract price with its own organization, the Agency
may at its sole discretion elect to cancel the contract or to deduct an amount equal to IO percent of
the value of the work performed in excess of 50 percent of the contract price by other than the
Contractor’s own organization. The City Council shall be the sole body for determination of a
violation of these provisions. In any proceedings under this section, the prime contractor shall be
entitled to a public hearing before the City Council and shall be notified ten (10) days in advance of
the time and location of said hearing. The determination of the City Council shall be final.
2-4 CONTRACT BONDS, modify the second sentence of paragraph one as follows: Delete, “who
is listed in the latest version of U.S. Department of Treasury Circular 570,“.
Modify paragraphs three and four to read: The Contractor shall provide a faithful
performance/warranty bond and payment bond (labor and materials bond) for this contract. The
faithful performance/warranty bond shall be in the amount of 100 percent of the contract price. The
Contractor shall provide bonds to secure payment of laborers and materials suppliers, in an amount
equal to:
CMWD PROJECT NO. 98-407, CONTRACT NO. 36561 Page 48 of 86 Pages
1) One hundred percent (100%) of the total amount payable by the terms of the contract when the
total amount payable does not exceed five million dollars ($5000,000).
2) Fifty percent (50%) of the total amount payable by the terms of the contract when the total
amount payable is not less than five million dollars ($5,000,000) and does not exceed ten million
dollars ($1 O,OOO,OOO).
3) Twenty-five percent (25%) of the total amount payable by the terms of the contract if the contract
exceeds ten million dollars ($1 O,OOO,OOO).
Both bonds shall extend in full force and effect and be retained by the Agency during this project until
they are released according to the provisions of this section.
The faithful performance/warranty bond will be reduced to 25 percent of the original amount 30 days
after rewrdation of the Notice of Completion and will remain in full force and effect for the one year
warranty period and until all warranty repairs are completed to the satisfaction of the Engineer. The
bonds to secure payment of laborers and materials suppliers shall be released six months plus 30
days after recordation of the Notice of Completion if all claims have been paid.
-.
Add the following: All bonds are to be placed with a surety insurance carrier admitted and
authorired to transact the business of insurance in California and whose assets exceed their
liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to contain the
following documents:
1) An original, or a certified copy, of the unrevoked appointment, power of attorney, by laws, or other
instrument entitling or authorizing the person who executed the bond to do so.
2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner.
If the bid is accepted, the Agency may require a financial statement of the assets and liabilities of the
insurer at the end of the quarter calendar year prior to 30 days next preceding the date of the
execution of the bond. The financial statement shall be made by an officer’s certificate as defined in
Section 173 of the Corporations Code. In the case of a foreign insurer, the financial statement may
be verified by the oath of the principal officer or manager residing within the United States.
2-5 PLANS AND SPECIFICATIONS.
2-5.1 General, add the following: The specifications for the work include the Standard
Specifications for Public Works Construction, (SSPWC), 1997 Edition, and the 1998 AND 1999
supplements thereto, hereinafter designated “SSPWC”, as written and promulgated by Joint
Cooperative Committee of the Southern California Chapter American Public Works Association and
Southern California Districts Associated General Contractors of California, and as amended by the
Supplemental Provisions section of this contract.
The construction plans consist of one set of drawings. This set is designated as Carlsbad Municipal
Water District Drawing No. 98-407, CONTRACT NO. 36561, City Drawing No. 133-98 and consists
of 19 sheets. The standard drawings used for this project are the latest edition of the San Diego
Area Regional Standard Drawings, hereinafter designated SDRS,’ as issued by the San Diego
County Department of Public Works, together with the most recent editions of the City of Carlsbad
Supplemental Standard Drawings, hereinafter designated as CSSD, as issued by the City of
Carlsbad, and the Carlsbad Municipal Water District Standard Plans hereinafter designated as
CMWDSD, as issued by the Carlsbad Municipal Water District. Copies of some of the pertinent .
standard drawings are enclosed as an appendix to these Supplemental Provisions.
24.2 Precedence of Contract Documents, modify as follows: If there is a conflict between
Contract Documents, the document highest in precedence shall control. The precedence shall be
‘3 6/7/99 CMWD PROJECT NO. 98-407, CONTRACT NO. 36561 Page 49 of 86 Pages
the most recent edition of the following documents listed in order of highest to lowest precedence:
1) Permits from other agencies as may be required by law.
2) Addenda issued during the bidding process.
3) Supplemental Provisions.
4) Technical Specifications.
5) Construction Plans.
6) Standard Plans.
a) City of Carlsbad Supplemental Standard Drawings.
b) Carlsbad Municipal Water District Standard Drawings.
c) City of Carlsbad modifications to the San Diego Area Regional Standard Drawings.
d) San Diego Area Regional Standard Drawings.
e) State of California Department of Transportation Standard Plans.
7) Basic Specifications.
8) Standard Specifications for Public Works Construction.
9) Reference Specifications.
10) Manufacturer’s Installation Recommendations.
- Change Orders, Supplemental Agreements and approved revisions to Plans and Specifications will
take precedence over items 2) through 10) above. Detailed plans and plan views shall have
precedence over general plans.
2-5.3.3 Submittals, add the following: Each submittal shall be consecutively numbered.
Resubmittals shall be labeled with the number of the original submittal followed by an ascending
alphabetical designation (e.g. The label ‘4-C’ would indicate the third instance that the fourth
submittal had been given to the Engineer). Each sheet of each submittal shall be consecutively
numbered. Each set of shop drawings and submittals shall be accompanied by a letter of transmittal
on the Contractor’s letterhead. The Letter of transmittal shall contain the following:
1) Project title and Agency contract number.
2) Number of complete sets.
3) Contractor’s certification statement.
4) Specification section number(s) pertaining to material submitted for review.
5) Submittal number (Submittal numbers shall be consecutive including subsequent submittals for
the same materials.)
6) Description of the contents of the submittal.
7) Identification of deviations from the contract documents.
When submitted for the Engineer’s review, Shop Drawings shall bear the Contractor’s certification
that the Contractor has reviewed, checked, and approved the Shop Drawings and that they are in
conformance with the requirements of the Contract Documents. The Contractor shall subscribe to
and shall place the following certification on all submittals:
“I hereby certify that the (equipment, material) shown and marked in this submittal is that proposed to
be incorporated into this Project, is in compliance with the Contract Documents, can be installed in
the allocated spaces, and is submitted for approval.”
q ‘EC 617199 CMWD PROJECT NO. 98-407, CONTRACT NO. 36561 Page 50 of 86 Pages
By: Title:
Date:
Company Name:
Add the following:
2-5.4 Record Drawings, The Contractor shall provide and keep up-to-date a complete “as-built”
record set of blue-line prints, which shall be corrected in red daily and show every change from the
original drawings and specifications and the exact “as-built” locations, sizes and kinds of equipment,
underground piping, valves, and all other work not visible at surface grade. Prints for this purpose
may be obtained from the Agency at cost. This set of drawings shall be kept on the job and shall be
used only as a record set and shall be delivered to the Engineer within ten (10) days of completion
of the work. Payment for performing the work required by section 2-5.4 shall be included in the
various bid items and no additional payment will be made therefor.
2-9 SURVEYING.
-. 2-9.1 Permanent Survey Markers, Delete sections 2-9.1 and replace with the following: The
Contractor shall not wver or disturb permanent survey monuments or benchmarks without the
consent of the Engineer. Where the Engineer concurs, in writing, with the Contractor that protecting
an existing monument in place is impractical, the Contractor shall employ a licensed land surveyor or
a registered civil engineer authorized to practice land surveying within the State of California,
hereinafter Surveyor, to establish the location of the monument before it is disturbed. The Contractor
shall have the monument replaced by the Surveyor no later than thirty (30) days after construction at
the site of the replacement is completed. The Surveyor shall file comer record(s) as required by 55
8772 and 8773, et seq. of the California Business and Professions Code.
When a change is made in the finished elevation of the pavement of any roadway in which a
permanent survey monument is located, the Contractor shall adjust the monument frame and wver
to the new grade within 7 days of paving unless the Engineer shall approve othennrise. Monument
frames and covers shall be protected during street sealing or painting projects or be cleaned to the
satisfaction of the Engineer.
2-9.2 Survey Service, Delete sections 2-9.2 and replace with the following: The Contractor shall
hire and pay for the services of a Surveyor, hereinafter Surveyor to perform all work necessary for
establishing control, construction staking, records research and all other surveying work necessary
to construct the work, provide surveying services as required herein and provide surveying, drafting
and other professional services required to satisfy the requirements of the Land Surveyors Act.
Surveyor shall be resident on the site during all surveying operations and shall personally supervise
and certify the surveying work.
Add the following section:
2-9.2.1 Submittal of Surveying Data, All surveying data submittals shall conform to the
requirements of section 2-5.3.3, “Submittals”, herein. The Contractor shall submit grade sheets to
the Engineer before commencing work in the area affected by the grade sheets. The Contractor shall
submit field notes for all surveying required herein to the Engineer within ten days of performing the
survey. All surveying field notes, grade sheets and survey calculations shall be submitted in bound
form on 215mm by 280 mm (81/2n by 11”) paper. The field notes, calculations and supporting data
shall be clear and complete. Supporting data shall include all maps, affidavits, plats, field notes from
CMWD PROJECT NO. 98-407, CONTRACT NO. 36561 Page 51 of 86 Pages
earlier surveys and all other evidence used by the Surveyor to determine the location of the monuments set. The field notes and calculations will be labeled with name of the Surveyor, the party
chief, field crew members and preparer of the field notes or calculations. They shall be annotated
with the date of observation or calculation, be numbered with consecutive page numbers and shall
be readable without resort to any electronic aid, computer program or documentation for any
computer program. The field notes shall be prepared in conformance with the CALTRANS ‘Surveys
Manual”. The Contractor shall have a Record of Survey prepared by the Surveyor and file it in
conformance with QQ 8700 - 8805 of the State of California Business and Professions Code when the
Surveyor performs any surveying that such map is required under $3 8762 of the State of California
Business and Professions Code and whenever the Surveyor shall establish, set or construct any
permanent survey monument. SDRS drawing M-10 type monuments, bolts, spikes, leaded tacks
and nails (when set in concrete), iron pipes, reinforcing steel and all monuments and marks that are
at, or accessory to, property wrners and street centerlines are permanent survey monuments. The
Record of Survey shall show all monuments set, control monuments used, the basis of bearjngs and
all other data needed to determine the procedure of survey and the degree of accuracy attained by
the field surveying including the unadjusted ratio of closure. The unadjusted ratio of closure shall not
exceed 1 part in 40,000. The record of survey shall show the location and justification of location of
all permanent monuments set and their relation to the street right-of-way. Record(s) of Survey(s)
shall be submitted for the Engineer’s review and approval before submittal to the County Surveyor
and before submittal to the County Recorder.
Add the following section:
2-9.2.2 Payment for Survey, Payment for work performed to satisfy the requirements of Sections
2-9.1 through 2-9.3.2 shall be included in the actual bid items requiring the survey work and no
additional payment will be made. Extension of unit prices for extra work shall include full
compensation for attendant survey work and no additional payment will be made therefor. Payment
for the replacement of disturbed monuments and the filing of records of survey and/or wmer
records, including filing fees therefor, shall be incidental to the work necessitating the disturbance of
said monuments and no additional payment will be made therefor.
2-10 AUTHORITY OF BOARD AND ENGINEER.
Add the following section:
240.1 Availability of Records, The Contractor shall, at no charge to the Agency, provide copies
of all records in the Contractor’s or subcontractor’s possession pertaining to the work that the
Engineer may request.
Add the following section:
240.2 Audit And Inspection, Contractor agrees to maintain and/or make available, to the
Engineer, within San Diego County, accurate books and accounting records relative to all its
activities and to contractually require all subcontractors to this Contract to do the same. The
Engineer shall have the right to monitor, assess, and evaluate Contractor’s and its subcontractors
performance pursuant to this Agreement, said monitoring, assessments, and evaluations to include,
but not be limited to, audits, inspection of premises, reports, contracts, subcontracts and interviews of
Contractor’s staff and the staff of all subcontractors to this contract. At any time during normal
business hours and as often as the Engineer may deem necessary, upon reasonable advance
notice, Contractor shall make available to the Engineer for examination, all of its, and all
subcontractors to this contract, records with respect to all matters covered by this Contract and will
permit the Engineer to audit, examine, copy and make excerpts or transcripts from such data and
records, and to make audits of all invoices, materials, payrolls, records of personnel, and other data
relating to all matters covered by this Contract. However, any such activities shall be carried out in a
b @s 6ffl99 CMWD PROJECT NO. 98-407, CONTRACT NO. 36561 Page 52 of 86 Pages
manner so as to not unreasonably interfere with Contractor’s ongoing business operations.
Contractor and all subcontractors to this contract shall maintain such data and records for as long as
may be required by applicable laws and regulations.
SECTION 3 - CHANGES IN WORK
3-2 CHANGES INITIATED BY THE AGENCY.
3-2.2.1 Contract Unit prices, add the following: In the case of an increase or decrease in
quantity of a minor bid item in excess of 25 percent of the original quantity bid the adjustment of
contract unit price for such items will be limited to that portion of the change in excess of 25 percent
of the original quantity listed in the Contractor’s bid proposal for this contract. Adjustments in excess
of 25 percent may, at the option of the Engineer, be paid pursuant to section 3-3, Extra Work.
3-3 EXTRA WORK.
3-3.2.2 ( c ) Tool and Equipment Rental, second paragraph, modify as follows: Regardless of
ownership, the rates and right-of-way delay factors to be used in determining rental and delay casts
shall be the edition of the, ‘Labor Surcharge and Equipment Rental Rates” published by CALTRANS,
current at the time of the actual use of the tool or equipment. The right-of-way delay factors therein
shall be used as multipliers of the rental rates for determining the value of costs for delay to the
Contractor and subcontractors, if any. The labor surcharge rates published therein are not a part of
this contract.
3-3.2.3 Markup, Delete sections 3-3.2.3 (a) and (b) and replace with the following:
(a) Work by Contractor. The following percentages shall be added to the Contractor’s costs
and shall constitute the markup for all overhead and profits:
1) Labor . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .20
2) Materials . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 15
3) Equipment Rental . . . . . . . . . . . . . . . . . . . 15
4) Other Items and Expenditures . . 15
To the sum of the costs and markups provided for in this section, 1 percent shall be added as
compensation for bonding.
(b) Work by Subcontractor. When all or any part of the extra work is performed by a
Subcontractor, the markup established in section 3-3.2.3(a) shall be applied to the Subcontractor’s
actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of
the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted
portion of the extra work may be added by the Contractor.
3-3.3 Dally Reports by Contractor, add the following after the second sentence: Payment for
extra work will not be made until such time that the Contractor submits completed daily reports and
all supporting documents to the Engineer.
3-4 CHANGED CONDITIONS.
Delete the second sentence of paragraph three, delete paragraph five (5) and add the following: The
Contractor shall not be entitled to the payment of any additional compensation for any act, or failure
to act, by the Engineer, including failure or refusal to issue a change order, or for the happening of
q % 617199 CMWD PROJECT NO. 98-407, CONTRACT NO. 36561 Page 53 of 86 Pages
any event. thino, occurrence, or other cause, unless the Contractor shall have first given the
Engineer due w&ten notice of potential claim as hereinafter specified. Compliance with this section
shall not be required as a prerequisite to notice provisions in Section 6-7.3 Contract Time
Accounting, nor to any claim that is based on differences in measurement or errors of computation
as to contract quantities. The written notice of potential claim for changed conditions shall be
submitted by the Contractor to the Engineer upon their discovery and prior to the time that the
Contractor performs the work giving rise to the potential claim. The Contractor’s failure to give
written notice of potential claim for changed conditions to the agency upon their discovery and before
they are disturbed shall constitute a waiver of all claims in connection therewith.
The Contractor shall provide the City with a written document containing a description of the
particular circumstances giving rise to the potential claim, the reasons for which the Contractor
believes additional compensation may be due and nature of any and all costs involved within 20
working days of the date of service of the written notice of potential claim for changed conditions.
Verbal notifications are disallowed.
The potential claim shall include the following certification relative to the California False Claims Act,
Government Code Sections 12650-12655.
“The undersigned certifies that the above statements are made in full cognizance of the California
False Claims Act, Government Code sections 12650-12655. The undersigned further understands
and agrees that this potential claim, unless resolved, must be restated as a claim in response to the
City’s proposed final estimate in order for it to be further considered.”
By: Title:
Date:
Company Name:
The Contractor’s estimate of costs may be updated when actual costs are known. The Contractor
shall submit substantiation of its actual costs to the Engineer within 20 working days after the
affected work is completed. Failure to do so shall be sufficient cause for denial of any claim
subsequently filed on the basis of said notice of potential claim.
It is the intention of this section that differences between the parties arising under and by virtue of the
contract be brought to the attention of the Engineer at the earliest possible time in order that such
matters be settled, if possible, or other appropriate action promptly taken.
3-5 DISPUTED WORK.
Add the following: The Contractor shall give the agency written notice of potential claim prior to
commencing any disputed work. Failure to give said notice shall constitute a waiver of all claims in
connection therewith.
Delete second sentence of paragraph one and add the following: Prior to proceeding with dispute
resolution pursuant to Public Contract Code provisions specified hereinafter, the contractor shall
attempt to resolve all disputes informally through the following dispute resolution chain of command:
rff 617199 CMWD PROJECT NO. 98-407. CONTRACT NO. 36561 Page 54 of 86 Pages
1. Project Inspector
2. Senior Inspector
3. Principal Inspector
4. Public Works Director
5. City Manager
The Contractor shall submit a complete report within 20 working days after completion of the
disputed work stating its position on the claim, the contractual basis for the claim, along with all
documentation supporting the costs and all other evidentiary .materials. At each level of claim or
appeal of claim the City will, within 10 working days of receipt of said claim or appeal of claim, review
the Contractor’s report and respond with a position, request additional information or request that the
Contractor meet and present its report. When additional information or a meeting is requested the
City will provide its position within 10 working days of receipt of said additional information or
Contractor’s presentation of its report. The Contractor may appeal each level’s position up to the City
Manager after which the Contractor may proceed under the provisions of the Public Contract Code.
The authority within the dispute resolution chain of command is limited to recommending a resolution
to a claim to the City Manager. Actual approval of the claim is subject to the change order provisions
in the contract.
All claims by the contractor for $375,000 or less shall be resolved in accordance with the procedures
in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with Section
20104) which is set forth below:
ARTICLE 1.5 RESOLUTION OF CONSTRUCTION CLAIMS
20104. (a)(l) This article applies to all public works claims of three hundred seventy-five thousand
dollars ($375,000) or less which arise between a contractor and a local agency.
(2) This article shall not apply to any claims resulting from a contract between a contractor and a
public agency when the public agency has elected to resolve any disputes pursuant to Article 7.1
(commencing with Section 10240) of Chapter 1 of Part 2.
(b)(l) “Public work” has the same meaning as in Sections 3100 and 3106 of the Civil Code, except
that “public work” does not include any work or improvement contracted for by the state or the
Regents of the University of California.
(2) “Claim” means a separate demand by the contractor for (A) a time extension, (B) payment of
money or damages arising from work done by, or on behalf of, the contractor pursuant to the contract
for a public work and payment of which is not otherwise expressly provided for or the claimant is not
otherwise entitled to, or (C) an amount the payment of which is disputed by the local agency.
(c) The provisions of this article or a summary thereof shall be set forth in the plans or specifications
for any work which may give rise to a claim under this article.
(d) This article applies only to contracts entered into on or after January 1, 1991.
20104.2. For any claim subject to this article, the following requirements apply:
(a) The claim shall be in writing and include the documents necessary to substantiate the claim.
Claims must be filed on or before the date of final payment. Nothing in this subdivision is intended to
extend the time limit or supersede notice requirements otherwise provided by contract for the filing of
claims.
(b)(l) For claims of less than fifty thousand dollars ($50,000), the local agency shall respond in
‘3 6/7/99 CMWD PROJECT NO. 98-407, CONTRACT NO. 36561 Page 55 of 86 Pages
writing to any written claim within 45 days of receipt of the claim, or may request, in writing, within 30
days of receipt of the claim, any additional documentation supporting the claim or relating to
defenses to the claim the local agency may have against the claimant.
(2) If additional information is thereafter required, it shall be requested and provided pursuant to this
subdivision, upon mutual agreement of the local agency and the claimant.
(3) The local agency’s written response to the claim, as further documented, shall be submitted to the
claimant within 15 days after receipt of the further documentation or within a period of time no greater
than that taken by the claimant in producing the additional information, whichever is greater.
(c)(l) For claims of over fifty thousand dollars ($50,000) and less than or equal to three hundred
seventy-five thousand dollars ($375,000), the local agency shall respond in writing to all written
claims within 60 days of receipt of the claim, or may request, in writing, within 30 days of receipt of
the claim, any additional documentation supporting the claim or relating to defenses to the claim the
local agency may have against the claimant.
(2) If additional information is thereafter required, it shall be requested and provided pursuant to this
subdivision, upon mutual agreement of the local agency and the claimant.
(3) The local agency’s written response to the claim, as further documented, shall be submitted to
the claimant within 30 days after receipt of the further documentation, or within a period of time no
greater than that taken by the claimant in producing the additional information or requested
documentation, whichever is greater. -.
(d) If the claimant disputes the local agency’s written response, or the local agency fails to respond
within the time prescribed, the claimant may so notify the local agency, in writing, either within 15
days of receipt of the local agency’s response or within 15 days of the local agency’s failure to
respond within the time prescribed, respectively, and demand an informal conference to meet and
confer for settlement of the issues in dispute. Upon a demand, the local agency shall schedule a
meet and confer conference within 30 days for settlement of the dispute.
(e) Following the meet and confer conference, if the claim or any portion remains in dispute, the
claimant may file a claim as provided in Chapter 1 (commencing with Section 900) and Chapter 2
(commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For
purposes of those provisions, the running of the period of time within which a claim must be filed
shall be tolled from the time the claimant submits his or her written claim pursuant to subdivision (a)
until the time that claim is denied as a result of the meet and confer process, including any period of
time utilized by the meet and confer process.
(f) This article does not apply to tort claims and nothing in this article is intended nor shall be
construed to change the time periods for filing tort claims or actions specified by Chapter 1
(commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division
3.6 of Title 1 of the Government Code.
20104.4. The following procedures are established for all civil actions filed to resolve claims subject
to this article:
(a) Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings, the court
shall submit the matter to nonbinding mediation unless waived by mutual stipulation of both parties.
The mediation process shall provide for the selection within 15 days by both parties of a disinterested
third person as mediator, shall be commenced within 30 days of the submittal, and shall be
concluded within 15 days from the commencement of the mediation unless a time requirement is
extended upon a good cause showing to the court or by stipulation of both parties. If the parties fail
to select a mediator within the 15-day period, any party may petition the court to appoint the
mediator.
(b)(l) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant to
Chapter 2.5 (commencing with Section 1141 .lO) of Title 3 of Part 3 of the Code of Civil Procedure,
notwithstanding Section 1141 .l 1 of that code. The Civil Discovery Act of 1986 (Article 3
(commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code of Civil procedure) shall
** b 617199 CMWD PROJECT NO. 98-407, CONTRACT NO. 36561 Page 56 of 86 Pages
apply to any proceeding brought under the subdivision consistent with the rules pertaining to judicial
arbitration.
(2) Notwithstanding any other provision of law, upon stipulation of the parties, arbitrators appointed
for purposes of this article shall be experienced in construction law, and, upon stipulation of the
parties, mediators and arbitrators shall be paid necessary and reasonable hourly rates of pay not to
exceed their customary rate, and such fees and expenses shall be paid equally by the parties,
except in the case of arbitration where the arbitrator, for good cause, determines a different division.
In no event shall these fees or expenses be paid by state or county funds.
(3) In addition to Chapter 2.5 (commencing with Section 1141 .lO) Title 3 of Part 3 of the Code of Civil
Procedure, any party who after receiving an arbitration award requests a trial de novo but does not
obtain a more favorable judgment shall, in addition to payment of costs and fees under that chapter,
pay the attorney’s fees of the other party arising out of the trial de novo.
(c) The court may, upon request by any party, order any witnesses to participate in the mediation or
arbitration process.
20104.6. (a) No local agency shall fail to pay money as to any portion of a claim which is undisputed
except as otherwise provided in the contract.
(b) In any suit filed under Section 20104.4, the local agency shall pay interest at the legal rate on any
arbitration award or judgment. The interest shall begin to accrue on the date the suit is filed in a court
of law.
617199 CMWD PROJECT NO. 98-407, CONTRACT NO. 36561 Page 57 of 86 Pages
SECTION 4 - CONTROL OF MATERIALS
4-l MATERIALS AND WORKMANSHIP.
4-1.3.1 General, add the following: The Contractor shall provide the Engineer free and safe
access to any and all parts of work at any time. Such free and safe access shall include means of
safe access and egress, ventilation, lighting, shoring, dewatering and all elements pertaining to the
safety of persons as contained in the State of California, California Code of Regulations, Title 8,
Industrial Relations, Chapter 4, Division of Industrial Safety, Subchapter 4, Construction Safety
Orders and such other safety regulations as may apply. Contractor shall furnish Engineer with
such information as may be necessary to keep the Engineer fully informed regarding progress and
manner of work and character of materials. Inspection or testing of the whole or any portion of the
work or materials incorporated in the work shall not relieve Contractor from any obligation to fulfil1
this Contract.
4-1.4 Test of Materials, delete the phrase, “and a reasonable amount of retesting”, from the third
sentence of the first paragraph.
add the following: Except as specified in these Supplemental Provisions, the Agency will bear the
cost of testing of locally produced materials and/or on-site workmanship where the results of such
tests meet or exceed the requirements indicated in the Standard Specifications and the
Supplemental Provisions. The cost of all other tests shall be borne by the Contractor.
At the option of the Engineer, the source of supply of each of the materials shall be approved by the
Engineer before the delivery is started. All materials proposed for use may be inspected or tested at
any time during their preparation and use. If, after incorporating such materials into the Work, it is
found that sources of supply that have been approved do not furnish a uniform product, or if the
product from any source proves unacceptable at any time, the Contractor shall furnish approved
material from other approved sources. If any product proves unacceptable after improper storage,
handling or for any other reason it shall be rejected, not incorporated into the work and shall be
removed from the project site all at the Contractor’s expense.
Compaction tests may be made by the Engineer and all costs for tests that meet or exceed the
requirements of the specifications shall be borne by the Agency. Said tests may be made at any
place along the work as deemed necessary by the Engineer. The costs of any retests made
necessary by noncompliance with the specifications shall be borne by the Contractor.
4-1.6 Trade names or Equals, add the following: The Contractor is responsible for the
satisfactory performance of substituted items. If, in the sole opinion of the Engineer, the substitution
is determined to be unsatisfactory in performance, appearance, durability, compatibility with
associated items, availability of repair parts and suitability of application the Contractor shall remove
the substituted item and replace it with the originally specified item at no cost to the Agency.
Add the following section:
4-2 MATERIALS TRANSPORTATION, HANDLING AND STORAGE.
-The Contractor shall order, purchase, transport, coordinate delivery, accept delivery, confirm the
quantity and quality received, prepare storage area(s), store, handle, protect, move, relocate,
remove and dispose excess of all materials used to accomplish the Work. Materials shall be
delivered to the site of the work only during working hours, as defined in section 6-7.2, and shall be
‘3 6l7199 CMWD PROJECT NO. 98-407, CONTRACT NO. 36561 Page 58 of 86 Pages
accompanied by bills of lading that shall clearly state for each delivery: the name of the Contractor
as consignee, the project name and number, address of delivery and name of consignor and a
description of the material(s) shipped. Prior to storage of any materials which have been shipped to
or by the Contractor to any location within the Agency’s boundaries the Contractor shall provide the
Engineer a copy of lease agreements for each property where such materials are stored. The lease
agreement shall clearly state the term of the lease, the description of materials allowed to be stored
and shall provide for the removal of the materials and restoration of the storage site within the time
allowed for the Work. All such storage shall conform to all laws and ordinances that may pertain to
the materials stored and to preparation of the storage site and the location of the site on which the
materials are stored. Loss, damage or deterioration of all stored materials shall be the Contractors
responsibility. Conformance to the requirements of this section, both within’and outside the limits of
work are a part of the Work. The Engineer shall have the right to verify the suitability of materials
and their proper storage at any time during the Work.
SECTION 5 - UTILITIES
5-l LOCATION. _.
Delete the first paragraph and substitute the following: The Agency and affected utility companies
have, by a search of known records, endeavored to locate and indicate on the Plans, all utilities
which exist within the limits of the work. However, the accuracy and/or completeness of the nature,
size and/or location of utilities indicated on the Plans is not guaranteed.
54 RELOCATION.
Add the following: In conformance with section 5-6 the Contractor shall coordinate the work with
utility agencies and companies. Prior to the installation of any and all utility structures within the
limits of work by any utility agency or company, or its contractor, the Contractor shall place all curb or
curb and gutter that is a part of the work and adjacent to the location where such utility structures are
shown on the plans and are noted as being located, relocated or are otherwise shown as installed by
others. In order to minimize delays to the Contractor caused by the failure of other parties to relocate
utilities that interfere with the construction, the Contractor, upon the Engineer’s approval, may be
permitted to temporarily omit the portion of work affected by the utility. If such temporary omission is
approved by the Engineer the Contractor shall place survey or other physical control markers
sufficient to locate the curb or curb and gutter to the satisfaction of the utility agency or company.
Such temporary omission shall be for the Contractor’s convenience and no additional compensation
will be allowed therefor or for additional work, materials or delay associated with the temporary
omission. The portion thus omitted shall be constructed by the Contractor immediately following the
relocation of the utility involved unless otherwise directed by the Engineer.
SECTION 6 -- PROSECUTION, PROGRESS AND
ACCEPTANCE OF THE WORK
6-l CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK.
Delete section 6-1 and substitute the following: Except as otherwise provided herein and unless
otherwise prohibited by permits from other agencies as may be required by law the Contractor shall
begin work within 15 calendar days after receipt of the “Notice to Proceed”.
CMWD PROJECT NO. 98-407, CONTRACT NO. 36561 Page 59 of 86 Pages
Add the following section:
6-l .l Pre-Construction Meeting. After, or upon, notification of contract award, the Engineer will
set the time and location for the Preconstruction Meeting. Attendance of the Contractor’s
management personnel responsible for the management, administration, and execution of the
project is mandatory for the meeting to be convened. Failure of the Contractor to have the
Contractor’s responsible project personnel attend the Preconstruction Meeting will be grounds for
default by Contractor per section 6-4. No separate payment will be made for the Contractor’s
attendance at the meeting. The notice to proceed will only be issued on or after the completion of
the preconstruction meeting.
Add the following section:
6-1.2 Measurement And Payment Of Construction Schedule. The Contractor’s preparation,
revision and maintenance of the Construction Schedule are incidental to the work and no separate
payment will be made therefor.
6-2 PROSECUTION OF WORK.
Add the following section: -. 6-2.1 Project Meetings. The Engineer will establish the time and location of bi-weekly Project
Meetings. Each Project Meeting shall be attended by the Contractor’s Representative. The Project
Representative shall be the individual determined under section 7-6, “The Contractor’s
Representative”, SSPWC. No separate payment for attendance of the Contractor, the Contractor’s
Representative or any other employee or subcontractor or subcontractor’s employee at these
meetings will be made.
6-6 DELAYS AND EXTENSIONS OF TIME.
6-6.4 Written Notice and Report. Modify as follows: The Contractor shall provide written notice
to the Engineer within two hours of the beginning of any period that the Contractor has placed any
workers or equipment on standby for any reason that the Contractor has determined to be caused by
the Agency or by any organization that the Agency may otherwise be obligated by. The Contractor
shall provide continuing daily written notice to the Engineer, each working day, throughout the
duration of such period of delay. The initial and continuing written notices shall include the
classification of each workman and supervisor and the make and model of each piece of equipment
placed on standby, the cumulative duration of the standby, the Contractor’s opinion of the cause of
the delay and a cogent explanation of why the Contractor could not avoid the delay by reasonable
means. Should the Contractor fail to provide the notice(s) required by this section the Contractor
agrees that no delay has occurred and that it will not submit any claim(s) therefor.
6-7 TIME OF COMPLETION. Add the following: The Contractor shall diligently prosecute the
work to completion within 200 working days after the starting date specified in the Notice to
Proceed.
6-7.2 Working Day. Add the following: Unless otherwise approved in writing by the Engineer,
the hours of work shall be between the hours of 7:00 a.m. and 4:00 p.m. on Mondays through
Fridays, excluding Agency holidays. The Contractor shall obtain the written approval of the Engineer
if the Contractor desires to work outside said hours or at any time during weekends and/or holidays.
This written permission must be obtained at least 48 hours prior to such work The Engineer may
approve work outside the hours and/or days stated herein when, in his/her sole opinion, such work
conducted by the Contractor is beneficial to the best interests of the Agency. The Contractor shall
‘3 6/7/99 CMWD PROJECT NO. 98-407, CONTRACT NO. 36561 Page 60 of 86 Pages
pay the inspection costs of such work.
Contractor is hereby advised that the Engineer will require after hours, or weekend work, or holiday
work on an interim basis to construct connections to existing gravity sewers and sewage force
mains. No additional compensation will be made to the Contractor for work specified to be
performed outside normal working hours or days.
6-6 COMPLETION AND ACCEPTANCE. Delete the second paragraph and add the following:
The Engineer will not accept the Work or any portion of the Work before all of the Work is completed
and all outstanding deficiencies that may exist are corrected by the Contractor and the Engineer is
satisfied that all the materials and workmanship, and all other features of the Work, meet the
requirements of all of the specifications for the Work. Use, temporary, interim or permanent, of all,
or portions of, the Work does not constitute acceptance of the Work. If, in the Engineer’s judgment,
the Work has been completed and is ready for acceptance the Engineer will so certify to the Board.
Upon such certification by the Engineer the Board may accept the completed Work. Upon the
Board’s acceptance of the Work the Engineer will cause a “Notice of Completion” to be filed in the
office of the San Diego County Recorder. The date of recordation shall be the date of completion of
the Work.
Delete the first sentence of the third paragraph and substitute the following two sentences: All
work shall be warranted for one (1) year after rewrdation of the “Notice of Completion” and any
faulty work or materials discovered during the warranty period shall be repaired or replaced by the
Contractor, at its expense. Twenty-five percent of the faithful performance bond shall be retained as
a warranty bond for the one year warranty period.
6-9 LIQUIDATED DAMAGES.
Modify the last sentence of the first paragraph and the first sentence of the second paragraph and
add the following: For each consecutive calendar day in excess of the time specified for completion
of Work, as adjusted in accordance with 6-6, the Contractor shall pay the Agency, or have withheld
monies due it, the sum of Five Hundred Dollars ($500.00).
Execution of the Contract shall constitute agreement by the Agency and Contractor that $500.00 per
day is the minimum value of costs and actual damages caused by the Contractor to complete the
Work within the allotted time. Any progress payments made after the specified completion date shall
not constitute a waiver of this paragraph or of any damages.
SECTION 7 -- RESPONSIBILITIES of the CONTRACTOR
7-3 LIABILITY INSURANCE.
Modify as follows: All insurance is to be placed with insurers that have a rating in Best’s Key Rating
Guide of at least A-:V and are admitted and authorized to conduct business in the state of California
and are listed in the official publication of the Department of Insurance of the State of California.
7-4 WORKERS’ COMPENSATION INSURANCE.
Add the following: All insurance is to be placed with insurers that are admitted and authorized to
conduct business in the state of California and are listed in the official publication of the Department
of Insurance of the State of California. Policies issued by the State Compensation Fund meet the
CMWD PROJECT NO. 98-407, CONTRACT NO. 36561 Page 61 of 86 Pages
requirement for workers’ compensation insurance.
7-5 PERMlTS.
Delete the first sentence and add the following four sentences: Except as specified herein the
agency will obtain, at no cost to the Contractor, all encroachment, right-of-way, grading, resource
agency and building permits necessary to perform work for this contract on Agency property, in
streets, highways (except State highway right-of-way), railways or other rights-of-way. Contractor
shall not begin work until all permits incidental to the work are obtained. The Contractor shall obtain
and pay for all permits for the disposal of all materials removed from the project. The cost of said
permit(s) shall be included in the price bid for the appropriate bid item and no additional
compensation will be allowed therefor.
Add the following section:
7-5.1 Resource Agency Permits.. Resource agency permits for the Work are included in Appendix
‘A’ of these supplemental provisions. Resource agency permits pertaining to this project include:
1) California Coastal Commission Permit
7-7 COOPERATION AND COLLATERAL WORK.
Add the following section:
7-7.1 Coordination. The Contractor shall coordinate and cooperate with all the utility companies
during the relocation or construction of their lines. The Contractor may be granted a time extension
if, in the opinion of the Engineer, a delay is caused by the utility company. No additional
compensation will be made to the Contractor for any such delay.
7-8 PROJECT SITE MAINTENANCE.
7-8.1 Cleanup and Dust Control. Add the following: Cleanup and dust control required herein
shall also be executed on weekends and other non-working days when needed to preserve the
health safety or welfare of the public. The Contractor shall conduct effective cleanup and dust
control throughout the duration of the Contract. The Engineer may require increased levels of
cleanup and dust control that, in his/her sole discretion, are necessary to preserve the health, safety
and welfare of the public. Cleanup and dust control shall be considered incidental to the items of
work that they are associated with and no additional payment will be made therefor.
7-8.5 Temporary Light, Power and Water. Add the following: The Contractor shall obtain a
construction meter for water used for the construction, plant establishment, maintenance, cleanup,
testing and all other work requiring water related to this contract. The Contractor shall contact the
appropriate water agency for requirements. The Contractor shall pay all costs of temporary light,
power and water including hookup, service, meter and any, and all, other charges, deposits and/or
fees therefor. Said costs shall be considered incidental to the items of work that they are associated
with and no additional payment will be made therefor.
7-8.6 Water Pollution Control. ..Add the following The Contractor shall comply with all
requirements of the storm water pollution and monitoring plan prepared for this project in accordance
with the California State Water Resources Control Board order number 92-08-DWQ, NPDES
General Permit number CAS000002, and the “Water Discharge Requirement for Discharges of
Storm Water Runoff Associated with Construction Activity”.
rfd 6/7/99 CMWD PROJECT NO. 98-407, CONTRACT NO. 36561 Page 62 of 86 Pages
-.
Add the following section:
7-8.8 Noise Control. All internal combustion engines used in the construction shall be equipped
with mufflers in good repair when in use on the project with special attention to the City Noise Control
Ordinance, Carlsbad Municipal Code Chapter 8.48.
740 PUBLIC CONVENIENCE AND SAFETY.
7-l 0.3 Street Closures, Detours, Barricades. Add the following: Traffic controls shall be in
accordance with the plans, Chapter 5 of the California Department of Transportation “Manual of
Traffic Controls,” 1996 edition and these Supplemental Provisions. If any component in the traffic
control system is damaged, displaced, or ceases to operate or function as specified, from any cause,
during the progress of the work, the Contractor shall immediately repair said component to its original
condition or replace said component and shall restore the component to its original location. In the
event that the Contractor fails to install and/or maintain barricades or such other traffic signs,
markings, delineation or devices as may be required herein, the Engineer may, at his/her sole option,
install the traffic signs, markings, delineation or devices and charge the Contractor twenty dollars
($25.00) per day per traffic sign or device, or the actual cost of providing such traffic control facility,
whichever is the greater.
Add the following section:
7-10.3.1 Construction Area Signs and Control Devices. All construction traffic signs and control
devices shall be maintained throughout the duration of work in good order and according to the
approved traffic control plan. All construction area signs shall conform to the provisions of section
206-7.2 et seq. All temporary reflective pavement markers shall conform to the provisions of section
214~5.I.et seq. All temporary reflective channelizers shall conform to the provisions of section 214-
5.2 et seq. All paint for temporary traffic striping, pavement marking, and curb marking shall conform
to the provisions of section 210-l .6 et seq. except that all temporary paint shall be rapid dry water
borne conforming to section 21.0-l .6for materials and section 310-5 et seq. For workmanship.
Warning and advisory signs, lights and devices installed or placed to provide traffic control, direction
and/or warning shall be furnished, installed and maintained by the Contractor. Warning and advisory
signs, lights and devices shall be promptly removed by the Contractor when no longer required.
Warning and advisory signs that remain in place overnight shall be stationary mounted signs.
Stationary signs that warn of non-existent conditions shall be removed from the traveled way and
from the view of motorists in the traveled way or shielded from the view of the travelling public during
such periods that their message does not pertain to existing conditions. Care shall be used in
performing excavation for signs in order to protect underground facilities. All excavation required to
install stationary construction area signs shall be performed by hand methods without the use of
power equipment. Warning and advisory signs that are used only during working hours may be
portable signs. Portable signs shall be removed from the traveled way and shielded from the view of
the travelling public during non-working hours. During the hours of darkness, as defined in Division
I, Section 280, of the California Vehicle Code, portable signs shall be illuminated or, at the option of
the Contractor, shall be in conformance with the provisions in section 206-7.2 et seq. If illuminated
traffic wnes rather than post-type delineators are used during the hours of darkness, they shall be
affixed or covered with reflective cone sleeves as specified in CALTRANS “Standard Specifications”,
except the sleeves shall be 180 mm (7”) long. Personal vehicles of the Contractors employees shall
not be parked within the traveled way, including any section closed to public traffic. Whenever the
Contractor’s vehicles or equipment are parked on the shoulder within I .8 m (6’) of a traffic lane, the
shoulder area shall be closed with fluorescent traffic cones or portable delineators placed on a taper
in advance of the parked vehicles or equipment and along the edge of the pavement at not less than
7.6 m (25’) intervals to a point not less than 7.6 m (25’) past the last vehicle or piece of equipment. A
minimum of nine (9) cones or portable delineators shall be used for the taper. A C23 (Road Work
‘3
Ahead) or C24 (Shoulder Work Ahead) sign shall be mounted, as required herein, on a sign post or
telescoping flag tree with flags. The sign post or flag tree shall be placed where directed by the
Engineer.
Add the following section:
7-10.3.2 Traffic Control System for Lane Closure. A traffic control system consists of closing
traffic lanes or pedestrian walkways in accordance with the details shown on the plans, CALTRANS
‘Manual of Traffic Control”, 1996 edition and provisions under “Maintaining Traffic” elsewhere in
these Supplemental Provisions. The provisions in this section will not relieve the Contractor from its
responsibility to provide such additional devices or take such measures as may be necessary to
maintain public safety.
When lanes are closed for only the duration of work periods, all components of the traffic control
system, except portable delineators placed along open trenches or excavation adjacent to the
traveled way, shall be removed from the traveled way and shoulder at the end work period. If the
Contractor so elects, said components may be stored at selected central locations, approved by the
Engineer, within the limits of the right-of-way.
Add the following section:
7-10.3.3 Traffic Control for Permanent and Temporary Traffic Striping. During traffic stripe
operations, traffic shall be controlled with lane closures, as provided for under “Traffic Control
System for Lane Closure” of these Supplemental Provisions or by use of an alternative traffic control
plan proposed by the Contractor and approved by the Engineer. The Contractor shall not start traffic
striping operations using an alternative plan until the Contractor has submitted its plan to the
Engineer and has received the Engineers written approval of said plan.
Add the following section:
7-10.3.4 Temporary Pavement Delineation. Temporary pavement delineation shall be furnished,
placed, maintained and removed in accordance with the minimum standards specified in Chapter 5
of the “Traffic Manual”, 1996 edition published by CALTRANS. Whenever the work causes
obliteration of pavement delineation, temporary or permanent pavement delineation shall be in place
prior to opening the traveled way to public traffic, Lane line or centerline pavement delineation shall
be provided at all times for traveled ways open to public traffic. All work necessary, including any
required lines or marks, to establish the alignment of temporary pavement delineation shall be
performed by the Contractor. When temporary pavement delineation is removed, all lines and marks
used to establish the alignment of the temporary pavement delineation shall be removed by grinding.
Surfaces to receive temporary pavement delineation shall be dry and free of dirt and loose material.
Temporary pavement delineation shall not be applied over existing pavement delineation or other
temporary pavement delineation. Temporary pavement delineation shall be maintained until
superseded or replaced with permanent pavement delineation.
Temporary pavement delineation shall be removed when, as determined by the Engineer, the
temporary pavement delineation conflicts with the permanent pavement delineation or with a new
traffic pattern for the area and is no longer required for the direction of public traffic. When temporary
pavement delineation is required to be removed, all lines and marks used to establish the alignment
of the temporary pavement delineation shall be removed.
Add the following section:
7-10.3.5 Payment. The Contractor shall prepare and implement traffic control plans and shall
‘3
furnish all labor and materials to perform, install, maintain, replace and remove all traffic control as
incidentals to the work with which they are associated and no other compensation will be allowed
therefor.
Add the following section:
7-10.4.5 Safety and Protection of Workers and Public. The Contractor shall take all necessary
precautions for the safety of employees on the work and shall comply with all applicable provisions of
Federal, State and Municipal safety laws and building codes to prevent accidents or injury to persons
on, about, or adjacent to the premises where the work is being performed. The Contractor shall
erect and properly maintain at all times, as required by the conditions and progress of the work, all
necessary safeguards for the protection of workers and public, and shall use danger signs warning
against hazards created by such features of construction as protruding nails, hoists, well holes, and
falling materials.
7-13 LAWS TO BE OBSERVED. Add the following: Municipal ordinances that affect this work
include Chapter 11.06. Excavation and Grading. If this notice specifies locations or possible
materials, such as borrow pits or gravel beds, for use in the proposed construction project which
would be subject to Section 1601 or Section 1603 of the Fish and Game Code, the conditions
established pursuant to Section 1601 et seq. of the Fish and Game Code shall become conditions of
the contract.
SECTION 9 - MEASUREMENT and PAYMENT
Q-l MEASUREMENT OF QUANTlTlES FOR UNlT PRICE WORK
9-1.4 Units of Measurement, modify as follows: The system of measure for this contract shall be
the U.S. Standard Measures.
Q-3 PAYMENT.
9-3.1 General. Delete the eighth paragraph and substitute the following: Guarantee periods shall
not be affected by any payment but shall commence on the date of recordation of the ‘Notice of
Completion”
Q-3.2 Partial and Final Payment. Delete the second paragraph and substitute the following:
Each month, the Engineer will make an approximate measurement of the work performed to the
closure date as basis for making monthly progress payments. The estimated value will be based on
contract unit prices, completed change order work and as provided for in Section 9-2 of the
Standard Specifications (SSPWC). Progress payments shall be made no later than thirty (30)
calendar days after the closure date. Five (5) working days following the closure date, the Engineer
shall complete the detailed progress pay estimate and submit it to the Contractor for the
Contractor’s information. Should the Contractor assert that additional payment is due, the
Contractor shall within ten (10) days of receipt of the progress estimate, submit a supplemental
payment request to the Engineer with adequate justification supporting the amount of supplemental
payment request. Upon receipt of the supplemental payment request, the Engineer shall, as soon
as practicable after receipt, determine whether the supplemental payment request is a proper
payment request. If the Engineer determines that the supplemental payment request is not proper,
then the request shall be returned to the Contractor as soon as practicable, but not later than seven
‘3
(7) days after receipt. The returned request shall be accompanied by a document setting forth in
writing the reasons why the supplemental payment request was not proper. In conformance with
Public Contract Code Section 20104.50, the City shall make payments within thirty (30) days after
receipt of an undisputed and properly submitted supplemental payment request from the Contractor.
If payment of the undisputed supplemental payment request is not made within thirty (30) days after
receipt by the Engineer, then the City shall pay interest to the Contractor equivalent to the legal rate
set forth in subdivision (a) of Section 685.010 of the Code of Civil Procedure.
Add paragraph 6 et seq. as follows: After final inspection, the Engineer will make a Final Payment
Estimate and process a corresponding payment. This estimate will be in writing and shall be for the
total amount owed the Contractor as determined by the Engineer and shall be itemited by the
contract bid item and change order item with quantities and payment amounts and shall show all
deductions made or to be made for prior payments and amounts to be deducted under provisions of
the contract. All prior estimates and progress payments shall be subject to correction in the Final
Payment Estimate.
The Contractor shall have 30 calendar days from receipt of the Final Payment Estimate to make
written statement disputing any bid item or change order item quantity or payment amount. The
Contractor shall provide all documentation at the time of submitting the statement supporting its
position. Should the Contractor fail to submit the statement and supporting documentation within the
time specified, the Contractor acknowledges that full and final payment has been made for all
contract bid items and change order items.
If the Contractor submits a written statement with documentation in the aforementioned time, the
Engineer will review the disputed item within 30 calendar days and make any appropriate
adjustments on the Final Payment. Remaining disputed quantities or amounts not approved by the
Engineer will be subject to resolution as specified in subsection 3-5, Disputed Work.
The written statement filed by the Contractor shall be in sufficient detail to enable the Engineer to
ascertain the basis and amount of said disputed items. The Engineer will consider the merits of the
Contractor’s claims. It will be the responsibility of the Contractor to furnish within a reasonable time
such further information and details as may be required by the Engineer to determine the facts or
contentions involved in its claims. Failure to submit such information and details will be sufficient
cause for denying payment for the disputed items.
9-3.2.1 Payment for Claims. Add the following: Except for those final payment items disputed in
the written statement required in subsection 9-3.2 all claims of any dollar amount shall be submitted
in a written statement by the Contractor no later than the date of receipt of the final payment
estimate. Those final payment items disputed in the written statement required in subsection 9-3.2
shall be submitted no later than 30 days after receipt of the Final Payment estimate. No claim will be
considered that was not included in this written statement, nor will any claim be allowed for which
written notice or protest is required under any provision of this contract including sections 3-4
Changed Conditions, 3-5 Disputed Work, 6-6.3 Payment for Delays to Contractor, 6-6.4 Written
Notice and Report, or 6-7.3 Contract Time Accounting, unless the Contractor has complied with
notice or protest requirements.
The claims filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the
basis and amount of said claims. The Engineer will consider and determine the Contractor’s claims
and it will be the responsibility of the Contractor to furnish within a reasonable time such further
information and details as may be required by the Engineer to determine the facts or contentions
involved in its claims. Failure to submit such information and details will be sufficient cause for
‘3
denying the claims.
Payment for claims shall be processed within 30 calendar days of their resolution for those claims
approved by the Engineer. The Contractor shall proceed with informal dispute resolution under
subsection 3-5, Disputed Work, for those claims remaining in dispute.
Add the following section:
9-3.3.1 Delivered Materials. The cost of materials and equipment delivered but not incorporated
into the Work will be included in the progress estimate.
Add the following section:
9-3.4.1 Mobilization and Preparatory Work. The Contract lump-sum price paid for mobilization
shall not exceed fifty thousand dollars ($50,000.00), and includes full compensation for furnishing all
insurance, bonds, licenses, labor, materials, utilities, tools, equipment and incidentals, and for doing
all the work involved in mobilization and preparatory work and operations, including, but not limited
to, those necessary for the movement of personnel, equipment, supplies, and incidental to preparing
to conduct work on and off the project site and other offsite facilities necessary for work on the
project; for all other facilities, sureties, work and operations which must be performed or costs
incurred prior to beginning work on various contract items on or off the project site, excepting those
specifically paid for under separate sections of these specifications. The Contractor hereby agrees
that the stipulated lump sum amount is sufficient for Mobilization and Preparatory Work, as described
in this section, and that the Contractor shall have no right to additional compensation for Mobilization
and Preparatory Work.
Progress payments for Mobilization and Preparatory Work will be made as follows:
For the first progress payment (after the issuance of the Notice to Proceed), forty percent (40%) of
the amount bid for Mobilization And Preparatory Work will be allowed. For the second progress
payment, an additional sixty percent (60%) of the amount bid for mobilization and preparatory work
will be allowed therefor.
-.
SUPPLEMENTAL PROVISIONS
FOR
FOXES LANDING SEWER LIFT STATION UPGRADE
CMWD PROJECT NO. 98407, CONTRACT NO. 36561
SPECIAL CONSTRUCTION PROVISIONS
1. The Work
The Contract work to be performed hereunder includes the furnishing of all labor and equipment and
furnishing and installing all materials, unless herein specifically excepted, necessary for the complete
and satisfactory construction of the Foxes Landing Sewer Lift Station Upgrade.
The work shall consist of installing temporary fencing; all utility location and verification (excavating,
exposing, and verifying top, bottom, and side of utility facilities); all pavement removal and disposal; all
earthwork (including trenching, shoring, bedding, backfilling including select imported material or select
native material); dewatering; furnishing and installing all sewer and appurtenances; providing bypass of
wastewater ftows during construction; testing all gravity sewer and force mains; connecting to existing
sewers; connecting to existing lift station; lift station modifications including all equipment, piping, and
appurtenances; constructing a control building; protecting in place or removing and replacing all
existing utilities and public and private improvements; replacing asphalt concrete pavement;
constructing asphalt concrete pavement overlays; pavement striping and restriping as required;
removing and replacing all Portland Cement concrete; removing fencing; constructing fencing;
revegetation; testing all equipment, pipe, and appurtenances; disposing of excess soil and rock
material and restoring all areas and improvements to preconstruction conditions.
Contractor shall, upon completion of all work required herein, initially operate all components of the
Contract Work installed or furnished and installed by him, and make any additional, adjustments,
corrections, repairs, replacements, and reconstruction’s necessary to provide Owner with complete,
correctly operating sewer, lift station, force main, and appurtenances.
2. Work Site
The Contract work site is located in the City of Carlsbad as shown on Sheet 1 of the Construction
Drawings. The Foxes Landing Sewer Lift Station (Lift Station) site is located at 4155 Harrison Street,
southeast of Tamarack and Interstate 5.
Bidders shall review the project site prior to submitting a bid.
3. Construction Plans (Drawings)
The following Construction Plans are made a part of these Contract Documents:
CONSTRUCTION PLANS 124” X 36”)
p& Sheet No.
Title Sheet
Construction Notes
Legends, Symbols, Schedules, and Abbreviations
General Site Plan
Lift Station Site Plan
Site Sections and Details
Lift Station Upper and Lower Level Plans
Lift Station Roof Plan
Lift Station Sections
Lift Station Sections
Control Building Mechanical/Electrical Plans and Sections
Control Building Foundation Plan, Sections, and Elevations
Structural Sections and Details
Miscellaneous Details
Electrical Single Line Diagram and Electrical Symbols, Legend,
and Abbreviations
Ladder Diagrams
Ladder Diagrams, Conduit Schedule, and Bubbler Panel Schematic
Demolition and Reconstruction Plans and Details,
Upper and Lower Level Plans
Demolition and Reconstruction Plans and Details, Roof Plan and Section
1
2
3
4
5
6
7
6
9
10
11
12
13
14
15
16
17
18
19
DISTRICT STANDARD DRAWINGS (6-112” X 1 I”)
(Appendix D, herein)
j-i& Sheet
Pipe Bedding and Trench Backfill for Sewers
Sewer Main Cleanout
Valve Box Assembly
Gate Valve Installation PVC, DIP, ACP 8 Steel Pipe
2 Inch and Under Backflow Installation
S5
S6
WI3
WI6
w20
SAN DIEGO COUNTY REGIONAL
STANDARD DRAWINGS
(Appendix D, herein)
Shrubbery Sprinkler Head Fixed Spray Type
Hose Bibb
Remote Control Valve
Trench Detail PVC and/or Copper Pipe (3” and Smaller)
Tree and Shrub Planting
Chain Link Gate
Sheet
l-l
l-6
l-14
l-25
L-l
M-5
Chain Link Fence M-6
Demountable Post M-16
Chain Link Fence Details M-20
4. Notice of Award and Notice to Proceed
Upon Notice of Award, Contractor is hereby authorized to execute Contract and secure Performance
and Payment Bonds and Certificates of Insurance.
Upon execution of Contract by Owner, Contractor is authorized to begin document submission,
material ordering, and construction scheduling.
Notice to Proceed will be subject to completion of the 16” force main, which will be constructed under a
separate contract. Owner will issue Notice to Proceed with Lift Station construction activities after the
16” force main is complete. Owner expects to issue the Notice to Proceed between August 1, 2000
and September 30.2000.
5. Data to be Submitted by Contractor
Contractor shall furnish Owner submittals for all equipment, equipment co-mponents, fabricated
materials, and materials to be furnished for review and acceptance by Owner prior to Contractor
performing work to which data pertains. Submittals shall be provided in accordance with the
“Contractors Submittals Technical Specifications”.
Prior to beginning construction, Contractor shall submit emergency phone numbers for the construction
superintendent, construction foreman, and all company principals.
6. Contractor Cooperation and Coordination
Contractor shall cooperate with Owner, San Diego Gas and Electric, and all other jurisdictional
agencies. Owner will have representatives on site to observe and verify compliance with Contract
Documents. Owner will have representatives on site operating the existing Lift Station. Contractor
shall perform work in a manner not to interfere with operation of said facilities nor operate any existing
facilities.
Contractor shall perform his work in accordance with the sequence of work as specified herein.
Contractor shall coordinate all work with the Owner. A detailed weekly schedule of proposed work
shall be provided to the Owner the Thursday preceding each week.
7. Permits, Licenses, Certificates, Laws and Ordinances
A. Contractor and all subcontractors shall procure and maintain a valid City of Carlsbad Business
License for the duration of the Contract.
B. California Reaional Water Qualitv Control Board, San Dieoo Reqion
Contractor shall, at his expense, obtain authorization to discharge water from ground water
extraction (dewatering), line flushing, and testing operations from the California Regional Water
Quality Control Board, San Diego Region (Regional Board). A copy of said discharge
authorization shall be provided to the Owner. Contractor shall comply with conditions therein
and perform the monitoring required.
Contractor shall not allow any discharges from the construction site, which may have an
adverse effect on receiving waters of the United States.
t”s
Contractor shall not allow any groundwater extraction water to be discharged from construction
site except in full compliance-with the General Waste Discharge Requirements for Ground
Water Extraction and Similar Discharges from Construction and Remediation Projects (Order
No. 96-41) adopted by the Regional Board. Prior to submitting Bid, Contractor shall obtain a
copy of said Order No. 96-41 and review all compliance requirements therein, including
monitoring, testing, and reporting.
Contractor shall provide all labor, material, and equipment necessary to comply with Regional
Board requirements for discharge water from groundwater extractions, line flushing, and
testing operations, including all monitoring, testing, and reporting.
c. California Coastal Commission Permit
The Owner has obtained a permit from the California Coastal Commission for the specified
Work. A copy of said permit is included is Appendix A at the end of these Special Provisions.
Contractor shall perform all work in accordance with all applicable provisions of said discharge
authorization and permit.
D. In the event of conflict between the Contract and Permit requirements, the most stringent
shall prevail. All permit requirements shall be satisfied by Contractor and accepted by all
issuing agencies, and the Owner before project will be accepted and a Notice of Completion
filed.
E. Contractor shall, at his own expense, procure any additional permits, certificates, and
licenses required of him by law for the execution of the work. He shall comply with all Federal,
State and local laws, ordinances or rules and regulations relating to the performance of said
work.
8. Easements
Permanent easements and temporary construction easements are shown on the Construction
Drawings. Contractor shall perform all work within said easements. Contractor shall not encroach
beyond the limits of the easements.
During construction within temporary easements, Contractor shall protect in place or remove and
replace all existing improvements, including all landscaping (trees, oleanders, and ice plant). If
oleanders are removed and replaced, oleanders shall be replaced with 15 gallon white oleander plants
spaced at 4’ on center. Ice plant that is removed shall be replaced with mature plants spaced 1.5
apart.
9. Storage of Materials and Equipment
Contractor shall not store materials or equipment on private or public property without written
permission from the affected property owners approving such use. Said written permission shall be submitted to Owner prior to Contractor moving materials or equipment onto site.
Contractor’s equipment shall be removed from public or private right-of-way and placed in the
Contractor’s designated storage areas at the end of each work day.
Contractor may utilize the lift station site and adjoining temporary construction easement for storage of
materials and equipment.
10. Earthwork and Soil Compaction Tests
Earthwork shall be performed in accordance with the Basic Earthwork Specifications and Basic Sewer
Specifications, except as modified herein or on the Contract Drawings.
Contractor shall notify Owner when any work is complete and ready for compaction testing. After such
notification, Owner will have all necessary tests made, by a Soils Engineer of his choosing, and Owner
will pay for all tests which pass. Contractor shall pay for all tests which fail in the wurse of determining
compliance of completed backfill with compaction requirements. Owner will not pay for any preliminary
or progress tests; however, Contractor may do so at his own expense. Passing compaction tests will
be required prior to construction of any structures. .
Excavation of native soil and recompaction shall be performed to provide proper foundation for
structures as specified on the Drawings.
11. Trench Protection
Before making any excavation or trench 5’ or more in depth, Contractor shall submit to Owner a
detailed drawing showing the design of shoring, bracing, or other provisions to be made for worker
protection and protection of existing facilities. If said drawing does not vary from the requirements of
the OSHA Construction Safety Orders (CAL OSHA or FED OSHA, whichever is-applicable at the time
of construction), a statement signed by a registered civil or structural engineer, engaged by Contractor
at his expense, shall be submitted certifying that the Contractor’s excavation safety drawings comply
with OSHA Construction Safety Orders. If said drawing varies from said OSHA Construction Safety
Orders, the drawings shall be prepared and certified by a registered civil or structural engineer and
said engineer shall affix his seal and signature to each sheet of said drawing.
Contractor shall not excavate until Owner has received and acknowledged the properly certified
excavation safety drawings.
12. Preservation of Existing Improvements, Restoration of Work Site and Disposal of Spoil and
Waste Materials
A. Contractor shall perform his operations so that existing improvements (including roads and
other paved surfaces adjacent to or in the vicinity of the work site are not damaged.
Contractor shall repair and restore any disturbed or damaged private or public improvements
which results from his operations (except that which is specifically a part of the Contract Work)
to the satisfaction of the Owner, or the agency having jurisdiction over said improvements, all
at his expense.
B. All work sites shall be restored to pre-job conditions and shall meet the requirements of Owner
and property owner.
Owner is obligated to keep visual impact of the work sites to a minimum; therefore, Contractor
is required to restore all areas altered by construction to pre-existing conditions. Such areas
shall include, but shall not be limited to, areas used for travel, parking, and storage of vehicles,
equipment and materials.
C. Contractor shall be responsible for the proper disposal of all waste materials resulting from his
operations, including rubbish, packaging materials, discarded equipment parts, and damaged
construction materials, in a manner and at locations suitable to the Owner and all health and
other regulatory agencies.
Pavement materials shall not be placed in pipeline trenches. Contractor shall remove said
pavement materials and dispose of same at an approved location.
‘3
13. Ground Water
Contractor is advised that most excavation will be in high ground water areas and ground water
extraction (dewatering) will be required. Contractor shall procure all permits required for dewatering
and dewater as required for proper installation of below grade facilities and protection of the workers at
no additional cost to Owner in accordance with Section 7 herein.
14. Construction Water
Contractor shall obtain a water meter from Owner and install same at locations described hereinafter.
Contractor shall pay all costs for meter and water used during construction.
Sources of construction water will be the existing onsite potable water service and fire hydrants in
vicinity of project on Harrison Street. Contractor shall furnish and install all necessary piping and
appurtenances, including pumps, necessary to convey water from Owner’s system to places of use
within the work site. Contractor shall supply an Owner approved backflow prevention device. Said
device shall be utilized with water meter when Contractor is obtaining water from the existing system.
15. CPM Progress Schedule
Contractor shall submit a Critical Path Method (CPM) analysis for construction progress control as
specified in section “Contractor Submittals Technical Specifications.”
Note that revision and resubmittal of the CPM progress schedule is required monthly.
16. Construction Staking
Contractor shall furnish all construction staking required to perform the Work. Contractor shall protect
all survey monuments and he shall pay all costs to reestablish any monuments destroyed or disturbed.
17. Salvage
Contractor shall meet with the Owner prior to removal of any material or equipment from the Lii
Station, and the Owner shall designate which equipment, piping, valves, and fittings (if any) are to be
salvaged by the Contractor. Salvage shall be delivered, unloaded, and stored by the Contractor as
directed by Owner at the Owner’s Operations Yard at 5950 El Camino Real. All other equipment and
materials removed shall be considered waste and disposed of by the Contractor.
18. Sequence of Work
A. Introduction
Project Work includes the following major components: modifications to Foxes Landing Lift
Station (Lift Station), construction of new Lift Station discharge piping and connections to the
existing force mains, construction of a control building, and replacements of the Lift Station’s
existing electrical service. Some of these project components may be constructed simultaneously; however, construction of certain project components may not commence until
other components are complete and operational. Project components which rely on the completion of other work include the modifications to the Lii Station and replacement of the
existing electrical service.
In addition, due to the close proximity of the work site to the existing Foxes Landing recreation
area, disruptive work activities must be completed during the “off-season” period for the
recreation area. The “off-season” period is between October 30, 1999 and April 30, 2000.
The following work activities shall be completed during the “off-season” period.
1) Construction of 8” gravity sewer and connection to Manhole No. 7.
2) Asphalt concrete pavement replacement and asphalt concrete
pavement overlay.
To further minimize disruption to the Foxes Landing recreation area, Contractor shall perform
asphalt concrete pavement overlay work activities on Tuesdays and Wednesdays only.
A detailed sequence of work for major project components is provided hereinafter.
B. General
1) Prior to beginning construction, Contractor shall excavate, expose, and determine
(“pothole”) the exact location and depth of each and every potential interference
including, but not limited to, all facilities shown specifically (depth and location) on
these drawings, or which have been located and marked by respective non member
companies or utilities.
All existing gravity sewers are assumed to be VCP and all existing force main piping is
assumed to be cast iron pipe (CIP). Prior to performing connection construction work,
Contractor shall verify pipe materials, diameters, and elevations, and provide
appropriate materials to complete connection construction, all based on Contractor’s
field measurements.
2) During construction, certain existing sewage conveyance facilities
must be removed from service and will require bypass of sewage to allow
modifications or connections to existing facilities.
Contractor shall have adequate bypass facilities, including pumping units (duty and
backup), electric generators, suction and discharge piping, valves, and repair fittings to
convey sewage without leakage.
Bypass facilities shall be located in a manner as to minimize the effect on traffic and
potential for sewage spill.
3) 30 days prior to installing any bypass and prior to beginning any piping connection
work, Contractor shall submit in writing his proposed schedule, method and locations
for bypassing, including equipment, to the Owner. Said schedule, method, and
locations shall be approved by Owner prior to beginning work.
Contractor shall coordinate his work with the Owner and provide the Owner with a
detailed updated schedule of activities each week.
Contractor is advised that sewage bypassing and piping connections will require after
hours and weekend work on an interim basis.
Unless otherwise specified, Contractor shall schedule his work so connections to
existing facilities are completed during Lift Station low flow periods within an eight-hour
period (between IO:00 P.M. and 6:00 A.M.). Prior to commencing any connection
work, Contractor shall have all required material and equipment onsite.
4)
5)
6)
c.
1)
2)
3)
D.
1)
2)
3)
4)
Contractor shall dewater existing piping prior to connection construction. Contractor
shall review profile of existing 12” and 16” force mains and 24” gravity sewer, and
determine extent of dewatering necessary and provide all equipment, pumps, and
piping necessary to dewater said piping and avoid sewage spill.
Sequence of work herein shall be followed by Contractor to limit the possibility of
sewage spills. Sequence of work is not intended to cover every specific item of work
necessary, and shall not relieve the Contractor from responsibility to coordinate and
perform all work in accordance with the plans and specifications.
Contractor shall be responsible for and pay all costs for any sewage spills which result
from his construction activities, including subsequent cleanup, fines and damage due
to backup into dwellings.
Contractor shall be responsible for repairing any Owner facilities or equipment
damaged as a result of his work performance. Contractor shall be responsible for
maintaining all bypass equipment and facilities, including cleaning. Cost incurred by
the Owner due to Contractor’s failure to maintain said equipment and facilities shall be
deducted from the Contract.
Any proposed modifications to the Sequence of Work protided herein shall be
submitted in writing to the Owner for approval. If approved, said modified Sequence of
Work shall be implemented by the Contractor at no additional cost to the Owner. Any
proposed modifications to the specified Sequence of Work shall reflect the necessary
changes in all other project components.
Specific Sequence of Work for Control Building
Construct concrete masonry building including, reinforced concrete
foundation, reinforced masonry walls, and concrete tile roof.
Install proposed motor control center (MCC), variable frequency
drives (VFDs), main control panel (MCP), automatic transfer switch (ATS), and
appurtenances.
Install conduit and conductors between Control Building and proposed
electrical service and new Lift Station electrical pull box.
Specific Sequence of Work for Lift Station Electrical Service
Install new electrical service panel.
Install conduit and conductors to Control Building ATS.
Install conduit to existing electrical service pad, without disrupting
existing service.
Upon completion of Lift Station Modifications, Contractor shall
coordinate with San Diego Gas and Electric (SDG&E) for switchover of existing
1201240 volt services to proposed 480 volt service. After SDG&E has removed the
existing service transformer, Contractor shall replace existing transformer pad with
new transformer pad (per SDG&E requirements), remove existing electrical service
panels and concrete foundations and complete conduit installation to new transformer
pad. SDG&E will then install new service transformer and pull conductor from
transformer to new electrical service panel and energize same.
During the electrical service switchover, sewage will be pumped by the new pumping
units. Contractor may use the Owner’s existing emergency power generator set to
furnish power to the pumping units. Contractor shall provide a backup emergency
power generator and temporary connections to the electrical switchgear in the event
the Owner’s generator malfunctions. Said backup generator shall be onsite during the
electrical service switchover and be ready for connection to the electrical switchgear.
E. Specific Seauence of Work for New Lift Station Discharne Pioina and Connection to
Existina Force Mains
Prior to commencing construction of the Lift Station Modifications,
Contractor shall install the new Lift Station discharge piping and flow meter vault. Said
discharge piping shall be installed from the Lift Station structure penetration up to, but
not including, the connection to the existing 12” and 16” force mains.
2) During construction of the Lift Station Modifications, Contractor shall construct the
connections to the existing 12” and 16” force mains.
F. Soecific Seauence of Work for Lii Station Modifications
1) General
Pumping of sewage shall not be interrupted by project construction. The Contractor
shall be responsible for necessary bypassing of the Lift Station and bear all costs for
same.
Once Lift Station normal operation is interrupted by modification of electrical service,
pumps, electrical drives, controls, or suction and discharge piping, the Lift Station shall
be considered bypassed and the responsibility of maintaining sewage pumping shall
be the Contractor’s. Contractor shall remain solely responsible for the operation of the
bypass facilities until such time as the upgraded Lift Station is in operation and said
operation is acceptable to the Owner. During construction, the Contractor shall
provide a 24 hour emergency number where he can be reached in case of a problem
at the Lift Station.
The Contractor shall schedule and perform his work to prevent interference of the
Owner’s operation of the Lift Station. Prior to bypassing the Lift Station, the Contractor
shall limit his activities to only that work which can be completed without modification
of the existing Lift Station pumping and control equipment. At all times Owner
equipment including pumps, motors, and controls shall be protected against damage
during construction and shall remain operational until the Contractor bypasses the Lift
Station. Contractor shall not be permitted to bypass the Lift Station and remove the
existing pumping units from service until delivery of new pumping units.
2) Construction
a. Prior to Lift Station Bypass
Before Lift Station Bypass may commence, the following items of work shall
be constructed:
‘3
i. Installation of 14” flanged spool, tee, and plug valve at Station 16+28+
on existing 16” force main.
ii. Construction of Control Building including installation of all electrical
panels and controls.
. . . III. Installation of new electrical service equipment (items D.1 through
D.3), except service switchover.
b. Lift Station Bypass
Contractor shall bypass Lift Station using temporary bypass pumps with
suction from existing Manhole Nos. 7 and 8, and discharging to the 16” force
main with connection of temporary bypass pumps discharge piping to force
main at Station 16+28*. Contractor shall furnish and install all necessary
pumping equipment, suction and discharge piping, fittings, and’ valves.
Contractor shall demonstrate the reliable operation of bypass facilities to
Owner’s satisfaction prior to removal of the existing Lift Station from service.
The Contractor shall perform the following work during the Lift Station Bypass:
i. Removal of existing Pumps 1, 2, and 3, including suction and
discharge piping.
ii. Removal of existing electrical panels, controls, conduit, and
conductors.
. . . III.
iv.
Removal of existing dry well and wet well ventilation systems.
Installation of new Pumps 1, 2, and 3, including suction and discharge
piping and 14” discharge header. Pressure testing of pump, suction
piping, and discharge piping.
V. Removal and disposal of remaining sewage, grit, and scum in wet
well. Pressure wash cleaning of all wet well surfaces. Application of
wet well coating systems upon completion of structure modifications.
vi. Modification of wet well, including new comminutors and relocation of
existing hydraulic drive units.
vii. Installation of new dry well and wet well ventilation systems, including
odor scrubber.
. . . VIII. Construct new dry well and wet well floor and roof hatches and
replace existing doors and door frames.
ix.
X.
Construct connections to existing 12” and 16” force mains.
Installation of new electrical equipment, lighting, conduit,
wireways, cable trays, conductors, and appurtenances.
xi. All other work which will interfere or disrupt Lift Station operation.
xii. Upon energizing new electrical service, perform start-up, field testing,
and equipment acceptance test per Specifications.
. . . XIII. Remove temporary bypass pump(s) and emergency power generator
upon Owner’s acceptance of the thirty-day test.
To minimize construction noise impacts, bypassing of the Lift Station must be
accomplished with electric motor driven pumps. Owner will allow use of
existing 240 volt, 3 phase electrical service for pumping unit power at no cost
to Contractor. Contractor shall obtain a temporary electrical service from
SDG&E for all other construction power requirements and pay all costs for
same. Contractor shall provide temporary electrical switchgear, controls,
conduit, conductors, and appurtenances as necessary for automatic operation
of the bypass pumping units. In addition, Contractor shall provide temporary
emergency standby power facilities for the bypass pumping units. Emergency
standby power facilities shall be provided with an ATS which shall
automatically start the generator set on loss of normal power and switch
pumping unit operation from normal power to emergency power.
During Lift Station Bypass, Contractor shall provide and maintain an automatic
high water level alarm, which shall be connected to the Owner’s telemetry
equipment. Contractor shall also connect pump failure and normal power
failure alarm signals to the Owner’s telemetry equipment: -.
Bypass pumping shall be controlled by level devices to automatically turn on
and off duty pump(s) and backup pump(s). Average daily flow pumped
through the Lift Station is approximately 2.0 mgd with a peak flow of 4.0 mgd.
Thus, for bypassing, Contractor shall provide portable variable speed duty
pump(s) controlled by level or constant speed duty pump(s) with a total
capacity of 3,000 gpm. Note that backup pump(s) are in addition to duty
pump(s); backup pump(s) shall also have a total capacity of 3,000 gpm.
Backup pump(s) shall be installed and connected to temporary piping system.
Backup pump(s) shall automatically start and operate upon failure of duty
pump(s).
Selection of bypass pumps to be provided shall be based on the system head
curve for operation through the existing 16” force main and Contractor’s
temporary piping. Contractor shall prepare system head curve for bypass
pumps and submit same to Owner for approval, including supporting data and
calculations.
Prior to commencing Lift Station Modification work, Contractor shall submit a
detailed written plan for bypassing the Lift Station for Owner’s approval. Plan
shall include system head curve, listing of pumps (types, capacities, power
requirements), temporary piping layout, emergency standby power facilities,
and method of operation and control.
Reliable operation of bypass facilities shall be demonstrated prior to removal
of the existing Lift Station from service. The Contractor shall be solely
responsible for operation of the bypass facilities until such time as the
modified Lift Station is in operation and said operation is acceptable to the
Owner.
‘3 617199 CMWD PROJECT NO. 98-407, CONTRACT NO. 36561 Page 78 of 86 Pages
19. Lateral Design
All equipment, its major components, anchorage parts, and bolts shall withstand stresses caused by
ground movement (seismic forces) in accordance with the requirements of the Uniform Building Code
(1997 Edition) for Seismic Zone 4, Essential Facilities. Safety factor for overturning shall be 1.51.
Calculations and anchorage details shall be prepared by State of California licensed engineer (civil or
structural) and submitted in accordance with General Mechanical and Equipment Specifications for the
following equipment:
A. Pumping units (pump and motor).
B. Odor Scrubber.
C. Emergency Generator and Double-Walled Base Tank.
D. Jib Crane
20. Location of Equipment and Ambient Environmental Conditions
All mechanical and electrical equipment shall be designed ‘to operate at the project site, which is
located directly adjacent to a saltwater lagoon. Derating and necessary oversizing to achieve
performance shall be incorporated in equipment design. The project site is at an elevation
approximately 10’ above mean sea level. Maximum design ambient temperature shall be 100°F and
minimum design ambient temperature shall be 40°F. Relative humidity may range from 10% to 95%.
Cooling of equipment will be by circulation of outside air which contains salt and dust. Equipment shall
be designed to prevent damage which could be caused by high or low ambient temperature within the
specified range, freezing, dust in the air, winds of up to 70 mph, and wet weather conditions.
Equipment shall be specifically designed to function satisfactorily under said conditions. All electrical
and mechanical equipment shall be suitable sealed.
21. Operation and Maintenance Manuals and Training
The Contractor shall provide ten (10) approved copies of detailed operations and maintenance (O&M)
manuals at least 30 days prior to startup and testing for all mechanical and electrical equipment he
furnishes. O&M manuals shall be provided for all .equipment and shall be in accordance with
requirements of “Contractors Submittals Technical Specifications.” O&M manuals shall be submitted as
shop drawings and shall be subject to approval by the Owner.
The Contractor shall cause the equipment manufacturers to provide experienced and when
applicable, factory-trained personnel, to train the Owner’s Operation and Maintenance personnel.
Training shall include review of the O&M manuals as well as a hands on training period with each
piece of equipment listed. No training shall be provided on Mondays or Fridays. The Contractor
shall provide a minimum of 14 days advance notice of training sessions. Required training and
minimum training time shall be as follows:
Eauipment Minimum Hours
Odor Scrubber 2
Centrifugal Pumps 4
Sump Pump 1
Jib Crane 2
Main Service Center 8
Variable Speed Drives 2
q b 6/7/99 CMWD PROJECT NO. 98-407, CONTRACT NO. 36561 Page 79 of 86 Pages
Comminutors 2
Instrumentation and Controls
Including System Interactions
Ventilation Equipment
4
2
The training shall be performed a minimum of 1 day after the completion of start-up. The training shall
provide the Owner’s Operation and Maintenance personnel with sufficient information on the theory,
design, operation and maintenance practices (routine monitoring, eyeing abnormal and normal
operation, troubleshooting techniques, and preventative and corrective maintenance) to ensure that
equipment and systems can be efficiently and effectively operated and maintained upon training
completion. A minimum of 10 training manuals shall be provided. A training manual on each piece of
equipment listed shall be submitted to the Engineer for approval a minimum of two weeks prior to
training. Training manuals shall include the experience and qualifications of each instructor. The
Engineer or his designee will be attending and monitoring training sessions. If any session is deemed
unacceptable by the Engineer, the contents or instructor shall be changed and the session repeated at
no cost to the Owner.
22. Lubrication
Contractor shall lubricate the bearing surfaces of all moving parts. Contractor shall be responsible to
furnish lubricants and lubricate all equipment. Contractor is referred to the lubrication requirements
specified in the General Mechanical ‘and Equipment Technical Specifications. Prior to start-up,
Contractor shall lubricate all equipment and arrange for the respective manufacturer’s service engineer
to inspect all lubrication.
23. Specified Model Numbers
All model numbers used herein are provided for information only, to assist Contractor in selecting
equipment that conforms to specifications. In case of any conflict between model numbers given
herein and the descriptive specifications or performance specified, the descriptive specifications and
performance specified shall govern.
24. Inspection Fees
Contractor shall bear all costs and fees incurred as a result of inspection services furnished by utilities
or others.
In the event the Contractor requests to work outside the stated working hours, or on holidays,
Saturdays, or Sundays, and the Owner agrees to same, the Contractor shall pay for the Inspector’s
time at the rate of $85.00 per hour.
25. Compliance With Contract Documents
Contractor shall comply with all instructions of Owner to insure compliance with the Contract
Documents, including timely completion of work each day, work site clean-up, control of traffic, and
placement of signs. If Contractor does not comply with the Contract Documents, then Owner shall
provide the required labor, materials, and equipment to perform same and shall deduct the cost from
monies otherwise due under the Contract.
q tc 6/7/99 CMWD PROJECT NO. 98-407, CONTRACT NO. 36561 Page 80 of 86 Pages
26. Geological Conditions at Work Site
A soils investigation dated May 18, 1999 by Kleinfelder, Incorporated was performed to evaluate the
surface and subsurface conditions at the site in order to provide recommendations for engineering
design. The data can be used to assist in bid preparation, but said data shall not be construed as a
warranty of the geologic conditions existing at the site. Contractor shall, therefore, satisfy himself with
regard to all geologic conditions which may affect Contract Work.
Personal investigation by Contractor is mandatory. Contractor may perform excavations on site prior
to bid opening. Contact the Owner to arrange for access to site. Neither the information contained in
the Soil Investigation nor that derived from maps, drawings, or from Owner, his agents or employees
shall act to relieve Contractor from any responsibility in fulfilling any and all of the terms and
requirements specified herein. Said report is available at Owner’s office for review by Contractors.
27. Reference Documents
The following documents are available at the Owner’s office for review by Contractor. These
documents provide information relative to existing facilities and equipment.
A. Original 1963 Construction Plans for existing Lii Station, 24” gravity sewer, and 12” force main
(Project No. l-33, Drawing No. 133-9).
B. Construction Plans for existing 16” force main (Drawing No. 133-9A).
C. Shop drawings of the existing Lift Station trailer mounted emergency standby power diesel
engine generator set.
28. Safety Requirement of Equipment Furnished by Contractor
The equipment furnished by Contractor shall comply with the applicable requirements of the Safety
Orders of the Division of Industrial Safety of the State of California. Copies of the Safety Orders as
available at the Printing Division, Documents Section, State of California, Sacramento, California
95814.
29. Joint Sealant
Joint sealant shall be a two component, premium grade, polyurethane base, elastomeric sealant.
Sealant shall be non-sag capable of &50% joint movement. Sealant shall conform to ASTM C-920 and
Federal Specification TT-S-00227E, Sikaf’lex-2C NS as manufactured by Sika Corporation, Select Seal
U-227 reservoir grade as manufactured by Select Products, or approved equal.
Surface of joint shall be thoroughly cleaned by sandblasting. A manufacturer recommended
bondbreaker tape shall be applied to the bottom of the joint. A manufacturer approved primer shall be
applied to the sides of the joint. Sealant shall be installed in joint completely filling joint with a
maximum concavity of l/8”.
30. Lift Station Wall Crack Repair
Lift Station Dry Well and Wet Well reinforced concrete wall cracks shall be filled by pressure injecting
epoxy resin adhesive. Dry Well wall cracks are visible inside the Lift Station. These cracks show
evidence of ground water intrusion. Additional wall cracks may be present in the Wet Well. Owner
shall identify the locations and limits of wall crack repairs. Contractor’s Bid shall include the repair of
50 lineal feet of wall cracks in accordance with the epoxy manufacturer’s written instructions and as
specified herein. Contractor shall assume all cracks extend through the entire wall thickness.
pfs 617199 CMWD PROJECT NO. 98-407, CONTRACT NO. 36561 Page 81 of 86 Pages
The following work shall be performed by specialty subcontractors as recommended by Select
Products, Co. or Sika Corporation. Prior to beginning any crack repair work, subcontractor shall
furnish Owner with a written letter of recommendation from an approved epoxy adhesive manufacturer
stating that the subcontractor is experienced in application of injection epoxy systems and is qualified
to complete the work required herein.
A Crack Preparation A
Crack surfaces to receive epoxy adhesive injection shall be clean, free of dirt, moisture, loose
particles, or any other contaminants, which might prevent satisfactory bond and epoxy cure.
Crack preparation shall conform to the following requirements:
(1) Sandblast and/or grind to remove laitance or any other debris from
concrete surface.
(2) Remove dust and debris from crack with high pressure air.
(3) Set surface type epoxy injection entry ports into crack. Space ports
at intervals equal to thickness of structural member.
(4) Seal crack with an approved non-sagging epoxy adhesive compound.
B. Crack lniection
(1) The approved epoxy resin adhesive shall be mixed through a
continuous mixing system which utilizes a variable rate positive displacement pump
which will pump the epoxy compound components through an automatic mixing head.
The adhesive shall be injected into the crack through successive adjacent injection
entry ports. Injection shall continue through one port until adhesive material starts to
come out of the next port. Care must be taken to inject the adhesive at such a rate
that the pressure required to inject does not exceed that pressure which the surface
seal can tolerate or which might damage the structure.
(2) Upon completion of the adhesive injection, concrete surface shall be
ground and scraped to remove entry port fittings and cap seal. The remaining surface
shall be sandblasted to restore it to pre-construction conditions.
C. Surface Seal Adhesive
(1) A non-sagging epoxy adhesive compound conforming to the
requirements of ASTM C-881 shall be used to form the crack surface seal. The non-
sagging epoxy resin adhesive shall be suitable for use on damp or wet crack surfaces
resulting from groundwater intrusion. The non-sagging epoxy adhesive compound
shall be as manufactured by Select Products Co., Sika Corporation, or approved
equal.
D. Crack Adhesive
(1) An epoxy resin adhesive suitable for pressure injection of cracks in
structural concrete and conforming to the requirements of ASTM C-881 shall be used
to structurally bond the concrete crack surfaces. The epoxy resin adhesive shall be
suitable for use on damp or wet crack surfaces resulting from groundwater intrusion.
The epoxy resin adhesive shall be as manufactured by Select Products Co., Sika
Corporation, or approved equal.
‘3 6/7/99 CMWD PROJECT NO. 98-407. CONTRACT NO. 36561 Page 82 of 86 Pages
31. Emergency Standby Diesel Engine Generator Set
A. Modifications to Existina Portable Emeroencv Standbv Diesel Enaine Generator Set
An existing portable emergency standby diesel engine generator set is located adjacent to the Lift
Station structure and currently provides emergency power to the Lift Station upon loss of nom-ral
power. Contractor shall convert the existing portable unit to a stationary, concrete pad mounted
unit.
The existing portable generator unit consists of a Kohler Model 135ROZJ standby diesel engine
generator set (Serial No. 380360) dual axle trailer with integral 175 gallon fuel tank, and
generator set sound attenuated enclosure. The existing portable generator unit was fabricated by
Bay City Electric Works, Inc., 3375 Hancock St., San Diego, CA (telephone no. 619-298-6193).
Shop drawings of existing portable generator unit are available for review at the Owner’s office.
Contractor shall modify the existing portable unit as follows:
1) Remove sound attenuated enclosure and generator set from trailer. Salvage
trailer and integral fuel tank for Owner; deliver to Owner’s MaintenanceYard.
2) Reconnect the generator set voltage from 120/24OV to 277148OV.
3) Replace existing 400A generator set circuit breaker with new 300A circuit
breaker. Salvage existing 400A circuit breaker for Owner.
4) Add “Low Fuel Level” and “Fuel Tank Rupture” alarm relays to generator set
control panel. Add “Common Alarm” relay to generator set control panel for all generator
set alarms, including fuel tank alarms.
5) Attach generator set and sound attenuated enclosure to new double walled fuel
storage tank per generator set manufacturer’s recommendations. Fuel storage tank shall
be provided as specified hereinafter.
6) Provide conduit and conductors for battery charger, jacket water heater, fuel
tank alarms (low fuel level and tank rupture), and generator set control panel. Provide
wmmon NEMA 4X junction box attached to inside of generator set support frame for
conduit. Locate junction box above conduit stub-up area at main circuit breaker box.
Conduit shall be a combination of PVC coated rigid steel conduit and liquid-tight flexible
metallic conduit. Provide rigid conduit for horizontal runs and flexible liquid-tight conduit
for attachment to equipmentlcomponentsand connection to conduit stubbed-up through
concrete pad. Attach conduit to generator set frame with hot dipped galvanized conduit
clamps.
7) Anchor assembled generator set, enclosure, and fuel tank to concrete pad as
shown on Drawings and specified hereinafter.
8) Fill base tank with diesel fuel, perform generator set start up, and load test the
standby power generating system for two (2) hours. Generator shall be load tested at
25%, 50%, 75% and 100% of full load. Generator shall be operated for 30 minutes at
each load interval.
‘“j 6/7/99 CMWD PROJECT NO. 98-407, CONTRACT NO. 36561 Page 83 of 86 Pages
B. Double Walled Fuel Storaae Tank
Contractor shall provide a U.L. 142 listed double walled, base mounted fuel storage tank. The
double walled fuel storage tank shall be constructed of corrosion resistant aluminized steel and
shall be provided with over-fill protection and tank rupture and low fuel level alarms. The fuel
storage tank, as installed, shall meet all local and regional requirements for above ground diesel . storage tanks.
The base mounted fuel storage tank shall contain: drain, baffles, vent, fuel gauge, and outside
filler tube with locking cap. The dimensions of the tank outer support frame shall match the
existing sound attenuated enclosure with framework designed for mounting both generator set
and enclosure. Tank and support frame shall be of all welded construction stiffened as
necessary to support operating loads of generator unit and enclosure. Fuel tank capacity shall
not be less than 175 gallons. The fuel tank location shall not encroach upon the required
electrical stub-up area directly beneath the generator set main circuit breaker box for electrical
connections to circuit breaker, control panel, battery charger, and jacket water heater.
Engine supply and return fuel lines shall be schedule 40 black pipe with
flexible fuel hose with stainless steel wrapping to facilitate component movement
during operation. .-
-.
C. Anchoraae
Fuel tank manufacturer shall design tank anchorage for both operating loads
and lateral loads (reference Section 18 herein). Vibration isolators shall be provided
in accordance with generator set manufacturer’s recommendations.
32. Bubbler System Components
Bubbler system components as shown on the Drawings and as specified herein shall be installed in the
Control Building Bubbler Panel:
A. Pump Controller
Pump Controller shall be capable of operating up to three (3) variable speed pumping units.
Pump Controller shall be microprocessor based with integral bubbler system pressure transducer
and digital wet well level display. Pump Controller shall be Varimac 3300 as manufactured by
Fluid Solutions, Inc., to match Owner’s existing equipment (no substitutes allowed).
Pump Controller shall be door mounted (flush) in Bubbler Panel. Pump Controller shall be
provided with 120 VAC power via Control Building Lighting Panel. Input power to Pump
Controller shall be fused (lA, fast acting) and provided with surge protection against transient
voltages, including lightning strikes. Surge suppressor shall be U.L. listed and as recommended
by Controller manufacturer.
Pump Controller shall be programmed to start lead pump and accelerate to minimum speed
when wet well level reaches start set point. As wet well level continues to rise, Controller shall
increase pump speed until maximum speed is reached. If wet well level continues to rise,
Controller shall start lag pump at the lag start set point and at the same time ramp the speed of
the lead pump down as the speed of the lag pump is ramped up. After a selectable ramp period,
both the lead pump and lag pump shall be at the same speed. As the wet well level continues to rise, Controller shall increase the speed of both pumps to meet the increased demand. If both
@s b 6/7/99 CMWD PROJECT NO. 98-407, CONTRACT NO. 36561 Page 84 of 86 Pages
pumps reach maximum speed and the level continues to rise, Controller shall start the standby
pump and ramp its speed up while ramping the lead and lag pumps down until all pumps are at
the same speed. As the wet well level continues to rise, Controller shall increase speed of all
three pumps to meet the increased demand. On falling wet well level, the pump control
methodology shall be reversed.
B. Air Flow Meter and Meterina Valve
Air flow meter and metering valve as manufactured by Dwyer, Fischer & Porter, or equal shall be
provided with manual control knob for adjusting air flow via a needle valve, and have a calibrated
rate of flow indicated by ball float in relation to 4” long scale. Range shall be 1 to 10 cubic feet per
hour. Ball float, metering valve, and end wnnectionsshall be stainless steel.
C. Combination Air Filter/Pressure Reoulator
One combination air filter and pressure regulator shall be provided with adjustable pressure
setting of 0 to 25 psi and 10 micron filter, pressure gauge, and automatic drip trap.
D. Bubbler Compressors
Two new compressors shall be furnished and installed in the Bubbler Panel. Existing compressor
presently in service shall be salvaged for a spare for Owner. The new compressors shall be
Model LGH-210 as manufactured by Thomas Industries, Inc. to match existing District
equipment.
Compressor shall be single stage oil-less, piston type mounted on two gallon capacity horizontal
air receiver with intake air filter, pressure gauge, tank drain with valve, shutoff valve on discharge,
and adjustable differential pressure switch for automatic start/stop of 116 horsepower motor
suitable for 120 volt single phase 60 Hertz power. Compressor shall be provided with power
cord. Compressor shall be 100 psi rated delivering 1.25 SCFM at 0 psi and 0.68 SCFM at 50 psi.
Compressor adjustable pressure switch shall be set as shown on the Drawings for lead and
standby operation.
E. Wet Well Level Gauqe
Wet well level gauge shall be minimum 3” in diameter pneumatic type manufactured by
Marshalltown, Marsh, Aschroft, or equal. Gauge shall be master gauge type surface mounted in
the Bubbler Panel door and calibrated 0 to 150” of water column.
F. Pressure Switch
Pressure switch for low pressure shall be manufactured by Allen Bradley, or equal.
G. Piping and Valves
Piping between compressors shall be furnished and installed as shown on schematic diagram
suitable to provide automatic compressor backup, compressor isolation, and manual bubbler tube
purge. Unless noted otherwise, piping shall be 316 stainless steel tubing with 316 stainless steel
threaded compression connectors and fittings; shutoff valves shall be stainless steel ball valves;
and solenoid valves shall be manufactured by ASCO, or equal.
H. Mounting
Bubbler system piping, valves, and components shall be mounted in a NEMA 12 enclosure.
NEMA 12 enclosure shall have a maximum width of 36” and shall be provided with back panel
‘r8 617199 CMWD PROJECT NO. 98-407, CONTRACT NO. 36561 Page 85 of 86 Pages
and padlockable door handle. Air compressors shall be mounted to the bottom of the panel.
Pump Controller and Wet Well Level Gauge shall be mounted to the door of the panel. All
remaining components shall be mounted to the back panel. Bubbler Panel shall be mounted to
the Control Building wall with Unistrut supports as shown on the Drawings.
33. Dehumidifier
Control Building dehumidifier shall be Whirlpool Model AD0302X (t3rainger Stock No. 4E403).
Unit shall be portable and operate on 115V, 60hz power. Dehumidifier drain shall be piped to the
Control Building drain line as shown on the Drawings.
34. Comminutor Hydraulic Drive Fiberglass Housing
Hydraulic Drive Units for Comminutors 1 and 2 shall be covered with a weather-tight; fully
insulated, corrosion-resistant fiberglass housing. The housing shall be 5-O” wide by S-O” long by
3’-6” high and molded in one piece. The housing shall have a gabled roof (1:12 pitch) and be
constructed of l/8” (min.) thick flat fiberglass reinforced polyester skins laminated to a
polyurethane foam core (1” minimum thickness) on both sides. Exterior gel coat of housing shall
be pigmented and provided with an inhibitor to prevent ultraviolet light degradation. Gel coat color
shall be as selected by Owner.
Molded as an integral part of the walls along the bottom edge shall be a 4” flange of 3116”
min. thickness. The bottom flange shall be provided with a l/4” thick full contact neoprene gasket.
Gasket shall be permanently attached to bottom flange. Housing shall be bolted to a concrete
slab along one side only (back side) with 316 stainless steel wedge anchors. Housing shall be
provided with a continuous stainless steel hinge along bolted flange which shall allow cover to be
fully opened and held at 90” from top of slab. Housing shall be provided with front lift handle,
padlockable hasp, and hold open bars on each side. All hardware shall be 316 stainless steel.
‘3 6l7199 CMWD PROJECT NO. 98-407, CONTRACT NO. 36561 Page 86 of 86 Pages
APPENDIX A
RESOURCE AGENCY AND JURISDICTIONAL AGENCY
PERMITS
To: County Clerk From: CITY OF C+SBAD
County of San Diego Planning Department
Mailstop 833, Attn: Mita 2075 Las Palmas Drive
PO Box 1750 Carlsbad CA 92009
San Diego CA 92 112 .(760)43&1161
Subject: Filing of this N&ice of Exemption is in compliance with Section 21152b of the Public
Resources Code (California Environmental Quality Act).
Project Title: Foxes Landing Sewer J.ift Station Uperade - CUP 99 w 10
Project Location - Specific: North of Aeua Hedionda Laeo&. east of I-5. near the southem
terminus of Harrison Street. on a Dortion of assessors Darcel number 206-120-36
Project Location - City: Carlsbad Project Location - County: San Dieeo
Description of Project: Ubaades to existine sewer lift station and construction of a new 14 foot
bieh. 196 sauare foot oueraGons/control structure: and reulacement of a 14 inch sewer line that extends westward from the Foxes landing sewer station underneath the I-5 fkewav.--A ..
Name of Public Agency Approving Project: Citv of Carlsbad
Name of Person or Agency Carrying Out Project: Citv of Carlsbad - Water District
Exempt Status: (Check One)
cl Ministexial (Section 2 108O(b)( 1); 15268);
cl
Cl
Declared Emergency (Section 21080(b)(3); 15269(a));
Emergency Project (Section 2 1080(b)(4); 15269 (b)(c));
lzl Categorical Exemption - State type and section number: Clas s 1 and Class 3
cl Statutory Exemptions - State code number:
Reasons why project is exempt: Al~eration/um?rade of existine Dubliclv owned sewerage
facihtv (Class 1): New construction of small structure and installation of WuiDment (Class 3)
Lead Agency Contact Person: Eric Munoz Telephone: (7601438-l 161. ext. 4441
R/s4 I , Date
IZJ
III
Signed by Lead Agency
Signed by ‘Applicant .
Revised October 1989
CALIFORNIA COASTAL COMMISSION PERMIT
CALIFORNIA COASTAL COMMISSION SAN MEW AREA
-‘~1cMuMoDELRK)NO#TH.summ
MEGO, CA 92104.178
,,I#) 5214036
EXEMPTIONWR
DATE: December 9.1999
. ..- -
:t \t! !;;.., _. . :,: :
‘. .
. :
:. w3@ . . :r I : .
NAME: Carlsbad Municioal Water District ,.. *
Randv Klaahsen Attn:
5950 El Camino Real
Carlsbad, CA 92008
:.
LOCATION: 520 Harrison Street. Carlsbad. San Dieeo Countv. APN 206-120-36
PROJECT: Reoair and maintenance of an existing below-mound sewer lift station
including the relocation of a below-mound electrical control Dane1 above around in a 196
sa.ft. oocrations and control building. Also Drooosed is installation of an 8’ x 8’ meter
vault below mound.
This is to certify that this location and/or proposed project has been reviewed by the staff
of the Coastal Commission. A coastal development permit is not necessary for the
reasons checked below.
q The site is not located within the coastal zone as established by the California Coastal
Act of 1976, as amended.
0 The proposed development is included in Categorical Exclusion No.
adopted by the California Coastal Commission.
0 The proposed development is judged to be repair or maintenance activity not resulting in an addition to or enlargement or expansion of the object of such activities (Section
30610(d) of the Coastal Act).
q The proposed development is an improvement to an existing single-family residence
(Section 30610(a) of the Coastal Act) and not located in the area between the sea and.
the fust public road or within 300 feet of the inland extent of any beach (whichever is
greater) (Section 13250(b)(4) of the 14 Cal. Admin. Code.
0 The proposed development is an improvement to an existing single-family residence
and is located in the area between the sea and the first public road or within 300 feet
of the inland extent of any beach (whichever is greater) but is not a) an increase of
10% or more of internal floor area, b) an increase in height over lo%, or c) a
significant non-attached structure (Sections 30610(a) of the Coastal Act and Section
13250(b)(4) of Administrative Regulations).
(over)
Page 2
0 The proposed development is an interior modification to an existing use with no
change in the density or intensity of use (Section 30106 of the Coastal Act).
0 The proposed development involves the installation, testing and placement in service
of a necessary utility connection between an existing service facility and development
approved in accordance with coastal development permit requirements, pursuant to
Coastal Act Section 30610(f).
q The proposed development is an improvement to a structure other than a single-
family residence or public works facility and is not subject to a permit requirement
(Section 13253 of Administrative Regulations).
0 The proposed development is the rebuilding of a structure, other than a public works
facility, destroyed by natural disaster. The replacement conforms to all of the
requirements of Coastal Act Section 30610(g)..
q Other: The proposed development is exempt pursuant to Section II.B.4. of the
Commission’s Interpretive Guidelines on Exclusions from Permit Requirements.
Specifically, the proposed development will not result in: alteration of service
capacity, installation of new or increased servivce to development, placement of
additional facilities below ground (other than for a meter vault as described above),
construction of new roads to the site, removal of major vegetation or grading of an
area of greater than 500 sq.ft.
Please be advised that only the project described above is exempt from the permit * requirements of the Coastal Act. Any change in the above project may cause it to lose its
exempt status. This certification is based on information provided by the recipient of this
letter. If, at a later date, this information is found to be incorrect or incomplete, this letter
will become invalid, and any development occurring at that time must cease until a
coastal development permit is obtained.
Truly yours,
APPENDIX B
TECHNICAL SPECIFICATIONS
CONTRACTOR SUBMCITALS
TECJ3NICAL SPECIFICATIONS
PART 1 - GENERAL
1.01 Description
This Section covers requirements for submittals and forms a part of all other Sections in which
submittals are specified or required.
A. Submittal Reauirements Included in this Section
1. Contractor’s Construction Schedule
2. Shop Drawings
3. Material Samples
4. Operation and Maintenance Manuals
5. Requests for Substitutions or Equals
6. Record Drawings -
1.02 CPM Progress Schedule
A. Within thirty (30) days of Notice of Award, Contractor shall submit a Critical Path Method (CPM) analysis for construction progress control, prepared on 11 inch x 17 inch
charts. All construction activities and procurement shall be indicated in a time scaled
format and a calendar shall be shown on all sheets along the entire sheet length. Each
activity arrow or node shall be plotted so that the beginning and ending dates of said
activity can be determined graphically by comparison with the calendar scale. All activities shall be shown using the symbols that clearly distinguish between critical path
activities, non-critical activities, and free float for each non-critical activity. All non-
critical path activities shah show estimated performance time and free float time in
scaled form.
B. The duration estimate indicated for each activity shall be computed in working days and
shall be shown on the construction schedule in calendar days. It shall represent the
single best estimate considering the scope of the work and resources planned for the
activity. Except for certain non-labor activities, such as curing concrete or delivering
materials, activity duration shall not exceed ten (IO) working days (fourteen (14)
calendar days), nor be less than one (1) working day unless otherwise accepted by
Owner.
C. Contractor shall revise and resubmit the CPM progress schedule monthly, flagging all
slippages and missed mile posts. Contractor shall attach a narrative description of
proposed corrective actions to the resubmitted CPM progress schedule, including the
following minimum information for each activity and critical path item:
1. Date of initial shop drawing submittal, as applicable. 2. Engineers time for review of shop drawings.
3. Ordering dates for long lead time items.
4. Dates for materials on site. 5. Early start work dates.
9910/860-l 0 Krieger & Stewart, Incorporated, 1999 Contractor Submittals-l
6. Early finish work dates.
7. Late start work dates.
8. Late finish work dates.
9. Date of initial submittal of operation and maintenance manuals.
10. Date of final submittal of operation and maintenance manuals.
11. Testing and clean up.
12. Final completion.
Contractor shall modify any portions of the construction schedule that become infeasible
due to activities behind schedule or for any other valid reason. Any activity that cannot be completed by its original latest completion date shall be deemed to be behind
schedule.
D. The CPM progress schedule must be reviewed and approved by Owner before the
monthly progress payment is made.
1.03 Shop Drawing Submittal
A. Unless otherwise specified in the Contract Documents, Contractor shall furnish for all
equipment and materials to be furnished and installed for the project at least seven (7)
copies of each shop drawing for Owner’s review and approval. Four (4) copies will be
retained for Owner’s use, and three (3) copies will be returned to Contractor.
The term “Shop Drawings” as used herein shall be understood to include all data
covering all equipment, equipment components, fabricated materials, and furnished
materials.
Data shall include, but shall not be limited to, design calculations, equipment drawings,
fabrication and installation drawings, erection drawings, mix designs, operating
,instructions, catalog sheets, data sheets, lists, graphs, and similar items. Data shall
demonstrate compliance with the Contract Documents.
Contractor shall submit shop drawings in a timely mmer. Contractor shall allow
sufficient time for Owner’s review and approval of shop drawings. Contractor shall be
responsible for any project delays resulting from late submittal of initial shop drawings or resubmittal of corrected or revised shop drawings.
B. Method of Submittal
Contractor shall deliver shop drawings submittals by means of dated, signed, and
sequence numbered transmittals on Contractor’s letterhead. Contractor shall clearly
describe the submittal contents, identifying whether initial or subsequent submittals and
stating the drawing numbers and specification sections, articles, and paragraphs to which
the shop drawings pertain. All data sheets, catalog cuts, or drawings showing more than
the particular item under consideration shall be marked to delete all but the applicable
information.
C. Deviations or Exceotions from Contract Documents
Where proposed equipment or materials, equipment components, equipment functions, or equipment operations deviate from the specifications and whenever exceptions to the
9910/860-l
@ Krieger & Stewart, Incorporated, 1999 Contractor Submittals-2
specifications are taken, it shall be clearly noted on the shop drawing submittals. Deviations shall include references to the specific sections, parts, and paragraphs or
drawing numbers and notes for which the deviations or exceptions are made.
D. Contractor’s Review
All shop drawing submittals shall be carefully reviewed by Contractor prior to
submission to Owner. Contractor shall indicate by a signed and dated stamp on the
submittal that Contractor has checked the shop drawings as being correct and in strict
conformance with the Contract Documents. Shop drawings not so reviewed by
Contractor may be returned without action taken by Owner, and any delays caused thereby shall be the responsibility of the Contractor.
E. Owner’s Review
1. Owner’s review of the shop drawings submitted by Contractor will cover only
general confoxmity to the Contract Documents. The review of shop drawings
shall not relieve Contractor of full responsibility for any deviation from the
requirements of the Contract Documents. As specified above, deviations or
exceptions to the Contract Documents shall be clearly indicated on the shop
drawings. Contractor shall be responsible for any errors or omissions in the
shop drawings or for the accuracy of dimensions, quantities, and the design of
adequate connections and details.
2. Unless specified elsewhere, Owner will return three (3) sets of shop drawing
submittals to Contractor with his comments noted thereon, within thirty (30)
working days following their receipt by Owner. It is expected that Contractor
shall prepare his submittals in such a manner that he is able to obtain a complete
and acceptable submittal by the second submission. Owner reserves the right to
deduct monies from the amounts due to Contractor to cover the cost of the
Owner’s review beyond the second submission.
F. Corrections and Resubmittals
Contractor shall make all required corrections and shall resubmit the required number of
corrected shop drawings until found in general conformance with the Contract
Documents and design concept of the project. No work which requires shop drawing
submittals shall be purchased or commenced until the pertinent shop drawings have been
submitted, reviewed, and approved.
1.04 Material Samples Submitted
A. General
Whenever in the Contract Documents material samples are required, Contractor shall
submit to Owner not less than two (2) samples of each such item for review and
approval, all at no additional cost to Owner. Upon receiving approval by Owner, one (1)
set of the samples will be stamped and dated by Owner and returned to Contractor, and
one (1) set of samples shall remain at the job site until completion of the work.
9910/860-l Contractor Submittals-3 0 Krieger & Stewart, Incorporated, 1999
-.
B.
C.
D.
Delivm
Samples, as required herein, shall be submitted for approval at least thirty (30) days prior
to ordering such material for delivery to the jobsite.
Jdentification
Contractor shall label or tag each sample, or set of samples, identifying the
manufacturer’s name and address, brand name, catalog number, project title, and
intended use.
Colors. Patterns. and Textures
For items required to be of selected colors, patterns, textures, or other finish, Contractor
shall submit sufficient samples to show the range of shades, values, patterns, textures, or
other features corresponding to the instructions and requirements specified.
1.05 Operation and Maintenance Manuals
A. Contractor shall provide to Owner ten (10) sets of detailed operation and maintenance
(O&M) manuals for all mechanical and electrical equipment furnished. Each set shall consist of one (1) or more volumes, each volume shall be bound in a standard size, 3-
ring, loose leaf, vinyl plastic hard cover binder suitable for bookshelf storage. Binder
ring size shall not exceed 2.5 inches. Binder(s) shall be provided with the following
identification inscribed on the cover(s): “Owner’s name, project name, Equipment
Operation and Maintenance Manual, Volume No.” Each volume shall have a table of
contents which indicates all equipment in the O&h4 manual and tabbed divider sheets
placed before each section. The O&M manuals shall include (but not be limited to) the
following information:
Installation and Oneration
1. Installation instruction
2. Design Capabilities
3. Operating Parameters and recommended ranges
4. Specific equipment installed, Model No., Serial No., etc.
5. General literature
6. Start-up procedures
7. Operating procedures (manual or automatic mode of operation)
8. Special problems or precautions and emergency procedures
9. Safety provisions and precautions
Maintenance
1. Assembly, Disassembly, and Reassembly
2. Parts list including drawings (exploded view of equipment) 3. Lubrication type and schedule
4. Preventative maintenance procedures and schedule
5. Recommended replacement parts inventory 6. Details of calibration and adjustment
7. Wiring diagrams (as installed)
9910/860-l 0 Krieger & Stewart, Incorporated, 1999 Contractor Submittals4
8. Completed maintenance card
9. Equipment warranties
10. Name, address, and phone number of manufacturer
11. Name, address, and phone number of nearest parts distributor and repair center
B. All O&M manuals shall be submitted to Owner in final form not later than thirty (30)
days before startup; all deficiencies contained therein shall be corrected by Contractor
within twenty (20) days from the date of written notification by Owner.
1.06 Requests for Substitutions .
A. Any reference in the Contract Documents to any item of equipment or material, by
manufacturer’s name, make, or other proprietary identification is intended to establish
the type, function, and quality required. If the manufacturer’s name is followed by the
words “or equal” or “or approved equal”, indicating that a substitution is permitted, such
items of equipment or materials manufactured by others may be substituted provided
sufficient information is submitted by the Contractor to allow the Owner to determine
that such items of equipment or materials are equivalent to those named in the Contract
Documents, subject to the following requirements: -
1. Contractor shall demonstrate equality as to type, function, and quality of each
substitute item of equipment or material. Owner shall be the sole judge as to equality; Owner’s decision shall be fmal.
2. Contractor shall within 35 days after award of contract make written application
to Owner to furnish or use a substitute item of equipment or material.
3. Contractor shall provide Owner with all requested data in order to evaluate
proposed substitution.
4. Acceptance by the Owner of a substitute item shall not relieve Contractor of the
responsibility for full compliance with the Contract Documents and for
adequacy of the substitute item. Contractor shall be responsible for any changes
and costs which may be required for substitutions.
5. Owner shall be allowed a reasonable time in which to evaluate each proposed
substitute. Owner will record the period of time required to evaluate
substitutions; Contractor shall reimburse Owner for charges whether or not the
proposed substitute is accepted.
1.07 Record Drawing Submittal
A. Contractor shall keep and maintain at the jobsite one (1) set of record drawings.
Contractor shall mark on drawings all changes in project conditions, locations,
configurations, and any deviations which may vary from the details represented on the
original Contract Drawings, including, but not limited to, buried or concealed
construction and utility features which are revealed during the course of construction.
Contractor shall record the horizontal and vertical location of all buried utilities that
differ from the locations indicated, or which were not indicated on the Contract Drawings.
9910/860-l Contractor Submittals-5 0 Krieger & Stewart, Incorporated, 1999
Said record drawings shall be supplemented by detailed sketches as necessary to indicate
the work actually constructed. These master record drawings of Contractor’s
representation of as-built conditions, including all revisions made necessary by addenda,
change orders, and the like, shall be maintained up-to-date during the progress of the
work. Record drawings shall be accessible to Owner at all times during the construction
period and shah be delivered to Owner upon completion of the work.
B. Payments pursuant to partial payment will not be made if the record drawings are not
kept current, and if the record drawings, showing all variations between the work as
actually constructed and as originally shown on the Contract Drawings or other Contract
Documents, have not been inspected by Owner.
C. Final payment will not be acted upon until Contractor has prepared and delivered
complete, current record drawings to Owner. Said record drawings which must reflect
all completed work, may be in the form of a set of prints with carefully plotted
information overlaid in colored pencil.
9910/860-l Contractor Submittals-6 0 Krieger & Stewart, Incorporated, 1999
GENERALMECiHAHICALANDEQUIPMENT
TECHNXCAL SPECIFICATIONS
PART 1 - GENERAL
1.01 Description
A. These General Mechanical and Equipment Specifications, which apply to all systems and
equipment unless specified otherwise in the equipment Technical Specifications or on the
Drawings, are hereby made a part of each and all of the separate Sections of this Specification. Contractor shall direct the attention of all subcontractors and suppliers of
mechanical and related appurtenances to the provisions of the Contract Documents and
this Section.
B. The Contractor shall provide all tools, supplies, materials, equipment, and all labor
necessary for the furnishing, construction, installation, testing, and operation of all equipment and appurtenant work, complete and operable, all in accordance with the
requirements of the Contract Documents. -
1.02 SubmithIs
A. Shon Drawines.The Contractor shall furnish complete shop drawings for all equipment
specified in the various Sections of the specifications and the Construction Drawings,
together with all piping, valves, and controls for review by the Owner in accordance with
Contractor Submittals Technical Specifications.
B. Lateral Design Data. Submit with the shop drawings, details of constructions, and
method of attachment for all manufactured products showing compliance with Paragraph
3.04, “Lateral Design and Restraint”. Where specified in the Special Requirements or
Special Construction Provisions for certain equipment, calculations and details signed by
a Professional Engineer who has demonstrated proficiency in Structural Engineering or
Civil Engineering and is registered in the State of California shall be submitted. The
calculations shall be performed specifically for this project, during the time frame of the
project and be dated by the Engineer performing them.
C. Tools. The Contractor shah supply one complete set of special wrenches or other
special tools necessary for the assembly, adjustment, and dismantling of the equipment.
All tools shall be of best quality hardened steel forgings with bright, finished heads and
with work faces dressed to fit nuts. The set of tools shall be neatly mounted in a labeled
tool box of suitable design provided with a hinged cover.
D. pDeration and Maintenance Manuals. Prepare and submit manuals covering all
mechanical equipment and machinery and its electrical components in accordance with
Contractor Submittals Technical Specifications.
E. Manufacturer’s Certified Reoorts. Each equipment manufacturer, or his authorized
representative, shall submit a written report stating that equipment is ready for start-up
and interim operation, and a subsequent written report certif$ng that the equipment has been properly installed, lubricated, aligned, started-up, tested, adjusted, and operated
over the equipment range (full to minimum load, speed, range); the equipment is free
from any undue stress imposed by connecting piping or anchor bolts, and is ready for
9909/860-l
0 Krieger & Stewart, Incorporated, 1999
Mechanical and Equipment-l
operation by the Owner; equipment is safe to operate and that the equipment is fully
covered under the terms of the guarantee. Note that interim operation of equipment may
be necessary to provide required treatment or suitable plant operation.
F. Contractor’s Certification Reoorts . Contractor shall submit a written certification
along with the manufacturer’s certification for start-up and interim operation that he has
examined subject equipment and confirms that it is ready for start-up and interim
operation and is safe to operate.
Contractor shall submit written certification for relocated, modified, temporarily installed
Owner’s equipment or Contractor furnished equipment that has been installed for interim
operation by the Owner stating that said equipment has been started-up, is ready for
operation and is safe to operate.
G. L'ftinnq. Each man~cturer shall provide details for proper
liking of equipment and materials during unloading, handling, and installation. Means of
lifting equipment shall not impose any undue stress to the equipment. Contractor shall
strictly adhere to said manufacturers recommendations.
H. Storage Reauirements. Each manufacturer shall provide details and storage of
equipment and materials for protection under the specific conditions of the project site,
such as rain, snow, freezing, windy, wind blown sand, high temperatures, direct sunlight,
etc.
1.03 Quality
A. Factorv Insoection. The Owner or its representative may inspect fabricated
equipment at the factory without cost to Contractor. The Contractor shall notify the
Owner in suffkient time so that factory inspection can be arranged. Factory inspection
will be made after manufacturer has performed satisfactory checks, adjustments, tests
and operations. Approval of equipment at the factory only allows the manufacturer to
ship the quipment to the site, and does not constitute final acceptance by the Owner.
B. Standard of Ouality. Items of equipment are specified by performance and by name
of a manufacturer for the purpose of establishing a standard of quality and acceptable
experience. Where “or equal” or “approved equal” is specified Substitute equipment will
be acceptable if it can be demonstrated to the Owner that the substitute is in strict
accordance with the Specifications and equal in quality to those models specifically
named. Substitutions shall be submitted in accordance with Contractor Submittals
Technical Specifications. Manufacturers specified have been determined by the Owner
to meet or exceed the minimum acceptable standard for the designated equipment;
however, manufacturer’s standard model may require optional equipment, upgrade or
modification to meet the intent and requirements of the specifications. All mechanical
equipment furnished under this Specification shall be new and of current design.
C. Manufacturer’s Exnerience. Unless specifically named in the detailed Specifications, a manufacturer shall have furnished equipment of the type and size specified which has
demonstrated successful operation and is in regular use.
9909/860-l Mechanical and Equipment-2 0 Kriqer & Stewart, Incorporated, 1999
D. Field Insnection. Start-uu. and Adiustment. The Contractor shall demonstrate that
all equipment meets the specified performance rquirements. Contractor shall provide
the services of an experienced, competent, and author&d service representative of the
manufacturer of each item of major equipment who shall visit the site of Work to
perform the following tasks:
1. Assist the Contractor in the installation of the equipment.
2. To inspect, check, adjust if necessary and approve the equipment installation.
3. To start-up and field-test the quipment for proper operation, efficiency, and
capacity and to assure that equipment is ready and safe to operate.
4. To perform necessary field adjustment during the test period until the equipment
installation and operation are satisfactory to the Owner.
5. To instruct the Owner’s persormel in the operation and maintenance of the
equipment. Instruction shall include step-by-step trouble shooting procedures
with all necessary test equipment -
E. Costs. The costs of all inspection, start-up, testing, adjustment, and instruction work
performed by said factory-trained representatives shall be borne by the Contractor.
When available, the Owner’s operating personnel will provide assistance in the field
testing.
1.04 Equipment
A. GCTlCd. All equipment furnished shall be complete, ready for installation and
operation. All bolts, nuts, washers, mounting plates, bed plates, bases, anchor bolts and
other miscellaneous items necessary to form a complete, installed, operational system
shall be furnished whether specifically specified or not.
B. Conditions of Service. All equipment shall be capable of operating over the full range
specified under the project site environmental conditions including altitude, temperature,
relative humidity, freezing, or windy condition as shown on the Drawings or specified in
the Special Requirements.
C. AdaDtation of Eouiument. No responsibility for alteration of a planned structure to accommodate substitute equipment will be assumed by the Owner. Equipment which
requires alteration of the structures will be considered only if the Contractor assumes all
responsibility for making and coordinating all necessary alterations. All revisions to
structures, mechanical, electrical, or other work made nec.essary by such substitution
shall be approved by the Owner and the cost of said revisions, including cost of redesign,
shall be made at the Contractor’s expense.
D. Motors.Ratings specified and/or shown for the proposed equipment are in accordance
with the best information available to the Owner. In the event any equipment item
proposed by the Contractor should require motors with larger horsepower rating than
indicated on Electrical Drawings, it shall be the Contractor’s responsibility to provide the
proper control equipment, required modifications to motor control centers, starting
equipment, feeder and branch circuits, and accessories as required to make the
9909/860-l
0 Krieger & Stewart, Incorporated, 1999 Mechanical and Equipment-3
installation comply with the electrical code and to prevent excessive voltage drop without
added cost to the Owner.
E. Match Eauinment and Driver. Equipment shall be matched such that the motor rating
meets or exceeds the driven equipment requirements (over its full operating range) and
the motor controller, switchgear, variable speed drive, etc. meets or exceeds the motor
requirements. Where the motor controller or variable speed drive will induce additional
heat or otherwise cause derating of the motor, the motor shall be oversized accordingly.
F. Existing Eauinment. Where equipment to be furnished is installed in an existing
enclosure or adjacent to existing equipment, the Contractor shall field check the
dimensions of existing equipment, location of conduits, etc., and shall familiarize himself
with all existing conditions and difficulties to be encountered in performing such work.
1.05 Guarantee and Warranties
The Contractor shall guarantee all equipment in accordance with the conditions of the Contract
Documents and as specified in the Contract Appendix or Special Provisions. In addition to the
general guarantee requirements, equipment guarantee shall cover faulty or inadequate design;
improper assembly or erection; defective workmanship or materials; and leakage, breakage, or
other failure. For equipment bearing a manufacturer’s warranty in excess of one (1) year, furnish
a copy of the wan-anty to Owner with Owner named as beneficiary.
PART 2 - PRODUCTS
2.01 General Requirements
A. Materials and Workmanshin. All equipment furnished shall be new and guaranteed
free from defects in materials, design, and workmanship. It shall be the manufacturer’s
responsibility to ascertain the conditions and service under which the equipment will
operate and to warrant that operation under those conditions shall be successful. All
parts of the equipment shall be amply proportioned for all stresses that may occur during
fabrication, erection, and intermittent or continuous operation,
B. Standards. All equipment shall be designed, fabricated, and assembled in
accordance with the best modem engineering and shop practice. Individual parts shall be
manufactured to standard sixes and gages so that repair parts, furnished at any time, can
be installed in the field. Like parts of’ duplicate units shall be interchangeable.
Equipment shall not have been in service at any time prior to delivery, except as required
by tests. Materials shall be suitable for service conditions. Iron castings shall be tough,
close-grained gray iron free from blowholes, flaws, or excessive shrinkage and shall
conform to ASTM A48. Except where otherwise specified, structural and miscellaneous
fabricated steel used in items of equipment shall conform to the Standards of the
American Institute of Steel Construction. All structural members shall be considered as
subject to shock or vibratory loads. Unless otherwise specified, all steel which will be
submerged, all or in part, during normal operation of the equipment shall have a
minimum nominal thickness of l&inch. Provide equipment and materials suitable for
the service conditions and meeting standard specifications such as ANSI, ASME,
AWWA, ASTM, NEMA, UBC and UL. The location of the fabricator and his shop schedule shall be furnished to the Owner prior to the beginning of fabrication so that the
Owner can schedule shop inspection.
9909/860-l
Q Krieger & Stewart, Incorporated, 1999 Mechanical and Equipment4
C. Structural Steel Fabricationg. Conform to “Code of Standard Practice for Steel
Buildings and Bridges” and “Specification for the Design, Fabrication and Erection of
Structural Steel for Buildings” of the AISC unless otherwise indicated or specified.
Design all fabrications for dynamic and vibratory loadings. Use structural steel shapes
conforming to ASTM A36, A440, A500, A501, A57O;A618, or equal, as applicable. Galvanize specified items in accordance with ASTM A123, A153, or A386 as applicable;
use galvanized bolts and fasteners with galvanized assemblies.
D. Welding.
following:
Unless otherwise specified or shown, all welding shall conform to the
1.
2.
All welding shall be by the metal-arc method or gas-shielded arc method as
described in the American Welding Society’s “Welding Handbook”. as
supplemented by other pertinent standards of the AWS. Except as modified
herein, welding process qualification and operator qualification shall comply
with the applicable requirements of the “Code for Arc and Gas Welding in
Building Construction” of the AWS. -
Latest revision of A.NSI/AWWA DlOO and AI&VA C206.
3. Each weld shall be uniform in width and size throughout its entire length. Each
layer shall be smooth, free from slag, cracks, pinholes, and undercut and shall be
completely fused to adjacent weld beads and base metal. Cover pass shall be
completely free of coarse ripples, irregular surfaces, non-uniform bead pattern,
high crown, deep ridges or valleys between beads, and shall blend smoothly and
gradually into surface of base metal. Butt welds shall be slightly convex, of
uniform height, and shall have full penetration, Fillet welds shall be of size indicated, with full throat, and with each leg of equal length. Repair, chipping, or
grinding of welds shall not gouge, groove, or reduce base metal thickness. ’
4. All composite fabricated steel assemblies which are to be erected or installed
inside a hydraulic structure, including any fixed or movable structural
components of mechanical equipment, shall have continuous seal welds to
prevent entrance of air or moisture.
5. In assembly and during welding, the component parts shall be adequately
clamped, supported, and restrained to minirnize distortion and for control of
dimensions. Weld reinforcement shall be as specified by the AWS code. Upon
completion of welding, all weld splatter, flux, slag, and burrs left by attachments shall be removed. Welds shall be repaired to produce a workmanlike
appearance, with uniform weld contours and dimensions. All sharp comers of
material to be painted or coated shall be ground to a minimum of l/32-inch on
the flat.
E. Protective Coat&g. All equipment shall be painted or coated in accordance with
Basic Coating and Painting Specifications for Water and Wastewater Facilities.
F. Protection of Eauinment. All equipment including valves shall be boxed, crated,
or otherwise protected from damage and moisture during shipment, handling, and
storage. All equipment shall be protected from exposure to corrosive fumes and shall be
9909/860-l
0 Krieger & Stewart, Incorporated, 1999
Mechanical and Equipment-5
kept thoroughly dry at all times. Pumps, motors, drives, or electrical equipment, and
other equipment having anti-friction or sleeve bearings shall be stored in weather tight
storage facilities prior to installation. For extended storage periods, plastic equipment
wrappers should be avoided, to prevent accumulation of condensate in gears and
bearings.
G. Electrical Eauinment. Maintain electrical equipment, controls, and keep insulation dry
at all times. Keep heaters in equipment connected and operating until equipment is
placed in operation.
2.02 Lubrication
A. Lubrication Svstems. Lubrication of equipment shall ensure constant presence of
lubricant on all wearing surfaces. Lubricant fill and drain openings shall be readily
accessible. Easy means for checking the lubricant level shall be provided. Prior to
testing and/or operation, the equipment shall receive the prescribed amount and type of
lubricant as required by the equipment mamrfacturer. Equipment lubrication systems
shall be systems that require attention no more often than weekly during continuous operation, shall not require attention during start-up or shut down, snd shall not waste
lubricants.
B. Lubrication. Contractor shall have all moving parts of the furnished equipment
lubricated prior to shipment to insure protection against corrosion during shipment,
storage, and installation. Lubricants furnished by Contractor shall conform to the manufacturer’s printed recommendations. Safeguard(s) shall be provided where
necessary to prevent operation of the equipment without proper lubrication.
Contractor shall provide Alemite lubrication fittings at all locations on the equipment which require grease lubrication. All lubrication fittings shall be readily accessible. The
grease passages and ports shall be designed so that grease is forced into the normally
loaded sides of the bearings.
Contractor shall lubricate all equipment prior to start-up.
Contractor shall furnish grease lubricants for testing and initial lubrication, and for
protection of wearing surfaces of equipment he furnishes during shipment and storage.
where lubricants can come in contact with potable water, the lubricant shall not have any
toxic or deleterious effect on potable water and shall be of material approved by the FDA
in accordance with Federal Regulation No. 121.253, Category AA.
Contractor shall furnish one vear’s supply of lubrication oils, grease, and other necessary
lubricants including applicators and grease guns required for lubrication. All lubricants
shall be as specified by the equipment manufacturer. Contractor shall limit the various
types of materials by consolidating, with the equipment manufacturer’s approval, the
required lubricants into the least number of different lubricants. Contractor shall coordinate with Owner to match, where possible, lubricants normally used by Owner.
9909/860-l
0 Krkger & Stewart, Incorporated, 1999
Mechanical and Equipment-6
2.03 Equipment Supports
A. @uioment Bases and Bedolates. Mount equipment assemblies on a single heavy
cast iron or welded steel bedplate unless otherwise shown or specified. Provide bases
and bedplates with machined support pads, tapered dowels for alignment or mating of
adjacent items, adequate openings to facilitate grouting, and openings for electrical
conduits. Continuously weld seams and contact edges between steel plates and shapes,
and grind welds smooth. Do not support machinery or piping on bedplates other than
that which is factory installed. Provide jacking screws in equipment bases and bedplates
to aid in leveling prior to grouting. All mechanical equipment, tanks, control cabinets,
motor control centers, etc. shall be mounted on raised concrete bases, unless otherwise
shown or specified. provide plates of minimum thickness of 1/4-&h. Rump bedplates
shall include a drip lip and associated piping and appurtenances for directing gland
leakage to a single disposal point.
B. Anchors and Sleeves. Each equipment manufacturer shall be responsible to design and
specify the required anchor equipment including bolts, nuts, washers, and sleeves for
securing equipment bases and bedplates to concrete bases. Loads shall be those induced
by the equipment and lateral loads as specified herein. Desighcalculations are
specifically required for certain equipment by the Special Requirements or Special
Construction Provisions. Where specified or where specialty anchoring equipment is
necessary for the equipment being furnished the anchoring equipment shall be furnished
by the manufacturer. Sleeves shall be at least l-1/2 times anchor bolt diameter. Anchor bolts shall be as specified on Drawings or, if not specified, shall be Type 3 16 stainless
steel and of adequate length to allow for l-1/2 inch of grout under baseplates and adequate anchorage into structural concrete unless otherwise shown or specified.
2.04 Couplings . .
A. Flexible couplings shall be provided between the driver and the driven equipment to
accommodate angular misalignment, parallel misalignment, end float, and to cushion
shock loads.
B. The Contractor shall have the equipment manufacturer select or recommend the size and type of coupling required to suit each specific application.
C. Taperlock bushings may be used to provide for easy installation and removal on shafts of
various diameters.
D. Where universal type couplings are shown they shall be of the needle bearing type
construction, equipped with commercial type grease fittings.
2.05 Shafting
A. General. All shafting shall be continuous between bearings and shall be sized to
transmit the maximum power output of the driver. Keyways shall be accurately cut in
line. Shafting shall not be turned down at the ends to accommodate bearings or sprockets
whose bore is less than the diameter of the shaft. All shafts shall rotate in the end
bearings and shall be turned and polished, straight, and true.
9909/860-l
Q Krieger & Stewart, Incorporated, 1999 Mechanical and Equipment-7
B. Materials. Shafting materials shall be appmpriate for the type of service and torque
transmitted. Enviromnental elements such as corrosive gases, moisture, and fluids shall
be taken into consideration. Materials shall be as shown or specified unless furnished as
part of an equipment assembly.
2.06 Bearings
A. General. Bearings shall conform to the standards of the Anti-Friction Bearing
Manufacturers Association, Inc. (AFBMA). Bearings shall be as specified by the
specific equipment specification and as generally specified herein.
Bearing application, fitting practice, mounting, lubrication, sealing, static rating, housing
strength, and other important factors shall be considered in bearing selection.
All re-lubricatable type bearings shall be equipped with a hydraulic grease fitting in an
accessible location and shall have sufEcient grease capacity in the bearing chamber. All lubricated-for-life bearings shall be factory-lubricated with the manufacturer’s
recommended grease to insure maximum beaxing life and best performance.
Bearing housings shall be of cast iron or steel and bearing mounting arrangement shall be
as specified or shown, or as recommended in the published standards of the
manufacturer. Split-type housings may be used to facilitate installation, inspection and
disassembly.
Sleeve-type bearings shall have a Babbit or bronze liner.
B. Bearing Life. Except where otherwise specified or shown, all bearings shall have an L-
10 minimum rated life expectancy corresponding to the type of service, as follows:
Tvoe of Service Desifm Life (vears) L-10 Design Life (hours)
(whichever comes first)
1. 8-hour shift or less 10 20,000
2. 16-hour shift 10 40,000
3. Continuous 10 60,000
2.07 Gears and Gear Drives
A. Unless otherwise specified, gears shall be machine cut, of the helical or spiral-bevel type,
designed and manufactured in accordance with AGMA Standards, with a minimum
service factor of 1.7, a minimum L-10 bearing life of 60,000 hours and a minimum efficiency of 94 percent. Worm gears shall not be used, unless specifically approved by
the Owner.
B. All gear speed reducers or increasers shall be of the enclosed type, oil- or grease-
lubricated and fully sealed, self-cooling, with a breather to allow air to escape but keep
dust and dirt out. The casing shall be of cast iron or heavy duty steel construction with
lifting lugs and an inspection cover for each gear train. An oil level sight glass and an oil
flow indicator shall be provided, arranged for easy reading.
99094360-l
(D Krieger & Stewart, Incorporated, 1999
Mechanical and Equipment-g
Where the Contractor elects to furnish equipment requiring external cooling by water or
radiator he shall be responsrble to furnish and install the cooling facilities necessary for
proper operation.
C. Gears and gear drives as part of an equipment assembly shall be shipped fully assembled
for field installation.
D. Material selections shall be left to the discretion of the manufacturer, provided the above
AGMA values are met. Input and output shafts shall be adequately designed for the service and load requirements. Gears shall be computer-matched for minimum tolerance
variation. The output shaft shall have 2 positive seals to prevent oil leakage.
E. Oil level and drain location relative to the mounting arrangement shall be easily
accessible. Oil coolers or heat exchangers with all required appurtenances shall be
furnished when necessary.
F. Where gear drive input or output shafts have to connect to couplings or sprockets
supplied by others, the Contractor shall have the gear drive manufacturer supply
matching key taped to the shaft for shipment.
2.08 Safety Guards
All equipment furnished by Contractor shall comply with the applicable requirements of the
Safety Orders of the Division of Industrial Safety of the State of California. Copies of the Safety
Orders as available at the Printing Division, Documents Section, State of California, Sacramento,
California, 95 8 14.
Cover belt or chain drives, fan blades, couplings, exposed shafts, other moving or rotating parts
and hot surfaces (exhaust pipes) on all sides with safety guards. Safety guards shall be free of all
sharp edges and comers. Use corrosion-resistant materials at least equivalent to hot-dip
galvanized steel. Safety guards shall be fabricated from 16 USS gage, or heavier, galvanized or
aluminum-clad steel or l/2-inch mesh galvanized expanded metal. Design guards for easy
installation and removal. Provide necessary supports, accessories, and fasteners, of hot-dip
galvanized steel or stainless steel. Design guards in outdoor locations to prevent entrance of rain
and dripping water.
2.09 Manufacturer’s Nameplates
Manufacturer shall provide Type 3 16 stainless steel nameplates of ample size with embossed or
preprinted lettering, fastened to the equipment in a prominent place with 316 S.S. pins. On
nameplates, display manufacturer, serial number, date of manufacture, model number and essential operating characteristics. Inscribe data plates with specific or directed information.
2.10 Equipment Identification Nameplates
In addition to manufacturer’s nameplates specified in equipment Technical Specifications and
herein, Contractor shall provide project specific equipment identification nameplates. Equipment
mounted out-of-doors shall be furnished with nameplates constructed of Type 3 16 stainless steel
9909/%60-l
0 Krieger 4% Stewart, Incorporated, 1999 Mechanical and Equipment-9
with 3/8" high embossed lettering and shall be fastened to the equipment in a prominent place
with 3 16 stainless steel pins.
Equipment mounted indoors shall be furnished with nameplates constructed of laminated
engraving plastic. Nameplates shall be fastened to the equipment in a prominent place with 3 16
stainless steel pins. Colors, lettering, styles, and sizes shall be as selected by Owner.
Nameplates shall display the project specific identification of each equipment item. Proposed ,
nameplate wording shall be submitted to Owner for approval.
PART 3 - EXECUTION
3.01 coordination
Contractor shall coordinate the installation of equipment and assure compliance with Drawings.
Said Drawings show in a diagrammatic form the arrangements desired for the principle
apparatus, piping, and similar appurtenances, and shall be followed as closely as possible.
Contractor shall take all measurements for his Work at the instahation sites, verify all
subcontractor and equipment drawings and be responsible for the proper instailation. Specific
equipment furnished may require certain modifications for installation. Contractor shall have all pertinent equipment shop drawings submitted and accepted by Owner prior to performing work
impacted by said equipment.
Contractor shall coordinate, monitor, schedule the fabrication, and verify compliance with
Contract Documents of equipment assembled of several components under the unit responsibility
of one manufacturer or equipment supplier. Contractor shall submit the following information to
the Owner in writing on a monthly basis:
A. Shipment dates of the various components to the unit responsibility manufacturers.
B. Scheduled dates of factory tests by unit responsrbility manufacturers.
C. Schedule shipment dates to site of unit responsibility items.
D. Scheduled arrival date, installation date and start-up date.
3.02 Installation
A. Insnection. Contractor shall inspect each item of equipment for damage, defects,
completeness, and correct operation before installing and inspect previously installed
related Work to verify that it is ready for installation of equipment. Contractor shall
inspect the completed installation.
B. Prenaration. Prior to installing equipment, Contractor shall ensure that installation
areas are clean and that concrete or masonry operations are completed. Contractor shall
maintain the areas in a broom-clean condition during installation operations. Equipment shall be cleaned, conditioned, and serviced in accordance with Instruction Manuals and
the Contract Documents before installing.
C. Certification. Upon completion of equipment installation certifications from the
manufacturer and the Contractor in accordance with Part 1.02 shall be submitted.
9909/860-l
Q Krieger & Stewart, Incorporated, 1999 Mechanical and Equipment-10
D. ’ Eoumment Installation. Coniractor shall employ skilled craf?smen experienced in
installation of the types of equipment specified and use special&d tools and equipment,
such as precision machinist levels, dial indicators, gages, and micrometers, as applicable.
E. hchor Bole. Equipment shall be attached to concrete base using cast in place anchor
bolts. Contractor shall set anchor bolts correctly before structural concrete is placed.
Use of templates or setting drawings is required. An acceptable anchorage system is a
cast in place sleeve anchor which allows adjustment as manufactured by DECO
Manufacturing Co. or equal. Deferred bolting devices shall not be pexmitted, unless
otherwise shown on Drawings.
F. Base and Bednlate Groutinp;. Prior to placing grout, initial fitting and alignment of
connected piping shall be completed. Once equipment is leveled and aligned to. the
manufacturer’s tolerances, base or bedplates can be grouted by filling the entire space between the base or bedplate and concrete foundation. Exposed grout, shall be troweled
to a smooth dense finish, edges beveled to 45 degrees and damp cured with burlap for
three days. When grout is fully hardened, Contractor shall remove jacking screws and
tighten nuts on anchor bolts. Equipment alignment and level shar be checked for
conformance with manufacturer’s tolerances and corrective work perfiied as necessary.
3.03 Equipment Shop and Field Performance Testing
A. General. Equipment shall be shop tested and field tested as specified in the specific Technical Specifications.
B. Field Testing. Unless otherwise specified field testing of equipment shall be performed
to demonstrate compliance with Contract Documents. Equipment operation, over the
entire specified range, shall be tiee of vibration, noise, or cavitation. Contractor shall
furnish test instruments required to confixm performance. Testing shall include the
following:
1. Vibration shall be checked and recorded over the operating range and shall be
equal to or less than the amplitude limits recommended by the manufacturer or as
otherwise specified. As a minimum, pumping units shall meet or exceed the
vibration requirements of the Hydraulic Institute Standards.
2. Equipment performance shall be documented by obtaining concurrent readings
showing motor voltage and amperage, and equipment output. Readings shall be
documented for at least three operating conditions. Each power lead to the motor
shall be checked for proper current balance.
3. In the event any equipment fails to meet the performance requirements, it shall
be modified and retested.
3.04 Lateral Design and Restraint
All manufactured equipment supplied under this Contract shall be designed, constructed and
attached to resist stresses produced by seismic forces and wind forces as specified. Equipment
that does not vibrate during normal operation shall be rigidly attached. Equipment that vibrates
during normal operation shall be attached by means of isolators with mechanical stops that limit
9909/860-l
6 Krieger & Stewart, Incorporated, 1999
Mechanical and Equipment-11
movement in all directions unless it can be demonstrated by calculations that such stops are not
required. Equipment or portions of equipment that move during normal operation shall be
restrained with mechanical devices that prevent displacement unless it can be demonstrated by
calculations that such restraints are not required.
A. Calculations shall be submitted where required by the Special Requirements or Special Construction Provisions.
B. Minimum Lateral Forces. The minim= lateral seismic and wind forces shall be
those prescribed for Essential Facilities by the Unifoxm Building Code and applicable
supplements as published by the International Conference of Building Officials, 5360
South Workman Mill Road, Whittier, CA 9060 1. Higher lateral forces shall be utilized
where specified.
C. Contractor shall make submittals of shop drawings, details and data requested herein in
accordance with Contractor Submittals Technical Specifications.
9909/860-l
0 Krueger & Stewart, Incorporated, 1999 Mechanical and Equipment-12
PROCESS VALVES
TECHNICAL, SPECIFICATIONS
PART 1 - GENERAL
1.01 Description
Valves shall be as specified by these Process Valves Technical Specifications and as may be
modified by the Special Requirements, Special Construction Provisions, or the Construction
Drawings. Where valves are not specified herein, valves shall be as specified in the Basic
Pipeline and Sewer Specifications, and as shown on the Standard Drawings. Where “Owner’s
Approved Materials List” is incorporated within the Contract Documents, only manufacturers listed therein shall be acceptable. Contractor shall provide all tools, supplies, materials,
equipment, and labor necessary for furnishing, interior epoxy coating, exterior coating,
installing, adjusting, and testing of all valves, valve operators, and appurtenant work, complete
and operable, as specified herein and shown on the Drawings. Where buried valves are shown,
the Contractor shall furnish and install valve boxes to grade, with covers, and extensions per - Standard Drawings.
1.02 Submittals
A. General
Contractor shall submit shop drawings for Owner’s approval in accordance with
Contractor Submittals Technical Specifications and as specified herein. Shop drawings
shall include, but not be limited to, the following: fabrication, assembly, detailed
specifications and data covering performance and materials of construction, parts,
installation instructions, coatings, operators, vaIve boxes, extensions, and other pertinent
data. Shop drawings shall clearly indicate size and proposed service condition as well as
special features required for buried service.
B. Oneration and Maintenance Manual
Contractor shall submit for each valve a detailed operation and maintenance manual in
accordance with Contractor Submittals Technical Specifications.
1.03 Quality
A. All valves furnished under this section shall be of a design and manufacture that has
been used in similar applications. Manufacturers specified herein manufacture valves with acceptable quality or experience.
Manufacturers must, however, provide written confirmation that valves to be supplied
meet the performance requirements specified herein and are suitable for long term operation with the proposed fluid.
B. All valves of a particular type shall be by one (1) manufacturer. In addition, valve
operators for a particular type of valve shall be by one (1) manufacturer.
9910/860-1
8 Krieger & Stewart, Incorporated 1999 Valves-l
C. Contractor shall coordinate valves furnished with connecting piping or equipment to
ensure compatible end connections and proper valve operation.
PART 2 - PRODUCTS
2.01 Pressure Rating
All process valves shall be rated for a working pressure equal to or more than the pressure rating
of the connecting piping, minimum of 150 psi, or as specified otherwise herein or on the
Drawings.
2.02 Valve Tags
Each and every valve shall be provided with a 14 gauge brass indexing tag, l-1/2 inch diameter,
bearing 3/16 inch die-stamped lettering with pipe duty designation and valve number. Exact
lettering and numbering shall be as approved by Owner. Each tag shall be securely attached to
its valve with a #lO single-jack brass chain or with brass bolts or screws. Each tag shall be
provided with two holes for securing tag with chain, bolts, or nails. Buried valves shall have tags
attached to valve box. -.
2.03 Operators
A. General
The operators shall be sized based on the maximum expected torque as per valve manufacturer’s recommendations. The responsibility for selection of proper operator and
the valve operation therewith shall reside with the valve manufacturer/supplier.
B. Manual Gnerators
Manual operators, except where otherwise shown or specified, shall be worm-gear type,
Limitorque Tl 00, E-I-M Type MG, or equal and shall conform to AWWA C504, Section
3.8. The axis of the worm shaft shall remain fmed during operation. A visual
OPEN/CLOSED indicator shall be an integral part of the operator. A handwheel shall be
provided except where an extension stem and floor stand or valve box, tee wrench, and
street box are required. Handwheels shall have OPEN and CLOSE directional arrows
cast on the outer rim. Unless otherwise specified, handwheels shall have a minimum
diameter of 8 inches. Extension stems and accessories shall be sized for valve
manufacturer’s recommendations.
1. Gate and Globe Valves
All gate, globe, and angle valves shall be fitted with cast iron handwheels of suitable size or gear operators in accordance with AWWA C504, Section 3.8.
2. Butterflv Valves
All butterfly valves 4 inch and smaller in size shall be lever and locking ratchet
operated and valves 6 inch and larger in size shall be equipped with enclosed
gear and handwheel actuators. The operators shall be furnished by the
manufacturer of the valve, in accordance with AWWA C504, Section 3.8, who
9910/860-1
0 Krieger & Stewart, Incorporated 1999 Valves-2
C.
shall be responsible for the compatibility and adequacy of both the valve and
operator. Valve operators shall be sized for the maximum torque developed by
the maximum pressure in the pipeline in which the valve is to be used.
3. glue and Ball Valves
All plug and ball valves 3 inch and smaller in size shall be lever and locking
ratchet operated and plug valves 4 inch and larger in size shall be provided with
enclosed gear and handwheel operators unless otherwise shown or specified.
Buried or submerged valves shall conform to AWWA C504, Section 3.8.5.3 and have properly constructed actuators for the service.
4. Chainwheel Gnerator
All valves 6 feet or more above the floor level shall be provided with chainwheel
operators in lieu of the handwheel operator and shall be the valve manufacturer’s
standard, with galvanized chain to be furnished in the length required for
operation. Chainwheel operators shall conform with AWWA C504, Section
3.8.5.2.
5. Wrench Nut Gneration
An AWWA nut or shaft key, as applicable, shall be provided in lieu of
handwheel where required for connection to extension stem and floor stand or
for buried valves. Nut shall be 2 inches square and shall have a flanged base
upon which shall be cast an arrow at least 2 inches long showing direction of
opening. The word OPEN shall also be cast on the flange. No submerged or
buried operator shall require maintenance following installation. Suitable
gaskets, O-rings, and other features shall ensure permanent water tightness.
Operator shall be designed to take the load of the shaft extension.
Electric Gnerators
Where electric type operators are specified, an electric motor-operated valve control unit
shall be attached to the valve operation mechanism housing by means of a flange motor
adapter piece. Operator unit shall include the motor, operator unit gearing, torque
switches, limit switches, auxiliary handwheel, starter, mechanical position indicator and
accessories to provide a complete and operable unit. Electric operators shall conform to
AWWA C540. The valve actuator motor and all electrical enclosures shall be
weatherproof, NEMA 4, as a minimum. When specified, motor and all electrical
enclosures shall be available to meet NEMO 6 submersible, or NBMA 7 hazardous
requirements. Valve manufacturer/supplier shall be responsible to ensure proper
selection and operation of valve/operator assembly. Electric operator shall be designed
for open-close operation or modulation, as specified, or as shown on the drawings.
1. The power gearing shall consist of spur or helical gears of hardened Gearing.
alloy steel and worm gear of alloy bronze. All power gearing shall be grease or oil lubricated, in a sealed housing. Ball or roller bearings shall be used
throughout.
9910/860-l
0 Krieger & Stewart, Incorporated 1999 Valves-3
2. Non-Modulating. A lost-motion starting device independent of gear backlash
shall be supplied as an integral part of the actuator gear train. This device shall
allow the motor to attain full speed before the load is engaged. The lost-motion
device shall not be incorporated in actuators supplied for modulating service.
3. Motor. The motor shall be of the totally-enclosed, non-ventilated, high-starting torque, low-starting current type for full voltage starting. Unless otherwise
specified, motor shall be suitable for operation on 480 Volt, 3 phase, 60 hertz
current, and have Class H insulation. The motor shall have a running torque per
valve manufacturer’s recommendation, and be of sufficient horsepower to open
or close a valve against the maximum specified differential pressure when
voltage to the motor is *lo% of nominal voltage with a factor of safety of 1.5. The motor shall be prelubricated and all bearings shall be of the anti-friction
type. Motor rating shall be 30 minute duty.
4. Limit Switches. Limit switches and their gearing shall be an integral part of the
valve operator. The limit switch compartment shall be totally enclosed and
equipped with a heater and thermostat to prevent build-up of moisture and
contamination. Switches shall be SPDT and rated 10A at 120 VAC or as
specified. The actuating point shall be adjustable at any point of valve travel
between fully open and fully closed.
5. Toraue Limitine Switches. Torque limiting switches shall be provided and be
responsive to the mechanical torque developed in seating, backseating, or by
obstruction. The torque switch shall operate a calibrated dial integrally mounted
and directly related to the torque output of the operator. Torque control
accuracy shall be within f 5%. The use of torque wrenches for calibration shall
not be required. A calibration tag stating the maximum torque output of each
torque switch at 100% setting shall be permanently affvted to the torque switch
dial. The torque switch shall be calibrated by use of a dynamometer in order to
accurately predict the output of the actuator.
6. Handwheel Oneration. A permanently attached handwheel shall be provided for
emergency manual operation. The handwheel shall not rotate during electrical
operation. The maximum torque required on the handwheel under the most
adverse conditions specified herein shall not exceed 60 lb-& and the maximum
force required on the rim of the handwheel shall not exceed 60 lbs. An arrow
and either the word OPEN or CLOSE shall be cast on the handwheel to indicate
the direction to turn said handwheel. Unless otherwise specified, handwheels
shall have a minimum diameter of 8 inches.
Electric operators shall be as manufactured by Limitorque, ELM, ALMA, Pratt,
Keystone or equal.
D. Pneumatic Onerators
Where pneumatic type operators are specified, a totally enclosed pneumatic rotary
actuator shall be directly attached to the valve mounting flange or top plate, without the
use of special brackets, linkage or couplings. The actuator shall be of the rack and
pinion type, providing constant output torque throughout travel. All units shall be
factory tested to insure proper operation, and factory lubricated for actuator service life.
9910/860-l
0 Krieger & Stewart, Incorporated 1999 Valves-4
A smooth, self-draining body shall be provided to resist moisture. The actuator shall
have integral porting to eliminate external tubing. Local&d mechanical position
indication shall be provided and be readable from a distance of 25 feet by use of
contrasting colors. The standard operation shall be O-90° reversible operation for air, gas
or hydraulic oil. Actuator shall be capable of operating in any valve mounting attitude,
and capable of being mounted either in line or transverse to the pipeline.
Spring return shall be available for fail-safe conditions. The spring return actuator shall
be capable of providing “fail-open” or “fail-closed”. as required. Standard actuators shall
be designed so that the spring return option can be added at a later date. Valve
manufacturer/supplier shall be responsible to ensure proper selection and operation of
valve/operator assembly.
1. Materials of Construction
The actuator body, end caps and spring cartridge housings shall be made of
precision extruded, hard anodized ahuninum. The pistons shall be a hard
anodized aluminum alloy. The actuator drive shaft and pinion shall be of
hardened and tempered alloy steel. All fasteners shall be electroless nickel-
plated. The piston seals and “0” rings shall be made of nitrile rubber. The
bushings shall be acetal plastic for maximum efficiency and elimination of
galvanic action.
2. Service Reauirements
The actuator shall be suitable for operation in temperatures ranging from - 13’ to
200’F. The actuator shall be designed for pneumatic operation up to a
maximum pressure of 125 psi. Filtered air shall not be required for proper operation. The actuator design shall have been tested for a minimum 100,000
cycles under full load with no appreciable wear of parts.
3. Accessories
Where specified or shown, the following pneumatic operator accessories shall be
provided:
a. Solenoid Valve
The solenoid valve shall be capable of being mounted directly over the
actuator air ports. Unless otherwise specified, solenoid valves shall have
a NEMA 4 enclosure. The solenoid valve shall be provided with a
manual override (with automatic reset capability) which allows manual
operation in the event of power failure. An adjustable speed control
shall be provided where specified. Solenoid housings shall be provided
with a l/2 inch NPT. conduit entry. The solenoid valves shall operate at
120 volts AC, 60 hertz, single phase.
99101860-l Valves-5 0 Krieger & Stewart, Incorporated 1999
b. Limit Switches.
-.
The limit switches shall be single pole, double throw, cam operated,
adjustable throughout-the 90” travel range, and rated at 15 amps for 125
or 250 VAC. Limit switches shall be prewired to an internal terminal
strip, and conduit entry shall be 3/4 inch NPT. Unless otherwise
specified, limit switch housing shall be rated NEMA 4. The limit switch
box shall be mounted directly to the upper actuator housing.
C. Snrine Return
The spring return (fail safe) option shall be of the retained, or safety
cartridge type, to allow convenient and safe disassembly. Springs shall
be hard drawn and annealed tempered steel.
d. Positioner
The positioner shall mount to the top of the actuator housing, and be of
the rotary type, with a standard input range of 3-15 psig and with an
option of 3-9,9-E, 15-3,15-g psig split-range operation. The positioner
shall operate on a maximum supply of 150 psig. Air consumption shall
not exceed 0.7 standard cubic feet per minute in balanced condition with
60 psig supply pressure. The positioner shall be furnished with three (3)
pressure gauges and all necessary mounting hardware, as a complete
package.
e. Travel StoDs
Travel stops for the actuator shall consist of a mounting plate, with stop
cam, fitted between the base of the actuator and the valve mounting
flange, and shall be externally adjustable through the full 90” of valve
travel.
Pneumatic operators shall be as manufactured by DeZurik, Keystone, Demco, or equal.
2.04 Protective Coatings
A. Interior
All interior non-working ferrous surfaces other than stainless steel shall be given an
epoxy coating unless specified otherwise.
1. All valves shall be fusion bonded epoxy coated (8 to 12 mils) in accordance with
AWWA C550 (latest). Owner shall approve epoxy coating materials and
methods before application. Completed coating shall be free from all defects
and shall be inspected by use of low voltage holiday detecting and non-
destructive thickness gauges.
2. Where the manufacturer demonstrates in writing that it would be impossible to
use the powder epoxy method without causing damage to the valve components,
the use of a liquid epoxy will be permitted upon approval by the Owner.
9910/860-1
0 Krie-ger & Stewart, Incorporated 1999
Valves-6
B.
3. If small local repairs are necessary, they shall be made using a liquid epoxy
recommended by the manufacturer of the epoxy with which the item was
initially coated. The surface shall first be hand tool cleaned in accordance with
SSPC-SP2. The repair epoxy material shall be applied in accordance with the
manufacturer% instructions.
4. Where factory hydrostatic testing of the valve is required the valve shall pass all
tests prior to interior coating applications.
Exterior
All valves shall be given a shop prime coating which shall be compatible with the field
applied coating system.
1. Buried Valve
All buried valves shall be coated per Basic Pipeline Specifications. Where
valves are not specified therein, buried valves shall be coated with bitumastic
coating of not less than 32 mils. Prior to coating, all surfaces shall be prepared
in accordance with SSPC-SP3 and manufacturer’s recommendations. The two
coat system shall be Tnemec 46-450, Koppers Bitumastic 50, or equal.
2. Nonburied and Immersed Valves
All valves shall be coated as specified in the Basic Coating and Painting
Specifications for Water and Wastewater Facilities and as shown on the
Drawings.
2.05 Eccentric Plug Valve
Eccentric plug valves shall be of the non-lubricated eccentric type with round or rectangular port
design unless otherwise specified. The valve body and plug shall be constructed of cast iron
meeting the requirements of ASTM A-126, Class B. Valve bearing shall be constructed of
corrosion resistant stainless steel. Unless otherwise specified on the Drawings, the entire plug
shall be completely encapsulated with Buna N rubber. Unless otherwise shown or specified on
the Drawings, the valves shall be flanged with .dimensions, facing, and drilling in 111
conformance with ANSI B 16.1, Class 125. With the plug in the full open position, valve shall
have no cavities where debris can collect, have minimal head loss and be capable of passing a
clean out pig with the same nominal diameter as the adjacent pipe. Valves shall be equipped
with operators as shown on the drawings and as specified herein. All eccentric plug valves shall
have a pressure rating of not less than 150 psi, for bubble tight shut off. Valves shall be the
product of a single manufacturer and shall be Val-Matic, Clow, DeZurik, or equal.
2.06 Flanged Butterfly Valves
All butterfly valves shall be short pattern, flanged, designed and manufactured in accordance
with AWWA C504 (latest) unless otherwise specified herein or shown on the Drawings. Valve body, Disc, and flanges shall be constructed of heavy duty ductile or gray iron meeting the
requirements of ASTM A-126. Flanges shall be drilled in accordance with ANSI B 16.1
standards and shall be of the short body design. The disc shall have a 3 16 stainless steel or NI-
99101860-1
0 Krieger & Stewart, Incorporated 1999
Valves-7
2.07 Wafer and Lug Butterfly Valves
Chrome edge and be securely attached to a 3 16 stainless steel shaft with stainless steel pins.
Valves shall have sleeve type nylon bearings and a resilient seat of Buna N (or equal) material
mounted in the valve body. Valves shall be rated for a minimum working pressure of 150 psi
unless otherwise specified. Valves shall be equipped with operators as shown on the Drawings
and as specified herein. Butterfly valves shall be the product of a single manufacturer which
shall be DeZurik, Pratt, or equal.
All wafer and lug butterfly valves shall be heavy-duty, resilient seated, rated 250 psi WOG and
suitable for installation between ANSI Class 1251150 flanges, unless otherwise specified herein
or shown on the Drawings. Valves shall be capable of bidirectional, drip tight shut off, and dead
end service to 250 psi. Valve body shall be of one piece ductile iron construction including an
integrally cast top plate for direct, flush-mounting actuator and shall meet ANSI Class 125/150
flange standards with valve neck of sufficient length to allow for flange clearance and piping
insulation.
Resilient seat shall be reinforced EF’DM, fully isolating the valve body, stem, and journal areas
from the flowing media, field replaceable, with molded-in o-rings requiring no gaskets between valve and flange face(s). Stem shall be one or two piece 316 stainless steel (or better). Disc
materials shall be aluminum-bronze. All wafer and lug butterfly valves shall be the product of a
single manufacturer and shall be Keystone, Demco, or equal.
2.08 Gate Valves (4 Inch through 12 Inch)
Gate valves shall be resilient seated gate valve designed and manufactured in accordance with
AWWA C509 (latest) unless otherwise shown on the Drawings or specified herein. Valve shall
have a non-rising bronze stem, cast ductile iron body and disc in conformance with ASTM A-
126, and flanges in full conformance with ANSI B 16.1, Class 125. Valve disc shall be
permanently bonded with resilient material to ensure drip tight shut-off. Valves shall have two
stem seal O-rings of Buna N to prevent leakage through the stem. Valves shall be rated for a
minimum working pressure of 150 psi unless otherwise specified. Valves shall have operators as
shown on the drawings and as specified herein. Gate valves shall be the product of a single
manufacturer and shall be M&H, Stockham, Clow, Mueller, American Darling, or equal.
2.09 Gate Valves (14 Inch through 42 Inch)
Gate valves shall be double disc, non-rising stem type designed and manufactured in accordance
with AWWA CSOO (latest) unless otherwise shown on the drawings or specified herein. Valve
bodies shall be cast iron meeting the requirements of ASTM A-126, Class B, with flanges
conforming to ANSI B 16.1, Class 125. Disc shall be cast iron, bronzed faced. Stem shall be
bronze and have O-ring seals to prevent leakage through the stem. Valves shall be rated for a
minimum working pressure of 150 psi unless otherwise specified. Valves shall have operators as
shown on the Drawings and as specified herein. Valve shall be the product of a single
manufacturer and shall be M&H, Kennedy, Clow, Mueller, or equal.
2.10 Swing Check Valve (3 Inch and Smaller)
Swing check valves shall be minimum 125 lb. screwed ends and bronze construction. Valves
shall have a bronze disk, stainless steel or bronze pin, and have a screwed cap to access disk.
99101860-1
0 Krieger 8~ Stewart, Incorporated 1999 Valves3
Swing check valves shall be the product of a single manufacturer and shall be by Milwaukee #509, Stockham #B-3 19, Crane #1707, Powell #578, or equal.
2.11 Swing Check Valves (3 Inch and Larger)
Swing check valves shall be of the flanged body, outside lever and weight type in accordance
with AWWA C508, unless otherwise specified herein or shown on the drawings. Valves shall be
fully opening, have a flanged cover piece to provide access to the disc, and be designed for
minimum water-working pressure of 150 psi, unless otherwise shown. The valve body and cover
shall be cast iron conforming to ASTM A-126, Class B, with flanges conforming to ANSI B 16.1, Class 125, unless otherwise specified. The valve disc shall be cast iron, ductile iron, or
bronze conforming to ASTM B 62. Valve seat and rings shall be bronze conforming to ASTM B
62 or of Buna N. The hinge pin shall be of bronze or stainless steel. Valves shall be delivered to
the site with the lever arm and weight adjusted for the valves installed position (vertical or
horizontal). Swing check valves shall be the product of a single manufacturer and shall be
APCO, Clow, Mueller, M&H, or equal.
2.12 Plastic Ball Valves .-
Plastic ball valves shall be made of polyvinyl chloride (PVC), Chlorinated Polyvinyl Chloride
(CPVC), or Polypropylene (PP) as specified, shown on drawings, and recommended by the
manufacturer for the service condition specified. All valves shall have manual operators, unless
otherwise specified or shown. All plastic ball valves shall be Class 150 and shall have true union
ends for easy removal. The balls shall have full size ports and Teflon seats. All body seals,
Union O-ring seals, and stem seals shall be Viton. Valves shall be the product of a single
manufacturer and shall be Hayward, Chemtrol, Asahi/American, or equal.
Where specified electric motor operated ball valves shall be Electromni by Asahi/American,
Hayward, Chemtrol, or equal and of construction specified herein. Valves shall be 120 volt AC
energize to open and energize to close. Valves shall be provided with open indicating light on
motor operator, and NEMA 4 enclosure. Where specified valves shall be provided with limit
switches for position.
2.13 Plastic Ball Check Valves
Plastic ball check valves shall be constructed of Polyvinyl Chloride (PVC), Chlorinated
Polyvinyl Chloride (CPVC), or Polypropylene (PP), as specified, shown on drawings, and as
recommended by the manufacturer for the service condition specified. Valves shall be true
union type for easy removal. All seals shall have Viton O-rings. Valves shall be the product of a
single manufacturer and shall be Hayward, Chemtrol, A&i/American, or equal.
2.14 Foam Spray Nozzles
A. Ouick Flush Foam Control Nozzle
Foam spray nozzles shall be furnished and installed at locations shown on the drawings.
The nozzles shall be counter balanced weighted, easy flush type. The nozzle shall be
bronze construction with a neoprene rubber deflector for 2 g-pm at 10 psig. A split eyelet shall be utilized on all pipes smaller than 4 inches in diameter. Split eyelet shall have
zinc plated steel clamps and bolts with brass connector body and a Buna N clamp gasket
9910/860-l
0 Krieger & Stewart, Incorporated 1999 Valves-P
b
-.
to provide a leak proof seal. The nozzles and split eyelets shall be as manufactured by
Spraying System Company, BETE Fog Nozzle, Inc., or equal.
B. Hollow Cone Foam Control Nozzle
Foam spray nozzles shall be furnished and installed at locations shown on the Drawings. Hollow cone nozzles shall produce a 90’ hollow cone spray pattern at 2 gpm at 10 psi,
shall be l/4” NPT (M), and constructed of 316 stainless steel. Nozzle shall be as
manufactured by Spraying System Company, BETE Fog Nozzle, Inc., or equal.
2.15 Sewage Air Release Valves
Sewage air release valves shall have an elongated body and be designed to open while
pressurized, allowing entrained air in the pipeline to escape through the air release orifice.
Unless otherwise specified, each unit shall be supplied with isolation valve (solid wedge gate), blowoff valve, l/2 inch back flushing shutoff valve, and 5 foot rubber supply hose with quick
disconnect couplings. The unit shall be designed for an operating pressure of not less than 125
psi. The body and cover shall be cast iron, internal float and float guide shall be stainless steel
with Buna N seat, valves shall be gate type of bronze construction. Seat hardness shall be
selected by the manufacturer for actual operating pressure of system. The sewage air release
valve shall be manufactured by Val-Matic Valve, Multiplex Manufacturing Corporation
(Crispin), AK0 by Valve and Primer Corporation, or equal.
2.16 Combination Sewage Air and Vacuum Valve
Combination sewage air and vacuum valves shall have an elongated body and be of the type that automatically exhausts large quantities of air during filling of the system, allows air to re-enter
during draining of the system, and allows accumulating air to escape while in operation and
under pressure. Unless otherwise specified, each unit shall be supplied with isolation valve
(solid wedge gate), blowoff valve, l/2 inch back flushing shutoff valve, and 5 foot rubber supply
hose with disconnect couplings. The unit shall be designed for an operating pressure of not less
than 125 psi. The body and cover shall be cast iron, internal float and float guide shall be
stainless steel with Buna N seat, valves shall be gate type of bronze construction. Seat hardness
shall be selected by the manufacturer for actual operating pressure of the system. Combination
sewage air and vacuum valves shall be manufactured by Val-Matic Valve, Multiplex
Manufacturing Corporation (Crispin), APCO by Valve and Primer Corporation, or equal.
2.17 Air Valves
Unless specified otherwise, air valves shall be combination air or combination air and vacuum
valve (air, vacuum, and automatic release). They shall permit automatic escape of large
quantities of air from pipeline when it is being filled, permit air to enter pipeline when it is being emptied, and allow accumulating air to escape while pipeline is in operation and under pressure.
Air valves shall have ductile iron bodies and covers, stainless steel floats rated 1,000 psi
minimum, all bronze or stainless steel internal working parts, and stainless steel pressure seats.
Air valve inlets shall be size as shown on Drawings, flanged or threaded as specified and outlets
shall be threaded at the same nominal sizes as the inlets, minimum. Air valves shall be subjected
to factory hydrostatic test at pressure equal to 200% rated working pressure with m harmful deflections or other defects.
9910/860-l
0 Krieger & Stewart, Incorporated 1999 Valves-10
Valves shall be as manufactured by Val-Matic Valve, Multiplex Manufacturing Corporation
(Crispin), APCO by Valve and Primer Corporation, or equal.
2.18 Wye Strainers
Wye strainers shall be installed where shown on the Drawings and specified herein. Strainers
shall be suitable for a minimum 150 psi working pressure unless otherwise specified. Strainers shall be cast iron with 316 stainless steel No. 40 mesh strainer screen. Wye strainers shall be
manufactured by Watts, Spirax Sarco, Crane, Hayward, A.W. Cash Valve, or equal.
2.19 Globe Valve (3 Inch and Smaller)
Globe valves shall be 150 lb., screwed ends, bronze construction with renewable Teflon or Buna
N disc. Globe valves shall have a rising stem and union bonnet. Globe valves shall be the
product of a single manufacturer and shall be Milwaukee #590, Stockham #B22, Crane #7,
Powell #lSO, or equal.
-. 2.20 Gate Valves (3 Inch and Smaller) -
Gate valves shall be 150 lb., screwed ends, bronze construction meeting the requirements of
ASTM B 62. Valves shall have a rising stem, gland packed, solid wedge disc, and a union
bonnet. Gate valves shall be the product of a single manufacturer and shall be Milwaukee #1151, Stockham #B-120, Crane #431, Powell #2714, or equal.
2.21 Small Pressure Reducing and Regulating Valves (Air and Water)
Pressure reducing and regulating valves shall be of the spring-loaded diaphragm type with a
minimum pressure rating of 250 psi, with bronze body, nickel alloy or stainless steel seat, and
threaded ends. Each valve shall be furnished with built-in or separate strainer and union ends.
Valves shall provide pressure relief or regulation as required by the drawings as specified.
Valves shall be manufactured by A.W. Cash Valve Mfg. Corp., Fisher Controls Company, Mueller Company, Watts Regulator Company, or equal.
2.22 Hydraulic Automatic Control Valves
A. General
Hydraulic automatic control valves shall be of the piston-type or diaphragm-actuated
globe type as specified herein, with cast iron body and stainless steel trim. Unless
otherwise shown or specified, the valves shall have a pressure rating of not less than 150 psi, shall have 125 lb flanges, and shall have all appurtenances to provide the control
functions specified. Pilot (hydraulic) control lines shall be copper with isolation valve, needle for adjustable open and close rate, strainers and control valves to provide desired
operation. Valves shall be manufactured by Cla-Val Company, Golden-Anderson Valve
Division (G A Industries, Inc.), WattsMuesco, Inc., or equal.
9910/860-l Valves-l 1 0 Krieger & Stewart, Incorporated 1999
B. Pressure Relief Valves
Valve. shall open, modulate and close to maintain a constant upstream pressure. Valve
shall be actuated by line pressure through the pilot control system. Valve shall provide
protection to pumps for discharge pressure eontrol.
2.23 Solenoid Valves
Solenoid valves shall be of the size, type, and class shown and shall be designed for not less than
150 psi water-working pressure. Valves for water, air, or gas service shall have brass or bronze
body with, unless specified otherwise, screwed ends, stainless steel trim and spring, Teflon or
other resilient seals with material best suited for the temperature and fluid handled. Solenoid
valves in corrosive environment shall have stainless steel bodies. For chemicals and all
corrosive fluids, solenoid valves with Teflon bodies and springs or other suitable materials shall
be used. General purpose enclosures for indoors shall be NEMA type 2. For explosion proof,
corrosive, special purpose, or outdoor locations NEMA type 4, 7, 8, 9, 9E, 9F, or 9G enclosures
shall be used, as applicable. All coil ratings shall be for continuous duty. For electrical
characteristics see electrical drawings or specifications.
For general duty valve shall be as manufactured by Automatic Switch Co. (ASCO), Model “RED
HAT”, Skinner Valve Division of Honeywell, Model “LANCER”, Magnatrol Valve Corporation,
or equal.
For corrosive fluids valves shall be as manufactured by Valcor Engineering Corporation,
Asahi/American, or equal.
PART 3 - EXECUTION
3.01 Installation
All valves shall be installed in accordance with the manufacturer’s recommendation, the
Construction Drawings, Standard Drawings, and Contract Specifications. Valves shall be kept
clean and free from dirt, earth, debris, and other deleterious materials prior to, during, and after
installation and construction.
A. Buried Valves
Buried valves shall be firmly supported in place by compacted backfill to preclude strain
on the pipe connections. Valve boxes shall be checked for centering plumb over the
wrench nut and ensure that the box cover is flush with the finish grade. Interior of valve
box shall be cleaned of all foreign material before installation. The valve shall be
inspected in the opened and closed positions to ensure all parts are in working condition.
Valve shall be installed in accordance with the Standard Drawings.
Unless otherwise specified, flange bolts shall be standard hex head machine per ASTM
A325. Nuts shall be heavy hex cold-press semi-finished steel per ASTM A194-2, 2H.
Threads shall be lubricated with an approved anti-seize compound. All exposed steel shall be field coated with an approved bitumastic.
99101860-l Valves-12 0 Krieger & Stewart, Incorporated 1999
B. Abovemound Valves
Aboveground valves shall be rigidly held in place using supports and hangers. The stem
orientation shall provide ease of operation, clearance, and be approved by the Owner.
Unless otherwise specified, flange bolts shall be standard hex head machine per ASTM A325. Nuts shall be heavy hex cold-press semi-fmished steel per ASTM A194-2, 2H.
Threads shall be lubricated with an approved anti-seize compound.
C. Air Valves (Potable and Sewage Service)
Until placed in operation, each valve shall be protected by the use of an approved canvas or plastic bag or sack completely covering the valve and securely fastened to valve riser.
Air valve outlets, including combination air and vacuum valve outlets/inlets, shall be
adequately screened to prevent entrance of foreign substances or materials. Where
valves contain more than a single outlet, each outlet shall be adequately screened.
Screens shall be installed in accordance with the Standard Drawings. -
Where Standard Drawings have not been provided for air valve installation, each air
valve outlet shall be equipped with standard weight pipe nipples, 90” street elbows (two total) of the same size as the outlet, and a screen. Each screen shall be constructed of 22
gauge stainless steel wire cloth banded with l/2” wide stainless steel bands to a 10 gauge
expanded stainless steel mesh cylinder (3/4” opening). The expanded stainless steel
mesh cylinder shall be a minimum of 4” diameter and 5” long, tack welded to 10 gauge
stainless steel round plates at each end. Unless specified otherwise, the standard weight
pipe nipples and 90” street elbows shall be hot dipped galvanized.
9910/860-l Valves-13 0 Krieger & Stewart, Incorporated 1999
MISCFLLANEOUS PIPING AND APPURTENANCES
TECHNICAL SPECIFICATIONS
PAR% 1 - GENERAL
1.01 Description
Pipe shall be furnished and installed as specified in the Basic Pipeline or Basic Sewer
Specifications and as shown on the Drawings. Where pipe is not specified therein, pipe shall be
as specified in Miscellaneous Piping and Appurtenances Technical Specifications.
Contractor shall furnish and install piping specialties as shown and specified, complete,
including small steel pipe, stainless steel pipe, copper tubing, solvent-welded PVC pipe,
mechanical and sleeve couplings, gaskets, bolts, insulating connections, and such other
specialties as required for a complete and operable piping system in accordance with the
requirements of the Contract Documents.
142 Reference Specifications, Codes, and Standards
Commercial Standards
ANSILNFPA 70-84 National Electric Code
ASTM A 120-84 Specification for Pipe, Steel, Black and Hot-Dipped Zinc-
Coated (galvanized) Welded and Seamless, for Ordinary Uses.
ASTM A 3 12-84~ Specification for Seamless and Welded Austen&c Stainless
Steel Pipe.
ASTM B 62-82a Specification for Composition Bronze or Ounce Metal Castings.
ASTM B 88-83a Specifications for Seamless Copper Water Tube.
ASTM D 1785-83 Specification for Poly (Vinyl Chloride) (PVC) Plastic Pipe,
Schedules 40,80, and 120.
1.03 Contractor Submittals
Contractor shall submit manufacturer’s product specifications and performance details in
accordance with “Contractor Submittals Technical Specifications”.
PART 2 - PRODUCTS
2.01 Small Steel Pipe
Unless otherwise shown, galvanized steel pipe and black steel pipe in sizes 4 inches in diameter
and smaller shall conform to the requirements of ASTM A 120 and shall be Schedule 40.
Galvanized steel pipe shall not be cement mortar lined unless otherwise shown. Fittings for
galvanized steel pipe shall be Schedule 40 and shall be constructed of galvanized malleable iron,
with threaded ends. Fittings for black pipe shall be Schedule 40 with threaded or welded joints,
9807/327-3
Q Krieger & Stewart, Incorporated, 1998 Misceiianeous Piping-l
as shown on the Drawings. Where below grade, pipe shall be double wrapped with 20 mil PVC
tape. Below grade black pipe shall be coated with 32 mils of a bitumastic coating prior to double
wrapping.
2.02 Stainless Steel Pipe
Unless otherwise shown, stainless steel pipe shall be Type 3 16 Schedule 5 welded pipe
conforming to ASTM A 312 with stainless steel welded fittings, or threaded fittings where
shown. .
2.03 Copper Tubing
Copper tubing shall conform to the requirements of ASTM B 88 and shall be Type K, soft
temper for buried tubing and hard-drawn for above-ground application. Fittings shall be
soldered or sweated on and shall be of cast bronze or forged brass containing 85 percent copper.
Soldered joints for water working pressures below 100 psi shall contain 50-percent tin and 50-
percent lead. For higher water working pressures and for compressed air lines, soldered joints
shall contain 95-percent tin and 5-percent antimony. For oxygen service, joints shall be made
with silver solder.
2.04 PVC (Polyvinyl Chloride) Pipe, Schedules 40 and 80
PVC pipe shall be made from all new rigid unplasticized polyvinyl chloride and shall be Normal
Impact (Type I) to conform to the requirements of ASTM D 1785, unless otherwise shown.
Schedule 40 fittings shall conform to ASTM D-2466, Schedule 80 socket fittings to ASTM D-
2467 and ASTM D-2464 for threaded Schedule 80 fittings. Unless otherwise shown, joint
design shall be for solvent-welded. Both pipe and fittings shall be the product of one
manufacturer.
2.05 CPVC (Chlorinated Polyvinyl Chloride) Pipe, Schedules 40 and 80
CPVC pipe, for hot, corrosive solutions and where shown, shall be made from all new rigid
unplasticized chlorinated polyvinyl chloride, Type IV, Grade 1 compound as stated in ASTM D-
1784, and shall be Schedule 40 (as minimum thickness) unless otherwise shown, and shall
conform to ASTM F 441. Fittings shall be the same schedule as the pipe. Schedule 80 socket
fittings shall conform to ASTM F-439 and ASTM F-437 for threaded Schedule 80 fittings.
Unless otherwise shown, joint design shall be for solvent welded construction. Both pipe and
fittings shall be the product of one manufacturer.
2.06 Grooved or Banded Pipe Couplings
A. Mechanical-type couplings shall be designed for a water working pressure not less than
the maximum pressure to which the piping system will be subjected, e.g. the working
pressure, the field test pressure, the pump shut-off head, or the maximum surge pressure,
whichever is the greatest. Buried or submerged couplings shall be provided with Type
3 16 stainless steel bolts and nuts. All grooved products shall be of a single manufacturer.
980713273
0 Krieger & Stewart, Incorporated, 1998 Miscellaneous Piping-2
B. Couplings for steel pipe shall be Victaulic Stile 41 or 44. Gust&Bacon, or eaual, when
pipe ends are banded, and Victauhc Stvle 77 or 07. Gustin-Bacon. or eaual, when pipe
ends are grooved, and shall be equipped with Grade E rubber gaskets. Couplings for
ductile iron pipe shall be Victaulic Stvle 31. G&in-Bacon. or ecmal, and shall be
equipped with Grade M flush seal gaskets Couplings for PVC pie shall be Victaulic Stvle 775, Gust&Bacon, or eaual, with Grade E gaskets and radius cut or standard roll
grooved pipe ends.
2.07 Sleeve, Flexible, and Adapter Type Couplings
Couplings shall be of steel with steel bolts, without pipe stop, and shall be of sizes to fit the pipe
and fittings shown. The middle ring shall be not less than l&inch in thickness and shall be either 5 or 7 inches long for standard steel couplings, and 16 inches long for long-sleeve
couplings. Bolts and nuts for exposed couplings shall be hot-dip galvanized. Bolts and nuts for
buried or submerged couplings shall be of Type 316 stainless steel. Buried sleeve-type
couplings shall be epoxy-coated at the factory as specified. Continuity bonds shall be provided
as shown.
Couplings shall be provided where shown on the drawings and shall be Rockwell &n.ith-Blair),
Dresser. or eaual.
2.08 Insulating Connections
A. General
Insulating bushings, unions, couplings or flanges, as appropriate, shall be used for joining pipes of dissimilar metals, and for piping systems where corrosion control and
cathodic protection are involved, or where specified on drawings.
B. Material
Insulating connections shall be of nylon, Teflon, polycarbonate, polyethylene or other
non-conductive materials, and shall have ratings and properties to suit the service and
loading conditions.
PART 3 - EXECUTION
3.01 Installation
A. General
All piping shall be installed as specified in the Basic Pipeline or Basic Sewer
Specifications.
B. Small Steel Pine
Buried galvanized or black steel pipe shall be coated as specified in the Basic Painting
Specification or provided with an extruded high density polyethylene coating with minimum thickness of 35 mils.
9807/327-3
0 Krieger &L Stewart, Incorporated, 1998 Miscellaneous Piping-3
C. PVC and CPVC Pi-
PVC and CPVC pipe joints shall be solvent-welded in accordance with the
manufacturer’s instructions. Expansion joints or pipe bends shall be provided to absorb
pipe expansion over a temperature range of 100 degrees F, unless otherwise shown.
Care shall be taken to provide sufi%ient supports, anchors, and guides, to avoid stress on
the piping. The Contractor shall obtain the services of the PVC and CPVC pipe supplier,
to instruct the pipe fitters in the correct way of making solvent welded joints. Only
clean, f&h solvent shall be used at any time.
D. Counlings
Pipe couplings shall be installed in strict accordance with the manufacturer’s printed
recommendations.
E. Caskets for Planeed Joints
Wherever blind flanges are shown, the gaskets shall consist of l/S-&h thick cloth- inserted rubber or fiber sheet (no asbestos shall be allowed) which shall cover the entire
inside surface of the blind flange and shall be cemented to the surface of the blind
flange.
F. Insulatinn Connections
All insulating connections shall be installed in accordance with manufacturer’s printed
instructions.
3.02 Continuity Bonds
Where required by the Drawings, all joints, except field-welded joints and insulating joints, shall
be continuity bonded. Bonds shall be welded to the pipe as shown, as well as all major parts of
any couplings used. Bonds shall be inspected and approved by the Owner before the exterior of
the pipe joint is coated. The bond shall be completely covered with protective coating material
prior to backfilling of the trench.
9807/327-3
Q Krieger & Stewart, Incorporated, 1998 Miscellaneous Piping4
DOORS, FRAMES, AND HARDWARE TECHNICAL SPECIFICATIONS
PART 1 - GENERAL
1.01
1.02
1.03
Description
Contractor shall furnish and install all doors, frames, hardware, and related items, complete and
operable, as specified herein and shown on the Drawings.
Field Measurements
Prior to fabrication, Contractor shall verify all conditions affecting the work specified herein,
including obtaining accurate opening dimensions and embedded anchorage arrangements.
Discrepancies shall be reported to the Owner prior to commencing work.
Submittals -
Complete fabrication, assembly, and installation drawings, together with details and data
governing materials used and other accessories furnished, shall be submitted for approval in
accordance with the Contractor Submittals Technical Specifications. Data shall include, but not
be limited to, the following:
A.
B.
C.
D.
E.
F.
G.
Door and frame details.
Hardware reinforcement.
Schedules showing sizes, types, and locations of door louvers and glazing, if any.
Anchorage details.
Manufacturer’s literature and any engineering calculations that may be required
elsewhere in this section.
Complete detailed hardware list, hardware schedule, and manufacture’s literature on each
item.
Hardware schedule shall indicate type, manufacturer’s name, catalog number, location,
and finish of each item to be furnished. Schedule shall also include a complete template
list showing template references and data for each item requiring preparation of metal
doors and frames.
PART 2 - PRODUCTS
2.01 Manufacturer
A. Hollow Metal Doors and Frames
Doors and frames shall be as manufactured by Krieger Steel Products Co., Security
Metal Products Corp., or approved equal. All doors and frames shall be manufactured
by a single manufacturer.
9912/860-l Doors, Frames, & Hardware-l Q Krieger & Stewart, Incorporated, 1999
B. PiberPlass Reinforced Doors and Frames
Doors and fkames shall be as manufactured FIB-R-DOR, A Division of Advance
Fiberglass, Inc., or approved equal. All doors and frames shall be manufactured by a
single manufacturer.
C. Rolline Metal Door Assemblies
Rolling metal door assemblies shall be as manufactured by Cookson Co., Pacific Rolling
Door, Lawrence Roll-Up Doors, Inc., or approved equal. All doors and fkunes shall be
manufactured by a single manufacturer.
D. Door Hardware
Refer to Hardware Schedule, herein.
2.02 Hollow Metal Door and Frame Fabrication -
A. General
Hollow metal doors and frames shall be manufactured in accordance with the Steel Door
Institute.
B. Doors
Doors shall be of hollow metal construction, full flush design, l-3/4” thick, with no
visible seams. Door face sheets shall be formed with seamless 16 gauge steel. Seams at
edges shall be continuously and fully welded and ground smooth. Filled joints will not be acceptable. Vertical edges of door shall be reinforced with 14 gauge steel channels
the entire height of door. Top and bottom of doors shall have continuous 16 gauge
reinforcing channels welded to the face sheets. Doors shall be mortised, reinforced (not
less than 8 gauge reinforcement for hinges and 12 gauge for locks and closers), drilled,
and tapped in accordance with hardware templates. Reinforcement plates (not less than
14 gauge) shall be provided at all surface applied hardware locations. Reinforcement
around openings for louvers and glazing shall be 12 gauge channel reinforcement welded
to face sheets. Opening sizes shall be as shown on the Drawings. Louvers shall be
mounted in the doors prior to painting. Doors shall be rigid and free from warpage or
buckle. Tops of exterior doors shall be provided with flush, water, and weather tight top
enclosures.
Doors shall be formed and bonded to a rigid fire proof and moisture proof honeycomb
core. Doors and frames specified or shown on Drawings as fire rated shall conform to
Underwriters Laboratories listings and shall be UL labeled, indicating the type of
certification rating.
C. Double Doors
Double doors shall be provided with a “T” type steel astragal, unless specified otherwise
on the Drawings.
9912/860-l
Q Krieger & Stewart, Incorporated, 1999 Doors, Frames, & Hardware-2
D. Door Frames
Door fIrames shall be of type and sizes as shown, formed of 14 gauge steel. Frames shall
have integral stops. All seams and joints shall be continuously and fully welded. AI1
exposed welding shall be ground smooth. Frames shall be mortised, reinforced, drilled,
and tapped in the shop to receive mortised template hardware as required.
Reinforcement shall be 8 gauge at hinges and 12 gauge at strikes and closers.
Provide a minimum of 3 adjustable masonry or steel stud type anchors at each jamb (30”
on center, maximum). Provide a minimum of 2 frame head anchors. Spot weld 14
gauge metal clip angles to bottom of each jamb member to provide floor anchorage.
E. Factorv Prime Coatinrr Reauirements
All interior and exterior doors and frames shall be thoroughly cleaned to remove all rust,
scale, grease, and oil, then treated with a chemical compound to assure maximum paint
adherence, and prime coated with corrosion-inhibiting primer compatible with finish
paint specified on Drawings or in the Basic Coating and Painting Specification for Water
and Wastewater Facilities.
2.03 Fiberglass Reinforced Plastic Door and Frame Fabrication
A. General
Fiberglass reinforced plastic doors and frames shall conform to Steel Door Institute
requirements for performance equivalent to hollow metal doors and frames specified
herein.
B. Doors
Doors shall be of reinforced fiberglass construction, full flush design, l-3/4” thick, with
no visible seams. Door plates shall be molded in one continuous piece, resin reinforced
with hand-laid glass fibermat, nominal l/S” thick, and have a minimum 25 mil gel-coat.
Door plates shall be formed and bonded to a rigid fire proof and moisture proof
honeycomb core. All seams at edges shall be a minimum of two layers of resin
reinforced glass fibermat (minimum glass fiber to resin ratio of 30 percent), nominal
l/4” thick, and machine tooled. Doors shall be mortised (mortise for lockset, and recess
for strike plate in lock stile) drilled and tapped in accordance with the hardware
templates. Reinforcement (embed steel reinforcement for hinges in fiberglass matrix; provide for hinge leaf recesses in hinge stile) shall be provided at all surface applied
hardware locations. Reinforcement around openings for louvers and glazing shall be
type 304 stainless steel channel reinforcement fastened to door plates with stainless steel
screws. Opening sizes shall be as shown on the Drawings. Louvers shall be mounted in
the doors prior to gel-coating. Doors shall be rigid and free from warpage or buckle.
Tops of exterior doors shall be provided with flush, water and weather tight top
enclosures.
Doors and frames specified or shown on Drawings as fire rated shall conform to
Underwriters Laboratories listings and shall be UL labeled, indicating the type of certification rating.
9912/860-l
Q Krieger & Stewart, Incorporated, 1999 Doors, Frames, & Hardware-3
C. Double Doors
Double doors shall be provided with a “T” type steel astragal, unless specified otherwise
on the Drawings.
D. Door Frames
Door frames shall be of type and sizes as shown, formed of 14 gauge type 304 stainless
steel. Frames shall have integral stops. All seams and joints shall be continuously and
fully welded. All exposed welding shall be ground smooth. Frames shall be mortised,
reinforced, drilled, and tapped in the shop to receive mortised template hardware as
required. Reinforcement shall be type 304 stainless steel, 8 gauge at hinges and 12
gauge at strikes and closers.
Provide a minimum of 3 adjustable masonry or steel stud type anchors at each jamb (30”
on center, maximum). Provide a minimum of 2 frame head anchors. Spot weld 14
gauge metal clip angles to bottom of each jamb member to provide floor anchorage.
E. Finish
All interior and exterior doors shall be provided with smooth gloss surface, minimum
Value 88 in accordance with ASTM D523. Color shall be as selected by Owner.
Stainless steel frames shall be uncoated and provided with a uniform brushed fmish.
2.04 Rolling Metal Door Assemblies
A. General
Roll up doors shall be of the metal curtain, flat slat design and shall be chain operated,
and weather and dust resistant. Doors shall be provided complete with curtain slats,
guides, endlocks, gears, chain, operating mechanism, hood, motors, controls, wiring,
hardware brackets, head, bottom and side weather stripping, and all other accessories
necessary for a complete and operable system.
B. J&&m Loading
Doors and guides shall be designed for a wind load of 30 pounds per square foot.
C. Door Curtain
Door curtains shall have interlocking flat slats roll-formed in easy curves from
galvanized steel sheet. Slats shall be of a gauge size suitable for the design loading and
opening dimension, but shall not be lighter than 20 gauge. Galvanized stamped steel
endlocks shall be provided on alternate slats. Windlocks shall be provided as required to meet design wind loading.
99121860-l
Q Krieger & Stewart, Incorporated, 1999 Doors, Frames, & Hardware4
D. Bottom Bar
The bottom bar shall consist of 2 galvanized angles bolted back-to-back on each side of
the curtain, complete with tamper-proof slide bolt locks pre-punched for padlocking on
inside of door. A replaceable flexible vinyl or neoprene gasket shall be provided as a
weather seal and cushion bumper.
E. Guides
Guides shall be formed of galvanized steel angles, minimum 3/16” thick, properly sized
to retain the door curtain. Windlock bar shall be provided as required to meet design
wind loading. Guides shall be attached to jambs with 3/S” galvanized steel bolts spaced not more than 30” apart Guides shall be provided with weather stripping.
F. Counterbalance Shaft Assembly
The barrel shaft shall be a steel pipe of sufficient diameter and thickness to support the
roll-up curtain without distortion of slats, and to limit deflection of the barrel to not more
than 0.03” per foot of span under full load. The barrel shaft shall have a minimum
diameter of 4”. The spring balance shall consist of one or more helical torsion springs of
oil-tempered heat-treated steel designed for proper balance of the door and to ensure that
effort to operate door will not exceed 35 pounds. Rotating members shall turn on self-
lubricating graphite or grease-sealed ball bearings, with adjustment for counterbalance
springs accessible from outside shaft assembly. Brackets to support counterbalance shaft
assembly shall be not less than 506” thick, cold-rolled steel plate with ball or roller
bearings at rotating support points and attached to extension of guide wall angles with
l/2” galvanized steel bolts. Brackets have a bell-mouth guide groove for the door
Curtain.
G. Hood
The hood shall be manufactured of 24 gauge galvanized steel sheet. The hood shall fit
over the end brackets. Top and bottom edges of hood shall be rolled and reinforced for
stiffness, and intermediate supports shall be provided as necessary. Equip hood with a neoprene or vinyl air baffle to close space between hood and door curtain.
H. Chain ODeration
Operation shall be accomplished by endless hand chain, sprocket, and reduction gearing to barrel shaft. Bearings shall be either self lubricating graphite bearings or grease-
sealed ball bearings, lubricated for life and self-aligning. Operating chain shall be
galvanized extending to 24” above floor. A chain holder shall be provided on wall with
provision for padlocking.
I. Factorv Prime Coating Reauirements
Galvanized surfaces shall be phosphate treated for paint adhesion, and prime coated with
corrosion-inhibiting gray primer compatible with finish paint specified on Drawings or
in the Basic Coating and Painting Specification for Water and Wastewater Facilities. All
other ferrous metal parts shall be thoroughly cleaned to remove all rust, scale, grease,
and oil, then treated with a chemical compound to assure maximum paint adherence, and
9912/860-l
Q Krieger & Stewart, Incorporated, 1999 Doors, Frames, & Hardware-S
prime coated with corrosion-inhibiting gray primer compatible with finish paint
specified.
2.05 Door Hardware
A. General
Provide all items of hardware indicated on the Drawings and as herein specified, or
where necessary for complete installation and proper operation. Door hardware shah be
coordinated with all other related work, including template information for door and
frame fabrication.
All hardware furnished in connection with doors bearing UL labels or where necessary
to meet special requirements will be in strict accordance with conditions established by
the authority having jurisdiction and shall be subject to approval of that authority.
B. Finish
The fmish of all hardware shall be 630 (US32D) brush stainless steel, unless otherwise
specified in the Hardware Schedule.
C. Keving
All locks and cylinders shall be master keyed to the Owner’s requirements. Hardware
supplier shall submit a keying schedule for approval by Owner prior to order for locks
and keying of cylinders. Contractor shall coordinate between Owner and hardware
supplier in developing keying schedule. At the completion of the project, Contractor
shall furnish Owner with 5 master keys and 3 keys per cylinder keying combination.
During construction, all locks shall be furnished with construction cylinders and
construction keys. Contractor shall furnish Owner with 2 construction master keys.
D. Hinrres and Pivots
Hinges shall be full mortise, template type, unless otherwise specified. All doors over
7’-6” shall have one extra hinge for each 2-l/2’ of height. Width of hinges shall be
determined by trim conditions. All door hinges shall be provided with non-removable
and non-rising pins.
E. Locksets and Latchsets
All locksets and latchsets shall be mortise type with anti-friction, 2 piece latchbolts, with
a minimum 3/4” throw and minimum 1” throw deadbolt. Locksets and latchsets at fire rated doors shall meet code requirements. Function shall be appropriate for door use.
All locks shall be provided with the same cylinder and keyway for master keying. All
locks shall be the product of the same manufacturer as the locksets, unless otherwise
specified.
Padlocks shall be heavy duty type, keyed as directed, and shall be of the same
manufacturer as the locksets.
99121860-l
0 Krieger & Stewart, Incorporated, 1999 Doors, Frames, & Hardware.-6
F. Panic Bars Exit Devices)
Where shown on Drawings or specified herein, doors shall be equipped with UL labeled, touchbar exit devices (panic bars) capable of opening door even when locked. Panic
bars shall be provided with mortise lock devices and auxiliary bolt for deadlocking, and shall be constructed of corrosion-resistant hardware. Panic bars and shall be as
manufactured by Von Duprin, Inc., Sargent, or approved equal.
G. Door Closers
All door closers shall be the product of one manufacturer. All door closers shall have
full metal covers, adjustable spring power and adjustable backcheck. Closers shah have backcheck regulating screws, with separate screws for closing and latching speeds,
Whenever possible, closer-s shall be installed with arms parallel to the closed door.
Closers for out-swinging exterior doors shall be top-jamb mounted and furnished with
adapter plates for doors under 7’-6”. If necessary, closers may be mounted on drop
brackets on doors 7’-6” and over. On double doors, provide a door closer on each leaf.
Maximum allowable “door closer” opening force shall be: 5 pounds for interior doors,
8.5 pounds for exterior doors, and 15 pounds for fire doors.
H. Door Stons and Holders
Stops shall be provided with machine screws and threaded anchors at concrete or masonry, and toggle bolts at plaster and gypsum board.
I. Push Plates. Pulls. and Kicknlates
Push plates shall bi’4” x 16” x 0.050” thick, unless otherwise specified.
All pulls shall be thru-bolted under the push plates.
Kickplates shall be stainless steel, 0.050” thick, beveled on 3 sides, 10” high; except
where necessary to clear a louver in which case they shall be 8” high. Width shall be
door size, less 2” for single doors and door width, less 1” for double doors.
J. Thresholds
All thresholds not extending beyond face of door frame shall be 1 piece, full width of
opening, l/2” maximum rise. Thresholds extending beyond face of door frame may be
two piece and shall have mitered ends for the portion of threshold extending beyond the
door frame. All thresholds shall be provided with stainless steel machine screws in
threaded expansion anchors at concrete.
K. Hardware Schedule
The following hardware schedule is provided as a guide. Contractor shall furnish all
hardware necessary for the project. Hardware required for any particular location, but
not scheduled, shall be the same as that scheduled for similar locations.
99121860-I
Q Krieger & Stewart, Incorporated, 1999 Doors, Frames, & Hardware-7
Catalog numbers listed in the hardware schedule are from the catalogs of the following
manufacturers:
BBW Builders Brass Works
C Corbin Co.
H fiilfl LCN LCN Closers
N Norton Door Controls
MC McKinney Mfg. Co.
P Pemko Mfg. co.
Q Quality Hardware Co.
RE Reese Enterprises, Inc.
RU Russwin
SCH Schlage (No substitute)
STA Stanley
VD Von Duprin, Inc.
Z zero weatherstipping -
Listed manufacturers are used to establish the quality and type of hardware to be
furnished. Hardware equal in quality and function may be submitted to Chvner for
approval, provided Contractor demonstrates substitute hardware conforms in function,
quality, finish, and workmanship to the products hereinafter specified. Provide product
of one manufacturer for each specified hardware item for standardization of appearance,
maintenance, and replacement.
Hardware Schedule
Quantitv & Manuf. Descriution. CataloP No.
HW-1 (Ext. Single Door up to 4’-0” W x 7’-6” H)
Each door shall have:
Finish
3
1
1
1
1
1
1 set
1
Hinges MC
Lockset SCH
Closer LCN
stop
: Holder
Threshold P
Head/Jamb P
Bottom P
T4B3386 (5”) US32D L9453P03A us26D
4040 Series (90°) USP
433ES us26D
1149A US26D 157A ALUM
290AS USP
216AV USP
PART 3 - EXECUTION
3.01 Hollow MeWFiberglass Doors and Frames
A. Doors and frames shall be shipped and stored with temporary stiffeners and spreaders to
maintain frames in alignment. Storage shall be in a manner that will prevent rusting,
damage, or marring of fmish.
9912/860-l
Q Krieger & Stewart, Incorporated, 1999 Doors, Frames, & Hardware-8
b
B. All work shall be shop fabricated to required profiles with edges straight, true, and sharp.
Fabricate and fit accurately with hairline joints at comers, surfaces free of warp, wave, buckle, and other defects. Welding “Best Grade Commercial Work“, with all exposed
beads ground smooth.
C. Door and frame assemblies shall be installed plumb, square, and level, and be securely
and rigidly anchored to the adjoining construction. Door and frame assemblies shall be
installed in accordance with approved shop drawings and printed recommendations and
instructions of the manufacturer.
D. Doors shall be installed with a maximum clearance of l/8” at head, 3/32” at strike jamb,
l/8” at butt jamb, and as required where thresholds are listed, and shall not exceed the manufacturer’s specified limits.
E. All work shall be coordinated with the work of related subcontractors and suppliers to
assure a proper installation.
F. Protect installed doors against damage during construction. -
3.02 Rolling Metal Door Assemblies
A. Rolling metal door assemblies shall be installed in accordance with the manufacturer’s
printed recommendations and instructions.
B. Rolling metal door assemblies shall be installed plumb, square, and level. Fasteners
shall be of sufficient size, length, and spacing for loads imposed.
C. Protect installed doors against damage during construction.
D. Provide completed installation, secure, and operating freely without binding or stoppage.
3.03 Door Hardware
A. Installation
1. All hardware items shall be installed in accordance with manufacturer’s written
recommendations and instructions.
2. All finish hardware work shall be neat and secure, installed to develop full
strength of components and provide proper function.
3. Contractor shall take preventative measures to avoid marring, scratching, or otherwise damaging adjacent finishes during installation.
4. Latchbolts shall be installed to automatically engage in strikes, whether
activated by closers or manually. In no case shall additional manual pressure be
required to engage latchbolt in strike.
5. Closers and hinges shall be adjusted to operate doors evenly without noise and
binding. Closers, closer arms, and hold-open arms shall be attached with sex
bolts.
9912/860-l
Q Krieger & Stewart, Incorporated, 1999
Doors, Frames, & Hardware-9
6.
7.
8.
9.
10.
Stops and holders shall be installed to allow doors to open as far as possible.
Wall mounted hardware shall be installed over solid structural backing or solid
blocking in hollow walls.
Thresholds shall be installed with ends neatly coped to fit profile of door jamb.
Thresholds shall be set in sealant with ends sealed to door jambs, or closed with
mitered ends when threshold extends beyond door jamb.
All doors shall be provided with weatherstripping or seals unless product
weatherstripping or other special seals are specified.
Mounting of door hardware shall be in accordance with the published
recommendations of the Door and Hardware Institute.
B. Protection
1. Contractor shall provide removable protection on exposed surf&es of hardware
to prevent damage or staining of hardware during construction. Hardware
protection shall be removed just prior to final cleaning and polishing.
2. All finish hardware shall be fitted and dismantled before painting work and shall
be reinstalled after finish painting work or provided with paint protection prior
to painting work.
c. Warran&
All hardware shall be warranted for a period of 2 years from the date of acceptance of
the project. Defects in material and workmanship occurring during the warranty period
shall be corrected to the satisfaction of the Owner.
D. Snecial Tools
Contractor shall provide 2 sets of installation and adjusting tools.
9912/860-l Doors, Frames, & Hardware-10 Q Krieger & Stewart, Incorporated, 1999
EQUIPMENT AND ACCESS HATCH
TECHNICAL SPECIFICATIONS
PART 1 - GENERAL
Contractor shall furnish and install single or double equipment and access hatches of size and type shown on the Drawings.
Contractor shall submit manufacturer’s specifications, literature, and drawings, including all
pertinent dimensions, to the Owner for approval.
Equipment and access hatches shall be as manufactured by Bilco Company, Halliday Products,
Dur-Red Products, or equal.
PART 2 - PRODUCTS
2.01 Flush Type Hatches (All Stainless Steel Construction) ._
Flush type equipment and access hatches shall be designed to be cast in place with
concrete, roof, floor, or curb as shown on the drawings. Hatches shall be all stainless steel
construction, single or double door leaf(s) of size shown on the Drawings. Hatch
openings shall be free of obstructions. Hatches shall be similar to Bilco Company Types J
and JD, and shall be flush mounted to the,supporting structure (roof, floor slab or concrete
curb). Door leaf(s) shall be l/4 inch (minimum) diamond pattern plate with reinforcing
on the underside to withstand 300 psf loading with maximum deflection of 11180th of the
span. Formed channel frame shall be l/4 inch (minimum) stainless steel with full anchor
flange around the perimeter. Doors shall close flush with frame and rest on a built-in
neoprene cushion/gasket.
Door(s) shall be equipped with heavy duty stainless steel hinges and stainless steel pins
and fasteners. Hinges shall be through-bolted to the door leaf(s) with tamper-proof
stainless steel lock bolts. Hinges shall be through-bolted to the frame with stainless steel
bolts and lock nuts. All hardware shall be stainless steel. Covers shall operate with the
assistance of compression springs enclosed in telescopic tubes. Upper tube shall fit over
the lower tube to prevent accumulation of moisture, grit and debris inside the tube
assembly. Lower tubes shall interlock with the flanged support shoe fastened to the
gusset support plate for ease of removal. Each door leaf shall be fitted with the required
number and size of compression spring operators to afford easy opening of the door and to
act as a safety check in retarding downward motion when being closed. For safety, each door leaf shall be equipped with a hold open arm which automatically locks the door leaf
in the vertical open position. A conveniently positioned handle shall release the door leaf
for safe closing.
Access door &II be provided with a 3 16 stainless steel slam lock with a gasketed cover plug and removable turn handle. A lift handle shall be provided that is designed to be
flush with the door surface when not in use. Unless specified otherwise, access door slam
lock and lift handle shall be located within approximately 12 inches from the comer of the active door leaf. A l-1/2 inch drain coupling shall be located in the comer of the channel
frame.
9910/860-l
Q Krieger & Stewart, Incorporated 1999
Equipment & Access Hatch-l
2.02 Raised Type Hatches (Not Required)
Raised type equipment and access hatches shall be single or double ahuninum cover leaf(s) of size shown on the Drawings. Hatches shall have single leaf unless specified
otherwise.
Hatch openings shall be free of obstructions. Hatches shall be similar to Bilco Company
Types S, SS, and D and shall be provided with integral raised curb for roof mounting.
Hatch cover(s) and reinforcing shall be designed to support a minimum live load of 40
psf.
Hatch cover(s) shall be provided with 1” (minimum) fiberglass insulation, fully covered and protected by a metal liner. Hatch curbs shall be aluminum (11 gauge, minimum) and
12” in height and shall be provided with integral capflashing of same gauge as curb and 1“
(minimum) rigid insulation. For roof installations without built-up roofing, curb
insulation shall be protected by a weathertight aluminum outer cover. Hatches shall be
completely assembled with heavy pintle hinges, positive snap latch with turn handles and
padlock hasps inside and outside, a mechanically retained rubber gasket, automatic hold
open arm, and compression spring operators. Unless otherwise specified, aIlhardware
shall be zinc plated and chromate sealed. Aluminum shall be mill finish.
Where specified on Drawings, hatch hinged lid shall be provided with skylight dome of
translucent acrylic. Skylight dome color, shade, and/or tint shall be as selected by Owner.
PART 3 - INSTALLATION
Installation shall be in accordance with manufacturer’s written instructions.
99101860-l
0 Krieger & Stewart, Incorporated 1999 Equipment & Access Hatch-2
CRANE SYSTEM
TECHNICAL SPECIFICATIONS
PART 1 - GENERAL
1.01 General Requirements
Contractor shall fumish and install crane system(s) as shown on the Drawings and
specified herein, including hoist(s), trolley(s), monorail(s), jib crane(s), bridge crane(s),
Davit crane(s), and all appurtenances for lifting and transporting equipment as specified.
-.
Crane system(s) and components fknished under this specification shall be the
responsibility of a single equipment manufacturer or supplier who has made equipment of
comparable design and capacity for a period of at least five years. Crane system(s) shall
be as manufactured by Columbus McKinnon Corporation, Abel-Howe Co., Yale, Anchor
Crane & Hoist, or approved equal. -
1.02 Submittals
Contractor shall submit shop drawings in accordance with Contractor Submittals
Technical Specifications and as specified herein. Shop drawings shall include, but not be
limited to, the following:
A. Detailed specifications, fabrication, erection drawings, assembly, dimensions,
materials of construction, performance characteristics, and installation
instructions.
B. System hoist capacities, hoist and trolley speeds, specifications, wiring diagrams, and installation instructions.
C. Control components, including description of control component operations.
1.03 Regulations, Codes, Standards, and Reference Specifications
The design, materials, and installation of the specified equipment shall conform to the
latest editions of all applicable local, state, and federal regulations, codes, standards, and
specifications, including, but not limited to the following:
A. B.
C.
D.
E.
F. G.
H.
I.
Crane Manufacturer’s Association of America (CMAA)
Monorail Manufacturer’s Association (MMA)
National Electrical Code (NEC)
National Electrical Manufacturer’s Association (NEMA)
Uniform Building Code (UBC)
Occupational Safety and Health Act (OSHA) American National Standards Institute (ANSI)
Hoist Manufacturers Institute (HMI)
American Institute of Steel Construction (AISC) Manual of Steel Construction
9910/860-l
Q Krieger & Stewart, Incorporated 1999 Crane -1
PART 2 - PRODUCTS
2.01 Specific Crane System Requirements
Contractor shall furnish and install motorized wire rope hoist and manual push
trolley for the jib crane system and manual chain pull and manual push trolley for
the Dry Well crane system.
The crane systems shall be designed to raise, lower, and move horizontally
wastewater pumping units and comminutors.
B. Schedule of Crane Svstems
Hoist and Trolley Bating:
Lifting Hoist Pendant --
Location Rating Height Speed Beam Size Control
Jib Crane 1 ton 35’ 15*2 Qrn Per Manuf. Yes
(2 push buttons)
Dry Well 1 ton 15’ Manual S12x50 N/A
Chain Pull
Maximum hook-to-rail dimension with hoist in full height position shall be 28”
maximum. Beam size to be verified by jib crane manufacturer.
2.02 Design Criteria
A. Design of the traveling hoist assemblies and appurtenances shall utilize a factor of
safety of 5, with respect to the capacity load, for design of all mechanical
components of the system. The factor of safety shall be based on the ultimate
strength of the material used for construction.
B. The monorail system including hoist shall also conform to or exceed pertaining
requirements of the Monorail Manufacturer’s Association “Specifications for
Underhung Cranes and Monorail Systems”, 1973 (herein called MMA Spec),
ANSI B30.11, ANSI B30.16, ANSI Cl - National Electrical Code, Standard
Specifications for Electric Chain Hoists HMI 100 of the Hoist Manufacturers
Institute, and all additional requirements specified herein. Where conflicts occur between requirements herein and the referenced standards, the more conservative
requirements shall govern.
9910/860-l Crane -2 0 Krieger & Stewart, Incorporated 1999
2.03 Hoist and Trolley
A. Hoist and trolley assemblies shall be essentially the standard product of one
manufacturer to ensure component compatibility. As a minimum, service
classification for hoist, trolley, and monorail system shall be for Class B light service. Trolleys shall be designed to be compatible with the furnished monorail.
B. Motorized trolleys shall comply with Section 5 of the MMA Spec, articulated
types that provide the necessary clearances for unrestricted operation. Wheel
bearings shall be the prelubricated and sealed type only. Gearing of motorized
carriers shall operate in sealed oil bath except at final reduction. Motors shall be
totally enclosed squirrel cage type for 460 volt, 3 phase, 60 hertz current,
minimum 30 minute duty rating with Class B insulation and maximum 55 degree C rise, NEMA rated for crane and hoist service, and equipped with prelubricated _
and sealed bearings. Motorized carriers shall have an electrically released
mechanical brake with removable friction surfaces and shall be adjustable for
torque and wear. Trolleys shall be furnished for patented track and shall be
capable of traveling through switches. Trolleys shall be designed for use on both
straight and curved track.
Manual trolleys shall be designed for use on both straight and curved track.
Trolleys shall be made in two complete sections, each with trolley side plate,
wheels, axles, and bearings. The sections shall be held together in a manner that
will allow the trolley to be installed or removed at any point along the track.
Trolley shall be furnished for patented track. All manual trolleys shall be push-
pull type.
C. JZlectric Wire Rone Motorized Hoist:
Hoist shall be the low head room type conforming to HMI 100 and requirements
herein. Motor, gearing, brakes, and drum shall be enclosed in a metal housing .
Motors shall be totally enclosed, non-ventilated squirrel cage type for 460 volt, 3
phase, 60 hertz current, minimum 30 minute duty rating with Class B insulation
and maximum 55 degree C rise, NEMA rated for crane and hoist service, with
prelubricated and sealed bearings. Motors shall be suitable for use out-of-doors.
Hoist shall have a motor brake and a load brake.
Gears shall be forged and hardened steel running in sealed oil bath. Gear shafts
shall have ball or roller bearings.
The load block shall be enclosed with ductile iron sheave mounted on bearings.
Hooks shall be drop-forged and heat-treated with hook latches standard.
Controls shall be the magnetic contactor type installed in a gasketed NEMA 3R
enclosure with padlockable access panel or hinged door. Panel shall be provided
with a contactor that disconnects all power to the carrier and hoist, and is
controlled by a switch in the pendant push-button station. Control power shall be
110 volt.
9910/860-l Q Krieger & Stewart, Incorporated 1999 Crane -3
The hoist shall be provided with suitable limit switches to stop the hoisting
mechanisms at the upper and lower limits of hook travel to prevent over travel of
the hook and block, and an overload cutoff device capable of breaking the raising
circuit at 110% of 111 load.
Pendant push-button station shall be provided, and shall have cast aluminum or
rubber-protected corrosion-proofed metal case, push-button protectors, speed
control buttons for all travel and hoisting directions, pilot light to indicate when
system is energized, and switch to de-energize entire system. Push-buttons shall
be labeled and identified for motion control and compass direction of travel.
Pendant shall be suspended from a minimum of 3 feet long swiveling horizontal
arm mounted on the trolley, with bottom of controller case 42 inches above the
floor.
2.04 Monorail and Crane System
A. General
Monorail and jib crane systems shall be designed to support loads specified and to
accommodate the hoist and trolley furnished.
B. Monorail
1) All tracks shall be installed level.
2) Monorail track designs and suspension fittings shall be reviewed by
manufacturer and shall comply with Sections 2, 3, and 4 of the MMA
Spec. Review of the entire support system of the monorail shall be the
responsibility of the monorail supplier.
3) Monorail Electrification - Monorail track electrification shall be approved
safety-enclosed bar type such as Cleveland Safpowr Bar, Duct-O-Bar,
Insul-8-Bar, or an approved equal, with sliding non-sparking shoe current
collectors, suitable for use out-of-doors. For jib crane or where specified,
straight run tracks without curves and switches may have a spring-
powered cable reel.
The cable reel shall be Aeromotive or Appleton “Reelite Type”, Industrial
Electric Reels, or approved equal, and shall be equipped with a sufficient length of cable to allow travel of the hoist along the full length of the
monorail beam.
Monorail track and structures shall not be used as an electrical conductor.
9910/860-l Crane 4 0 Krieger & Stewart, Incorporated 1999
C. Crane Jib
Jib crane shall be rated as specified and be provided with the following
components and features:
1)
2)
3)
4)
5)
6)
7)
8)
Removable access plate to permit convenient inspection and service of collector ring assembly, when required.
Floating-action sleeve type mast head assembly with mating surfaces
carried on upper and lower bearings, permitting head to rotate freely
throughout 360’.
Lower roller bearing design with row of continuous roller type bearings
recessed into heavy machined ring welded to mast head assembly and
Alemite fitting for lubrication.
Upper bearing with lifetime lubricated sealed ball bearing mounted in
machined seat. ~-
Boom construction using heavy section standard or wide flange beams with trolley stops located at both ends.
Electrical collector ring assembly for connection of electrical hoisting equipment that permits continuous rotation or where specified, permits
side to side rotation.
Mounting base or sleeve as shown on the Drawings.
. .
Tag-line or Festoon system for supporting hoist and trolley power cords.
Jib crane shall be as manufactured by Anchor Crane & Hoist, Abel-Howe Co., or
equal.
D. Coatine and Painting
All exposed ferrous metal surfaces of monorail, jib crane, bridge crane, Davit
crane, and support structure shall be coated per the Finish and Protective Coating
Schedule on the Drawings and the Basic Coating and Painting Specification for
Water and Wastewater Facilities.
Motorized hoist and trolley assemblies shall be factory coated with an epoxy
coating system (12 mils min. thickness). All shop painted surfaces shall be
touched up in the field, as necessary, after installation.
9910/860-l Crane -5 0 Krieger & Stewart, Incorporated 1999
E. Namenlates and Warn&p Signs
Nameplates shall be permanently attached to the hoist and trolley assemblies. Capacity shall be stated in tons or pounds. Nameplates shall be clearly legible
from the floor and shall contain manufacturei’s name. Warning signs shall be
provided in accordance with ANSI B30.16, Chapter 16-2, affied to the bottom
lift blocks or pendant controllers.
F. Safetv StoDs
Safety stops shall be provided on support rails to set limits of travel of the hoist
and the trolley.
PART 3 - EXECUTION
3.01 General
The monorail system shall be installed and tested as shown on the Drawings andspecified
herein:
A. The Contractor shall arrange to have the manufacturer or supplier of the
equipment furnished under this Section, furnish the services of competent factory-
trained personnel to supervise the installation and start up on all equipment.
Allowance for this service shall be included by the manufacturer in the price of
his equipment. Installation and erection of all assemblies and components shall be in accordance with the details indicated on the Drawings, approved shop
drawings, and the printed instructions of the manufacturer.
B. After installation, the systems shall be put through all operations, using 125
percent of rated operating load, in the presence of the Owner. Visual inspection
will be made for proper installation, operation, alignment, and lubrication. Test
weights shall be furnished by hoist supplier. Manufacturer shall provide a
certificate stating installation is satisfactory.
3.02. Instruction
After the equipment has been installed, tested, and adjusted, and placed in satisfactory
operating condition, the equipment manufacturer shall provide classroom instruction to
Owner’s operating personnel in the use and maintenance of the equipment. Two (2) hours
of instruction shall be provided unless otherwise specified. Contractor shall give the
Owner formal written notice of the proposed instruction period at least two weeks prior to
commencement of the instruction period. Scheduled training shall be at a time acceptable
to the Owner and the manufacturer. During this instruction period, the manufacturer shall
answer any questions from the operating personnel. The manufacturer’s obligation shall
be considered ended when he and the Owner agree that no further instruction is needed.
99101860-l Crane -6 Q Krieger & Stewart, Incorporated 1999
-.
HEATING AND VENTILATION EQUIPMENT
TECHNICAL SPECIFICATIONS
PART 1 - GENERAL
1.01 Description
The Contractor shall furnish, install, and test the heating and ventilation equipment including
heaters, ducts, registers, louvers, exhaust and supply ventilators, dampers, thermostats, and
accessories as specified herein and shown on the Drawings.
1.02 Submittals
A. General
All submittals shall be in accordance with the Contractor Submittals Technical
Specifications and shall include: materials, fabrication and assembly drawings, detailed
specifications, manufacturer’s performance curves and data sheets for all equipment, and
installation instructions and dimensions.
B. ODeration and Maintenance Manual
Contractor shall submit a detailed Operation and Maintenance Manuals for each item of
equipment in accordance with the Contractor Submittals Technical Specifications.
PART 2 - -PRODUCTS
2.01 General
Not all products specified herein are necessarily required for this project. Contractor shall refer
to the Drawings and Section 2.09 “Specific Project Ventilator Requirements” for products
required for this project. Said products shall be provided as specified herein and shown on the
Drawings.
2.02 Wall Louvers
A. General
Louvers shall be intake or exhaust as shown on the drawings of the fixed (unless
otherwise specified), flat blade, 45” type, having a width of 4” and sized to fit the opening specified.
Louvers shall be suitable for mounting in stud wall, with gypsum board and stucco,
concrete walls, or masonry walls as shown on the Drawings. Size, number, and location
shall be as shown on the Drawings.
Louvers shall be anchored into walls (from inside of building) at comers, top and side, and bottom and side with wood lag screws or expansion anchors as applicable.
Additional anchors shall be provided such that maximum anchorage space shall be 24”
O.C.
99121860-l
Q Krieger & Stewart, Incorporated, 1999 Heating & Ventilation-l
Louvers shall be weatherproofed. AI1 louver edges, including flashing, in contact with
wall surfaces shall be caulked with exterior grade caulking compound.
B. Wall Mounted Stationarv (Fixed) Louvers
Fixed blade (stationary) intake or exhaust louvers shall be flat blade type of formed steel
with blades at 45’ angle. Frame and blades shall be minimum 18 gauge galvanized steel.
Each louver shall be provided with a removable l/4” mesh, 23 gauge wire, galvanized
insect screen with galvanized steel frame. Screen shall be attached with screws. Screen
shall be located on interior side of wall.
Stationary wall louvers shall be Model EL-101 as manufactured by Louvers & Dampers,
Inc., or equal.
C. Wall Mounted Adiustable Louver
Adjustable blade intake or exhaust louvers shall be of formed steel construction with
frame and blade minimum 18 gauge galvanized steel.
Blades shall be positioned at 45’ when fi~lly opened. Crank handle shall be provided for
adjusting and shall be provided with an extension where wall thickness necessitates.
Insect screen as specified per Item 2.02.B, herein, shall be provided.
Adjustable wall louvers shall be Model AEL-162 as manufactured by Louvers &
Dampers, Inc., or equal.
Where shown on the Drawings or specified herein, adjustable louvers shall be provided
with electric motor actuators. Actuators shall be operated by 120 VAC power and shall
be provided with spring return to fully open or fully closed as specified.
Where shown on the Drawings or specified herein, adjustable louvers shall be recessed
in the wall and be provided with a vandal protection type louver on exterior.
D. Wall Mounted Automatic Gravitv Tvoe Louvers
Intake and exhaust automatic gravity type louvers shall be suitable for high velocity and high static pressure and shall automatically open upon operation of the ventilation
system or radiator cooling exhaust fan. Louver shall be intake or exhaust as shown on
the Drawings and dictated by the ventilation system. Louvers shall consist of 16 gauge
galvanized formed steel frame and 14 gauge aluminum tied blades with felt tip edges.
Automatic gravity type louvers shall be as manufactured by Louvers & Dampers, Inc., or
equal.
Intake and exhaust openings shall be provided with weather protection fixed louvers on
exterior face and the gravity louvers on the interior face unless otherwise specified.
Where specified, intake and exhaust automatic louvers shall be provided with a fixed
vandal protection type louver as shown on the Drawings.
99121860-l
0 Krieger & Stewart, Incorporated, 1999
Heating & Ventilation-2
E. Wall Mormted Acoustical Louver
-.
Formed steel acoustical wall louvers shall be provided where specified or shown on the
Drawings. Construction shall be similar to fixed wall louvers. Noise side of louver shall
include Type 703 fiberglass at 3.0 lb/cu fi density covered with 20 gauge perforated galvanized steel, or equal. Minimum noise reduction of 14 dB at octave band No. 3 shall
be provided.
Insect screen as specified per Item 2.02.B, herein, shall be provided.
Acoustic louver shall be 8” thick Model ALC-8-101 by Louvers ‘& Dampers, Inc., or
equal.
F. Wall Mounted Vandal Protection Tvne Louvers
Where specified herein or shown on the Drawings, fmed louvers of the vandal protection type shall be provided for air supply or exhaust. Louvers shall be as shown on the
Drawings. Louvers shall be provided with insect screen as specified in Part 2.02.B,
herein.
2.03 Roof Mounted Gravity Ventilators
A. General
Gravity ventilators shall be of spun aluminum round or extruded aluminum rectangular
roof mounted type as specified herein and shown on the Drawings.
Ventilators shall be suitable for mounting on fabricated or prefabricated metal, or
concrete roof curb as shown on the Drawings.
Ventilators shall be anchored into curbs with stainless steel threaded fasteners or
stainless steel expansion anchors sized to utilize manufacturer’s mounting holes.
All aluminum ventilators mounted on concrete curbs shall be isolated from contact with
the curb utilizing neoprene gaskets.
Ventilators shall be weatherproofed by caulking edges with exterior grade caulking
compound.
Ventilator size shall be as specified herein and as shown on the Drawings.
B. Suun Aluminum Roof Ventilators
Spun aluminum roof ventilator shall include curb, flashing, bird screen, and anti-
backdraft flange.
Ventilator size shall be as specified herein and as shown on the Drawings.
Spun aluminum gravity ventilators shall be type “TR”, 2 tier minimum height, as
‘manufactured by Loren Cook Company, or equal.
9912/860-l
Q Krieger & Stewart, Incorporated, 1999
Heating & Ventilation-3
C. Extruded Aluminum Roof Ventilator
Extruded aluminum roof ventilator shall include curb, flashing, bird screen, and anti- condensate coating on underside of ventilator top.
Ventilator size shall be as specified herein and as shown on the Drawings.
Extruded aluminum gravity ventilators shall be type “TFE”, 2 tier minimum height, as
manufactured by Lox-en Cook Company, or equal.
2.04 Sheet Metal Ductwork and Miscellaneous Accessories
A. Construction
Ducts shall be sheet metal constructed with airtight joints and seams in accordance with
ASHRAE standards and SMACNA Duct Construction Manual. All joints shall be taped
with pressureless tape and adhesive, except welded or soldered joints. Ductwork
materials shall be galvanized steel or aluminum, unless otherwise specified. Minimum
duct gauges required are as follows:
Maximum Size
of Ducts (In,)
Galvanized Steel
U.S. Standard Gauee
Aluminum
B and S Gauge
12 and less 26 24
13 through 30 24 22
3 1 through 54 22 20
55 through 84 20 18
B. Sunnorts
Supports for horizontal ducts shall be galvanized steel angles or double struts with
threaded hanger rods unless specified otherwise. Supports for vertical ducts shall be
band iron strap or angle bracket type. Jnlet ducts shall be amply braced to withstand
maximum negative pressure.
C. Flexible Connectors
Flexible duct connections shall be made with banded or flanged 8 oz. canvas or
reinforced plastic, or equal at each point where a blower unit is connected to a duct. A
minimum clearance of 3” between the duct and source of vibration shall be maintained.
D. Noise and Vibration
Piping ductwork and equipment shall be installed and supported such that vibration is at
a minimum and is not carried into the building structure.
E. Motor Onerated D~UIIDCT
As specified on Drawings.
99121860-l
Q Krieger & Stewart, Incorporated, 1999 Heating & Ventilation-4
F. Miscellaneous
Turning vanes shall be installed at all right angle sharp turns. Turning vanes shall be
airfoil section type and shall be provided in accordance with ASHRAE
recommendations. Ductwork connected to openings shall be adapted to the size of the
openings.
2.05 Fiberglass Reinforced Plastic (FRP) Ductwork and Miscellaneous Accessories
A. General
All materials and fabrications furnished in accordance with this specification shall
comply with all federal, state and local ordinances of the place of installation and with
the following codes and standards:
NBS PS 15-69: National Bureau of Standards Voluntary Product Standard “Custom
Contact Molded Reinforced Polyester Chemical Resistant Process Equipment”. -
ASTM D883: “Definition of Terms Relating to Plastics”
ASTM D2563: “Recommended Practice for Classifying Visual Defects in Glass
Reinforced Plastic Laminate Parts”.
ASTM D2583: “Test for Indentation Hardness of Rigid Plastics by Means of Barcol
Impressor”.
ASTM D2996: “Standard Specification for Filament-Wound Glass-Fiber- Reinforced
Thermosetting-Resin Pipe”.
ASTM D2997: “Standard Specification for Centrifugally Cast Glass-Fiber- Reinforced
Thermosetting-Resin Pipe”.
ASTM D3982: “Standard Specification for Contact Molded “Fiberglass” (Glass Fiber
Reinforced Thermosetting Resin) Duct and Hoods”.
AWWA Manual M45: “Fiberglass Pipe Design”.
Manufacturer shall warranty all FRP ductwork, fittings, and appurtenances against
reduction of physical and corrosion ratings due to ultra violet light exposure for a period
of 15 years. FRP ductwork, fittings, and appurtenances shall be as manufactured by
Harrington Industrial Plastics, Inc., or equal.
B. Desian Criteria
1. All FRP ductwork, fittings, and appurtenances shall be designed for 15 n WC
vacuum and 15” WC positive pressure. Where ductwork is shown on the
Drawings to be exposed (out of doors), it shall also be designed for wind loads.
Where ductwork is shown on the Drawings to be below grade, it shall be
designed to withstand the simultaneous application of either the external earth
9912/860-l
Q Krieger & Stewart, Incorporated, 1999
Heating & Ventilation-S
loading and internal pressure or the external earth loading’ and internal vacuum,
whichever produces the greater stresses.
2. Design temperature, minimum 20°F and maximum 120°F.
3. All laminates, including corrosion barrier, shall be fabricated using the same
resin.
4. The corrosion barrier shall not be included as part of the calculated wall
thickness.
5. Unless specified otherwise on the Drawings, calculated wall thicknesses shall be
considered minimum thickness.
C. Materials of Construction
1. FRP ductwork, fittings, and accessories shall be manufactured in accordance
with NBS PS 15-69 and ASTM D3982 for contact molding, and ASTM D2996
for filament winding. Any visual defects shall not exceed ASTM D2563, Table
1.
2. Resin used in fabrication shall be a premium vinylester type such as Hetron 922
by Ashland Chemicals, Derakane 411 by Dow Chemical, or equal. The resin
shall be reinforced with a double inner veil of a suitable synthetic organic fiber
such as Nexus 1012.
3. The exterior surface of all ductwork and fittings shall include an inhibitor to
prevent ultraviolet light degradation.
4. Reinforcement:
l Glass fiber reinforcement used shall be commercial grade corrosion resistant
borosilicate glass.
l All glass fiber reinforcement shall be Type C, chemical grade, or Type E
electrical grade. Surfacing veil shall be 20 mil Nexus 10 12, or equal.
l Mat shall be Type E (electrical grade) glass, 1 % oz. per sq. ft with a nominal
fiber length of 1.25* 0.25 inches, with a silane finish and styrene soluble
binder.
l Continuous glass roving, used in chopper gun spray-up applications shall be
Type E grade with chrome or silane coupling agent.
l Woven roving used for reinforcement shall be 24 oz. per sq. yard Type E
glass and have a 5 x 4 plain weave.
5. Miscellaneous:
a. Stainless Steel: Unless otherwise specified, all fasteners, and metal
attachments, such as anchors, brackets, etc. shall be ANSI 3 16 stainless
steel (SS).
9912/860-l Q Krieger & Stewart, Incorporated, 1999 Heating & Ventilation-6
b. Gaskets: Unless otherwise specified, all gaskets shall be EPDM, 3/16”
thick, full faced, and 50-70 Durometer.
D. Fabrication
1. General: Fabrication shall be in accordance with NBS PS 15-69, ASTM D2996
,and ASTM D3982. All non-molded surfaces shall be coated with resin
incorporating paraffrm to facilitate a full cure of the surface. All cut edges, bolt
holes, secondary bonds shall be sealed with a resin coat prior to the final
parat&ated resin coat. All voids to be filled with a resin paste.
2. Corrosion Liner: The inner surface of all laminates shall be resin rich and
reinforced with a double veil of Nexus 1012 (minimum thickness of 40 mils).
The interior corrosion layer shall consist of two layers of 1 % oz. per sq. ft.
chopped strand mat. lf the application is by chopper gun spray-up, the glass
flber shall be % to 2 inches in length. The total corrosion liner thickness shall be
a minimum of 100 mils and have a resin to glass ratio of 80/20. All edges of
reinforcement to be lapped a minimum of one inch. -
3. Structural Laminate: Structural laminates shall consist of alternating layers of l-
% oz per sq. ft mat or chopped glass and 24 oz per sq. yard woven roving applied
to reach the designed thickness. The exterior surface shall be relatively smooth
and shall have no glass fibers exposed. The exterior shall be surface coated (10
mils, minimum) with white gel coat containing ultra violet light inhibitors.
4. Shop fabricated reinforcing ribs shall be provided to meet the specified
deflection requirements and to provide a system free from pulsing, warpage,
sagging, and undue vibration. Forming vanes shall be provided at all mitered
rectangular elbows. Rectangular elbow turning vanes shall be of FRP
construction, solid wall with an airfoil shaped profile.
5. Fittings and Flanges: Fittings and flanges shall be made using the same type of
vinyl ester resin and suitable for the design temperature and pressure, and shall
comply with PS 15-69, Table 5, at a design pressure of 25 psi (flanges), and shall
have ANSl/ASME B3 1.6 Class 25 diameter and drilling. Standard laterals shall
be constructed at 45- degree angles. Standard elbows shall have a centerline
radius of one and one-half times the pipe diameter. The length of the standard
reducers and round to rectangular transition pieces shall be minimum of two and
one-half times the difference in diameters. Wall thickness of reducers shall be
the same as the required thickness of the larger duct. internal lining shall be of
the same type of material and thickness as specified for the duct. Transitions
shall have connections compatible with the connecting duct and equipment.
6. Butt Joints: Butt joints shall be wrapped and resin bonded per PS 15-69 and have a pressure rating equal to the duct.
7. Shop fabricated assemblies shall be provided to the maximum extent possible, to
minimize the number of field joints.
9912/860-l Q Krieger & Stewart, Incorporated, 1999 Heating % Ventilation-7
a.
9.
10.
11.
12.
13.
Flanged joints shall be provided at each damper and item of equipment to
facilitate disassembly, at each change in material, and where shown on the
Drawings.
Field butt joints shall be made at locations at least 12 inches from any increasing
or decreasing cross-section of duct where the duct to be joined has the same
diameter. Internal overlay shall be provided for butt joints in duct 20 inches or
greater in diameter.
Duct support locations shown on the Drawings are approximate. Duct manufacturer shall determine the exact location for all supports, guides, and
expansion joints.
Bearing plates or collars shall be provided at all supports. Bearing plates and
collars shall be stainless steel or fiberglass reinforced plastic (equivalent to duct
materials), and shall be laminate wrapped and resin bonded to provide an
integral attachment to the duct. Collar attachment shall be suffkient to resist all
forces imposed by thermal expansion/contraction and/or duct weight, where
applicable.
Expansion joints shall be furnished and installed at the locations indicated on the
Drawings and at the other locations required for proper installation and operation
of the system as recommended by the FRP duct manufacturer. Expansion joints
shall be resistant to ultraviolet light and be suitable for the service conditions
shown. Expansion joints shall be flange or slip on type. Flange type expansion
joints shall have split stainless steel retaining rings with drilling pattern to match
those shown in the FRP fittings requirements. Slip on type shall have double
stainless steel bands.
Unless specified otherwise, supply and return registers shall be flush mounted to
duct. Internal flanges shall be provided for register mounting (protruding flange
edges will not be allowed). Duct manufacturer shall coordinate with register
manufacturer to provide compatible and finished connection system between
ductwork and registers.
2.06 Supply and Return Registers
A. Central
Supply and return registers shall be constructed of 304 stainless steel. Unless specified
otherwise, supply registers shall be double deflection with front deflection blades parallel to the short dimension of the register and return registers shall be single
deflection with deflection blades parallel to the short dimension of the register. Registers shall be as manufactured by Titus, A-J Manufacting Co., or equal.
B. Construction
Registers shall be provided with a l-l/4” wide border on all sides for flush surface
mounting. Borders shall be provided with continuous foam gaskets, Screw holes shall
be countersunk for a neat appearance. Comers shall be welded with full penetration
9912/860-l Heating & Ventilation-g 0 Krieger & Stewart, Incorporated, 1999
resistance welds. Where registers are shown to be mounted in exposed ductwork,
register frames shall not extend beyond the sides of the ductwork. Register manufacturer
shall coordinate register size and mounting with ductwork manufacturer.
Deflection blades shall be contoured and spaced on 3/4” centers. Blades shall have
friction pivots on both ends to allow individual blade adjustment without loosening or
rattling. Plastic blade pivots are not acceptable.
Each register shall be provided with an opposed blade volume damper constructed of
heavy gauge 304 stainless steel. Damper shall be operable from face of register.
Registers shall be unpainted and furnished with a uniform satin (mill) finish.
2.07 Roof Mounted Ventilators, Fiberglass Idine Fans
A. General
Roof ventilators shall be of inline design with fabricated fiberglass reinforced plastic
(FRP) housing and centrifugal wheel or propeller, and shall be belt-driven type. Fans
shall conform to ASTM D4167 “Standard Specifications for Fiber Reinforced Plastic
Fans and Blowers”, and shall be licensed to bear the AMCA Seal for air performance.
Fans shall be Type HP1 as manufactured by Harrington Industrial Plastics, Inc., or equal.
B. Construction
The fan shall incorporate FRP airfoil wheels or propellers. Each wheel or propeller shall
be both statically and dynamically balanced to provide smooth operation. Fan housing
inlet and outlet flanges shall be heavy duty with surfaced sealing faces. Fan housing
shall be provided v&h an access door for wheel or propeller inspection and maintenance.
The fan wheel or propeller and interior surface of housing shall be constructed with a
premium quality, high strength vinyl ester resin (Ashland Chemical’s Hetron 922L, or
equal), and a “C” veil corrosion barrier. The fan housing exterior shall be constructed
with a polyester resin.
C. Motors and Drives
Motors shall be of the heavy duty, permanently lubricated, sealed ball bearing type.
Drives shall be sized for 165% of motor horsepower capabilities and of the cast iron
type, keyed to the fan and motor shafts. Motors shall be mounted on epoxy coated steel
bases provided with stainless steel threaded supports for adjustment. Motors and drive
assemblies shall be provided with weatherproof FRP covers. Stainless steel grease
fittings with extended lubrication lines shall be installed outside the fan housing.
Variable pitch drives shall be standard. Fan shaft shall be of 416 stainless steel
construction, turned, ground, and polished to precise tolerances in relationship to the hub
and bearings. Neoprene or viton shaft seals shall be provided to retain lubricant and
protect bearings and shaft from corrosive fumes, dust, and dirt. Drive belts shall be of
the oil-resistant, non-static, non-sparking type with life expectancy of over 24,000 hours.
Bearings shall be greasable type, designed with a minimum B-10 life of 100,000 hours,
at maximum fan speed and design operating load.
99121860-l Heating & Ventilation-9
Q Krieger & Stewart, Incorporated, 1999
When specified, direct drive units shall be of identical construction as belt drive units,
except for drives, belts, and fan shaft bearings.
Each fan shall be driven by an explosion proof, 48OV, 3 phase, 60 hertz motor. Where
specified, fans shall be provided with two speed, two winding motors. Low speed rpm
shall be one-half of high speed. At high speed, each fan shall have the performance as
specified in Section “Specific Project Ventilator Requirements”, herein.
D. Miscellaneous .
Unless shown otherwise on the Drawings, roof ventilators shall be mounted on
prefabricated FRP roof curbs. Prefabricated roof curbs shall be a minimum of 7” high,
with integral flange for mounting to fan inlet or outlet flange. Curb configuration and
dimensions shall be as shown on the Drawings. Fan fasteners and mounting hardware
shall be 3 16 stainless steel. Exterior gel coat of fan housing, ductwork, and roof curb
shall be pigmented and provided with an inhibitor to prevent ultraviolet light degradation. Color shall be as selected by Owner. Fan appurtenances, including, but not
limited to: FRP exhaust and inlet ductwork, prefabricated FRP CL&S, and mounting
hardware shall be provided as shown on the Drawings and as specified herein, and shall
be furnished by the ventilator manufacturer.
Each exhaust fan shall be provided with a flanged FRP exhaust stack (duct) and integral
FRP gravity damper. Gravity damper shall be rain-tight in the closed position. Height
of exhaust stack shall be as shown on the Drawings. Exhaust fan assembly (fabricated
curb, exhaust fan, and exhaust stack) shall be designed to be free-standing for both wind
and seismic loading.
Each supply fan shall be provided with a flanged FRP supply stack (duct) and integral
FRP inlet shroud. Inlet shroud shall be “mushroom” type, sized to provide unrestricted
air flow to the supply fan, and removable for inlet duct access. Inlet duct shall be
provided with l/4” mesh stainless steel insect screen over all openings. Height of supply
stack shall be as shown on the Drawings. Supply fan assembly (fabricated curb, supply
fan, and supply stack) shall be designed to be free-standing for both wind and seismic
loading.
2.08 Wall Type Exhaust Ventilator
Wall type exhaust ventilation shall be steel direct-drive exhaust fans with galvanized steel
enclosure, face flange, and adjustable anchor angle suitable for mounting in building walls of
wood with gypsum board and stucco, as shown on the Drawings. Ventilators shall be completely
assembled and weatherproof, with automatic gravity louvers, screen 18 gauge galvanized steel
construction with aluminum propeller blades, Loren Cook Type SPD, or equal.
Where shown on the Drawings, wall exhaust ventilator shall be provided with a vandal
protection louver.
9912/860-l
Q Krieger & Stewart, Incorporated, 1999
Heating & Ventilation-10
2.09 Speciiic Project Ventilator Requirements
Contractor shall furnish and install ventilators as follows and shown on the Drawings:
MinlmIg
Ventilator c!FM@ Min.
No. Location Type 3f4” S.P. HP Power Model No.
SF1 Lift Station Roof 2,000 1 480 VAC HI’1 1350(l)
(Dry Well) SUPPlY
EFl Lift Station Roof 2,400 1 480 VAC HP1 1350(l)
(Dry Well) Exhaust
SF2 Lift Station Roof 2,000(2) 1 480 VAC BP1 1350(l)
(Wet Well) SUPPlY
EF2
EF3
Lift Station
(Wet Well)
Control Bldg
Roof
Exhaust
Wall
Exhaust
1,400 l/2 480 VAC HI’1 1225(l)
1,000 l/l0 120 VAC 125Pl5D(3)
(1)
(2)
(3)
Htigton model number. Belt driven.
Two speed, two winding motor. Low speed shall be one-half of high speed.
Loren Cook model number
PART 3 - EXECUTION
3.01 General
Contractor shah examine all equipment and material upon arrival at jobsite and determine that it
is as specified and approved, and that it is new and in undamaged condition. Contractor shall
install all equipment, ductwork, fittings, and appurtenances in strict accordance with
manufacturer’s printed instructions and approved shop drawings
Contractor shall connect all necessary electrical power including furnishing of all necessary
materials in addition to that included in the specified equipment. Wiring materials and
installation shall be in accordance with the Basic Electrical Specifications and controls and
instrumentation in accordance with General Instrumentation and Control Components Technical
Specifications and as shown on the Drawings.
prior to equipment operation, Contractor shall provide initial lubrication of all mechanical
systems, check all belts, pulleys, and other moving parts for alignment and tolerances in accordance with the manufacturer’s operating instructions.
3.02 Start-Up and Instruction
Contractor shall arrange for qualified representatives of the manufacturer to inspect the
installation and perform start-up of the equipment and to demonstrate required performance to
the satisfaction of the Owner. As a minimum, manufacturer shall field measure air flow rates
and specific pressures for each ventilator at each operating speed. Manufacturer shall also
measure ventilator motor amperage, voltage, and power factor for each operating condition.
99121860-l
Q Krieger & Stewart, Incorporated, 1999
Heating & Ventilation-11
Manufacturer shall furnish all labor and equipment required for field testing and furnish testing
results to Owner in a written report.
Contractor shall balance the ventilation systems by adjusting louvers or grills (unless tied
louvers or grills are specified) to obtain even air flow across a room. Contractor shall furnish
calibrated (certification required) air velocity meters for such balancing.
After the equipment has been installed, tested, and adjusted, and placed in satisfactory operating
condition, the equipment manufacturer shall provide classroom instruction to Owner’s operating personnel in the use and maintenance of the equipment. Two (2) hours of instruction shall be
provided unless otherwise specified. Contractor shall give the Owner formal written notice of
the proposed instruction period at least two weeks prior to commencement of the instruction
period. Scheduled training shall be at a time acceptable to the Owner and the manufacturer.
During this instruction period, the manufacturer shall answer any questions from the operating
personnel. The manufacturer’s obligation shall be considered ended when he and the Owner
agree that no further instruction is needed.
9912/860-l
Q Krieger & Stewart, Incorporated, 1999 Heating & Ventilation-12
COMMINUTOR TECHNICAL SPECIFICATIONS
PART 1 - GENERAL
1.01 General Requirements
Contractor shall furnish and install two comminutors, and all appurtenances for operation with
raw sanitary sewage, complete and operable, all in accordance with the requirements of the
Contract Documents. Comminutors shall replace existing muffin monsters, and shall be channel monsters Model CMD 3200 as manufactured by Disposable Waste System. Communitors shall
be driven by the existing hydraulic drives.
1.02 Submittals
A. Shon Drawinrr$
Contractor shall submit shop drawings in accordance with the Contractor Submittals
Technical Specifications and shall include, but not be limited to, the following:
1. Fabrication, assembly and installation details and dimensions.
2. Detailed data on the materials of construction and performance characteristics
(including head loss (inches) versus flow (gpm) curves).
B. Oneration and Maintenance Manual
Contractor shall submit detailed operation and maintenance manuals for the comminutor
system(s) specified herein. Operation and maintenance manuals shall be in accordance
with the Contractor Submittals Technical Specifications.
PART 2 - PRODUCTS
2.01 General
Each comminutor unit’ shall consist of an in-channel horizontal rotating screen, dual shaft
grinder, electric motor driver, motor control panel (complete ,with switchgear), and all
appurtenances as specified herein. The unit shall automatically and continuously screen and
grind the coarse solids normally contained in raw sewage. The comminutor shall be capable of continuous operation in a condition with no channel flow (dry) or in a condition with upstream
flow at the top of channel walls. Unless otherwise specified, all fasteners (bolts, nuts, washers,
and anchor bolts) shall be 3 16 stainless steel.
2.02 Specific Project Requirements and Design Criteria
A. Provide and install two comminutor units and frames in the existing Lift Station
Headworks Channels as shown on the Drawings. The comminutors shall be mounted in
the existing rectangular concrete channel 24* inches wide and 3* inches deep.
Contractor shall field verify channel dimensions prior to submission of shop drawings to
Owner. Existing concrete channels shall be modified as shown on the Drawings.
99101860-l Q Krieger & Stewart, Incorporated 1999 Comminutor-1
B. Each comminutor shall be capable of passing a maximum peak flow of 3,000 gpm.
C. Existing hydraulic drives and controls shall be utilized. New hydraulic hoses, fittings,
and stainless steel tubing shall be furnished.
2.03 Horizontal Rotating Screen
A. General
1. The horizontally rotating screen shall direct all solids toward and into the dual
counter-rotating shaft grinder. The screen shall be self cleaning and driven by
the grinder drive mechanism.
2. Each screen shall include a screen belt, sprockets, and shaft.
B. Comnonents
1. Screen Belt --
Screen belt shall be made of high impact polyethylene nylon for high abrasion
resistance with mesh size designed to permit high flows while diverting solids
directly into the grinder.
2. Screen Shaft
Screen shafts shall be made of AN 1018 Carbon Steel with a tensile-strength of
not less than 85,000 PSI. The shaft diameter shall be a minimum of l-inch.
3. Screen Shaft Bearings and Seals
The radial and axial loads of the screen shafts shall be borne by two sealed
oversized Conrad-type ball bearings. The bearings shall be protected by Buna-N
double lip seals. The lip seal shall be rated at 10 psi continuous duty by the seal
manufacturer.
2.04 Grinder
A. General
1. The grinder shall be a two-shaft design. Grinders utilizing a single rotating
cutter bar with stationary cutters will not be acceptable.
2. The two-shaft design shall consist of two parallel shafts alternately stacked with
intermeshing cutters and spacers positioned on the shaft to form a helical
pattern. The two shafts shall counter-rotate with the driven shaft operating at
approximately two-thirds (2/3) the speed of the drive shaft.
3. Each comminutor shall include guide plate, frame, end housings, covers, shafts,
side rail, reducer, hydraulic driver, cutters, spacers, bearings, and seals.
99101860-l
Q Krieger & Stewart, Incorporated 1999
Comminutor-2
B. Comnonents
1. Guide Plate and Frame
Comminutor guide plate and frame shall be made of ASTM A36 merchant
quality steel. Frame shall be designed for channel installation and shall house both the horizontal rotating screen and grinder assembly.
2. Grinder, End Housings, Covers, and Shafts
a. Grinder end housings shall be cast of ASTM A53684 ductile iron and
designed to protect the bushings while guiding particles directly into the
cutting chamber.
b. Top covers shall be ductile iron and bottom covers shall be hot rolled
plates.
C. Grinder drive and driven shafts shall be made of AISI 4140 Heat Treated
Hexagon Steel with tensile-strength rating of not less the 149,000 psi.
Each shaft diameter shall be a minimum of 2-inches.
3. Side Rails
The inside profile of the side rail shall be concave to follow the radial arc of the cutters. The side rail shall be affixed to the grinder and maintain a clearance not
to exceed 5/16 inch between the major diameter of the cutter and the concave arc of the side rail. Side rails shall have evenly spaced slots which increase flow
and decrease head loss. Side rails shall be cast of ASTM A536-84 ductile iron.
4. Reducer
The gear speed reducer shall be a grease filled planetary type of reducer with a
“heavy shock” load classification. The reduction ratio shall be 29: 1. The high-
speed shaft of the grinder shall be directly coupled with the reducer using a two-
piece coupling.
5. Cutters and Spacers
a. The inside configuration of both cutters and spacers shall be hexagonal
so as to fit the shafts with a total clearance not to exceed 0.015 inch
across the flats to assure positive drive and increase the compressive
strength of the spacers.
b. Cutters and spacers shall be AISI 4130 Heat Treated Alloy Steel, surface
ground for uniformity and through-hardened to a minimum 43-48
Rockwell C.
C. Cutter configuration shall consist of one shaft with S-tooth double-edged
cutters and one shaft with 1 l-tooth cam cutters. To maintain particle
size, the height of the tooth shall not exceed l/2 inch above the root
diameter. Cutter root diameter overlap shall be not less than l/l6 inch
9910/860-l
Q Krieger & Stewart, Incorporated 1999 Comminutor3
-.
2.05 Driver and Motor Control Panel
Contractor shall utilize the existing hydraulic drive equipment and controls for the new communitors.
2.06 Painting and Protective Coating
All submerged or intermittently submerged ferrous metal surfaces shall be factory prepared and coated per Service Condition C, as specified in the “Basic Coating and Painting Specifications
for Water and Wastewater Facilities.” All other ferrous metal surfaces shall be factory prepared
and coated per Service Condition A.
2.07 Spare Parts
or greater than l/4 inch to maintain optimal cutting efficiency while incurring the least amount of f%ictional losses.
d. The cutter shall exert a minimum force 450 lbs. per HP continuously and
1430 Ibs. per HP at momentary load peaks at the tooth tip.
6. Cutter Shaft Bearings and Seals
The radial and axial loads of the shafts shall be borne by four sealed oversized
deep-groove ball bearings. Seal face materials shall be tungsten carbide to
tungsten carbide and shall not require an external flush or any type of
lubrication. The mechanical seal shall be rated at 90 psi continuous duty by the
seal manufacturer. The bearings and seals shall be housed in a replaceable
cartridge that supports and aligns the bearings and seals, as well as protects the
shafts and end housings. O-rings shall be made of Buna-N elastomers. Products
requiring continuous or occasional lubrication or flushing will not be acceptable.
A. Provide the following spare parts for each unit:
1. One (1) complete gasket set
2. Three (3) cutters
3. Three (3) spacers
PART 3 - EXECUTION
3.01 Installation
Each comminutor unit shall be installed in strict accordance with the manufacturer’s printed
installation instructions. The manufacturer shall provide the services of a factory trained technical representative to review and approve the installation and to perform unit start up and
field testing. Comminutor unit frame shall be attached to the channel walls and floor with 316
stainless steel wedge anchors. The remaining space between the comminutor frame and channel
wall or floor shall be fully grouted with non-shrink grout.
99101860-l
Q Krieger & Stewart, Incorporated 1999
Comminutor-4
3.02 Testing
A. Factor-v Testing
Each comminutor unit shall be factory tested for a minimum of four hours to ensure
satisfactory operation. Each operation and failure mode shall be simulated during the
test.
B. Field Testing
Upon acceptance of the equipment installation by both the manufacturer and the Owner,
and completion of unit start up, each unit shall be field tested for a minimum of four hours. Each operation and failure mode shall be simulated during the test. Contractor
shall field measure and record hydraulic pressure, and unit vibration during normal
operating and jam conditions. Contractor shall ensure that all measurements are within allowable limits established by the manufacturer. Contractor shall provide all labor,
material and instruments required for the testing.
3.03 Instruction
After the equipment has been installed, tested, and adjusted, and placed in satisfactory operating condition, the equipment manufacturer shall provide classroom instruction to Owner’s operating
personnel in the use and maintenance of the equipment. Two (2) hours of instruction shall be
provided unless otherwise specified. Contractor shall give the Owner formal written notice of
the proposed instruction period at least two weeks prior to commencement of the instruction
period. Scheduled training shall be at a time acceptable to the Owner and the manufacturer.
During this instruction period, the manufacturer shall answer any questions from the operating personnel. The manufacturer’s obligation shall be considered ended when he and the Owner
agree that no further instruction is needed.
991 O/860-1
0 Krieger & Stewart, Incorporated 1999
Comminutor-5
SUBMDZSIBLE WASTEWATER PUMPING EQUIPMENT
TECHNICAL SPECIFICATIONS
PART 1 - GENERAL
1.01 Description
Contractor (equipment supplier/manufacturer) shall furnish and deliver three (3) dry pit
submersible, non-clog raw sewage pumps, complete with vertical submersible AC motors with
power and control cables for instalIation in a dry we11 configuration and as specified in Contract
Documents. Equipment shall include pumps, bases, suction elbows, motors, controls, and
necessary appurtenances to form a complete pumping system. Motors shall be suitable for variable
frequency drive operation. One 4-wheeled cart for moving pumps in the Dry Well to the access
hatch location shall be provided.
1.02 Submittals
In accordance with the Contractor Submittals Technical Specifications, Contractor shall submit
shop drawings showing fabrication, assembly, foundation, and installation, together with detailed
specifications and data covering performance and materials of construction, power drive assembly,
parts, devices, removal systems, wiring diagrams, and other accessories forming a part of the
equipment furnished. Submittals for the equipment shah include, but shah not be limited to, the
foIlowing:
A. Submit the following minimum information for each pump specified herein for the Owner’s
review and approval:
1. Type and model number with reference to pumps suitability for service for raw
sewage and pumps specific intended use.
2. Assembly drawing, nomenclature and material list.
3. Tyne, manufacturer, model numbers, location and spacing of bearings.
4. Impeller type, diameter, eye area, sphere size, number of vanes, and identification
number.
5. Maximum rotative speed of pumps.
6. Complete performance curves indicating total dynamic head, flow rate, brake
horsepower, shutoff head, net positive suction head required, RPM, and efficiency.
The manufacturer shall indicate by arrows to points on the H/Q curves on the limits
recommended for stable operation, between which pumps are to be operated to
prevent surging, cavitation, and vibration. The stable operating range shall be as
large as possible and shall be based on actual hydraulic and mechanical
characteristics of the units.
Provide certified performance curves prior to shipment.
9912/860-l
0 Krieger & Stewart, Incorporated 1999
Submersible Wastewater Pump-l
7.
8.
9.
10.
11.
12.
13. -.
14.
1.03 Quality
Minimum water surface required for operation without cavitation.
Motor data, including the manufacturer, size, type designation, minimum
guaranteed efficiency and power factor at fuh load, 314 load, and l/2 load, locked
motor current in amps, full load current in amps, the motor speed in rpm, mounting
details, and other data as required in the Contract Documents.
Pump base dimensional drawings, including anchor hole sixes and locations.
Anchor bolt size, placement, embedment depth, projections from concrete, and any
additional details required for proper installation of pumping units, and associated
equipment.
Outline dimensions and weights of pumps, bases, motors, and control enclosures.
Materials of pump construction including shafts, bearings, impellers, castings, and pump base.
Protective coating of pump.
Operation and maintenance manuals.
A. All pumping equipment furnished under this Section shall be of a design and manufacture
that has been used in similar applications. Manufacturer shall demonstrate to the
satisfaction of the Owner that pumps of similar construction are in service and functioning
properly. Manufacturers as specified herein manufacture pumping units with acceptable
quality or experience. Manufacturers must, however, meet the performance requirements
stated herein for the actual pumps specified. Listing of said manufacturers does not imply
that said performance requirements can be met for each pumping unit specified. Contractor
shall be responsible to verify that manufacturers supplying equipment meet the size and
capacity requirement specified herein.
B. Pump manufacturer shall verify applicability of pumping equipment with respect to
NPSHA, sump geometry, and wet well water levels to assure prevention of cavitation,
vibration, clogging, surging, overheating, corrosion, subsurface vortexing, and excessive
surface vortexing.
1.04 Pump Warranty
The pump manufacturer shall warranty each pump being supplied to the Owner against defects in
workmanship and materials for a period of five (5) years or 10,000 hours under normal use,
operation, and service. The warranty shall be in printed form and included in the operation and
maintenance manuals.
9912/860-l Submersible Wastewater Pump-2
Q Krieger & Stewart, Incorporated 1999
.
PART 2 - PRODUCTS
2.01 General
Pumps and drives shall be of the vertical, non-clog, single suction centrifugal type, rated for
continuous duty in a dry-pit environment, and shall be capable of pumping raw, unscreened sewage
with fibrous material (unless otherwise specified) at the specified flow ranges with the specified
sump geometry and operating water levels without clogging, surging, cavitation, vibration,
subsurface vortexing, or excessive surface vortexing.
All submersible non-clog sewage pumps shall be the product of a single manufacturer. Pumps shall
be as manufactured by Flygt, Fairbanks Morse, or equal. Proposed pumping units shall comply
with these specifications, including perfmce requirements herein.
The pumps shall not overload the motors at any point on the pump performance characteristic curve
within the limits of stable pump operation as recommended. by the manufacturer. The service
factors for the motors, shall not be applied when sizing the motors.
To ensure vibration-fkee operation all rotative components of each pumping unit, including shaft
and impeller, shall be statically and dynamically balanced. Excessive vibration shall be sufficient
cause for rejection of the equipment. The mass of the unit and its distribution shall be such that
resonance at normal operating speeds is avoided. In any case, the amplitude of vibration as
measured at any point on the pumping unit shall not exceed 0.0025 inches, peak to peak amplitude
when operating. Contractor shall provide measurement of amplitude during operation on site for
each pump. At any operating speed, the ratio of rotative speed to the critical speed of a unit, or
components thereof, shall be less than 0.8 or more than 1.3.
All psrts of each pump shall be designed to withstand the stresses that will be imposed upon them
during their handling, shipping, erection and operation. The completed units, when assembled and
operating, shall be fke of cavitation, vibration, noise, and oil and water leaks over the range of
operation. All units shall be so constructed that dismantling and repairing can be accomplished
without difficulty.
If the pumping unit does not perform within the requirements specified herein, the pumping unit
shall be removed and repaired or replaced at no cost to the Owner.
2.02 Materials (Unless Otherwise Specified)
Castings, fabrications, machined parts, and drives shall be rated for continuous duty over
the entire operating range. Service factors, where applicable, shall be assumed to be 1.5.
B. Volute Casing
Volute casing shall be of close grained gray cast iron ASTM A48 Class 30, 35B, or 40B
and shall be of a single piece, nonconcentric design with smooth fluid passages large
enough to pass any size solids which can pass through the impeller. Casings shall be
accurately machined to fit the mechanical seal and suction cover assemblies. Each volute
casing shall be subjected to hydrostatic pressure of not less than l-112 times the maximum
shutoff head for two hours without evidence of leakage or seepage. The volute discharge
9912/860-l
Q Krieger & Stewart, Incorporated 1999
Submersible Wastewater Pump-3
nozzle shall be of the centerline or tangential design with an ANSI 125 pound flange and be
of the minimum size specified herein.
C. ImnelleQ
1.
2.
Enclosed Twe. Each impeller shall be a non-clog’enclosed type cast in one piece
of gray cast iron, ASTM A48, Class 30,35B, or 4OB, and shall be statically and
dynamically balanced, of double shrouded thnrlet design with smooth water
passage to prevent clogging by stringy or fibrous materials and other matter found
in normal sewage applications. Each impeller shall be keyed to the shaft, and the
fastening of the impeller to the shaft shall be made by a special locking device.
Impeller shall be sealed from the liquid by means of an “O-ring” and covered and
secured to the end face of the shaft by a single bolt with locking device to ensure
impeller bolt will not back out if pump is operated backwards. Unless otherwise
specified, enclosed impellers shall be designed with a maximum of two (2) ports.
Semi-Onen Tvne. Each impeller shall be of semi-open, multi-vane, back-swept,
non-clog design. Impeller vanes shall be self-cleaned upon each rotation as they
pass across a relief groove(s) located in the pump housing (or in an insert ring in
the pump housing) and shall keep the vane(s) clear of debris, maintaining
unobstructed pumping. The impeller shall have heavily back-swept leading edges
with a specific angle distribution enabling the capability of handling solids, fibrous
materials, heavy sludge and other matter found in wastewater. The impeller shall
be locked to the shaft. The clearance between the pump housing/insert ring and
impeller shall be adjustable. The impeller shall be of gray cast iron ASTM A48,
Class 35B with hardened edges.
D. Volute Wear Ring
For pumps with enclosed impellers, volutes shall be fitted with a replaceable stainless steel
wear ring with a hardness of 450 BNI-I, or a ring constructed of rubber coated carbon steel.
E. Irmeller Wear Ring
Each enclosed type impeller shall be fitted with a replaceable stainless steel wear ring with
a hardness of 400 BNH to provide efficient sealing between the volute and impeller.
F. Suction Elbow
Each vertical dry pit submersible pump shall be fitted with a cast iron long radius suction
elbow fitted with a 4” (min.) cleanout handhole. Inner contour of the handhole shall
conform to that of the elbow. One end of the suction elbow shall be designed to match the
suction cover entrance to ensure maximum performance, The other end of the suction
elbow shall be fitted with an ANSI 125 pound flange sized to match the suction piping as
shown on the Drawings. The elbow shall also be tapped for a 2” drain connection and a
l/2” suction gauge and shall be considered part of the pumping unit.
G. Pump Base and Motor Sunnort
Pump base shall be of fabricated steel or cast iron. Pump base shall be designed to support
the assembled weight of the pumping unit and shall safely withstand all stresses imposed
9912/860-l
Q Krieger & Stewart, Incorporated 1999
Submersible Wastewater Pump-4
-.
thereon by vibration shock, seismic action and all possible direct and eccentric loads,
Pump base shall be of adequate horizontal dimension to provide suf%ient footing contact
area and anchorage facilities. Pump bases shall have openings large enough to pennit
access to the suction elbow. F%mp base shall be mounted on a reinforced concrete pad (4” +/- high). Pump base shall be provided with holes and anchor bolts for attachment to the
concrete pad and existing reinforced concrete slab. Anchor bolts and pump base shall be
sized to meet the loads imposed by the pump and the requirements for earthquake lateral
design as specified by the Special Requirements, Lateral Design.
Pump shaft shall be high strength 416 or 431 stainless steel and of such diameter that it will
not deflect more than 0.002~inch with the largest impeller installed while operating at the
maximum design speed and specified operating point, as determined by calculations from
the manufacturer. Manufacturer shall submit for Owner’s review and approval, shafi
deflection calculations demonstrating conformance with specified criteria.
I. Fbm~ Seals .-
Each pump shall be provided with two mechanical shaft seals. The upper seal shall operate
in an oil chamber located just below the stator housing. Upper seal shall contain one
stationary tungsten carbide ring and one positively driven rotating carbon ring fbnctioning
as an independent secondary barrier between the pumped liquid and the stator housing.
The lower shaft seal shall function as the primary barrier between the pumped liquid and the stator housing. Lower seal shall consist of a stationary ring and a positively driven
rotating ring both of which shall be silicon carbide or tungsten carbide. All metal parts, set
screws, and springs of both upper and lower seals shall be 3 16 stainless steel.
Each interface shall be held in contact by its own spring system supplemented by external
liquid pressures. The seals shall require neither maintenance nor adjustment, but shall be
easily inspected and replaceable.
Shaft seals without positively driven rotating members, or conventional double mechanical
seals with a common single or double spring acting between the upper and lower units
requiring a substantial pressure differential to offset external pressure and effect sealing,
shall not be considered acceptable nor equal to the dual independent seal system specified.
The shaft sealing system shall be capable of olkrating submerged to depths of, or pressures
equivalent to, a minimum of 45 feet. No seal damage shall result f?om operating the
pumping unit in its liquid environment. The seal system shall not rely upon the pumped
media for lubrication.
J. Electric Submersible Motors
Each pump shall be driven by a vertical, submersible, squirrel cage, induction, shell type
motor rated 460 volts, 3 phase, 60 hertz, housed in an air-filled, watertight chamber
specifically designed for continuous pumping application in a dry or submerged condition.
Electric submersible motor shall be explosion-proof and shall be approved by Factory
Mutual (FM) or Underwriters Laboratories (UL) as an Explosion-Proof Unit. The
complete unit shall conform to the 1981 (NEC), Articles 500,501, and 502 requirements as
9912/860-l
Q Krieger & Stewart, Incorporated 1999
Submersible Wastewater Pump-5
explosion-proof and suitable for use in Class I, Division I, Croups C and D hazardous
locations.
1. The stator winding and stator leads shall be insulated with moisture Stator.
resistant Class F insulation which will resist a temperature of 155OC, 40°C ambient plus 115°C rise, and designed for continuous duty, capable of sustaining a
minimum of ten (10) starts per hour. The stator shall be dipped and baked three times in Class F 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 shall be rejected. Motors shall be capable of continuous duty operation in
air.
2. Sensors. Thermal sensors shall be used to monitor stator temperatures. The stator
shall be equipped with a minimum of two (2) thermistors embedded in the end
coils of the stator winding. Sensors shall be rated 120 VAC with normally closed
contacts which open upon high temperature. Moisture sensing probes shall be
provided to detect the presence of moisture should the outer lower seal fail. The
moisture protection system shall be designed to detect water in the motor chamber
and provide a waming signal prior to water levels reaching the bearing or wound
stator assemblies. Sensor alarms will be incorporated into the station controls.
Control modules, such as Wanick relays, shall be provided by the pump
manufacturer for incorporation into the MCC controls. If an alternate thermal
protection system on a combined system is proposed the control module shall be
furnished.
3. Service Factor. Unless specified otherwise by specific performance requirements
the motor shall be sized to be non-overloading when the pump is operated at any
point on the pump performance characteristic curve and shall have a minimum
service factor of 1.15. Motor service factor shall not be used in satisfying pumping
requirement.
4. Variable Sneed Oneration. Where specified and shown on the Drawings that the
pumping unit will be operated by a variable speed drive (variable frequency type)
the motor shall be oversized by 10% not including the 1.15 service factor based on
the maximum horsepower requirements within the entire operating range of the
Pump.
Manufacturer shall provide written certification that motor and proposed variable
frequency drive (VFD) are inherently compatible. Certification shall include manufacturer’s guarantee that motor insulation and cooling is suitable for
continuous operation over specified frequency range and VFD output pulse
maximum peak voltage, pulse rise time, and pulse rate.
5. Lifting Bail Assembly. Lifting bail assembly shall be provided on the motor
housing and shall be of adequate strength to lift the entire pumping unit. Assembly
shall be designed to allow facility operator to easily lower hoist hook down from
overhead steel monorail to pumping unit and attach to lifting bail for pump
removal.
6. Oil Chamber. Each pump shall be provided with an oil chamber for the shaft
sealing system. The oil chamber shall be designed to assure that air remains in the
9912/860-l
Q Krieger & Stewart, Incorporated 1999 Submersible Wastewater Pump-6
oil chamber to absorb the expansion of the oil due to temperature variations. The
drain and inspection plugs, with positive anti-leak seals, shall be easily accessible
from the outside.
7. Beards. Each pump shaft shall rotate on minimum of two (2) permanently
lubricated bearings. The upper and lower bearings shall be a single row deep
groove ball bearing with the upper bearing providing for radial thrust. Pump bearings shall be of the anti-friction type designed to give 40,000 hours minimum
life by L- 10 calculations at maximum speed and design operating load in
continuous operation. Manufacturer shall submit calculations for loadings and
bearing selection to the Owner.
8. ‘th Cable. Each pump shall be furnish d e WI one or more pump power and control
cables as necessary for pump operation and protection. Each cable shall be
sheathed in a synthetic jacket suitable for submersible pump application and be
designed to prevent moisture from wicking through the cable assembly even if
cable jacket has been punctured. The power and control cables shall also be sized
according to NEC and ICEA Standards and also meet with P-MSHA approval or
equivalent. Adequate strain relief shall be provided for each cable to preclude
possible damage to the cable entry or cable entry seal due to mechanical loads
imposed on the power or control cables.
Cable ends shall be protected at all times from moisture. Exposure to moisture
shall result in rejection of the cable. The total cable length shall be of sufficient
length for direct connection to pump control and electrical power system at
terminal boxes shown on the drawings, including an extra 4 feet to be looped
around cable supports. Cables shall be provided with stainless steel support grips
(Kellum grips) suitable to support cable at the Dry Well upper level ceiling.
9. Cable Entry. The cable entry assembly shall be provided to protect the motor from
water entering the motor housing either through the cables or around the cables,
when the unit is submerged and operating. Design shall be such that it precludes
specific torque requirements to ensure a watertight and submersible seal. Details
of design shall be submitted by manufacturer and manufacturer shall demonstrate
that design has been successfully utilized and in service for minimum of 5 years.
Adequate strain relief provisions shall be provided to eliminate any mechanical
loading of the cable entry seal. Cable individual conductor wires shall be cast in
resin in such a manner to prevent water leakage in motor through capillary action,
or cables shall be provided with sealing grommet and intemal separation board to
isolate the cable entry chamber from the motor stator.
10. Mating Surfaces. All mating surfaces of major parts shall be machined and fitted
with nitrile rubber O-rings where watertight sealing is required. Machining and
fitting shall be such that sealing is accomplished by automatic compression in 2
planes and O-ring contact made on four surfaces, without the requirement of a
specific torque limit. Rectangular cross-sectioned gaskets requiring specific torque
limits to achieve compression shall not be considered adequate nor equal.
Tolerances of all parts shall be such that they allow replacement of any part
without additional machining required to insure sealing as described above. No secondary sealing compounds, greases, or other devices shall be used.
9912/860-l
0 Krieger & Stewart, Incorporated 1999 Submersible Wastewater Pump7
11. Cooline Svstem Motor shall be capable of continuous operation in air, and shall
be equipped with a submersible motor cooling jacket system. Cooling system shall
be completely internal to the pumping unit, requiring no external hose, pipe, or
connections to an outside cooling source. Pumping fluid shall enter bottom of the
water jacket, circulate around the motor frame and return to the volute, thereby,
cooling the motor. All manufacturers shall demonstrate to Owner satisfaction that
pumps with cooling jacket systems are in service and function properly.
Manufacturers proposing altemative cooling systems may be furnished if approved
by Owner. Manufacturers utilizing larger motors shall be responsible for any cost
associated with increased size of electrical equipment due to increased motor size.
Manufacturers shah coordinate pump motor furnished with electrical switchgear ,
drives, and control equipment.
K. -D ReauimmenQ
Performance curve shall be continuously rising from operating point-to a shutoff head.
Pumping heads and other terms shall be as defined in Hydraulic Institute Standards. Each
pump, with its appurtenances and electric cable, shall be capable of continuous
submergence under water without loss of watertight integrity to a minimum depth of 45
feet. Each pump shall have performance characteristics as specified herein.
L. Protective Coating
Protective coating shall be Service Condition C in accordance with the Basic Coating and
Painting Specifications for Water and Wastewater Facilities.
M. Namenlates
The pump shall have a Type 3 16 stainless steel plate permanently attached by stainless steel
screws or rivets to the pump frame into which the following information shall be
impressed, engraved or embossed: manufactureis name, pump size, serial number,
impeller diameter, capacity, head rating, speed, and bearing numbers. Nameplates shall
also include information unique to each item of equipment and device to identify its
function as described herein. Function nameplates shall be approximately one inch by 3
inches if made separately. Letters of function titles shall be not smaller than 1/4-&h high,
N. Ex m
All external nuts, bolts, and washers etc. shall be Type 304 or 3 16 stainless steel.
0. Power Sunnly
Power supply for this equipment shall be 460 volt, 60 Her-k, three-phase power, and 120
volt, 60 Hertz, single phase power for controls as shown on the Drawings.
991218604
d Krieger & Stewart, Incorporated 1999 Submersible Wastewater Pump-8
2.03 Specific Pumping Unit Requirements
Furnish and install three (3) dry pit, submersible non-clog raw sewage pumps complete
with pump, motor, and associated appurtenances. Proposed pumping units shall comply
with these specifications, including performance requirements herein. All pumps shall be
the same model with identical components and motor. Pumping units shall be operated by
a variable speed drive (variable frequency type).
B. Size and Canacitv
The Lift Station pumps shall be designed and constmcted to satisfactorily meet the
following performance characteristics:
1. Discharge
Capacity
GpM
Total
Dynamic Head (Ft]
Minimum
Hydraulic
Efficiencv (%I
500 87s Ft 40
1,000 7U Ft 66
1,500* 61 Ft 73
1,800 55 l l Ft 69
* Design condition with one pump operating at 100 % speed.
Preliminary pump selection is Flygt Model NT-320 1,6”, 1,170 r-pm, and Fairbanks
Morse Model 5433WD, 5”, 1,770 rpm.
2. 3.
4.
5.
6.
Maximum Pump Speed 1,770 rpm
Maximum Motor Horsepower 40 (no point on performance curve shall exceed
motor horsepower, including 10% increase for VFD operation)
Pass Minimum 3 Inch Solid
480 Volt, 3 Phase Supply Power
Pumping unit shall be capable of continuous operation in air with motor water
jacket cooling system specified in Section 2.02.J.11 herein. Any increase in motor
hp shall be coordinated with electric equipment furnished. Contractor shall bear all
costs associated with larger motor furnished.
2.04 Pump Spare Parts and Accessories
A. General
Contractor shall furnish spare parts and lubricants for each pumping unit specified herein.
Spare parts and lubricants shall be as specified herein or as recommended by the
manufacturer, shall be undamaged and packaged in original containers and supplied to the
Owner at time of final acceptance of the work.
9912/860-l Submersible Wastewater Pump-9
0 Krieger & Stewart, Incorporated 1999
B. $hme Parts and Lubricants
Contractor shall furnish the following spare parts and lubricants:
1.
2.
3.
4.
Two spare sets of cable entry grommets and O-rings.
One spare set of mechanical seals.
One spare set of wear rings. For semi-open type impellers, provide shuns of
various thicknesses for adjusting impeller/volute insert gap.
One year’s supply of lubricants for each pump. Supply shah include all changes
recommended plus a charge after one year’s operation.
C. Accessories
One 4-wheeled aluminum framed cart (minimum 6” diameter wheels, two stationary and
two swivel wheels) for moving the pump within the Dry Well shall be furnished. Cart shah
be 24” wide by 48” long with continuous aluminum checkered plate platform. Cart shall be
provided with handle on swivel wheel end for maneuvering. Cart shall be rated for 4,000 lb
loading and shall be as manutktured by Davis Bacon Material Handling, or equal.
PART 3 - EXECUTION
3.01 Installation and Start-Up
Pump manufacturer or supplier of the equipment furnished under this Section shall furnish the
services of competent factory-trained personnel to provide technical assistance for installation and
start-up of the pumps. Prior to start-up, manufacturer shall provide Owner with written certification
that pumping units have been properly installed and are ready for operation.
3.02 Instruction
After the equipment has been installed, tested, and adjusted, and placed in satisfactory operating
condition, the equipment manufacturer shall provide classroom instruction to Owner’s operating
personnel in the use and maintenance of the equipment. Two (2) hours of instruction shall be
provided unless otherwise specified Contractor shall give the Owner formal written notice of the
proposed instruction period at least two weeks prior to commencement of the instruction period.
Scheduled training shah be at a time acceptable to the Owner and the manufacturer During this
instruction period, the manufacturer shall answer any questions from the operating personnel. The
manufacturer’s obligation shall be considered ended when he and the Owner agree that no further
instruction is needed.
3.03 Equipment Testing
A. General
Equipment shall be shop tested and field tested as specified hereinafter.
The Contractor shall submit the complete factory test procedures to the Owner for approval
at least 30 days prior to the shop test.
In the event any equipment fails to meet the Specifications, it shall be modified and retested
in accordance with these Specifications.
9912/860-l
0 Krieger & Stewart, Incorporated 1999
Submersible Wastewater Pump-10
B. FactorvTests
Each pump and motor shall be factory (shop) tested as specified hertinaftrr, all pumps shall
be tested with motor and cables being furnished with the pumps. The Contractor shall
submit the complete pump test procedure, a diagram of the test setup showing location of
instruments, a sample of the test stand log sheet, and calibration data of all instruments and measuring devices to be used by the manufacturer to the Owner, for approval, prior to the
pump tests. Six copies of certified test reports, including actual test records, and certified
pump performance curves shall be submitted and approved by the Owner prior to shipment
of the equipment.
Pumps shall be tested for performance at the factory to determine head vs. capacity,
effkiency, and brake horsepower required for the maximum speed at which the pumps are
proposed to operate. Test shall include multiple operating conditions (minimum 4 points
on curve) to show pumps ability to operate at full range specified and presented on the manufacturers initial performance curve. Tests of models, prototypes or similar units will
not be acceptable. All tests shall be run in accordance with the test code for centrifugal
pumps of the Standards of Hydraulic Institute, latest edition. The motor and cable on each
pump shall be tested for moisture content or insulation defects. After the test, the pump
cable end shall be fitted with a shrink fit rubber boot to protect it from moisture or water.
All costs for factory test shall be included in the price bid.
C. Field Tests
The Contractor shall perform field tests to demonstrate pump performance. Equipment
shall be field tested as specified hereinafter.
The Contractor shall provide calibrated pressure gauges, volt meter, amp meter, and other
equipment required to perform field tests. Contractor shall provide for field testing a sonic
full pipe type flow meter to clamp onto pump discharge piping for flow measurement.
On site operation tests shall be run to demonstrate that the pumping units, motors, and
control system meet the following requirements:
1. The pumping units operate as specified without excessive noise, surging,
cavitation, vortexing, vibration, or clogging, and without overheating of the
bearings. Each pumping unit shall operate a minimum of 30 minutes.
2. Vibration levels shall be measured over the entire range of pumping unit operation.
Vibration levels shall not exceed the limit established in Section 2.01, herein.
3. All automatic and manual controls function in accordance with the specified
requirements.
4. At least the four operating points listed herein shall be verified to demonstrate the
pumping unit performance and overall efficiency. Installation Contractor to submit
testing procedure for approval, perform all tests, and submit written test results.
Testing shall be performed utilizing raw sewage. Discharge valves shall be throttled to
simulate various discharge head conditions.
9912/860-l
Q Krieger & Stewart, Incorporated 1999 Submersible Wastewater Pump-1 1
-.
In the event any of the pumping equipment fails to meet the above test requirements, it
shall be modifkd and retested in accordance with the requirements of these Specifications.
All cost of retesting, including costs of travel expenses and witnessing, shall be borne by
the Contractor.
Upon completion of field testing, the Contractor shall provide the Owner with six (6)
copies of all pertinent field test data.
9912/860-l
0 Krieger & Stewart, Incorporated 1999
-
Submersible Wastewater Pump-12
SUMPPUMPS TECHNICAL SPECIFICATIONS
PART 1 - GENERAL
1.01 Description
Contractor shall furnish and install sump pumps as shown on the Drawings and as specified
herein. Sump pump shall be as manufactured by ABS-SJS-SW, Hydromatic SK 60, or approved
equal.
PART 2 - PRODUCTS
2.01 Volute Casing
The volute shall be a single piece design constructed of cast iron. The internal surfaces shall be
free of rough spots, flashing or scrolls and shall be large enough at all points to pass any size
solids which can pass through the impeller. The volute case shall be equipped with legs. -.
2.02 Impeller
The impeller shall be a dynamically balanced, two vane, semi-open type and be constructed of
cast iron. The impeller shall slip fit onto the motor shaft and be locked in place by a key and a
304SS impeller nut.
2.03 Mechanical Seals
Pump shall be equipped with mechanical seals having carbon and ceramic faces.
2.04 Shaft and Bearings
The pump shaft shall be stainless steel with ball thrust bearings and permanently lubricated
sleeve radial bearings.
2.05 Motor and Cable
The pump motor shall be housed in an oil filled watertight housing of cast iron. The motor shall be a NEMA Design B suitable for continuous duty with moisture resistant Class F insulation.
The motor shall be l/2 hp (minimum) and shall be nameplate rated, single phase, 60 hertz,
115/230 volts. The motor shall be protected by thermal protection contacts embedded in the
motor windings and have built-in start capacitors. The pump and motor shall have a UL rating.
Power cable shall be 15 feet long, suitable for submersion in sewage, and suitable to plug into
wall receptacle. All incoming lead wires shall be spliced in the motor terminal housing. After
splicing, the terminal housing shall be filled with epoxy to seal the outer cable jacket and the
individual strands to prevent all possibility of water entering the motor housing or the terminal housing, or equal.
99091860-l Q Krieger 81 Stewart, Incorporated 1999 Sump Pump1
2.06 Pump Control
The pump on/off shall be controlled by a float switch attached to the pump.
2.07 Size and Capacity
Sump pump shall be designed to meet the following requirements:
Head
(feet)
25 22s
75 19i2
120 14i2
PART 3 - INSTALLATION
Sump pump shall be installed as shown on Drawings and per manufacturer’s written recommendations. -
9909/860-l
Q Krieger & Stewart, Incorporated 1999 Sump Pump2
ODOR CONTROL SCRUBBER SYSTEM
TECHNICAL SPECIFICATIONS
PART 1 - GENERAL
1.01 Description
The Contractor shah furnish, install, test, and leave ready for operation one (1) packaged Odor
Control Scrubber System using catalytic activated carbon that can be regenerated by water, including a reactor vessel, multiple activated carbon canisters, fan and motor assembly, piping,
fittings, interconnecting ductwork, and appurtenances. The reactor vessel, fan, and activated carbon
canisters shah function as a system and shah be the end products of the odor control system
supplier to achieve standardization for appearance, operation, maintenance, spare parts, and
manufacturer’s services. Unit shall be installed as shown on the Drawings and specified herein, including all appurtenances necessary for a complete and operable system.
1.02 Quality Assurauce
Equipment shall be the product of a manufacturer who has at least five (5) years of successful
experience in the development, engineering, design, manufacturing, and assembly of equipment
components and complete odor control systems as specified herein.
1.03 Submittals
Contractor shall submit shop drawings in accordance with Contractor Submittals
Technical Specifications and as specified herein. Shop drawings shall include, but not
be limited to, the following: complete information, drawings, diagrams, and technical
data for the equipment and components including ratings, operation, accessories,
complete wiring diagrams, interconnect diagrams, dimensions, and installation
requirements.
B. Oneration and Maintenance Manual
Contractor shall submit detailed Operation and Maintenance Manuals covering each
component of the odor control scrubber system in accordance with Contractor
Submittals Technical Specifications.
1.04 Permit and Requirements for San Diego County Air Pollution Control District (SDAPCD)
An authority to construct and a permit to operate are required from the SDAPCD for the odor
control system. The odor control system manufacturer shall provide all information and data
required as part of the SDAPCD permit process. Contractor shall provide Owner with application forms for SDAPCD authority to construct and permit to operate. Application forms
shall be complete except for Owner information and signature. Owner will execute applications
and submit same to SDAPCD for approval, along with all required permit fees.
99121860-l
Q Kiieger & Stewart, Incorporated 1999 Odor Control-l
1.05 Manufacturer
A single manufacturer shall be responsible for the overall performance of the odor control
system. Only those odor control system manufacturers who also manufacture and furnish scrubber media, which meets the requirements of this specification, shall be considered.
Odor control system shall be the Phoenix System, as manufactured by Calgon Carbon
Corporation, or equal. .
PART 2 - PRODUCTS
2.01 Odor Control Scrubber System Description and Performance Requirements
Contractor shall furnish and install a packaged odor control scrubber system consisting of reactor vessel, activated carbon canisters, fan and motor assembly, inlet duct to scrubber vessel, vertical
discharge ducting, controls, and any additional appurtenances required to provide a complete and
operable system. All components of the odor control system shall be factory skid mounted. Odor
control system shall be designed to draw a minimum of 1000 a&n of air from the Lift Station
Wet Well containing 10 ppm H2S and reduce the HIS concentration to a level not to exceed 10
ppb. Air pressure drop through the entire system shall not exceed 10 inches overall at the design
air flow rate of 1000 a&n.
Air flow shall enter the top air plenum which shall distribute the air evenly and downward into
the banks of granular activated carbon canisters. The air shall then contact the activated carbon,
flowing rapidly inward to each canister’s inner conduit then into an air distribution header
standpipe which turns the air upward and out into the exhaust plenum. The air shall discharge
out the top of the vessel through a vertically oriented discharge duct.
2.02 Reactor Vessel
The reactor vessel shall be manufactured of polypropylene (PPL) and shall be black in color.
The reactor vessel shall house the activated carbon canisters. The carbon canister media
contained within the reactor vessel shall be capable of being water regenerated while the system
remains on-line for continuous odor treatment during normal operation. Any system which must
be taken off-line for media regeneration will not be acceptable.
The PPL reactor housing material shall be designed and manufactured to withstand a maximum
loading of 15 inches Water Column of positive or negative (i.e. vacuum) pressure.
The following accessories shall be provided with the reactor vessel
A.
B.
C.
D.
E.
F.
Single point water drain
Single point water connection
Flanged air inlet and outlet connections
Extemal sidewall canister access. Canisters shah be able to be removed and replaced
from the reactor vessel exterior sidewall without requiring removal of any vessel
appurtenances.
Drain line isolation valve for each canister as shown on the Drawings. Clean PVC pipe with unions in feed water line and drain line for each canister for visual
confutation of regeneration process.
99121860-l Odor Control-2 0 Krieger & Stewart, Incorporated 1999
2.03 Activated Carbon Canisters
The activated carbon utihzed by the reactor vessel shall be provided in the foxm of replaceable
carbon-filled canisters. Canisters shall be constructed of porous polyethylene. Each canister
shah contain Calgon Carbon Corporation CENTAUR-HP type catalytic activated carbon.
Activated carbons that can not be regenerated in-place will not be acceptable. The activated
carbon supplied shall be of a type that does not require chemicals to be regenerated. Activated
carbons which require hydroxide, permanganate, chlorine, organic, or any solutions other than
clean water to regenerate the material will not be accepted.
The activated carbon shall have the following properties:
A.
B.
C.
D.
Iodine Number, mg/g (min): 950
Ash Content, % by wt (max): 8
Apparent Density, g/cc (min): 0.44
HIS Capacity (g/cc): 0.15 -
-. 2.04 Fan and Motor Assembly
The fan shall be a centrifugal industrial fiberglass reinforced plastic (FRP) fan that is AMCA
certified and license to bear the AMCA seal. All parts of the fan that are exposed to the
airstream shall be encapsulated in FRP to insure corrosion resistance.
Each fan shall be equipped with the following features and accessories:
A. Type 3 16 stainless steel shaft B. Flanged inlet and outlet
C. Drain
D. Shaft seals, Viton E. Inspection port
F. Safety belt guard
G. Lifting eyes
H. Epoxy coated, heavy gauge, all welded steeI base
I. Constant-speed V-belt drive
The fan motor shall be explosion-proof (TEXP), 3 phase, 60 hertz, 460 volt, with a 1.15 service
factor.
Fans shall be as manufactured by New York Blower, or equal.
2.05 Interconnecting Ductwork
Exhaust ductwork and ductwork between the reactor vessel and the exhaust fan shall be
constructed of PPL and shall be provided by the odor control system manufacturer. Ductwork
assembly and design shall be compatible with the fan and reactor vessel.
A vertical exhaust duct shall be connected to the reactor vessel outlet flange as shown on the Drawings. The reactor vessel shall be stiffened as necessary to support the exhaust duct. The
exhaust duct shall be provided with a flanged PPL rainhood and stainless steel bird screen.
9912/860-l
Q Krfeger & Stewart, Incorporated 1999 Odor Control-3
An expansion joint shall be included in the ductwork and installed at the outlet of the exhaust
fan. The expansion joint shall dampen axial, lateral, and vibrational duct movement. The
expansion joint shall be resistant to ultraviolet degradation and to the corrosive gases being
processed. The expansion joint shall be of a flanged design.
Inlet ductwork and appurtenances shall be provided as shown on the Drawings. Design,
construction, and installation of inlet ductwork shall be coordinated with the odor control system
manufacturer.
2.06 System Accessories/Options
A. Aut c
The odor control system shall be provided with an automatic water regeneration
package. This package shall permit cyclical regeneration of the odor control system while the system remains on-line. This package shall consist of:
1.
2.
3.
4.
One (1) NEMA Type 4X FRP control panel. -
One (1) programmable logic controller with PLC access module.
NEMA Type 4X solenoid valves.
One (1) CPVC ball valve with NEMA Type 4X electric actuator.
B. Svstem Fan Control Panel
I. A NEMA Type 4X FRP panel with combination motor starter shall be provided
to operate the system fan.
2. The panel shall include a fusible disconnect switch, control transformer, motor
starter equipped with a solid-state overload relay assembly, start and stop
pushbuttons, and an “ON” pilot light.
3. Pushbuttons and pilot light shall be door and/or flange mounted and be NEMA
Type 4X.
4. Combination motor starter shall be as manufactured by Allen-Bradley, or equal.
Motor starter shall be provided with 2 N.O. and 2 N.C. auxiliary contacts.
C. Sound Attenuation Package
The system shall be provided with a fan sound ,attenuation package. This package shall
consist of a rigid acoustical enclosure placed over the fan and motor assembly. The
enclosure shall allow for operator access to the fan and motor assembly for maintenance.
The enclosure shall contain noise-reduction material and shall be weatherproof.
, D. . Flow Monitoring Eauinment
Each reactor vessel shall include a manometer sufficient to give a direct read-out of
differential pressure in inches water column across the system. The manometer shall be a Dwyer Series 1230-16, or equal.
9912/860-l
Q Krieger & Stewart, Incorporated 1999 Odor Control-4
E. Flow Control DUIID~
A round FRP butterfly damper shall be provided to regulate air flow through the reactor vessel. The damper shall be installed in the supply ductwork. The damper shall be
located in accordance with the odor control system manufacturer’s recommendations.
The inlet ductwork shown on the Drawings shall be modified as necessary to
accommodate the damper.
The grease filter/mist eliminator shall consist of a 304L stainless steel pad for grease
filtration in front of a PPL pad with 3 16 stainless steel grid for mist elimination, housed
inside an FRP enclosure. The pads shall be removable for cleaning and the housing shall
have a door, or drop-out flange, to allow removal and replacement of the filter pads. A
Dwyer Series 2000 Magnehelic gage shall be installed on the housing to indicate
pressure drop through the unit. The unit shall be installed into the reactor system supply
ductwork. The FRP housing shall be flanged and drilled per PS 15-69 and be provided
with full-faced gaskets. The filter/eliminator unit shall be as manufactured by Diamond
Fiberglass Fabricators, Inc., or equal.
G. Skid Mounting
The odor control system shall be mounted on an epoxy coated carbon steel skid. The
system shall be capable of being lifted and moved as required while mounted on the
skid. The skid shall include mounting stands for the Automated Regeneration Control
Panel and the Fan Control Panel, located as shown on the Drawings.
PART 3 - EXECUTION
3.01 Installation
The odor control scrubber system shall be installed in strict accordance with the manufacturer’s
printed instructions. Ductwork, piping, fittings, and electrical connections shall be provided as
required for proper installation and operation of the odor control scrubber system. Unless
specified otherwise, the odor control system skid base shall be mounted on a concrete slab with
cast-in-place or drilled and epoxied 3 16 stainless steel anchor bolts (size and embedment as
determined by the odor control system manufacturer).
3.02 Manufacturer’s Services and Instruction
Manufacturer or supplier of the equipment furnished under this Section shall furnish the services
of competent factory-trained personnel to provide technical assistance during installation and
start-up of the odor control system. Prior to start-up, manufacturer shall provide Owner with
written certification stating that the odor control system has been properly installed and is ready
for operation.
After the equipment has been installed, tested, and adjusted, and placed in satisfactory operating condition, the equipment manufacturer shall provide classroom instruction to Owners operating
personnel in the use and maintenance of the equipment. Two (2) hours of instruction shall be
provided unless otherwise specified. Contractor shall give the Owner formal written notice of
the proposed instruction period at least two weeks prior to commencement of the instruction
9912/860-l 0 Krieger & Stewart, Incorporated 1999 Odor Control-5
period. Scheduled training shall be at a time acceptable to the Owner and the manufacturrk
During this instruction period, the manufacturer shall answer any questions from the operating
personnel. The manufacturer’s obligation shall be considered ended when he and the Owner
agree that no further instruction is needed.
3.03 Performance Certification
A. Factory Testing
As a minimum, the odor control system shall be factory tested to demonstrate the
following:
1.
2.
3.
4.
5.
6.
7.
8.
Proper operation of fan control panel.
Proper operation of regeneration panel.
Accuracy of flow monitoring equipment.
Operating air flow rate of 1,000 cfin (minimum).
Pressure drop across grease filter/mist eliminator.
Pressure drop across reactor vessel.
Range of operation of flow control damper. -
Fan motor voltage, amperage, and power factor at vessel minimum and
maximum flow rates.
B. Field H2S Performance Test
The Contractor shall field demonstrate HIS removal by the odor control system. A field
performance test shall be conducted by introducing a sufficient quantity of hydrogen
sulfide gas into the scrubber suction ducting to raise the average concentration of
hydrogen &fide gas in the influent air stream to 10 ppm f 10% (excluding moisture) at
the design air flow on a continuous basis for a 2-hour period. An outlet sample shall be
measured every 30 minutes with instrumentation accurate in the O-5 ppb range. The air
flow shall be measured by a Pitot tube inserted upstream of the odor control unit. After
successful completion of the testing, the hole for the Pitot tube shall be plugged. During
this test, gas samples shall be monitored at each of the following locations.
1. Inlet odorous air to the odor control system.
2. Cutlet treated air from the odor control system.
The H2S analyzer shall be calibrated both before and after testing by the testing
laboratory previously approved by the Owner. Performance testing shall be performed in
the presence of the Owner.
3.04 Report
A summary report shall be prepared for the factory performance testing and the field performance testing. The report shall be submitted by the Contractor for the Owner’s review and
acceptance. The report shall include a one page executive summary, description of test protocol, table of results showing air flow, inlet air analysis results, and outlet air analysis results.
9912/860-l Odor Control-6 Q Krieger & Stewart, Incorporated 1999
3.05 Acceptance
Satisfactory installation, operation, and performance of the required tests shall be the basis of
acceptance of the equipment.
If the hydrogen sulfide gas concentration in any sample taken from the reactor vessel outlet during the test exceeds 10 ppb excluding moisture, or air flow is less than the design rate
throughout the entire test period, the manufacturer shall adjust or modify the equipment and field test shall be repeated at no expense to the Owner. If modifications or adjustments are made
which would affect the air flow rate, the air handling system (fan, drive, etc.) shall be modified or replaced accordingly such that the design air flow rate is maintained.
Should the installed equipment not meet the performance specification upon retesting, the
Contractor shall remove the installed equipment and replace it with equipment which meets the
specifications at no cost to the Owner.
99121860-l
Q Krieger & Stewart, Incorporated 1999 Odor Control-7
DISTRIBUTION SWITCHBOARDS AND MOTOR CONTROL CENTERS
TECHNICAL SPECIFICATIONS
PART 1 - GENERAt
1.01 Scope
The Contractor shall fknish and install the free standing dead front type low voltage (600 volt)
distribution switchboards, motor control centers, and utility service equipment, as specified
herein and shown on the Drawings.
1.02 Quality
A. The low-voltage distribution switchboard asseml$y and all components shall be
designed, manufactured, and tested in accordance with standards of NEMA PB-2 and UL
Standard 891.
B.
-
The Motor Control Centers (MCC) and all components shall be designed, manufactured and tested in accordance with standards of NEMA, ANSI, and UL 845.
C. For the equipment specified herein, the manufacturer shall be IS0 9000, 9001 or 9002
certified.
D. The manufacturer of this equipment shall have produced similar electrical equipment for
a minimum period of five (5) years. When requested by the Owner, an acceptable list of
installations with similar equipment shall be provided demonstrating compliance with
this requirement.
E. Manufacturer shall be Cutler-Hammer/Westinghouse, Allen-Bradley, Square D, or
equal.
1.03 Submittals
A. Shor, Drawings
In accordance with the requirements of the Contractor Submittals Technical
Specifications, Con&actor shall submit complete information, drawings, and technical
data for all equipment and components, including, but not limited to, the following:
1.
2. 3.
4.
5.
Drawings showing elevations, floor plan, top view, anchorage and conduit
entry/exit locations.
Single line and unit wiring diagrams depicting internal and remote devices.
Nameplate schedule.
Starter and component schedule.
Assembly ratings including:
z.
Short circuit rating.
Voltage.
C. Continuous current.
99101860-l Distribution Switchboard-l
0 Krieger & Stewart, Incorporated 1999
-.
6.
7.
8.
9.
10. 11.
12.
13. 14.
15.
Major component ratings including:
;
Voltage. Continuous current.
C. Intemlpting ratings.
Cable terminal sixes.
Busway connection.
Connection details between close-coupled assemblies.
Composite floor plan of close-coupled assemblies.
Key interlock scheme drawing and sequence of operations.
Descriptive bulletins.
Product sheets.
Lateral design and equipment anchorage details.
Installation information prior to shipment.
B. The following information shall be submitted for record purposes prior to project
completion.
1. Final as built drawings and wiring diagrams.
2. Certified production test reports.
-
C. Operation and maintenance manuals shall include the following information:
1.
2.
3.
Instruction books and/or leaflets.
Drawings and information required by above.
Renewal Parts list showing the important maintenance items which will need to
be available for proper maintenance and to provide normal equipment life.
1.04 Delivery, Storage, and Handling
Equipment shall be handled and stored in accordance with manufacturer’s written instructions.
One (I) copy of these instructions shall be included with the equipment at time of shipment.
Where stored out of doors, space heaters and thermostat controls shall be energized.
1.05 Measurements
Contractor shall verify equipment proposed shall fit into the available space, coordinate
installation and notify the Owner of any interferences or conflicts in the distribution and MCC
system power and control wiring.
PART 2 - PRODUCTS
2.01 Ratings
A. The distribution switchboard(s) and MCC’s shall be rated to withstand mechanical forces
exerted during short circuit conditions when connected directly to a power source having
minimum available fault current of 65,000 amperes symmetrical at rated voltage unless
shown otherwise on the Drawings. Voltage rating shall be 600 volts, unless indicated
otherwise on the Drawings.
9910/860-l Distribution Switchboard-2
0 Krieger & Stewart, Incorporated 1999
B. The MCC(s) shall be 600 volt class, suitable for operation on a three-phase, 60-Hertz
system. The system operating voltage and number of conductors shall be as indicated on
the Drawings.
2.02 Distribution Switchboard Construction
A. Distribution switchboard(s) shall be as manufactured by Cutler-Hammer/Westinghouse,
Allen-Bradley, Square D, or equal.
B. Switchboard shall consist of the required number of vertical sections bolted together to form a rigid assembly. The sides and rear shall be covered with removable bolt-on
covers. All edges of front covers or hinged front panels shall be formed. Provide
adequate ventilation within the enclosure.
C. All sections of the switchboard shall align front and rear with depth as shown on the
drawings. All protective devices shall be compartmentalized with line and load bus
connections. Devices shall be front removable and load connections rear accessible.
Insulated rigid copper bus connections shall extend from the load side of overcurrent
feeder devices into rear compartment where outgoing cable connections may be made
without reaching into or near the main horizontal or vertical busses. Distribution
sections shall be sectionalized to provide a front device section, an intermediate bus section and a rear feeder cable section. ‘There shall be a vertical barrier of glass
polyester between the device compartment and the bus compartment.
D. The assembly shall be provided with adequate lifting means.
E. The switchboard shall be suitable for use as service entrance equipment and be labeled in
accordance with UL requirements.
F. Provide a rear compartment vertical insulating barrier between the cable compartment
and the main bus to protect against inadvertent contact with main or vertical bus bars.
2.03 Distribution Switchboard Bus
A. All bus bars shall be silver plated copper. Main horizontal bus bars shall be mounted
with all three phases arranged in the same vertical plane. Bus sizing shall be based on
NEMA standard temperature rise criteria of 65 degrees C over a 40 degrees C ambient
temperature outside the enclosure. Minimum bus rating shall be as specified on the
Drawings.
B. A copper ground bus (minimum l/4 x 2 inch) shall be furnished firmly secured to each
vertical section structure and shall extend the entire length of the switchboard.
C. All hardware used on conductors shall be high-tensile strength and zinc plated. All bus
joints shall be provided with conical spring type washers.
9910/860-l
0 Krieger & Stewart, Incorporated 1999
Distribution Switchboard-3
2.04 Distribution Switchboard Wing/Terminations
A. Small wiring, necessary fuse blocks and terminal blocks within the switchboard shall be
furnished as required. Control components mounted within the assembly, such as fuse
blocks, relays, pushbuttons, switches, etc., shall be suitably marked for identification
corresponding to appropriate designations on manufacturer’s wiring diagrams.
B. Mechanical type t erminals shall be provided for all line and load terminations suitable
for copper or aluminum cable rated for 75 degrees C of the size as indicated on the
Drawings.
C. Lugs shall be provided in the incoming line section for connection of the main grounding
conductor. Additional lugs for connection of other grounding conductors shall be
provided as indicated on the Drawings.
D. All control wire shall be type SIS, bundled and secured with nylon ties. Insulated
locking spade terminals shall be provided for all control connections, except where
saddle type terminals are provided integral to a device. All current transformer
secondary leads shall first be connected to conveniently accessible short circuit terminal
blocks before connecting to any other device. All groups of control wires leaving the
switchboard shall be provided with terminal blocks with suitable numbering strips.
Provide wire markers at each end of all control wiring.
2.05 Molded Case Circuit Breakers
A. Molded case circuit breakers shall provide circuit overcurrent protection with inverse
time and instantaneous tripping characteristics. Ground fault protection shall be
provided where shown on the Drawings and as specified herein.
B. Circuit breakers shall be operated by a toggle-type handle and shall have a quick-make,
quick-break over-centcr switching mechanism that is mechanically trip-free. Automatic
tripping of the breaker shall be clearly indicated by the handle position. Contacts shall
be nonwelding silver alloy, and arc extinction shall be accomplished by means of DE-
ION arc chutes. A push-to-trip button on the front of the circuit breaker shall provide a
local manual means to exercise the trip mechanism.
C. Circuit breakers shall have a minimum symmetrical intenupting capacity matching the
distribution switch board or MCC where installed or as shown on the Drawings.
D. Circuit breakers, 400 ampere frame and below, shall be provided with thermal-magnetic
trip units and inverse time-current characteristics unless otherwise shown on the
Drawings.
E. Circuit breakers, 600 ampere through 2500 ampere frame and circuit breakers used as
main to disconnect utility power, shall be provided with microprocessor-based RMS
sensing trip units.
1. Each molded case circuit breaker microprocessor-based tripping system shall
consist of three current sensors, a trip unit, and a flux-transfer shunt trip. The
trip unit shall use microprocessor-based technology to provide the adjustable
time-current protection functions. True RMS sensing circuit protection shall be
9910/860-l
0 Krieger & Stewart, Incorporated 1999
Distribution Switchboard4
achieved by analyzing the secondary current signals received from the circuit
breaker current sensors and initiating trip signals to the circuit breaker trip
actuators when predetermined trip levels and time delay settings are reached.
2. Interchangeable rating plugs shall establish the. continuous trip ratings of each
circuit breaker. Rating plugs shall be fixed or adjustable as indicated. Rating
plugs shall be interlocked so they are not interchangeable between frames, and
interlocked such that a breaker cannot be closed and latched with the rating plug
removed.
3. The microprocessor-based trip unit shall have thermal memory capabilities to
prevent the breaker from being reset following an overload condition until after
a preset time delay.
4. When the adjustable instantaneous setting is omitted, the trip unit shall be
provided with an instantaneous override. Internal ground fault protection
adjustable pick-up ratings shall not exceed 1200 amperes. Provide neutral
ground fault current sensor for four wire loads. -
5. Breakers shall have built-in test points for testing the long time delay,
instantaneous, and ground fault functions of the breaker by means of a 120~volt
operated test set. Provide one test set capable of testing all breakers 400 ampere
frame and above.
6. System coordination shall be provided by the following microprocessor-based
time-current curve shaping adjustments:
Adjustable long time pick-up and delay
Adjustable short time pick-up and delay, with
selective curve shaping
Adjustable instantaneous pick-up
Adjustable ground fault pick-up and delay, with selective curve shaping
F. Where shown, provide circuit breakers UL listed for application at 100% of their
continuous ampere rating in their intended enclosure.
G. Provide shunt trips, bell alarms, and auxiliary switches as shown on the Drawings.
2.06 Bolted Pressure Switches
A. Where shown on the Drawings, fusible bolted pressure switches protective devices shall
be bolted pressure contact type and shall be UL listed.
B. Switches shall be furnished with Class L fuse clips. Switch contact interrupting capacity shall be 12 times the continuous rating of the switch.
C. Fuse access door shall be mechanically interlocked with the operating handle and shall
have provisions for padlocking the switch in the open position.
9910/860-l
0 Krieger & Stewart, Incorporated 1999 Distribution Switchboard-5
D. The switch shall utilize a stored energy dead front operating mechanism compressed and
released by the operating handle, to provide quick positive switching action independent
of the speed of the operating handle.
E. Switches shall electrically tripped unless shown otherwise on the Drawings. Electrically
tripped switches shall be designed to be closed only after the opening spring has been
charged, ready for electrical opening by solenoid or manual opening by the mechanical
push-button.
F. Supply electrically tripped switch(es) with the following accessories where indicated on
the Drawings:
1. Ground fault protection including Test Panel.
2. Single phase protection to open the switch(es) upon loss of any phase from the
source.
3. Blown Fuse Protection to open the switch upon blowing of one or more of the
fiises.
G. Provide Class L fuses as shown on the Drawings.
2.07 Quick-Make/Quick-Break Fusible Switches
A. Protective devices shall be quick-make/quick-break fusible switches as manufactured by
Cutler-Hammer/Westinghouse, Allen-Bradley, Square D, or equal. Fusible switches,
100 amperes through 600 amperes frames, shah be furnished with rejection Class “R” or
“T” type fuse clips unless otherwise specified. Fusible switches, 800 amperes through
1200 amperes, shall be furnished with Class L fuse clips. Switches shall incorporate
safety cover interlocks to prevent opening the cover with the switch in the “ON” position
or prevent placing the switch in the “ON” position with the cover open. Provide defeater
for authorized personnel. Handles shall have provisions for padlocking and shall clearly
indicate the “ON” or “OFF” position, Front cover doors shall be padlockable in the
closed position.
B. The 400 through 1200 ampere switches shall be designed to accommodate UL listed shunt trip. Where shown on the Drawings, furnish the following accessories:
1. UL listed 120 volt AC shunt trip.
2. Zero sequence ground protection system including test panel. Ground fault relay
shall include separate time and current pick-up adjustments.
99101860-l
0 Krieger & Stewart, Incorporated 1999
Distribution Switchboard-6
2.08 MCC Construction
A. MCC(s) shall be as manufactured by Cutler-Hammer/Westinghouse, Allen-Bradley,
Square D, or equal. Wiring shall be NEMA Class 11, Type B.
B. Structures shall be totally enclosed deadfront, free-standing assemblies. They shall be
9ti inches high and 2li inches deep. Each structure shall be minimum 2& inches wide
and wider where shown on the Drawings, or where required to house components shown on the Drawings. Structures shall contain a horizontal wireway at the top, isolated from
the horizontal bus and shall be readily accessible through a hinged cover. Adequate
space for conduit and wiring to enter the top or bottom shall be provided without
structural interference.
C. Compartments for mounting control units shall be incrementally arranged such that not
more than twelve Size 1 starters can be mounted within each vertical structure. Guide
rails shall be provided.
D. A vertical wireway with minimum of 35 square inches of cross sectional area shall be
adjacent to each vertical unit and shall be covered by a hinged door. - Wireways shall
contain steel rod cable supports.
E. All full voltage starter units through NEMA Size 5 shall be of the drawout type.
Drawout provisions shall include a positive guide rail system and stab shrouds to
absolutely ensure alignment of stabs with the vertical bus. Drawout units shall have a
tin-plated stab assembly for connection to the vertical bus. No wiring to these stabs shall
extend into the bus compartment. Interior of all units shall be painted white for
increased visibility. Units shall be equipped with side-mounted, positive latch pull-apart type control terminal blocks rated 600 volts. Knockouts shall be provided for the
addition of future terminal blocks. In addition, a master terminal block, when Type C
wiring is specified, shall be drawout and shall be located in the bottom wireway, readily accessible through a hinged cover. All internal control wire to be 14 gauge minimum.
F. All drawout units shall be secured by a spring-loaded quarter turn indicating type
fastening device located at the top front of the unit. Each unit compartment shall be
provided with an individual front door.
G. An operating mechanism shall be .mounted on the primary disconnect of each starter
unit. It shall be mechanically interlocked with the unit door to prevent access unless the
disconnect is in the OFF position. A defeater shall be provided to bypass this interlock.
With the door open, an interlock shall be provided to prevent inadvertent closing of the
disconnect. A second interlock shall be provided to prevent removal or re-insertion of
the unit while in the ON position. Padlocking facilities shall be provided to positively
lock the disconnect in the OFF position with from one to three padlocks with the door
open or closed. In addition, means shall be provided to padlock the unit in a partially
withdrawn position with the stabs free of the vertical bus.
9910/860-l Distribution Switchboard-7
0 Krieger & Stewart, Incorporated 1999
2.09 MCC Bus
A. Each structure shall contain a main horizontal copper tin plated or copper silver plated
bus, with minimum ampacity rating of 600 amperes or as shown on the Drawings. The
horizontal bus shah be rated at 50 degrees C temperature rise over a 40 degree C ambient
temperature in compliance with UL standards. Vertical busses feeding unit
compartments shall be copper and shall be securely bolted to the horizontal main bus. All joints shall be front accessible for ease of maintenance. The vertical bus shall have a
minimum rating of 300 amperes for front mounted units.
B. Isolation of the vertical bus compartment from the unit compartment shall be by means
of a full height insulating barrier. This barrier shall be a single sheet of glass reinforced
polyester with cutouts to allow the unit stabs to engage the vertical bus. Provide snap-in
covers for all unused openings.
C. Busses shall be braced for minimum 65,000 amperes RMS symmetrical unless shown
otherwise on the Drawings. -
2.10 MCC Motor Controllers (Combination Starters)
Motor controllers shall consist of combination starter units with motor circuit protectors, molded
case circuit breakers, or fusible switches and motor starters with thermal bimetallic overload
relays, or current sensor type with microprocessor control.
Specific type of short circuit protection, line starter, and auxiliary equipment shall be as specified
herein and shown on the Drawings.
Combination starter units shah be of the type shown on the Drawings and shall be full voltage
non-reversing, rated minimum 65,000 amperes RMS, symmetrical at 480 V unless shown
otherwise on the Drawings.
A. Motor Circuit Protectors shall be as manufactured by Cutler-Hammer/Westinghouse,
Allen Bradley, Square D, or equal.
The motor circuit protection shall provide adjustable magnetic protection and be
provided with pin insert to stop magnetic adjustment at 1300% motor nameplate full
load current to comply with NEC requirements. All combination starter units shall have
a “tripped” position on the unit disconnect and a push-to-test button on the motor circuit
protector. Motor circuit protectors shall include transient override feature for motor
inrush current.
B. Fusible Switches
Fusible switches shall be quick-make, quick-break, with Class R type fuse clips and dual
element time delay fuses.
C. Molded Case Circuit Breakers
Molded case circuit breakers shall be thermal magnetic type per Section 2.05 herein, and
shall only be provided where specifically specified on the Drawings.
9910/860-l
0 Krieger & Stewart, Incorporated 1999
Distribution Switchboard-8
D. Motor starters shall be electrically operated, electrically held, three-pole assemblies with
arc extinguishing characteristics and shall have silver-to-silver renewable contacts. They
shall have provisions for a total of eight NO or eight NC auxiliary contacts. The overload
protection shall consist of the following types as specified on the Drawings:
1) Motor starter with integral current sensor and overload device
Overload protection shall consist of one current sensor located in each phase
monitored by a microprocessor that yields a time current curve closely
paralleling that of motor heating damage boundary, accurate to 2%. Running
overload protection shall be DIP switch selectable for the specific motor full
load amperes within the starter range. Provide DIP switch selectable overload
trip class of 10,20, and 30. Line starters shall be Cutler-Hammer/Westinghouse
“Advantage”, Square D “Motor Logic”, Allen Bradley “SMC”, or equal, and
shall provide the following features:
Motor starters shall monitor current in each phase to provide phase loss and
phase unbalance protection, such that if the unbalance on any-of two phases is
greater than 30% of the DIP switch selected trip rating, a phase loss/unbalance
trip occurs. Provide phase loss/unbalance. protection which requires no time
delay for reset.
Motor starters shall provide Class II ground fault protection. Ground fault
protection shall be set at 20% of maximum continuous ampere rating and have a
start delay of 20 seconds, and a run delay of 1 second to prevent nuisance trip on
starting.
Microprocessor shall measure control circuit voltage and prevent closing of the
coil on low voltage (78 volts AC) and/or high voltage (135 volts AC) conditions which are outside of the coil ratings.
Microprocessor shall apply voltage to the coil such that a guaranteed maximum
of 2 milliseconds of main contact bounce occurs on contactor closure.
Microprocessor shall continuously measure coil circuit voltage and current so as
to maintain constant coil power at a level to maintain main contact closure and
minimize coil power consumption.
Provide a Metering Module for each starter capable of displaying cause of trip,
current at time of trip, and current in each phase.
2) Motor starters with separate electronic current sensor and overload device.
Overload protection shall consist of a solid state electronic overload relay
suitable to measure current, current versus time, and unbalanced phase current with current transformers as required. Number of windings and calculations for
setting shall be submitted to Owner by the Contractor.
9910/860-l
@ Krieger & Stewart, Incorporated 1999 Distribution Switchboard-9
3) Motor starters with thermal bimetallic overload relay.
Overload protection shall consist of thermal bimetallic ambient compensated
type overloads. Sizes shall be determined by the Contractor based on
characteristics of actual motor furnished.
E. Each starter (unless otherwise shown) shall be equipped with indicating lights, selector
switches, elapsed time meter, and auxiliary contacts, as shown on the Drawings.
Number of auxiliary contacts shall be as required for specific motor control. In addition,
2N0 and 1NC spare contacts shall be provided.
2.11 Power Meter, Monitor, and Protection Device
A. Where indicated on the Drawings, provide a digital line Meter, Monitor, and Protection (MM&P) device, having the features and functions specified below. The MM&P shall consist of a single microprocessor-based unit capable of monitoring and displaying the functions listed below with the accuracy indicated; the MM&P shall auto range between Units, Kilo-units, and Mega-units. The MM&P shall provide the adjustable protection functions indicated and the capability to communicate data via twisted pair network. The MM&P shall be UL recognized, CSA certified, and also meet ANSI Standard
C37.90. The MM&P shall be as manufactured by Cutler-Hammer/Westinghouse, Allen-
Bradley, Square D, or equal.
Metered Values
(Accuracy % Displayed Value) Protective Functions
AC Phase Amperes (1%) AC Phase Voltage (1%)
Watts (2%)
Voltage Phase Loss (less than 50% RMS) Current Phase Loss (l/l 6 largest phase) Phase Voltage Unbalance (5 to 40% - 5%
stqs) vars (2%) Phase Voltage Reversal Power Factor (4%) Overvoltage (105 to 140% - 5% steps)
Frequency (0.5%) Undervoltage (95-60% - 5% steps)
Watt-hours (2%) Time Delay for Overvoltage,
Watt Demand (2%) with (5-, lo-, Undervoltage, and Phase Unbalance (0 to 8 15-, 30-min. interval) sec. - 1 sec. steps)
B. Input ranges of the MM&P shall accommodate external current transformers with ranges from 100/5 through 500015 amperes. Provide three (3) external current transformers with rating as indicated on the Drawings or sized for incoming service. Potential transformers shall be self included and fused up to 600 volts. Above 600 volts, provide
fused external potential transformers. Synchronizing pulse input shall be provided and when activated shall override the preset watt demand interval and let the utility control the demand window.
C. Control power shall be capable of being supplied from the monitored incoming AC line without the need for a separate AC supply control circuit.
D. Outputs shall have separate Form C (NO/NC) trip and alarm contacts with ratings of 10 amperes at 115/240-volt AC or 30-volt DC resistive. In addition, provide a separate Form C (NO/NC) contact to provide a programmable kilowatt-hour pulse output.
99101860-l
0 Krieger & Stewart, Incorporated 1999
Distribution Switchboard-10
-.
E. The display face shall be membrane type and rated suitable for NEMA 3R and NEMA
12 mounting. The MM&P shall have a durable 6-digit LED display screen. The display
screen and LEDs shall indicate both cause of trip and alaxm conditions. Unit shall be
mounted in the switchgear or MCC section door as shown on the Drawings.
F. Provide an addressable communication card capable of transmitting all data, including trip data over a compatible two-wire local area network to a central personal computer for storage and/or printout.
G. MM&P shall be furnished in a drawout case. Providti test plugs for all circuits.
2.12 Power Condition Monitor
The electrical service power failure protection system consists of an electronic device which
provides protection against three-phase electrical motor loss due to power failure conditions.
Power failure conditions include: low voltage, phase loss, unbalanced voltage and phase
reversal. The power failure protection device shall be SymCom, Inc. MotorSaver Model 101,
Timemark Power Monitor D-264, or equal. --
Contractor shall install the power failure protection system as shown on the Drawings or specified in the Technical Specifications and Special Requirements. The protection system shall monitor electrical line side power of specified equipment or facilities. The power failure
protection system shall automatically stop all electrical motors upon output relay deactivation
(unstable power conditions) and shall transmit a power failure alarm signal to the local RTU
(where specified).
2.13 MCC Incoming Feeder Terminations and Device
Incoming conductors shall terminate within the control center on a main lug, or main breaker
termination point. Main lug terminations shall have adequate dedicated space for the type and
size of cable used and the lugs shall be standard mechanical screw type with antitum feature
2.14 Ventilation and Heating
A. Switchboards and MCC sections shall be provided with thermostatically controlled space
heaters to prevent condensation and thermostatically controlled forced air ventilation for
cooling. Heating and ventilation shall be as designed by the manufacturer, unless shown
specifically on the Drawings. Ventilation openings, including fans shall be provided with washable air filters.
B. Forced air ventilation shall be provided by supply air fans unless otherwise shown on the
Drawings.
Supply air fans shall be rated 100 CFM (minimum) at l/8 inch WC static pressure and
shall be provided with louver (grill) inlet, inlet filter, and gasketing for weather-proof
construction.
C. Air exhaust openings shall consist of louver (grill), filter, and gasketing for weather-
proof construction.
9910/860-l Distribution Switchboard-l 1
(D Krieger & Stewart, Incorporated 1999
D. Filters shall be aluminum mesh, washable, and shall be fumished with two bottles of
spray adhesive.
E. Control power transformers with primary and secondary fuse protection shall be
provided as required for proper operation of the heating and ventilating equipment unless
Drawings show otherwise. Supply voltage shall be 120 volts, 60 Hz.
2.15 Utility Metering and Main Disconnect .
A. Main Service
Where shown on the Drawings, main service shall consist of pull section, service
(metering) section, and main disconnect. Equipment shall include a separate, baniered-
off, utility metering compartment complete with hinged sealable door as approved by the
utility company. Bus work shall include provisions for mounting utility company
current transformers, potential transformers, potential taps, test devices, and metering as
required by the utility company. Provide Service Entrance Label and provide necessary applicable service entrance features per NEC, local code requirements, and utility
company requirements.
B. Main Disconnect
Main disconnect shall be molded case circuit breaker or bolted pressure switch as shown
on the Drawings with ground fault protection system.
C. Ground Fault Indicate and Test Svstem
The 600 volt, 60 Hz ground fault protection system shall consist of a current sensor
enclosing all phase and neutral conductors of the circuit to be monitored, appropriate
relaying equipment to provide for desired ground fault current sensitivity and time-
current response characteristics, and equipment to trip the main disconnect. Installation
of the equipment shall be in accordance with the manufacturer’s recommendations.
1) Current Sensor
A sensitive current sensor shall be provided of sufficient size to encircle the
phase and neutral conductors. Current sensor output shall be coordinated with
the required input to the relay. A test winding shall be included to simulate the
flow of ground fault current through the current sensor in order to test the
operation of the ground fault protection system including sensor pick-up, relay,
and circuit protective device (main disconnect) operation. The frame or the
current sensor shall be so constructed that one leg can be opened to allow
removal or installation around the cable or bus without disturbing the cable or
requiring drop-links in the bus.
9910/860-l
0 Krieger & Stewart, Incorporated 1999
Distribution Switchboard-12
2) Ground Fault Relay
The relay shall be solid state for maximum reliability, except that a coil operated
output relay shall be provided to control 120 volt power to operate the circuit
protective device (main disconnect). The ground fault relay shall require no
external source of power for tripping the associated protective device, drawing
all the energy needed for proper operation of the ground fault protection system
directly from the output of the current sensor.,
Adjustable pickup current sensitivity for ground fault currents from 200 amperes
to 1,200 amperes shall be provided. A calibrated dial shall be provided for
setting the current pickup point in the field. Settings for individual relays shall
be coordinated. Time delay provided by the relay circuitry shall be nominally
one second and shall be permanently calibrated to preclude tampering after
installation. A self-contained test circuit which will test all components
including sensor, relay, and trip mechanism and a test coil in the current sensor
shall be incorporated in the system.
The circuit protective device (main disconnect) shall be provided to open the
circuit for normal switching, overload, short circuit, or ground fault. It shall
include a ground fault trip mechanism for activation by the ground fault relay which, operating in conjunction with an interposing relay and auxiliary power
source, will release a stored-energy device to open the switch. The ground fault
trip mechanism shall be capable of operating at 55% of rated voltage to provide
satisfactory operation under reduced voltage that might accompany a ground
fault condition. In addition, the trip mechanism shall be equipped to operate by
remote tripping such as by a float switch. The switch interrupting rating shall be
coordinated with the time delay of the relay to insure that the switch is capable
of interrupting any current it may be required to open,
2.16 Customer Metering
Where shown on the Drawings, provide a separate customer metering compartment with front
hinged door with microprocessor-based metering system, complete with current transformers and
potential transformers including primary and secondary fuses.
2.17 Enclosures
A. Switchboard and MCC enclosures shaIi be as specified on the Drawings and shall be
suitable for the proposed location. As a minimum, switchboards shall be housed in
NEMA 1 enclosures and MCC’s shall be housed in NEMA 12 or NEMA 1 gasketed
enclosures.
B. Outdoor switchboards and MCC enclosures shall be NEMA 3R as follows:
1. Enclosures shall be non-walk-in and meet applicable NEMA 3R requirements of U-L.
2. Enclosures shall have NEMA 3R wrap roof sloping downward toward rear.
9910/860-l
C3 Krieger & Stewart, Incorporated 1999
Distribution Switchboard-13
3. Outer sections shall be the same widths as indoor structures, except each end of
the outdoor assembly shall have an end trim.
4. The enclosure shall be provided with bolt on rear covers for each section.
5. Doors shall have provisions for padlocking and be located as shown on the
Drawings.
2.18 Nameplates
Engraved nameplates, mounted on the face of the assembly, shall be furnished for all main and
feeder circuits, starter compartments, and control compartments as indicated on the Drawings.
Nameplates shall be laminated plastic, black characters on white background, and secured with
stainless steel screws. Characters shall be 3/16 inch high, minimum. Nameplates shall give item
designation as shown on the Drawings, and shall be approved by the Owner prior to fabrication.
Furnish Master nameplate giving switchboard designation, voltage ampere rating, short circuit
rating, manufacturer’s name, general order number and item number. .-
-. 2.19 Finish
The finish shall consist of a coat of thermosetting, polyester powder paint applied
electrostatically to pre-cleaned and phosphatized steel and aluminum for internal and external
parts. The coating shall have minimum thiclmess of 1.5 mils and corrosion resistance of 600 hours to 5% salt spray. Color shall match other enclosures (existing or new). If necessary to
match color, manufacturer shall coat complete assemblies with 1.5 mil thick exterior finish spray
coat of air drying high-gloss enamel. Color of indoor enclosures shall be ANSI-49 Light Gray,
unless specified otherwise.. Exterior of outdoor enclosures, including all NEMA 3R enclosures
shall be white.
PART 3 EXECUTION
3.01 Factory Testing
A. The following standard factory tests shall be performed on the equipment provided under
this section. All tests shall be performed in accordance with the latest version of ANSI
and NEMA standards.
1. The switchboards and MCC’s shall be completely assembled, wired, adjusted
and tested at the factory. After assembly, the complete switchboard(s) shall be
tested for operation under simulated service conditions to assure the accuracy of
the wiring and the functioning of all equipment. The main circuits shall be given a dielectric test of 2200 volts for one minute between live parts and ground and
between opposite polarities. The wiring and control circuits shall be given a
dielectric test of 1500 volts for one minute between live parts and ground.
B. 7’he manufacturer shall provide three (3) certified copies of factory test reports to Owner
for approval prior to shipment.
9910/860-l Distribution Switchboard-14
0 Krieger & Stewart, Incorporated 1999
3.02 Installation
A. The Contractors shall install all equipment per the manufacturer’s written
recommendations and the Drawings.
B. Each assembly shall be provided with adequate lifting means and shall be capable of
’ being moved into installation position and bolted directly to a concrete foundation.
3.03 Field Quality Control
A. Contractor shall provide the services of a qualified factory-trained manufacturer’s
representative to assist the Contractor in installation and start-up of the equipment
specified under this section. The manufacturer’s representative shall provide technical
direction and assistance to the Contractor in general assembly of the equipment,
connections and adjustments, and testing of the assembly and components contained
therein.
B. The following minimum work shall be performed by the Contractor under the technical
direction of the manufacturer’s service representative. -.
1. fig the assembly into final location and install on level surface.
2. Check all removable cells and starter units for easy removal and insertion.
3. Perform insulation tests on each phase and verify low resistance ground
connection on ground bus.
4. Connect all power wiring and control wiring and verify basic operation of each
starter from control power source.
5. Torque all bolted connections made ‘in the field and verify all factory bolted
coMections.
6. Calibrate any solid-state metering or control relays for their intended purpose
and make written notations of adjustments on record drawings. Perform startup
of any solid-state starters and adjustable frequency drives.
3.04 Field Adjustments and Testing
A. Follow the manufacturer’s instructions and the Contract Documents concerning any short
circuit device settings, heater selection, timing relays, or startup of components.
B. Follow the minimum requirements as stipulated in the NETA testing procedure for motor control center assemblies.
C. Generate a field report on tests performed, test values recorded, adjustments, etc., and
provide same to Owner for review and approval.
99101860-l
Q Krieger & Stewart, incorporated 1999
Distribution Switchboard-15
3.05 Manufacturer’s Certification
A. A qualified factory-trained manufacturer’s representative shall certify in writing that the
equipment has been installed, adjusted, and tested in accordance with the manufacturer’s
recommendations. Equipment shall be inspected prior to the generation of any reports.
B. The Contractor shall provide three (3) copies of the manufacturer’s representative’s
certification to Owner.
3.06 Instruction
After the equipment has been installed, tested, and adjusted, and placed in satisfactory operating
condition, the equipment manufacturer shall provide classroom instruction to Owner’s operating
personnel in the use and maintenance of the equipment. Two (2) hours of instruction shall be
provided unless otherwise specified. Contractor shall give the Owner formal written notice of
the proposed instruction period at least two weeks prior to commencement of the instruction
period. Scheduled training shall be at a time acceptable to the Owner and the manufacturer.
During this instruction period, the manufacturer shall answer any questions from the operating
personnel. The manufacturer’s obligation shall be considered ended when he and the Owner
agree that no further instruction is needed.
9910/860-l Distribution Switchboard-16 (D Krieger & Stewart, Incorporated 1999
AUTOMATIC TRANSFER SWITCH
TECHNICAL, SPECIFICATIONS
PART 1 - GENERAL
1.01 Description
The automatic transfer switch shall be an integral part of power service and motor control center,
and shall be mounted and wired at the factory, including mounting and wiring of door-mounted
accessories. The automatic transfer switch (ATS) shall be as manufactured by ASCO, Russelectric
Inc., Zenith, ONAN, or equal. The ATS shall be U.L. listed.
The ATS shall include all necessary control devices and circuitry for a complete and operable
system capable of the following operations:
A. Supply normal (utility) power to the motor control center when normal power is available.
Supply stand-by power from the emergency stand-by generator when normal power fails or
is disconnected.
B. Detect sustained loss of deterioration of “normal“ power (power failure), signal the stand-
by engine-generator to start and run when “normal” power fails, and when “stand-by”
power from the generator is within proper limits of voltage and frequency, transfer to
supply “stand-by” power to the motor control center.
C. Detect sustained restoration of “normal” power within proper limits of voltage and
frequency, and then re-transfer to supply “normal” power to the motor control center.
D. After an adjustable time period of unloaded operation of the generator (0 to 10 minutes),
signal the generator engine control panel to shut down the engine.
E. Provide dry contacts for connection to control panel to indicate loss of “normal” power and
“stand-by” power on.
1.02 Submittals
Contractor shall submit shop drawings in accordance with Contractor Submittals Technical
Specifications and as specified herein. Shop drawings shall include, but not be limited to, the
following: complete information, drawings, diagrams, and technical data for the equipment and
components including rating, operation, accessories, complete wiring diagrams, interconnect
diagrams, dimensions, installation requirements and operation and maintenance manual to the
Owner for approval.
PART 2 - PRODUCTS
2.01 Rating and Components
The ATS controls and accessories shall be rated for continuous (24-hour) duty as installed. The
switch shall be 3-pole, double-throw, having the “normal” and “stand-by” positions mechanically
interlocked, and shall be suitable for application to a 3-phase, 3-wire, 60 Hz, 480-volt system.
9909/860-l
0 Krieger & Stewart, Incorporated 1999 Automatic Transfer Switch-l
Continuous current rating at 480 volts shall be as indicated on the Drawings or specific
specifications. The ATS shall be rated to withstand a short circuit current of 50,000 amperes
(symmetrical) without parting of the switch contacts. The AT’S shall be capable of manual
operation under load.
All main power contacts and auxiliary contacts shall be mechanically attached to a common shaft,
shall be double-break silver alloy with wiping action, and shall be protected by arcing contacts.
Arcing contacts shall close before and open after the main contacts and shall be readily replaceable.
Contact design and arrangement shall permit repeated making and breaking of full-load current, in
a combination of motor and other loads, without damage to the main contacts.
Loss of power, or failure to any component during the transfer operation, shall not allow the switch
to stop or hold in any mid-position. All switch and relay contacts, coils, springs, and control
elements shall be senriceable or removable from the fiwt of the switch enclosure without
disco~ection of drive linkages, power conductors, or control conductors.
2.02 Control and Accessoxy Features -
The ATS shall be provided with the following control, accessory and additional features, which
shall be fully wired at the factory:
A. Full-Phase Relay Position
Three adjustable relays shall be connected phase-to-phase to monitor voltage on all three
phases. One of these shall be a close differential relay set to drop-out 85% and pick-up at
95% of nominal voltage. The other two shall be adjustable for drop-out or pick-up between
65% and 95% of nominal voltage. On the stand-by side, a voltage and frequency sensitive
relay shall be provided such that transfer is affected only if stand-by source voltage and
frequency are 90% of rated or higher.
B. Test Switch
A test switch shall be provided which shall cause the automatic transfer switch to start the
engine, transfer, re-transfer, and the like, simulating a power outage; this switch shall be
mounted on the door of the transfer unit. The switch shall also be provided with a test
position to start the generator but not cause transfer from “normal” power.
C. Engine Starting Contact
Subject to engine starting delay (see below), contact shall be closed to call for engine to
start following loss or deterioration of “normal” power; subject to unloaded operation
feature (see below), contact shall reopen to cause engine to shut down. Contact shall be
rated 12 to 24 DC volts.
D. Engine Starting Delay
Following loss or deterioration of “normal” power, delay closure of engine s&t&g contact
for an adjustable period up to 5 minutes, to eliminate starts during brief or momentary
outages of “normal” power.
9909/860-l
0 Krieger & Stewart, Incorporated 1999 Automatic Transfer Switch-2
E. Transfer Delay
Adjustable delay from 0 to 5 minutes before transfer to “stand-by” power to allow engine
to warm-up prior to transfer.
F. Indicating Lights
One each to indicate the switch is supplying “normal” or “stand-by” power, label each with
plastic nameplate engraved “NORMAL” and “STAND-BY” respectively; these shall be
mounted on the door of the transfer switch unit, approximately at eye level. Lights shah be
push-to-test type.
G. Unloaded Generator Operation
Following retransfer to “normal” power, maintain engine in unloaded operation for an
adjustable period of 0 to 10 minutes before signaling it to shut down.
H. Auxiliary Contacts
In addition to contacts required for the above, one normally closed dry contact which shall
open when normal power fails for “power failure” signal to telemetry panel shall be
provided. One normally open and one normally closed spare dry contact shall be provided
for each position of the ATS (“normal” power and “stand-by” power). In addition, relays
and controls shall be furnished to provide a closed dry contact when “stand-by” power is
operating (generator on and ATS switched to stand-by position) for connection to the
telemetry panel for “stand-by” power on signal. .
PART 3 - EXECUTION
3.01 Installation and Start-Up
The equipment supplier/manufacturer shall provide technical assistance as necessary for installation
and start-up.
9909/860-l
0 Krieger & Stewart, Incorporated 1999 Automatic Transfer Switch-3
VARIABLEFREQUENCYDRlVE
TECHNICAL SPECIFICATIONS
PART 1 - GENERAL
1.01 Scope
The work included in this Section shall consist of furnishing and installing variable speed
drives of the variable frequency drive type (VFD) as shown on the Drawings and specified in
the Special Requirements and Technical Specifications, including all accessories and controls
necessary for a complete and operable system.
The equipment furnished under this Section shall be required to operate electric motor(s)
driving equipment specified by Basic and Technical Specifications. Contractor shall be
responsible to coordinate the work under this Section, with all other electrical equipment and
the work specified and shown on the Drawings. Load requirements, torque, horsepower, and
speed range of VFDs shall be coordinated with and meet or exceed that of the driven
equipment.
All equipment specified herein shall be furnished by one (1) manufacturer as a complete
assembly.
1.02 Quality
Contractor shall provide a complete, reliable, fully tested, adjustable speed drive system
suitable for manned or unmanned operation. The VFDs shall be as manufactured by Robicon,
Eaton, Allen-Bradley, or equal.
Third party distributor or packager modifications to a standard product will only be permitted
with written approval from the VFD manufacturer, and statement confirming that the installed
VFD equipment will be fully covered by manufticturer’s warranty. In addition, VFD
manufacturer (factory) shall review and approve all shop drawings prepared by third party distributors prior to submittal of said shop drawings to Owner.
1.03 Submittals
A. Shou Drawinas
In accordance with the requirements of section “Contractor Submittals Technical
Specifications”, Contractor shall submit complete information, drawings, and
technical data for all equipment and components, including, but not limited to, the
following:
1) Design capabilities and operating parameters, including a detailed list of all
user selectable features and setpoints. Harmonic distortion study
demonstrating compliance with specified requirements herein. If specified in the Specific VFD Requirements herein, a preliminary harmonic analysis shall
be submitted at bid time.
99121860-l (D tiieger & Stewart, Incorporated 1999 Variable Frequency Drive-l
2)
3)
4)
5)
6)
7)
8)
9)
10)
VFD operating efficiency (including control power and cooling power) and
output horsepower versus speed for the specific equipment being driven.
Motor manufacturer’s guarantee that motor insulation and cooling is suitable
for continuous operation over specified frequency range and VFD output
pulse maximum peak voltage, pulse rise time, and pulse rate.
Guarantee that proposed carrier frequency of VFD will not produce a motor
audible noise level when operating throughout the VFD speed range of more
than 5 dba above that designated in NEMA MG-1 for the same motor
operated at constant speed with a 60 Hz sine wave supply voltage.
Catalog cut sheets and data for all control devices.
Drawing of enclosure, including overall dimensions, anchor hole sizes and
locations, and exterior door elevations showing location of all door mounted
components, including lights, switches, meters, controllers, and
corresponding nameplates. General arrangement drawings-of enclosure
interior, including location and identification of all internal components.
Enclosure space heating and cooling system and design calculations covering
entire speed range of variable frequency drive.
System schematic diagrams, block diagrams, interconnection diagrams and
ladder diagrams.
Detailed specifications and data covering all necessary components,
including, but not limited to, circuit breakers, switches, bypass contactors,
line reactors, filters, cooling equipment, status lights, and push buttons.
Manufacturer’s warranty guaranteeing the operation of the VFD against
failure due to defects for two (2) years from date of project acceptance.
During this period, parts and labor shall be supplied at no cost to the Owner.
B. Oneration and Maintenance Manuals
Operation and maintenance manuals shall be provided in accordance with the requirements of the “Contractor Submittals Technical Specifications”. As a
minimum, operation and maintenance manuals shall include: design capabilities,
operating parameters, recommended ranges, system schematic diagrams, block
diagrams, interconnection diagrams, ladder diagrams, complete wiring diagrams,
enclosure drawings, safety provisions and precautions, standard publications on all
major items furnished, parts list with specification packets on the entire unit, list of
recommended spare parts, and installation diagrams. Manuals shall be completely
indexed and include step-by-step procedures for the operation and maintenance of the
VFD as installed. The maintenance portion of the manual shall include preventive
maintenance and troubleshooting for the entire system. Contractor shall provide
approved operations and maintenance manuals to Owner at least 30 days prior to VFD
startup and testing.
9912/860-l Q Krieger & Stewart, Incorporated 1999 Variable Frequency Drive-2
PART 2 - PRODUCTS
2.01 Variable Frequency Drive (VFD)
The VFD units shall be integrated, solid state systems, designed to control the speed
of electric motor drivers for the driven equipment specified. VFD units shall be as
specified herein, including all requirements and modifications listed in Section 2.02,
Specific VFD Requirements.
B. Environmental Conditions
Unless otherwise specified, the VFD units shall be capable of operation under any
combination of the following conditions without mechanical or electrical damage.
Ambient Temperature:
Relative Humidity:
Altitude:
40 to 100 degrees F
100%
sea level
C. Rating
VFD shall be sized based on the maximum motor horsepower and required starting
and operating torque of the selected equipment to be driven or the minimum output as
shown on the Drawings or specified herein, whichever is greater.
Unless otherwise specified, VFD shall be capable of continuous operation at any
speed between 30% (minimum) and 100% (maximum) of the driven equipment full
rated speed.
D. Basic Descrintion
The VFD units shall convert 460 volt (-5% to +lO%), three-phase, 60 hertz (*3%)
utility power to adjustable voltage (0 - 46OV) and frequency (0 - 60 hz) three-phase,
AC power for stepless motor speed control @h a capability of 10: 1 speed range.
The VFD shall be of the pulse-width modulated (PWM) type and shall consist of a
full-wave diode bridge converter to convert incoming fured voltage/fkequency to a
fixed DC voltage. The PWM strategy shall be of the space vector type implemented
in a microprocessor which generates a sine-coded output voltage,
The inverter output shall be generated by power transistors which shall be controlled
by six identical base driver circuits. The VFD shall not induce excessive power losses
in the motor. The RMS motor line current measured at rated speed, torque and
voltage shall not exceed 105% of the rated RMS motor current for pure sine wave
operation.
99121860-l Variable Frequency Drive-3 0 Krieger & Stewart, Incorporated 1999
The VFD shall produce an adjustable AC voltage/frequency output. The VFD shall
have an output voltage regulator to maintain correct voltage to frequency ratio despite
incoming voltage variations.
The VFD units shall be suitable for use with submersible type motors proposed for the
pumping units and in addition for use with standard NEMA Design B squirrel-cage
induction motors having a 1.15 service factor, without derating and without requiring
any motor modifications. .
The variable frequency control shall operate satisfactorily when connected to a bus
supplying other solid state power conversion equipment which may be causing up to
10% total harmonic voltage distortion and commutation notches up to 36,500 volt
microseconds, or when other WDs are operated from the same bus.
All equipment and work shall comply with the latest applicable standards of ANSI,
NEhdA, IEEE, and NEC.
E. Features and ComncmenQ
Unless otherwise specified, the VFD units shall be provided with the following
minimum features and components:
1)
2)
3)
4)
5)
6)
7)
9912/860-l Variable Frequency Drive-4 Q Krieger & Stewart, Incorporated 1999
An input fused disconnect switch shall be supplied to provide NEC required
branch circuit protection The fused disconnect switch shall provide a short
circuit intexrupting capacity of 35,000 EMS symmetrical amps (minimum),
and shall be mechanically interlocked with the VFD unit enclosure door.
The minimum VFD efficiency shall be 96 percent at 100 percent speed and 90
percent at 50 percent speed. The power factor of VFD unit shall be 95
percent minimum at all speeds.
Where more than one (1) VFD is provided in a line-up, bus bar matching the
rating of the motor control center (MCC) shall be provided.
Each VFD shall be provided with cutrent overload protection for operation in
bypass mode.
Line reactors and filters as specified herein shall be provided for each VFD.
The VFD shall have a programmable controller to provide automatic restart
after any individual trip condition resulting from either overcurrent,
overvoltage, undervoltage, or overtemperature. For safety, the drive shall
shut down and require manual reset and restart if the automatic reset/restart
function is not successful within a maximum of three attempts within a short
time period.
A speed droop feature shall be included which reduces the speed of the drive
on transient overloads. The drive is to return to set speed after transient is
removed. If the acceleration or deceleration rates are too rapid for the
moment of inertia of the load, the drive is to automatically compensate to prevent drive trip.
8) Automatic restart a&r drive trip or utility failure. Software selectable if not
desired.
9) Sneed Profile. Individual adjustable settings for start, stop, entry, slope, and
minimum and maximum speed points.
10) Process signal inverter. Software selectable to allow speed of drive to vary
inversely with input signal.
11) A critical speed avoidance circuit shall be provided for selection of two
critical speeds with a rejection band centered on that speed. The drive shall
ignore any speed signals requiring drive operation within the rejection band.
12) Proportional and integral setpoint process controller with menu driven
selection and programming via door-mounted keypad.
13) Pick up a spinning load. The VFD shall be able to determine the motor speed
and resume control of a motor which is spinning in either direction without
tripping.
14) Onerator Interface. A door-mounted membrane keypad with integral Nine,
24-character (minimum) LCD display shall be furnished, capable of
controlling the VFD and setting drive parameters, and shall include the
following features:
a. Digital display shall present all diagnostic message and parameter
values in english engineering units when accessed, without the use of
codes.
b. The keypad module shall contain a “self-test” software program
which can be activated to verify proper keypad operations.
C. The digital keypad shall allow the operator to enter exact numerical
settings in english engineering units. A plain english user menu shall
be provided in software as a guide to parameter setting, (rather than
codes). Drive parameters shall be factory set in EEPROM and
resettable in the field through the keypad. Multiple levels of
password security shall be available to protect drive parameters from
unauthorized personnel.
99121860-l Q Krieger 82 Stewart, Incorporated 1999 Variable Frequency Drive-5
d. Normally the digital display shall simultaneously display:
i.
ii. . . . 111.
iv.
V.
Speed demand in percent
output current in amperes Frequency in hertz or RPM
Control Mode: manual/automatic
Total three-phase KW or output volts
15) VFD Bvoass. Unless otherwise specified, interlocked .bypass contactors,
main circuit breakers, and controls shall be provided for automatic bypass of
the VFD to across the line (constant speed) operation in case of VFD failure,
except for condition of motor high temperature, motor over load, or motor moisture. When selector switch is in AUTO VFD mode, upon VFD failure
the equipment shall stop and automatically restart in constant speed mode via
bypass contactors with start/stop functioning as if operating on VFD. Time
delay for restart in bypass mode shall be provided. Manual reset to return to
VFD mode shall be required. The VFD shall be isolated during bypass
operation.
Indicating lights for operation in VFD mode and bypass mode shall be
provided. Selector switch shall be provided with bypass position to allow operation in bypass mode without VFD failure.
Dry contacts shall be provided for operation in bypass mode for connection to
telemetry system.
16) Controls. Each VFD programmable controller shall be programmed to accept
a 4-20 ma signal for automatic speed adjustment and energized contact
closures from the facility control system for automatic start and stop of the
driven equipment.
VFD shall be equipped to function as specified herein and as described in the Special Requirements, Special Construction Provisions, or Technical
Specifications. Each VFD shall be equipped with the following controls:
Door Mounted Devices:
a. Power on indicator lamp (light).
b. VFD on-line indicator lamp.
C. Bypass on-line indicator lamp.
d. VFD malfunction indicator lamp.
e. VFD fault reset push button.
f. Motor thermal and motor overload reset push buttons.
99121860-l Q Krieger & Stewart, Incorporated 1999 Variable Frequency Drive-6
Operator Interface (Digital Display/Keypad Unit). Unit shall control,
monitor and display VFD functions, operating conditions and faults.
Operating conditions shall include, but not be limited to: output
frequency, output voltage, motor current, running speed @pm), input
and output power.
h.
i.
j.
k.
1.
m.
VFD Manual, VFD Auto, Off, Bypass selector switch as specified.
Elapsed time meter (eight (8) digit, minimum).
Motor high temp. indicator lamp.
Motor over load indicator lamp.
RS232/RS422 serial communication port.
Other functions and devices shown on the Drawings or otherwise
specified.
F. Protective Features
The VFD unit shall be provided with capabilities and features to protect drive
components and the driven motor from damage. Protective features with user
adjustable setpoints shall be accessed through the operator interface for enabling or
disabling. As a minimum, the VFD unit shall be provided with the following
protective features:
1)
2)
3)
4
5)
6)
7)
8)
9)
10)
.9912/860-l
Single phase fault or 3-phase short circuit on VFD output terminals without damage to any power component.
Static instantaneous overcurrent and overvoltage trip with inverse overcurrent
protection.
Static overspeed (overfrequency) protection.
Phase loss and undervoltage protection.
Power unit overtemperature protection.
Electronic motor inverse time overload protection.
Responsive action to motor winding temperature detectors or thermostatic
switches. Provide dry contact (NC) input to the VFD.
Isolated operator controls.
Input line fuses.
Be insensitive to incoming power phase sequence.
Variable Frequency Drive-7 0 Krieger 82 Stewart, Incorporated 1999
11) Desaturation circuit to drive inverter section transistor base cutrent to zero in
event of controller fault.
12) DC bus discharge circuit with an indicator lamp for protection of operator.
13) Input line noise suppression with line reactor.
14) Individual transistor overcurrent protection.
G. Parameter Sett&
The following system configuration settings shall be provided and shall be field
adjustable through the keypad/display unit or via the serial communication port.
Except for motor nameplate data, all parameters shall be adjustable while the
processor is on-line and the drive is rurming.
1) Motor Nameplate Data
it:
ii:
e.
f.
i:
Motor frequency
Number of poles
Full load speed
Motor volts
Motor full load amps
Motor KW
Current minimum current maximum
2) VFD Limits
L:
;
i:
it:
i.
i
Independent acceleration/deceleration rates
No load boost
Vmin, Vmax, V/Hz
Full load boost
Overload trip cuNe select (inverse or constant)
Min/Max speed (frequency)
Auto reset for load or voltage trip select
Slip compensation Catch-A Spinning-Load select
Overload trip time set
3) VFD Parameters
;:
C.
Voltage loop gain
Voltage loop stability
Current loop stability
9912/860-l Q Krieger 8t Stewart, Incorporated 1999 Variable Frequency Drive-8
4) Controller Adjustments
it:
t. e.
f.
::
i.
j. k.
PID control enable/disable
Setpoint select
Proportional band select
Reset time select
Rate time select Input signal scaling
Input signal select (4-20 MO-5 volts) Auto start functions: On/Off, Delay On/Off, Level Select On/Off
Speed Profile: Entry, Exit, Point Select
Min, Max Speed Select
Inverse profile select (allows I&D speed to vary directly or inversely
with input signal)
H. ]U
1) The VFD &a11 include a comprehensive microprocessor/based digital
diagnostic system which monitors its own control functions and displays
faults and operating conditions. Microprocessor systems shall be products of
the same manufacturer as the VFD (to assure single source responsibility,
availability of service and access to spare parts).
2) A “Fault Log” shall record, store, display and print upon demand, the
following for the 50 most recent events:
VFD mode (auto/manual)
Elapsed time (since previous fault)
Type of fault
Reset mode (auto/manual) ;
3) A “Historic Log” shall record, store, display and print upon demand, the
following control variables at 2.7 M/Set. intervals for the 50 intervals
immediately preceding a fault trip:
VFD mode (manual/auto/inhibited/tripped/etc.)
Speed demand
VFD output frequency
Drive inhibit (on/of?)
Feedback (motor) amps
VFD output volts
Type of fault:
Inverter OITemp
Over voltage
Detection error
Earth leakage -
Watchdog
PSU power fail
9912/860-l Variable Frequency Drive-9 Q Krieger & Stewart, Incorporated 1999
Manual test
Out of Sat 1-6
Software fault Waveform gen
Remote watchdog
Thermistor
Sustained O/L
Bypass, SCR trip
4) The fault log record shall be accessible via an RS23uRs422 serial link with a
door mounted connection port as well as line by line on the keypad display.
A portable battery powered thexmal printer with RS232C/RS422 serial
interface and connecting cable shall be furnished. The printer shall have a dot
matrix format with a print speed of 37 cps and a 1500 line print capability per
battery charge. Operating life shall be at least 500,000 lines.
I. Bnclosures -
VFD units shall be housed in wall mounted or floor mounted enclosures equipped
with door locking devices as shown on the Drawings. Floor mounted enclosures shall
be mounted on concrete bases, extending 3 inches above the surrounding ground or floor. Enclosures shall be of sufficient size to afford access to all parts and
components, and installed with clearance in front of the enclosure to satisfy all code
requirements. Sufficient internal lighting to perform maintenance work shall be
provided. Lighting shall be controlled with an internal light switch.
Where shown on Drawings or specified herein that the VFD shall be installed in MCC
line-up, the enclosure shall match MCC construction including height and depth.
Unless otherwise specified, the sheet metal surfaces of all enclosures shall be
phosphetized and coated with a rust resisting primer. Over the primer a corrosion
resistant baked enamel finish shall be applied on interior and exterior metal surfaces.
Exterior color shall be medium light gray (unless otherwise specified) and interior
color shall be white. All hardware shall have a corrosion resistant finish.
Unless otherwise specified, outdoor electrical equipment shall be housed in
weatherproof, gasketed, NEMA Type 3R enclosures, and indoor electrical equipment
shall be housed in gasketed NBMA Type 1 enclosures.
Enclosures shall be provided with heating system for condensation protection and
shall be ventilated, or air conditioned, as specified or required for trouble-free
operation, and shall be equipped with air filters to eliminate dust. All cooling devices
shall be constructed to enable regular maintenance or removal without dismantling of
the VFD unit. Refer to ambient conditions as specified herein and requirement to submit cooling calculations.
9912/860-l Variable Frequency Drive-10 Q Krieger & Stewart, Incorporated 1999
Where enclosures are specified as NEMA 12 on the Drawings, cooling shall be
provided by heat exchanger system as manufactured by Norgen Products or equal, or
an air conditioning system.
J. Harmonic Distortion
Individual or simultaneous operation of the VFDs shall not add more than 5% total
harmonic voltage distortion to the normal bus, nor more than 10% while operating
from standby generator (if applicable) per IEEE 5 19, 1992. Maximum allowable total
and individual harmonic current distortion limits for each odd harmonic shall not
exceed limits as set forth by IEEE 519,1992.
The utility connection shall be the point of common coupling for voltage and current
distortion. The utility short circuit current at the utility interface is 30,000 amps.
Harmonic calculations shall be based on data provided on the Drawings (“Single Line Diagram”). Unless specified otherwise, any combination of VFD and constant speed
equipment, may be operating, including VFD equipment only. If harmonic filters
and/or line reactors are required to meet these requirements or where specified to be
provided, the VFD manufacturer shall furnish same and be responsible for their
design and manufacturing. If specified in the Specific VFD Requirements herein, a
preliminary harmonic analysis, which includes all harmonics to the 99th, shall be
submitted at bid time. Compliance shall be verified by the VFD manufacturer with
onsite field measurements of the harmonic distortion at the point of common coupling
with and without VFDs operating.
Unless otherwise specified, each VFD shall be provided with line reactors as manufactured by Trans-Coil, Inc. or equal. Line reactors shall be factory mounted
and wired within the VFD enclosure. Where required to meet harmonic distortion
requirements, filters shall be provided and be factory mounted and wired within the
VFD enclosure.
1) Line Reactors
A 3-phase, gaped, iron core reactor shall be provided in the incoming power
lines to the VFD to:
a. Minimize the effects of “line notching” due to the switching of power
semiconductor devices for. controlled rectifier type drives.
b. Prevent overvoltage trips and/or damage to the drive itself due to
transients (i.e. utility power capacitor switching, etc.) on the VFD
incoming power lines.
C. Reduce input harmonic currents thereby improving the total power
factor of the drive system.
9912/860-l Q Krieger & Stewart, Incorporated 1999 Variable Frequency Drive-11
Line reactors shall meet the following minimum requirements:
a. Provide a minimum of 2- l/2% line impedance.
b. Be capable of handling a 150% current overload for at least 1 minute.
C. Have a saturation rating which is no less than 2.5 times the rated
continuous current rating (at saturation, rated inductance is decreased
by 50%).
d. Be UL recognized and/or CSA certified.
An electromagnetic interference and radio frequency interference (EMII&FI) filter shall be provided in the incoming power lines of the VFD to: -
a. Prevent conducted radio frequency noise generated by the VFD from
interfering with other sensitive electronic equipment (such as lighting
systems, telecommunications equipment, instrumentation, etc.).
b. Enable the VFD to meet RF1 limits as specified by FCC Docket
20780 (Part 15, Subpart J) for conducted emissions.
The EMIRFI filter shall be capable of handling a 150% current overload for
at least 1 minute.
2.02 Specific VF’D Requirements
Contractor shall furnish and install three (3) VFD units to drive the 40 HP dry pit submersible
non-clog Pumping Unit Nos. 1, 2, and 3 as shown on the Drawings and specified in the
Technical Specifications,
Each VFD unit shall have a minimum 52 FLA rated output.
VFD components, operation, and features shall be as shown on the Drawings and as specified
per Section 2.01 herein. Each VFD shall be provided with compact cabinet cooler, Norgen
Products Model CC4000F air to air heat exchange or larger to remove heat load of 1,300 watts
(minimum) with differential temperature of 10°F. Each VFD unit shall be housed in floor
mounted NEMA 12 enclosure.
Each VFD unit shall be provided with a selector switch for “VFD Manual” or “VFD Auto”, “Off ‘, and “Bypass”.
2.03 Spare Parts
Contractor shall furnish the following spare parts for each type and size of VFD:
A. Two (2) spare lamp lenses of each color.
9912/860-l Ca Krieger & Stewart, Incorporated 1999 Variable Frequency Drive-12
B. One (1) dozen pilot lamps.
C. One (1) complete set of fuses.
D. One (1) SCR
Spare parts shall be undamaged and packaged and labeled in original containers and supplied
to the Owner at tune of fmal acceptance of the work.
PART 3 - EXECUTION
3.01 Installation
A. All equipment furnished hereunder shall be installed and aligned under the
supervision of a factory-trained service engineer, other than a sales representative.
B. Conduit stub-ups for interconnected cables and remote cables shall be located and
terminated in accordance with the drive manufacturer’s written recommendations
which shall be subject to Owner’s review and approval.
C. The Contractor shall have the manufacturer examine the Contract Documents as to the
operating environment that the VFD unit will be subjected to, and advise the Engineer
prior to bidding of any potential problems, which could prevent the drive from
functioning as intended, and its recommendations for preventing expected problems.
D. Under no circumstances are any portions of the VFD unit to be energized without
authorization from the manufacturer’s representative.
3.02 Testing, Manufacturer’s Services, and Instruction
A. Upon completion of manufacturing, each VFD unit shall be factory inspected and load
tested. Certification that the factory inspections and load tests have been successfully
performed shall be submitted to the Owner prior to shipment.
B. Manufacturer or supplier of the equipment furnished under this Section shall furnish
the services of competent factory-trained personnel to provide technical assistance
during installation and start-up of the VFD equipment. Prior to start-up, manufacturer
shall provide Owner with written certification stating that the VFD equipment,
including controls, have been properly installed and are ready for operation.
After the equipment has been installed, tested, and adjusted, and placed in satisfactory
operating condition, the equipment manufacturer shall provide classroom instruction
to Owner’s operating personnel in the use and maintenance of the equipment. Four (4)
hours of instruction shall be provided unless otherwise specified. Contractor shall
give the Owner formal written notice of the proposed instruction period at least two
weeks prior to commencement of the instruction period. Scheduled training shall be
at a time acceptable to the Owner and the manufacturer. During this instruction
period, the manufacturer shall answer any questions from the operating personnel.
99121860-l CJ Krieger & Stewart, Incorporated 1999 Variable Frequency Drive-13
The manufacturer’s obligation shall be considered ended when he and the Owner
agree that no further instruction is needed.
C. Field testing shall be witnessed by the Owner. Prior to the commencement of field
testing service engineer shall set and/or adjust all operating parameters according to
the manufacturer’s written instructions and Owner’s preference for VFD features
which may be enabled or disabled through the operator interface.
VFD field testing shall be conducted concurrently with field testing of the driven
equipment. VFD performance shall be documented by obtaining concurrent readings
showing input and output: voltage, amperage, power factor and power. In addition,
readings shall be obtained to demonstrate compliance with voltage and current
harmonic distortion requirements herein. Readings shall be obtained from both the
VFD display and Contractor furnished metering equipment. Readings shall be
documented at maximum and minimum speed for each of the operating conditions
specified for the field test of the driven equipment. -
A written report covering the service engineer’s inspection findings, field test
readings, field test results and installation certification shall be submitted to the
Owner. The report shall include a comparison of readings from the VFD and
Contractor furnished meter and an evaluation of field measured efficiencies versus
manufacturer’s guaranteed efficiencies.
9912/860-l 8 Krieger & Stewart, Incorporated 1999 Variable Frequency Drive-14
MULTI-POINT GAS DETECTION SYSTEM
TECHNICAL SPECIFICATIONS
PART 1 - GENERAL
1.01 Description
Contractor shall furnish and install gas detection equipment as specified herein and as shown on
the Drawings to sense the presence of hydrogen sulfide @I$), carbon monoxide (CO), oxygen
(0,), and combustibles, which will cause an alarm and signal for remote telemetry. System shall
be complete with sensors and controller(s). Specific facilities required and system description is
specified in Part 2.06 herein and shown on the Drawings.
1.02 Submittals
A. Shoe kawines -
Contractor shall submit shop drawings in accordance with Contractor Submittals
Technical Specifications and as specified herein. Shop drawings shall include, but not be limited to, the following: complete information, drawings, diagrams, and technical
data for the equipment and components including ratings, operation, accessories,
complete wiring diagrams, interconnect diagrams, dimensions, and installation
requirements.
B. Ooeration and Maintenance Manual
Contractor shall submit detailed Operation and Maintenance Manuals covering each
component of the gas detection system in ,accordance with Contractor Submittals
Technical Specifications.
1.03 Quality
All equipment furnished shall be of current design and manufacture that has been utilized in
similar applications and environments. Equipment shall be U.L. listed.
The gas detection system shall be as manufactured by Gas Tech, Inc., Analytical Technology,
Inc., RKI Instruments, Inc., or equal. The entire gas detection system shall be the product of a
single manufacturer.
9910/860-l Multi-Point Gas Detection-l 0 Krieger & Stewart, Incorporated 1999
PART 2 - PRODUCTS
2.01 Gas Detection System Description and Performance Requirements
The gas detection system shall consist of a multi-channel microprocessor based controller(s)
capable of accepting 4 - 20 mA signals from separate remote gas sensor/transmitters. The
controller shall continuously monitor the gas sensorkansmitter signal for each point of detection
and provide local and remote alarming based on field. adjustable alarm setpoints for each
channel. The system shall continuously monitor the following gases and ranges:
INITIALALARM
GAS RANGE UNITS SETPOINT
Carbon Monoxide
Combustible Gas
Hydrogen Sulfide
Oxygen
O-250 O-50
O-50
O-30
PPM
% LEL
PPM
% by volume
50 PPM
24% LEL
10 PPM
1 W-by volume
2.02 Controller
The controller shall be provided with the following capabilities, features, and options:
A.
B.
C.
D.
E.
F.
G.
H.
I.
Digital display capable of simultaneously displaying the gas concentration for each gas
sensor.
Isolated 4 - 20 mA analog output for each channel for use in recording, data logging, or
computer input.
Status lights for gas sensor alarm setpoints (2 per gas sensor) and system fault. Alarm
setpoints shall be factory adjusted to standard values but shall be field adjustable to any
value from 5% to 100% of range. Alarms shall be programmable to activate either above or below the setpoint.
A minimum of two (2) alarm output relays per channel. Relays shall be IOA, with SPDT
isolated contacts and fully programmable for increasing or decreasing alarms and
latching or non-latching operation.
Built-in audible alarm.
Front panel mounted reset switch or pushbutton to silence audible alarm.
Terminals for connection of a remote reset switch to acknowledge alarms from a remote
location or through a telemetry system.
Fault alarm and output relay to indicate the loss of sensor/transmitter input or controller
malfunction.
Power supply(s), 1 15VAC, 60 Hz capable of supplying power to all connected gas
sensor/transmitters.
99101860-l Multi-Point Gas Detection-2 0 Krieger & Stewart, Incorporated 1999
J. Wall mounted NEMA 4 enclosure. Enclosure and controller components shall be
suitable for operation in an ambient temperature of -4’F to 122’F, and relative humidity
of 0 - 99%.
2.03 Sensor/Transmitters
Sensor/Transmitters shall provide the gas measurement function for the system using
electrochemical sensors for hydrogen sulfide, oxygen, and carbon monoxide gases and inferred
sensors for combustible gases. Unless specified otherwise, sensors shall be close coupled to a
microprocessor-based transmitter. One sensor/transmitter shall be supplied for each point of
detection. Sensor/transmitters shall transmit gas concentration data over a two wire connection
and shall be capable of communicating over a minimum of 500 feet of cable. Sensors shall be
temperature compensated and suitable to operate between 30 and 120°F and 0 to 99% relative
humidity. Sensor/transmitter assemblies shall be explosion-proof for Class 1, Division 1, Groups
B, C, and D areas. Housings shall be of malleable iron or aluminum with epoxy coating or 3 16
stainless steel.
For installations where the sensor must be located near the ceiling or in a location not easily
accessible, the sensor may be separated from the transmitter up to a minimum of 15 feet. A
remote gas feed system shall be provided to permit calibration of the sensor from the transmitter
location.
2.04 Spare Parts
Spare parts shall include a calibration kit consisting of pressurized calibration gas cylinders (two of each gas type), valve and regulator assembly, tubing, and test cup. Calibration kit shall be
contained in a sturdy carrying case.
2.05 Specific Project Requirements
Gas detector sensor/transmitters for each specified constituent shall be provided in the Wet Well
and Dry Well Upper Level, and Dry Well Lower Level as shown on the Drawings. The Dry
Well gas detection system may utilize a common, 8 channel controller or two 4 channel
controllers. The Wet Well gas detection system shall be provided with a separate controller.
Each combustible gas sensor shall be ceiling mounted and provided with a remote wall mounted
transmitter and calibration gas feed system.
PART 3 - EXECUTION
3.01 General
The multi-point gas detection system shall be installed and tested as shown on the Drawings and
specified herein:
A. The Contractor shall arrange to have the manufacturer or supplier of the equipment
furnished under this Section, provide the services of competent factory-trained personnel
to supervise the installation and start up on all equipment. Allowance for this service
shall be included by the manufacturer in the price of his equipment. Installation and
erection of all assemblies and components shall be in accordance with the requirements specified herein, details indicated on the Drawings, approved shop drawings, and the
printed instructions of the manufacturer.
9910/860-l 0 Krieger & Stewart, Incorporated 1999 Multi-Point Gas Detection-3
B. Where sensor/transmitters are specified to be located in Class 1, Division 1, Group B, C,
or D areas, conduit to said assemblies shall be provided with explosion-proof seal fittings per NEC requirements. In addition, cable entry to each transmitter shall be sealed in accordance with the manufacturer’s recommkndations to prevent condensation
inside the conduit from entering the transmitter housing.
C. Transmitter power/control cable shall be provided in accordance with the manufacturer’s
recommendations.
D. After installation is complete, the operation of each gas detection system shall be
verified. Contractor shall demonstrate the accuracy of each gas sensor/transmitter and
all alarm setpoints and output signals. Manufacturer shall provide multiple gas samples
for each type of gas to demonstrate operation of multiple alarm setpoints.
3.02. Instruction
After the equipment has been installed, tested, and adjusted, and placed in satisractory operating
condition, the equipment manufacturer shall provide class room instruction to Owner’s operating
personnel in the use and maintenance of the equipment. Two (2) hours of instruction shall be
provided unless otherwise specified. Contractor shall give the Owner formal written notice of the proposed instruction period at least two weeks prior to commencement of the instruction
period. Scheduled training shall be at a time acceptable to the Owner and the manufacturer.
During this instruction period, the manufacturer shall answer any questions from the operating
personnel. The instruction period shall be as long as necessary to address details of operation,
routine maintenance, repair, and special equipment features.
9910/860-l @ Krieger & Stewart, Incorporated 1999 Multi-Point Gas Detection-4
GENERAL INSTRUMENT,ATION AND CONTROL COMPONENTS
TECHNICAL SPECIFICATIONS
PART 1 - GENERAL
1.01
1.02
Description
The Contractor shall furnish, install, coordinate, design, fabricate, start-up, and place into service
instrumentation and controls for the project to provide complete and operable systems as
specified in the Contract Documents.
System Supplier
The complete control system shall be furnished by a single supplier who shall assume
responsibility for the satisfactory performance of the complete system. Only those suppliers who
can demonstrate that they possess the prerequisite capabilities and experience w-ill be considered.
Any supplier wishing to qualify must apply in writing to the Owner a minimum of 21 days prior
to the bid opening date. Each applicant will be thoroughly examined, investigated, and then
judged as to capability to execute the scope of work required on this project within the time
frame allotted. Each applicant will be notified as to his approval or disapproval at least 7 days prior to the scheduled bid opening. Each applicant will be evaluated for the following minimum
criteria.
A.
B.
C.
D.
Demonstrate the company’s ability to successfully complete projects of similar size and
nature. Provide references (including contact name and telephone number) for at least
three projects where the following tasks were preformed by personnel directly employed
by your firm as a system supplier: system engineering and documentation including
panel assembly, schematics, and wiring- diagrams; software configuration and
documentation; field testing, calibration, and start-up; and operating instructions and
maintenance training.
Name the individual persons who will be responsible for office engineering and project
management; software configuration; field testing, calibration and start-up; and operator instruction and maintenance training. References called for in the previous item shall
include recent project experience of these individual persons.
Document that the company is actively in the business of furnishing integrated
instrumentation, telemetry, control, and electrical equipment for the water and
wastewater industries.
Have a qualified service facility with permanent employees located within 100 miles of
the job site. Facility to include all tools, spare parts, and test equipment to repair,
calibrate, test, and start-up the equipment to be provided on this Contract.
9912/860-l Instrumentation and Control-l Q Krieger & Stewart, Incorporated, 1999
1.03 Certification by System Supplier
At the time of quoting to contractor(s) prior to bid opening, the prospective system supplier shall
execute and submit a written certification of intent to assume full responsibility for the complete
requirements of the Contract Documents. A signed copy thereof shall be supplied to each
prospective contractor for inclusion by him with his Bidding Documents. Failure by a bidding
system supplier to provide this written certification shall be treated by the contractor as NO BID
and that system supplier will not be acceptable. The prospective contractor shall include with his
proposal the certification, required above, only for the system supplier for whcm he has inserted a price in the Bidding Documents. The certification shall be on the form provided in the Bidding
Documents and it shall be signed by the named system supplier’s authorized responsible
representative.
1.04 Performance Specifications and Drawings
Equipment control/monitoring systems shall be furnished and installed to provide equipment
performance, operation control, and/or monitoring functions as specified on Drawings in specific
Equipment Technical Specifications, or in the Special Requirements or Special Construction
Provisions. Control Schematic drawings, where provided, show control loops and control panels
with component locations. Instrumentation Subcontractor shall prepare all wiring and control
diagrams, and computer programs, and furnish and install all instrumentation and control
components to provide said specified performance and operation.
1.05 Instrumentation and Control Components
Instrumentation and control components shall be as specified herein, per Technical
Specifications, Basic Electrical Specifications, and as shown on the Drawings or manufacturer
shop drawings where included in these Contract Documents. Not all products specified herein
are necessarily required for this project.
1.06 Submittals
For this project the prequalified system suppliers (Inskunxntation Subcontractors) are as
follows:
1. Rockwell Electric Co.
2. Applied Controls
3. Consolidated Data Systems
4. Tesco Controls, Inc.
Rock Swanson
Bill Mobley
Russell Cotton
Tom Berger
(619) 489-6767 (310) 329-4196
(714) 632-7595
(714) 892-1830
The Instrumentation Subcontractor shall prepare and submit, through the Contractor, complete
and organized shop drawings as specified herein and required by Contractor Submittals
Technical Specification. Interface between instruments, motor starters, control valves, variable
speed drives, chemical analyzers, flow meters, chemical feeders, Owner furnished equipment,
and other equipment related to the instrumentation and control system, shall be included in the shop drawing submittals.
Shop drawings prepared by the MCC, VFD, and other electrical equipment suppliers shall be reviewed and approved by the Instrumentation Subcontractor. Said subcontractor shall date and
sign shop drawings prior to submittal to the Owner for review,
9912/860-l
Q Krieger & Stewart, Incorporated, 1999 Instrumentation and Control3
Shop drawings shall be submitted in complete bound sets indexed by specification and
description of the items being submitted. Manufacturer’s specification or data sheets shall be
clearly marked to delineate the options or styles to be furnished. Only complete systems, not
pieces of equipment from various systems shall be submitted. Submittals shall show
dimensions, physical configurations, methods of connecting instruments and control equipment
together, mounting details, single loop system drawings, and wiring schematics in conventional
ladder diagram form. Control program for programmable controllers (if specified) shall be
submitted in conventional ladder diagram form with complete labeling and comments. Fabrication data, nameplate, legends, and control panel internal wiring, including material
specifications, shall be submitted.
Submit data for each item of equipment which summarizes the specified features and include
such other necessary data as would provide a complete specification for reordering an exact
duplicate of the original item from the manufacturer.
Submit, for approval, a written plan for demonstrating that each system of equipment meets the
specified operational requirements. Submit a written plan for procedures to be used in final
operation testing of entire systems. As-built drawings and operation and maintenance manuals
shall be submitted.
1.07 Quality Assurance
A. Qualification
Instrumentation Subcontractor shall have been regularly engaged in providing similar
equipment on a single system responsibility basis for municipal water and wastewater
projects of similar or larger magnitude. Personnel employed for system engineering,
supervision, start-up, operational testing, and training shall be regularly employed and trained by the Instrumentation Subcontractor. The Instrumentation Subcontractor shall
be responsible for the technical supervision of the installation to ensure that it is proper
in all respects.
B. Standard of Ouality
Equipment of the types and sizes specified which has been demonstrated to operate
successfully shall be furnished. Substitution of equivalent equipment will be permitted
as specified per Contractor Submittals Technical Specifications.
C. C ordin tio oq
Prior to installation of any conduit the Instrumentation Subcontractor shall verify conduit
size and conduit runs with the Electrical Subcontractor, and equipment suppliers for
specific equipment to be furnished, and notify the Owner of any conflicts or deviations
prior to installation.
D. Instrumentation Subcontractor’s Certifications
Prior to start-up and initial operation of instrumentation and control equipment, the Instrumentation Subcontractor shall submit a written report stating that equipment has
been coordinated, calibrated, properly installed, and is ready for start-up. After start-up and when equipment is ready to be operated, the Instrumentation Subcontractor shall
9912/860-l
Q Krieger & Stewart, Incorporated, 1999 Instrumentation and Control-3
submit a written report for the instrumentation and control equipment and associated
field instruments certifying that the equipment is ready to be operated, is safe to operate
and has been checked, inspected, calibrated, and adjusted as necessary; has been
operated under maximum power variation conditions and operated satisfactorily; and is fully covered under the terms of the guarantee.
PART 2 - PRODUCTS
2.01 General
A. Where shown on the Drawings, specified by Special Requirements, Special Construction
Provisions, or Technical Specifications, or required by the specified equipment operation
per System Operation Description Technical Specifications, the instrumentation and
control components shall be as specified herein.
B. All meters, instruments, and other components shall be the most recent field proven
models marketed by their manufacturers at the time of submittal of the shop drawings. -.
C. All panel mounted instruments shall have matching style and general appearance.
Instruments performing similar functions shall be of the same type, model, or class, and
shall be of one manufacturer.
D. All outdoor instrumentation shall be suitable for operation in the ambient conditions at
the equipment installation locations. Heating, cooling, and dehumidifying devices shall be incorporated with the outdoor instrumentation in order to maintain it within its rated
environmental operating ranges. The Contractor shall furnish and install all power wiring for these devices (e.g., heaters, fans, etc.). NEMA rated outdoor enclosures
suitable for the environment shall be furnished.
E. All instrumentation in hazardous areas shall be intrinsically safe and shall be approved
for use in the particular hazardous (classified) location in which it is to be installed.
F. Analog measurements and control signals shah be electrical as indicated herein, and
shall vary in direct linear proportion to the measured variable, except as noted.
Electrical signals outside control board(s) shall be 4 to 20 milliamperes DC except as
otherwise noted.
2.02 Control Panels
Unless otherwise specified or shown on the Drawings, indoor control panels shall be NEMA
Type 12 enclosures and outdoor control panels shall be NEMA Type 12 enclosures with drip
shields for rain tight construction. Enclosures shall be single or double door, single or dual
access as shown on the Drawings. As a minimum, each enclosure shall be furnished with
interior back panels, and padlockable door handles.
Free standing control panel enclosures shall be as manufactured by Hoffman, Robroy Industries, Inc., or equal and shall be securely anchored to the floor with a minimum of four stainless steel
anchor bolts in each section. Free standing control panel enclosures 72” and less in height shall
be provided with floor stand kits (12” height, minimum).
99121860-l
0 Krieger 8~ Stewart, Incorporated, 1999 Instrumentation and Control-4
Surface or wall mounted enclosures shall be as manufactured by Hofhnan, Robroy Industries,
Inc., or equal and shall be anchored to the wall with a minimum of four 318 inch diameter
stainless steel anchor bolts.
Where control panels are part of the MCC line up, they shall match the MCC equipment in
height, depth, and color.
2.03 General Instrumentation Enclosure Components and Requirements
A. GlXKd
General electrical components shall be as shown on the Drawings and specified in the
Basic Electrical Specification, Equipment Technical Specifications, System Operation
Description Technical Specifications, and herein.
B. Sitmal Isolators. Converters. and Power Sunnlies
Signal isolators shall be furnished and installed in each measurementand control loop,
wherever required to ensure adjacent component impedance match, or where feedback
paths may be generated. Signal converters shall be included where required to resolve
any signal level incompatibilities. Signal power supplies shall be included, as required
by the manufacturer’s instrument load characteristics, to ensure sufficient power to each
loop component.
C. Namenlates
Nameplates shall be provided for instruments, function titles for each group of
instruments, and other components mounted on the panel fronts as shown on the drawings. A nameplate shall be provided for each signal transducer, signal converter,
signal isolator, electronic trip, and the like, mounted inside the panel(s). These shall be
descriptive, to defme the function and system of such element. These nameplates shall
be of the same material as those on the panel fronts. Nameplates shall be fabricated
from laminated engraving plastic. Colors, lettering, styles, and sixes shall be as shown
on the drawings or as selected by the Owner. Adhesives are not acceptable for attaching
nameplates. Nameplates shall be attached with stainless steel fasteners.
D. Terminal Blocks
Tenninal blocks shall be molded plastic with barriers and box lug terminals, and shall be
rated 15 amperes at 600-Volts. White marking strips, fastened securely to the molded
sections, shall be provided, and wire numbers or circuit identifications shall be marked
thereon with permanent marking fluid.
E. Sitmal and Control Circuit Wiring
Where conductors are within the control panel, they shall be flexible stranded
copper machine tool wire; these shall be UL listed Type MTW and shall be rated
600-Volts minimum 14 AWG. Shielded cables shall be No. 16 AWG minimum
as manufactured by Belden, Carol Cable Co., or equal. Where conductors are
99121860-l
@ Krieger & Stewart, Incorporated, 1999 Instrumentation and Control-5
run to MCC sections or to field locations, they shall be stranded copper
minimum 12 AWG of the UL type specified on the Drawings or by the Basic
Electrical Specifications.
2. Wire Insulation Colors
Conductors supplying 120-Volts AC power on the line side of a disconnecting
switch shall have a black insulation for the ungrounded conductor. Grounded
circuit conductors shall have white insulation. Insulation for ungrounded 120-
Volt AC control circuit conductors shall be red. All wires energized by a
voltage source external to the Control Board(s) shall have yellow insulation.
Insulation for all DC conductors shall be blue.
3. Wire Termination
Conductors from field components or from MCC sections shall terminate! in the
control panels at t ezminal blocks. Control circuit wiring shall connect from
terminal blocks to relays, controls, and programmable controllers.
4. Wire Marking
Each signal, control, ahum, and indicating circuit conductor connected to a
given electrical terminal point shall be designated by a single unique number
which shall be shown on all shop drawings. These numbers shall be marked on
all conductors at each end and every terminal using white numbered wire
markers which shall be plastic-coated cloth, Brady Type B-500, Thomas and
Betts “E-Z Code,” or equal, or shall be permanently marked heat-shrink plastic.
F. Forced Air Ventilation Svstem
Forced air ventilation system, thermostat controlled, shall include the following:
1. Exhaust Louvers
Exhaust louvers shall include louver plate kits with fitted air filters as
manufactured by Design Air, Dayton, or equal. Louvers shall be sized to
provide maximum air velocity of 500 feet per minute.
2. Air Suu~lv Fan
Air supply fan shall be Dayton propeller type suitable for 110 volt power with
weather-proof inlet louver, screen, and filter. Locate air supply fan at bottom of
panel. Air supply fan shall be sized to provide minimum of 15 air changes per
hour at static pressure of 0.25 inches or that created by system, which ever is
greater.
3. Thermostat
Thermostat shall be line voltage Dayton attic fan type, or equal with 15OF differential to turn on at IOSOF and off at 90’F.
9912/860-l
0 Krieger & Stewart, Incorporated, 1999 Instrumentation and Control-6
Manufacturer/supplier shall submit data to support ventilation equipment selection.
2.04 Solenoid Valves
Solenoid valves shall be packless construction, two-way, three-way, or four-way as required, and
shall be correctly sized for the application, unless specifically sized on the Drawings. They shall
be for normally energized or de-energized operation as shown on the Drawings. Valve bodies
shall be forged brass unless otherwise recommended by the manufacturer for a particular application. The solenoids shall be rated for continuous operation at 115% of rated voltage.
They shall be AC or DC current operated as specified or required. AC current coils shall have a
shading ring. DC current operated coils shall be provided with a spark suppression device. If
this device polarizes the coil, a reverse polarity protection diode shall be provided to prevent damage in the event of accidental reverse voltage application. Polarity of the coil shall be
clearly marked on the terminals. All coils shall be housed in NEMA 4 cases with provision for
l/2” electrical conduit connection.
2.05 Thermostats
Thermostats shall be single stage or two stage (as required) cooling, line voltage type, 120 V
with contacts rated minimum 16 amps and minimum 3OF differential and setting range 30°F to
lOOoF. Thermostats shall be heavy duty, rated for minimum 314 horsepower motor starting, and
shall be as manufactured by Dayton, Honeywell, or equal.
2.06 Float Switches and Intrinsically Safe Relays
Float switches shall be designed for operation in raw sewage, constructed of high impact
corrosion resistant polypropylene. Cable shall be minimum 18 gauge multistrand PVC jacketed cable (oil and water resistant). Float switch shall be rated minimum 4 amps at 120 VAC. Each
float switch shall be utilized for one operation. Single float switch shall not be used as example
for pump start and stop.
Float switches shall be as manufactured by FLYGT Corporation, Waxrick Controls, Anchor
Scientific Inc., Consolidated Electric Co., or equal.
Unless otherwise specified, each float switch shall be provided with an intrinsically safe relay complete with reduced voltage transformer and contacts. Intrinsically safe relays shall be as
manufactured by Warrick, Gems Safe-Pak, or equal, and shall be Factory Mutual or UL listed for
explosion proof service.
2.07 Timers
Timers for ventilation equipment shall be 0 to 24 hour type with tabs pennitting 15 minute interval settings. Timers shall be 120 V, 60 Hz, single phase, with contacts rated at a minimum
of 5 amps when operating control circuit for 3 phase equipment (Tork Model 8150) or rated to
start minimum ti horsepower motor when starting equipment motor directly (Tork Model 8001).
2.08 Pressure Gauges
Unless otherwise shown or specified, pressure gauges shall be weatherproof and provided with 4-l/2” dials, l/4” threaded connections, epoxy coated aluminum cases with safety glass
windows, 3 16 stainless steel shut-off valves, 3 16 stainless steel pulsation dampeners (except
99121860-l
Q Krieger & Stewart, Incorporated, 1999 Instrumentation and Control-7
where diaphragm seals are required), and 316 stainless steel close nipples. Bourdon tubes,
bellows or diaphragm, and socket and tip shall be 3 16 stainless steel. Gauges subject to shock or
vibration shall be wall mounted or attached to galvanized channel floor stands and connected to
equipment by flexible connectors.
Gauges shall be calibrated to read in applicable units, with an accuracy of *l%, to 150% of
working pressure or vacuum of the monitored medium.
Pressure gauges shall be as manufactured by Ashcroft, Marshalltown, or equal.
2.09 Diaphragm Seals (not required)
Where shown on the drawings or specified elsewhere, diaphragm seals shall be provided
between the process medium and the pressure sensing element (e.g. gauge, transmitter, or
switch). Unless otherwise specified, diaphragm seals shall have 3 16 stainless steel diaphragms
and bottom housings. Bottom housings shall be provided with l/4” flushing connection, 3 16
stainless steel shut-off valve, and 3 16 stainless steel close nipples.
Diaphragm seals shall be as manufactured by Ashcroft, Marshalltown, or equal.
2.10 Pressure and DifTerential Pressure Switches
Pressure and differential pressure switches shall utilize bourdon tubes, diaphragms, or bellows as
the sensing/actuating element. Unless otherwise specified, the sensing/actuating element
material shall be 3 16 stainless steel. The set point shall be readily field adjustable over the range
specified. Switches shall have deadband adjustable up to a maximum of 100% of switch range.
Switches shall be SPDT, rated for 15A at 120 VAC. Switch enclosures shall be rated NEMA
4X. Process connections shall be l/4” or l/2” NPT, and shall be provided with 3 16 stainless
steel shut-off valves, 3 16 stainless steel pulsation dampeners (except where diaphragm seals are
required), and 3 16 stainless steel close nipples.
Pressure switches and differential pressure switches shall be as manufactured by Mercoid,
Ashcroft, or equal.
2.11 Pressure Transmitters (not required)
Pressure transmitters shall be electronic two wire devices with the following features: adjustable
span, zero and damping adjustments, integral indicator scaled in engineering units, solid state
circuitry and 4-20 mA output. Accuracy shall be H.25% of span. Gverrange capacity, without
affecting calibration, shall not be less than 150% of maximum range. Process wetted materials shall be 3 16 stainless steel. Body material shall be 3 16 stainless steel. Process connections shall
be l/4” or l/2” NPT, and shall be provided with 3 16 stainless steel shut-off valves, 3 16 stainless steel pulsation dampeners (except where diaphragm seals are required), and 3 16 stainless steel
close nipples. Fill fluid, unless otherwise specified, shall be silicone oil. Transmitter housing
shall be epoxy coated low copper aluminum alloy and rated NEMA 4X.
Pressure transmitters shall be as manufactured by Bristol Babcock, Foxboro, Rosemount, or equal.
99121860-l
(9 Krieger & Stewart, Incorporated, 1999
Instrumentation and Control-8
2.12 Differential Pressure Transmitters (not required)
Differential pressure transmitters shall be electronic two wire devices with the following
features: adjustable span, zero and damping adjustments, integral indicator scaled in engineering
units, solid state circuitry and 4-20 mA output. Accuracy shall be ti.25% of span. Over-range
capacity, without affecting calibration, shall not be less than 150% of maximum range. Span
shall be field adjustable over at least a 4 to 1 range. Process wetted materials shall be 3 16
stainless steel. Body material shall be 3 16 stainless steel. Process connections shall be l/4” or
l/2” NPT. Fill fluid, unless otherwise specified, shall be silicone oil. Transmitter housing shall
be epoxy coated low copper aluminum alloy and rated IVEMA 4X. A three (3) valve manifold
shall be provided with the transmitter. Manifold wetted surface materials shall be 3 16 stainless
steel,
Pressure transmitters shall be as manufactured by Bristol Babcock, Foxboro, Rosemount, or
equal.
2.13 Flexible Sleeve Pressure Sensors (not required)
Flexible sleeve pressure sensors shall be of flow through design with a Buna N flexible sleeve
that completely isolates the process fluid from the sensor body. The inside diameter of the
sensor shall provide uninterrupted flow, with no dead ends or crevices. Pressure shall be
transmitted to the instrumentation by a captive fluid (ethylene glycol or silicone oil) located
behind the flexible sleeve. The sensor body shall have an auxiliary tapped and plugged port for
filling. Pressure sensors shall be factory filled, calibrated, and tested at instrument mid-range,
Unless otherwise specified, instrument full range shall be 150% of working pressure of the
monitored medium.
Pressure sensors 2” and smaller shall be provided with carbon steel housings and threaded ends
(NPT). Pressure sensors larger than 2” shall be provided with carbon steel housings and end
flanges (ANSI 150 lb through bolt holes).
Flexible sleeve pressure sensors shall be as manufactured by Red Valve Company, Inc., Ronningen-Petter, or equal.
2.14 Ultrasonic Liquid Level Measurement System (not required)
A. General
Where ultrasonic fype level system is specified in the Special Requirements or shown on
the Drawings, the liquid level measurement system shall be of the ultrasonic type and
shall consist of a microprocessor based electronic controller, a non-contacting
transducer, and cable from transducer to controller. The electronic controller shall be capable of receiving, processing, and transmitting ultrasonic signals. All operating
parameters shall be entered via the controller keypad. The controller shall, upon
demand, display current head, temperature, and distance from transducer to liquid level.
The liquid level measurement system shall be Hydro Ranger I (as manufactured by
Milltronics, Inc.), Prosonic (as manufactured by Endress + Hauser), or equal.
9912/860-l
(0 Krieger & Stewart, Incorporated, 1999 Instrumentation and Control-9
B. Service
The transducer shall be capable of submergence without degradation. Transducer shall
function over an ambient temperature range of -40 “F to 200°F, and shall be rated by FM
and CSA for Class I and II hazardous environments. Controller shall function over an
ambient temperature range of 15°F to 122°F.
C. Performance
The transducer shall transmit and receive an acoustic signal to accurately measure liquid
level over a range of 0 to 30 feet. Point of zero reference shall be operator adjustable.
The output signal shall be proportional to level from 0 to 100% with a resolution of
*O.l%. The transducer shall be provided with integral temperature sensor for speed-of-
sound compensation.
D. Features -
1. Controller shall be provided with output indicating meter with four character
LCD display programmable in engineering units of: feet, inches, or percent of
span*
2. Interconnecting Cable: Cable between transducer and controller shall be
supplied with unit, maximum system length 1,000 feet. Contractor shall verify
length of cable required for each specific installation. Cable shall be installed in
a single run with no splices.
3. Discrete Outputs: Controller shall provide up to five discrete outputs, each adjustable over entire scale range.
4. Alarms: Alarms shall be programmable for level, rate of change of level,
differential level, or loss of echo.
5. Alarm Messages: Loss of echo and cable circuit open or shorted.
E. Controller Interface
1. Controller Output: 4-20 mA DC output, current isolated, into a maximum of
600 ohms (return to ground).
2. Power Supply: Unit shall operate on 120 V, 60 Hz power, unless otherwise
specified.
3. Discrete Outputs: Form “C” SPDT relays, 5 amps (continuous), non-inductive,
250 VAC.
4. Controller shall be provided with necessary output functions and communication
interfaces to enable implementation of control and monitoring operations as
specified in System Operation Description Technical Specifications and/or shown on the Drawings.
9912/860-l
Eg Krieger & Stewart, Incorporated, 1999 Instrumentation and Control-10
F. Controller Enclosure
Controller shall be mounted in a NEMA 4 enclosure, unless otherwise specified.
Enclosure shall be wall mounted, unless otherwise specified.
Exposed controllers shall be provided with hot dip galvanized, sheet metal sun shields
(24 gauge, minimum). Sun shields shall be open at the fi-ont and bottom, and shall be of
sufficient size to allow access to controller for operation and maintenance. Free edges
shall be rolled. Sun shields shall be constructed without sharp edges and comers.
2.15 Circular Chart Recorders
Circular chart recorders shall be microprocessor-based with input resolution of 0.01% of
operating gain span. Recorder(s) shall be flush mounted in panel doors, operate on 120 VAC, 60
Hz power, and use 10” (nominal) diameter circular charts and disposable cartridge type inking.
Recorder(s) shall accept either current (4-20 mA) or voltage (O-5 VDC) signal input. Recorder(s) shall be provided with 40 character digital display and integralkeypad for unit
configuration and display of channel information (measured value, channel number, engineering
units, and tag name). Recorder(s) shall be configured to match the monitoring instrument
indicator calibration specified. Recorder(s) shall be able to retransmit input signal to an external
device. Retransmission signal shall be isolated and scaled 4-20 mA (into up to 600 ohms).
Unless otherwise specified, recorder(s) shall be installed in a NEMA 4 enclosure suitable for
wall mounting.
Unless otherwise specified, recorder(s) shall be provided with seven day circular charts. Number
of inputs/pens shall be as shown on the Drawings. Each recorder shall be furnished with two
extra sets of pen cartridges and 100 circular charts.
Recorder(s) shall be as manufactured by Chessel Corporation, Taylor, or equal.
PART 3 - EXECUTION
3.01 General
The Instrumentation Subcontractor shall perform work and provide services as specified herein
and per Basic Electrical Specifications. It is the general intent of this Contract that furnishing all equipment instrumentation and controls; all field wiring, conduit installation, and wiring external
to the MCC, control panels and electrical equipment shall be furnished and installed by the
Electrical Subcontractor. It is intended that the design or the coordination of design of controls
within motor control center(s) and control panels and compatibility of design with equipment
and equipment systems and programming of programmable controllers and control system start-
up shall be the responsibility of the Electrical and Instrumentation Subcontractors.
The Instrumentation Subcontractor’s attention is directed to the electrical and mechanical details
of this project. Referral to these portions of the Contract Documents shall be required in order to understand the full intent and scope of work required.
9912/860-l Instrumentation and Control-11 0 Krieger & Stewart, Incorporated, 1999
3.02 Control Panel Signal And Control Circuit Wiring
-.
A. Wirinp Installation
All wires within control panels shall be run in plastic wireways. Wiring run from
components on a swing-out panel to other components on a fixed panel shall be made up
in tied bundles. These bundles shall be tied with nylon wire ties, and shall be secured to
panels at both sides of the “hinge loop” so that conductors are not strained at the twminals.
Wiring run to control devices on the front panels shall be tied together at short intervals
with nylon wire ties and secured to the inside face of the panel using epoxy adhesive, T
& B or Panduit. Standard adhesive mounts are a acceptable.
Wiring to rear terminals on panel-mount instruments shall be run in plastic wireways
secured to horizontal brackets run above or below the instruments in about the same
plane as the rear of the instruments. -
Conformance to the above wiring installation requirements shall be reflected by details
shown on the shop drawings for the Owner’s review.
B. Wire Marking
Each signal, control, alarm, and indicating circuit conductor connected to a given
electrical point shall be designated by a single unique number which shall be shown on
all shop drawings. These numbers shall be marked on all conductors at every terminal
using white numbered wire markers which shall be plastic-coated cloth, or permanently
marked heat-shrink plastic.
3.03 Installation, Calibration, Testing, Start-Up, And &truction
A. General
Under the supervision of the Instrumentation Subcontractor, all systems specified herein shall be installed, connected, calibrated, tested, and started in coordination with the
equipment manufacturer and the Owner. This shall include final calibration in concert
with equipment specified elsewhere in these Contract Documents.
B. Factorv TestinP of Control Panels
Instrumentation Subcontractor shall verify wiring continuity and panel operation by
simulated inputs and outputs to assure controls are operable and meet the requirements
of the Construction Drawings and these Specifications. Owner shall be present for factory testing. Contractor shall notify Owner a minimum of two weeks in advance of
factory testing. Owner shall pay for travel costs to attend factory test.
C. Manufacturer’s Entineerinn Renresentative
The services of manufacturer’s engineering representative especially trained and
experienced in the installation of the equipment shall be provided to supervise the
installation, be present when the instruments and equipment are first put into operation,
99121860-l
0 Krieger & Stewart, Incorporated, 1999
Instrumentation and Control-12
and inspect, check, adjust as necessary, and calibrate the instruments. All costs for
representative’s services shall be included in the Contract Price.
D. Certifv Roner Installation
After all installation and connection work has been completed, the Instrumentation
Subcontractor shall check it all for correctness, verifying polarity of electric power and
signal connections, making sure all process connections are free of leaks, and all other
similar details. The manufacturer’s representative shall certify in writing to the
Instrumentation Subcontractor that for each loop or system checked out, that equipment
is installed properly and ready for start-up. See item 1.05D herein for Instrumentation Subcontractor’s Certification.
E. Calibration
All instruments and systems shall be calibrated after installation, in conformance with
the component manufacturer’s instructions by the Instrumentation .Subcontractor and
manufacturer’s representative. Those components having adjustable features shall be set
for the specific conditions and applications of the project, and shall be within the specified limits of accuracy. Elements and equipment which cannot achieve proper
calibration or accuracy, either individually or within a system, shall be replaced.
F. %Ut-UD and h&uction
When all systems have been assessed by the Contractor to have been successfully carried
through complete operational tests with not less than a minimum of simulation, and the
Owner concurs in this assessment, plant start-up can follow. Following completion of
start-up, Owner’s operating and maintenance personnel shall be instructed in the
functions and operation of each system and shall be shown the various adjustable and set
point features which may require readjustment, resetting or checking, recalibration, or
maintenance by them from time to time. Instruction shall include interactions of the
systems, operations, shutdowns, alarms, failure, and controls. This instruction shall be
scheduled at a time arranged with the Owner at least two weeks in advance. Instruction
shall be classroom type for the minimum hours as specified by the Special Requirements
or Special Construction Provisions, and/or each Equipment Technical Specification.
Instruction shall be given by the Instrumentation Subcontractor and other qualified
persons who have been made familiar in advance with the systems in this plant.
9912/860-l Instrumentation and Control-13 Q Krieger & Stewart, Incorporated, 1999
SECURITY AND SMOKE DETECTION EQUIPMENT
TECHNICAL SPECIFICATIONS
PART 1 - GENERAL
1.01
1.02
1.03
Description
Contractor shall furnish and install security and/or smoke detection equipment as specified
herein and as shown on the Drawings to sense a security violation or the presence of smoke or
heat and cause an alarm and signal for remote telemetry. System shall be complete with sensors
and control modules. Specific facilities required and system description is specified in Part 2.06
herein and shown on the Drawings.
Submittals
Contractor shall submit shop drawings and catalog cut sheets in accordance with the General
‘- Provisions to show complete details, components, description, and wiring.
All equipment furnished shall be of current design and manufacture that has been utilized in
similar applications and environments. Manufacturers shall be as specified for various
components. Equipment shall be U.L. listed, components shall meet the requirements of NFPA 72A, B, and C, and be approved by the State of California Fire Marshall (CFM) whether or not
the system is only security and not smoke (fire).
. PART 2 - PRODUCTS
2.01 Detector Control Module
Detector control module(s) shall be an expandable type furnished suitable to operate the number
of sensors per zone or sensors per location specified or shown on the Drawings and display alarm
signal for each zone or location. Modules shall be powered by 120 VAC single phase 60 Hz
input power, be provided with alarm light and reset for each zone or each location, reduced
voltage transformer for 12 or 24 VDC power to sensors, standby batteries, and battery charger.
Voltage of module(s) and sensors shall be compatible
LED indicators and associated sensors for AC power on, system trouble, zone alarm, zone
trouble, location alarm, low battery, ground fault, and alarm circuit trouble shall be provided.
Switches for system reset, sound silence, and zone or location walk test shall be provided.
Remote contacts for remote alarm indication suitable for 120 VAC, 10 AMP; contacts with
output power (12 or 24 VDC) to activate an alarm .bell; contacts for operation of remote sprinkler
system, and dry contacts to operate remote exterior light shall be provided.
The control module(s) shall be Intelliguard Model 5505 as manufactured by Honeywell or
equivalent equipment manufactured by Electra Signal Lab, Inc., Alarm Industry Products, or equal.
9909/860-l CD Krieger & Stewart, Incorporated 1999 Security and Smoke Detection-l
2.02 Smoke Sensors (Not Required)
Photoelectric type ceiling mount smoke sensors suitable for operation on 12 or 24 volt D.C.
power from the control module shall be furnished and installed as shown on the Drawings.
Sensors shall be furnished with 30 mesh insect screen, shielded electronics, indicators for power
on and alarm and a test switch. Detectors shall be Honeywell Model 200, Alarm Industry
Products, or equal.
Smoke sensors shall be activated by smoke activating an alarm signal calibrated for 2% to 3%
g-ray smoke obscuration. In addition, sensors shall be equipped with an integrated heat detector,
such that an alarm signal is activated at 135’F.
2.03 Security Sensors
Security sensors shall be magnetic type contacts provided at doors and windows or infrared
motion type as specified herein and shown on the Drawings and shall operate on power provided
from the control module. -
Magnetic sensors shall be suitable for type of door or window being secured. Hinged door types
shall be recessed into the door and door jamb at top. If being installed on existing metal frame
that has been grouted in place, a surface mount type may be provided if approved by Owner.
Detector shall be 1075 Series for wood door and jamb, or 1078 Series for metal door and jamb as
manufactured by Sentrol, Inc., or equal biased type. Roll up type doors and windows shall be
provided with surface mount 2500 series or equal biased type.
Motion detectors shall be U.L. approved dual passive infrared Model 774i as manufactured by
Honeywell, or equal. Unit shall be furnished complete with swivel mounting hardware.
Features shall include four sensing elements where thermal/detection change can be verified by
an adjacent motion detector to activate an alarm. The range shall be based on specified location
of the detector.
2.04 Alarm Bell or Light
An alarm bell or red alarm light as shown on Drawings suitable for mounting on exterior of
building and compatible with operation by the control module shall be provided to signal an
audible or visible alarm. Where shown on the Drawings, separate alarm bell or lights.
2.05 Spare Parts
Spare parts shall include two of each size fuse and one extra smoke sensor.
2.06 Specific Project Requirements
Smoke detectors and motion detectors are not required. Security detection equipment shall be
provided with magnetic sensors at all doors (one dry well, one wet well, and one Control Building).
One control module shall be provided to indicate security breach. Alarm detection shall activate
an alarm light on the module for each door, one common alarm light mounted in the MCP and
one dry alarm contact for security alarm for signal to the telemetry system.
99091860-l 0 Krieger & Stewart, Incorporated 1999 !3ecurity and Smoke Detection-2
PART 3 - EXECUTION
3.01 General
The security and smoke detection system shall be installed and tested as shown on the Drawings
and specified herein:
A. The Contractor shall arrange to have the manufacturer or supplier of the equipment
furnished under this Section, furnish the services of competent factory-trained personnel
to supervise the installation and start up on all equipment. Allowance for this service
shall be included by the manufacturer in the price of his equipment. Installation and
erection of all assemblies and components shall be in accordance with the details
indicated on the Drawings, approved shop drawings, and the printed instructions of the
manufacturer.
B. After installation, the systems shall be put through all operations.
3.02. Instruction -
After the equipment has been installed, tested, and adjusted, and placed in satisfactory operating
condition, the equipment manufacturer shall provide class room instruction to Owner’s operating
personnel in the use and maintenance of the equipment. One (1) hour of instruction shall be
provided unless otherwise specified. Contractor shall give the Owner formal written notice of the proposed instruction period at least two weeks prior to commencement of the instruction
period. Scheduled training shall be at a time acceptable to the Owner and the manufacturer.
During this instruction period, the manufacturer shall answer any questions from the operating
personnel. The instruction period shall be as long as necessary to address details of operation,
routine maintenance, repair, and special equipment features.
99091860-l B Krieger & Stewart, Incorporated 1999 Security and Smoke Detection-3
START-UP, FIELD TESTING, AND ACCEPTANCE OF EQUIPMENT TECHNICAL SPECIFICATIONS
PART 1 - GENERAL
1.01 Description
The Contractor shall furnish all labor, equipment, and material necessary to perform start-up,
field testing, and acceptance of equipment for the Lift Station and all related appurtenances.
1.02 start-up
The Contractor shall provide fourteen days advance notice to the Owner prior to start-up of any equipment. Training will not be allowed until at least one day after start-up is complete. Prior to
the start-up of systems, each equipment manufacturer shall provide written certification that their
equipment has been installed properly and in accordance with the- manufacturer’s
recommendations and is ready to start-up. The Contractor shall coordinate start-up of the main
control panel, generator equipment, sewage pumps, odor scrubber, and ventilation system
manufacturers on the dame day unless otherwise approved by the Owner.
A. At a minimum, start-up shall include:
1. 2.
3.
4.
5.
6.
7.
a.
9.
10.
11.
12.
13.
14.
15.
16.
17.
18.
19.
Meggering al1 motors.
Visually inspecting field wiring against approved shop drawings.
Checking for abnormalities that may have occurred during shipping or
installation of all equipment and components including loose wiring, physical
damage, or insecure mounting of components.
Energizing all panels.
Checking discrete signals locally at the panel and by jumper-ins remote devices
at the field end to simulate signals.
Testing all interlock and maintenance stitches. Checking analog signals by utilizing loop calibrator as required.
Calibrating pneumatic signal to wetwell.
Calibrating panel devices as required including timers and controllers.
Energizing flow indicator transmitter.
Calibrating flow meter.
Energizing motor starters and related components.
Cycle motors in both automatic and manual modes of operation.
Demonstrating uninterruptable power supply. Checking out main control panel in conjunction with all associated equipment
such as ventilation system and wet well level float override system.
Measuring and recording voltage and amperage draw readings for all motors
under the specified head and rated capacity conditions.
Measuring and recording voltage readings and load testing the generator at 25%,
50%, 75%, and 100% full rated load.
Calibrating all instruments.
Testing all components if the main control panel including control systems,
automatic transfer switch, autodialer, SCADA systems, motor starters, and bubbler control system. Autodialer and SCADA systems shall be tested to the
SCADA Central at the Carlsbad Municipal Water District.
9912/860-l
0 Krieger & Stewart, Incorporated, 1999 Start-Up-1
20. 21.
22.
23.
Load testing and operating the jib crane.
Vibration testing the non-clog dry pit submersible pumps.
Testing the non-clog dry pit submersible pumps at a minimum of 4 different
operating conditions to establish a pump curve (including shutoff and specified
operating point).
Testing the sump pump at the specified operating point.
All manufacturer certifications for equipment and system components shall be accepted by the
Owner prior to commencing Field Testing as specified in Section 1.03, herein.
1.03 Field Testing and Equipment Acceptance
A. The Contractor shall submit for Owner’s approval the testing procedures for all
equipment. The testing procedures at a minimum shall defme required instrumentation
to test the equipment and describe how the equipment will be tested in order to
determine compliance with the Specification requirements and recognized standards of
the industry. A master log book shall be furnished and maintained by the Contractor and
provided to the Owner for approval showing the test equipment, the compliance values,
and the actual field measurements.
B. A full field test shall be performed by the Contractor after the start-up acceptance by the
Owner. This field test shall include operating of the main pumps for a minimum of 2 hours using the emergency generator to supply power to all equipment and control
systems. As a minimum, the field tests shall include readings and data collection listed
under individual equipment specifications for Field Testing. All expenses for fuel shall
be borne by the Contractor. A&r the emergency power field testing has been completed
and accepted by the Owner, the Contractor shall commence a full thirty-day “live test“
using raw sewage under current flow conditions. Acceptance of the Lift Station shall
begin after successful completion of the thirty-day “live test”. If any problems need to
be fmed during the thirty-&y test, the test shall start over. All costs for
repairs/replacement are the responsibility of the Contractor. All warranties for labor,
equipment, and materials shall begin on the date of acceptance of the thirty-day test. An
acceptance letter will be written by the District Engineer of the Carlsbad Municipal
Water District (or designee) to the Contractor, acknowledging successful completion of
the thirly-day test.
99121860-l start-up2 (D Krieger & Stewart, Incorporated, 1999
APPENDIX C
BASIC SPECIFICATIONS
BASIC COATING AND PAINTING SPECIFICATION
FOR WATER AND WASTEWATER FACILITIES
PART 1 - GENERAL
1.01 Scope
A. The work included in this section consists of furnishing all labor, materials, apparatus,
scaffolding and all appurtenant work in connection with coating and painting, as
indicated on the drawings and as specified herein.
B. In general, the following surfaces are to be coated or painted:
1. Exposed piping and other metal surfaces, interior and exterior.
2. All submerged and intermittently submerged metal surface% except stainless
steel.
3. All structural and miscellaneous steel, including tanks.
4. The interior of wet wells, manholes, junction structures, headworks, and similar
structures.
5. All exterior above ground concrete and masonry.
6. The interior of certain structures as specified in the Painting and/or Coating
Schedule.
7. Equipment furnished with and without factory finish surfaces.
8. Doors, frames, woodwork and architectural trim work.
C. The following surfaces shall not be coated or painted unless shown or specified herein,
or elsewhere in the Contract Documents.
1. Stainless steel.
2. Equipment nameplates, machined surfaces and grease fittings.
3. Non-ferrous and galvanized ferrous metal, including: (a) floor gratings, plates
and frames, (b) handrailing, (c) stair treads, stringers and supports, (d) ladders
and supports, (e) chain link fencing and appurtenances, (f) conduits.
D. In no case shall any concrete, wood, metal or any other surface requiring protection be
left uncoated or unpainted, even though not specifically defined herein.
1.02 Reference Specifications and Standards
Without limiting the general aspects of other requirements of these specifications, all surface preparation, coating and panning of surfaces shall conform to the applicable requirements of the
9912/860-l
Q Krieger & Stewart, Incorporated, 1998
Coating and Painting-l
National Association of Corrosion Engineers (NACE), the Steel Structures Painting Council
(SSPC), the American Concrete Institute, the Forest Products Research Society, and the
manufacturer’s printed recommendations.
In the event of a conflict between codes, reference standards, drawings, and these specifications,
the most stringent requirements shall govern. All conflicts shall be brought to the attention of
the Owner for clarification and direction prior to ordering or providing any materials or labor.
1.03 Painting Subcontractor
Where protective coatings are to be performed by a subcontractor, said subcontractor must
possess a valid state license as required for performance of the painting and coating work called
for in this specification and shall have a minimum of five years practical experience and
successful history in the application of specified products to surfaces and facilities of water and
wastewater treatment facilities. Upon request, he shall substantiate this requirement by
furnishing a list of references.
-
1.04 Shop Drawing Submittals
For each coating system to be used, the Contractor shall submit for Owner’s review and approval
the following data:
1. Paint manufacturer’s data sheet for each product used, including statements on the
suitability of the material for the intended use.
2. Paint manufacturer’s instructions and recommendations on surface preparation and
application.
3. Samples of colors and finishes available for each product. Where custom mixed colors
are specified (e.g. to match colors of existing coated surfaces), the submitted color
samples shall be made using color formulations prepared to match the color samples furnished or specified by the Owner. The color formula shall be provided with each
color sample.
4. Compatibility of shop and field applied coatings (where applicable).
5. Material safety data sheet for each product used.
1.05 Quality Assurance
A. Surface Renaratio~
Surface preparation will be based upon comparison with “Pictorial Surface Reparation
Standards for Painting Steel Surfaces”, SSPC-Vis 1 ASTM Designation D220; “Standard
Methods of Evaluating Degree of Rusting on Painted Steel Surfaces”, SSPC-Vis 2
ASTM Designation D610; Visual Standard for Surfaces of New Steel Airblast Cleaned
with Sand Abrasive”, NACE Standard TM-O l-70; and as described below. Anchor
profile for prepared surfaces shall be measured by use of a non-destructive instrument
such as a Keane-Tator Surface Profile Comparator.
9912/860-l
Q Krieger & Stewart, Incorporated, 1998 Coating and Painting-2
-.
To facilitate inspection, the Contractor shall on the first day of sandblasting operations,
sandblast metal panels to the standard specified. Plates shall be l/8” (3.75 mm) plate
stock and shall measure a minimum of 8-l/2” x 11” (216 mm x 280 mm). After
mutually agreeing a specific panel meets the requirement of the specification, it shall be
initialed by the Contractor and Inspector and securely sealed in clear plastic with desiccant to prevent rusting. Panels shall be prepared for each type sandblasting
specified and shall be utilized by the Inspector throughout the duration of sandblasting operations.
B. Coatine and Paintine Annlication
No coating or paint shall be applied: when the surrounding air temperature or the
temperature of the surface to be coated or painted is below 40°F (4.4”C); to wet or damp
surfaces or in rain, snow, fog, or mist; when the temperature is less than 5’F (2.8OC)
above the dew point; when it is expected the air temperature will drop below 40°F
(4.4”C) or less than 5’F (2.8”C) above the dew point within 8 hours after application of
coating or paint. Dewpoint shall be measured by use of an instrument such as a Sling
Psychrometer in conjunction with U.S. Department of Commerce Weather Bureau
Psychrometric Tables.
If above conditions are prevalent, coating or painting shall be delayed or postponed until
conditions are favorable. The day’s coating or painting shall be completed in time to permit the film sufficient drying time prior to damage by atmospheric conditions.
C. Insnection
Concrete, non-ferrous metal, plastic and wood surfaces shall be visually inspected to
insure proper and complete coverage has been attained. A destructive testing instrument,
such as a Tooke Gage, shall be used if deemed necessary. Thickness of coatings and
paint on ferrous metal surfaces shall be checked with a non-destructive, magnetic type dry film thickness gauge. Coating integrity of Systems A and C surfaces shall be tested
with an approved inspection device. Holiday detectors shall not exceed the voltage recommended by the manufacturer of the coating system. For film thicknesses between
10 and 20 mils (0.25 mm and 0.50 mm) a non-sudsing type wetting agent such as Kodak
Photo-Flo, shall be added to the water prior to wetting the detector sponge. All pinholes
shall be marked, repaired in accordance with the manufacturer’s printed
recommendations and retested. No pinholes or other irregularities will be permitted in
the final coating.
In cases of dispute concerning film thickness or “holidays”, the Owner’s calibrated
instruments and measurements shall predominate. Wide film thickness discrepancies
shall be measured and verified with a micrometer or other approved measuring
instrument.
Contractor shall give the Owner a minimum of 3 working days advance notice of the
start of any field surface preparation work or coating application work, and a minimum
of 7 working days advance notice of the start of any shop surface preparation work or
coating application work.
9912/860-l
Q Krieger & Stewart, Incorporated, 1998 Coating and Painting-3
D. Insnection Devices
The Contractor shall fumish, until fmal acceptance of coating and painting, inspection devices in good working condition for detection of holidays and measurement of dry-
film thickness of coating and paint. The Contractor shall also f&nish t’.S. Department
of Commerce, National Bureau of Standards certified thickness calibra:..,ln plates to test
the accuracy of dry-film thickness gauge and certified instrumentation to test the
accuracy of holiday detectors.
Dry-film thickness gauges shall be made available for the Owner’s use at all times until final acceptance of application. Holiday detection devices shall be operated by the
Contractor in the presence of the Owner. Acceptable devices for ferrous metal surfaces
include, but are not limited to K-D “Bird-Dog” holiday detector for coatings to 20 mils
(0.50 mm) dry film thickness, Tinker-Rasor Models AB and AR-W holiday detectors for
coatings in excess of 20 mils (0.50 mm) dry-film thickness, and “Owner” units for dry-
film thickness gauging. Non-ferrous metal surfaces shall be checked with an instrument
such as an Elcometer “Eddy Current” Tester. Inspection devices shall be operated in
accordance with the manufacturer’s instructions. .-
E. Warrantv Insnection
Warranty inspection shall be conducted during the eleventh month of the Contract
warranty period. The Contractor and a representative of the coating material
manufacturer shall attend this inspection. All defective work shall be repaired in
accordance with this specification and to the satisfaction of the Owner.
1.06 Safety and Health Requirements
A. General
Surface preparation and application of coatings shall be performed by the Contractor in
compliance with all applicable federal, state, and local occupational safety, health, and
air pollution control regulations. The Contractor shall obtain and comply with all safety
precautions recommended by the paint manufacturer in printed instructions or special
bulletins. The Contractor shall provide and require use of personnel protective
lifesaving equipment for persons working in or about the project site.
B. Head and Face Protection and Resoiratorv Devices
Equipment shall include protective helmets which shall be worn by all persons while in
the vicinity of the work. In addition, workers engaged in or near the work during
sandblasting shall wear eye and face protection devices and air-purifying, half-mask or
mouthpiece respirator with appropriate filter.
C. Ventilation
Where ventilation is used to control hazardous exposure, all equipment shall be
explosion-proof. Ventilation shall reduce the concentration of air contaminant to the
degree a hazard does not exist.
99121860-l Coating and Painting-4
D. Sound Levels
Whenever the occupational noise exposure exceeds the maximum allowable sound
levels, the Contractor shall provide and -require the use of approved ear protective devices.
E. Illumination
Adequate illumination shall be provided while work is in progress, including explosion-
proof lights and electrical equipment. Whenever required by the Owner, the Contractor
shall provide additional lighting and necessary supports to illuminate all areas to be
inspected. The level of illumination for inspection purposes shall be determined by the
OWner.
F. TCZIIDOEKV Ladders and Scaffolding
All temporary ladders and scaffolding shall conform to applicable saf&y requirements.
They shall be erected where requested by the Owner to facilitate inspection and be
moved by the Contractor to locations requested by the Owner.
1.07 Extra Stock
Upon completion of all coating and painting work, Contractor shall deliver to the Owner a
minimum of two 1 gallon cans of each type and color of finish paint and coating used on the
project and two 1 gallon cans of each primer. Each container shall be unopened and properly
labeled for identification and have a manufacture date within two months of the date of delivery
to the Owner.
PART 2 - PRODUCTS
2.01 General
A. Products specified are those which have been evaluated for the specific service and are
listed to establish a standard of quality. Requests for product substitution are subject to
the requirements of section “Contractor Submittals Technical Specifications”.
B. All materials shall be brought to job site in original sealed containers. Contractor shall
provide coating material name, formula or specification number, batch number, color
and date of manufacture to the Owner. Coating materials shall not be used until the
Owner has inspected contents and checked information on containers or label. Materials
exceeding storage life recommended by the manufacturer shall be rejected.
C. All coatings and paints shall be stored in enclosed structures to protect them from
weather and excessive heat or cold. Flammable coatings or paints must be stored to
conform with city, county, state, and federal safety codes for flammable coating or paint
materials. Water based coatings or paints shall be protected from freezing.
D. Contractor shall use products of same manufacturer for all coating systems unless
approved in writing by the Owner.
E. It is the intent of this specification that all coatings used meet local, state, and federal air
pollution control regulations. These regulations change frequently. If a listed coating
does not meet local, state, and federal air pollution control regulations at the time the
work is actually performed, the Contractor shall provide the manufacturer’s compliant,
recommended substitute coating at no additional cost to the Owner.
2.02 Service Condition A
Ferrous metals subject to corrosive moisture or atmosphere and condensation such as outside of
tanks, out-of-doors piping, valves, and equipment, bridges over process units, etc. shall receive
the following surface preparation and coating:
A. Surface Preparation
All surfaces shall be field sandblasted in conformance with Steel Structures Painting
Council Specifications SSPC-SPlO and National Association of Corrosion Engineers Surface Finish NACE No. 2 (Near-White Blast Cleaning) to achieve a 1.5-2.5 mil(40-60
micron) blast profile.
B. Annlication
Application shall be in strict accordance with manufacturer’s recommendations. The
minimum and maximum required times between coats shall be per the manufacturer’s
product data sheet. Written requests for shop surface preparation and application of the
prime coat shall be reviewed and approved by Owner on a case-by-case basis. If
approved by Owner, shop applied prime coat surface shall be field scarified by brush-
blasting prior to application of intermediate coat.
C. Coatine Svstem
Except as otherwise noted, the prime coat shall have a minimum dry tilm thickness
(MDFT) of 4.0 mils. The intermediate coat shall have a MDFT of 4.0 mils and the finish
coat shall have a MDFT of 2.0 mils. The total dry film thickness of the complete system
shall be 10.0 mils, minimum.
Carboline/
Kop-Coat System Primer - Carboline 893
Intermediate - Carboline 890
Finish - Carbothane D134HS
Ameron System Primer - Amercoat 385
Intermediate - Amercoat 385 Finish - Amercoat 450 HS
Tnemec System Primer - Series 69 Hi-Build Epoxoline II
Intermediate - Series 69 Hi-Build Epoxoline II
Finish - Series 74 Endurashield
99121860-l Coating and Painting-6
2.03 Service Condition B
Ferrous metals not subject to corrosive moisture or atmosphere and condensation; normal indoor
or outdoor exposure such as metal doors, other architectural items; piping, valves, and pumps
indoors, etc. shall receive the following surface preparation and coating:
A. Surface Prenaration
All surfaces shall be field sandblasted in conformance with SSPC-SP6 and NACE No. 3
(Commercial Blast Cleaning).
B. Annlication
Application shall be in strict accordance with manufacturer’s recommendations. The
minimum and maximum times required between coats shall be per the manufacturer’s
product data sheet. Written requests for shop surface preparation and application of the
prime coat shall be reviewed and approved by Owner on a case-by-case basis. If
approved by Owner, shop applied prime coat surface shall be scarifledby brush-blasting
prior to application of finish coat.
C. Coating Svstem
Except as otherwise noted, the prime coat shall have a MDFI’ of 4.0 mils. The finish
coat (one or more) shall have a MDFT of 3.0 mils. The total dry film thickness of the complete system shall be 7.0 mils, minimum.
Carboline
/Kop-Coat System Primer - Carboline 893
Finish - Carbothane D134 HS
Ameron System Primer - Amercoat 385
Finish - Amercoat 450 HS
Tnemec System Primer - Series 69 Hi-Build Epoxoline II
Finish - Series 74 Endurashield
2.04 Service Condition C
Ferrous metals submerged or intermittently submerged in sewage or similar corrosive liquid,
shall receive the following surface preparation and coating:
A. Surface Prenaration
All surfaces shall be field sandblasted in conformance with SSPC-SPlO and NACE No.
2 (Near-White Blast Cleaning) to achieve a 2-4 mil (So-100 micron) blast profile.
B. ADDIiCatiOn
Application shall be in strict accordance with manufacturer’s recommendations. If
recoating is required to correct pinholes, holidays or insufficient coating thickness; surfaces shall be scarified by brush-blasting prior to recoat.
9912/860-l Coating nnd Pminting-7
C. Coatine Svstem
Except as otherwise noted, one coat shall be applied at a MDFT of 16.0 mils.
Carboline/
Kop-Coat System Kop-Coat Bitumastic 300M (coal tar epoxy)
Ameron System Amercoat 78HB (coal tar epoxy)
Tnemec System Series 46H-413 Hi-Build Tneme-Tar (coal tar
epoxy)
2.05 Service Condition D
Buried metal surfaces shall receive the following surface preparation and coating:
A. Surface Reparation
All surfaces shall be cleaned in conformance with SSPGSP3 (Power Tool Cleaning) or
SSPC-SP6 and NACE No. 3 (Commercial Blast Cleaning).
B. ADDlication
Application shall be in strict accordance with manufacturer’s recommendations. The
minimum time required between coats and prior to backfilling shall be per the
manufacturer’s product data sheet.
C. Coating Svstem
Except as otherwise noted, two or more coats shall be applied to a minimum total dry
film thiclmess of 30 mils.
Carboline/
Kop-Coat System Kop-Coat Bitumastic No. 50 (coal tar) No. 50
Ameron System Base Coat - Amerlastic 28 1 (15 mils MDFT)
Top Coat - Amerlastic 282 (15 mils MDFT)
Tnemec System Series 46-465HB Tnemecol (coal tar)
2.06 Service Condition E
Ferrous metals subject to high temperature exposure (resistant to lOOO”F, continuous) shall
receive the following surface preparation and coating:
A. Surface ReDaration
All surfaces shall be field sandblasted in conformance with SSPC-SPlO and NACE No.
2 (Near-White Blast Cleaning) to achieve a 1 .O mil(25 micron) blast profile.
9912/860-l Coating and Pninting-8
B. ADDlication
Application shall be in strict accordance with manufacturer’s recommendations. The maximum dry film thickness of this system shall not exceed the limits established by the
manufacturer.
C. Coatinp Svstem
Except as otherwise noted, two coats shall be applied at 1 .O mil per coat to a total 2.0 mil
dry film thickness for the system.
Carbolinel
Kop-Coat System Primer - Carboline 463 1
Finish - Carboline 463 1
Ameron System
Tnemec System
Primer - Amercoat 892HS
Finish - Amercoat 892HS
Primer - Series 39 Silicone Aluminum
Finish - Series 39 Silicone Aluminum
2.07 Service Condition F
Non-ferrous or galvanized ferrous metals, specifically identified in the Contract Documents as
requiring coating, shall receive the following surface preparation and coating:
A. Surface ReDaration
All surfaces shall be cleaned in conformance with Steel Structures Painting Council
Specifications SSPC-SPl (solvent cleaning).
B. ADDlication
Application shall be in strict accordance with manufacturer’s recommendations.
C. Coatine &stem
Except as otherwise noted, one pre-treatment coat shall be applied to a minimum dry
film thickness of 0.5 mils and shall be self priming on non-ferrous metals and galvanized
surfaces. The primer and finish coats shall be the system recommended for the specific
Service Condition.
Carboline/
Kop-Coat System Pm-Treatment Coat - Kop-Coat 40 Passivator
Ameron System Re-Treatment Coat - Galvaprep (Parker Amchem)
9912/860-l Comting and Painting-9
2.08 Service Condition G
Metals finished with asphalt, coal tar, or other bleeding type finish, specifically identified in the
Contract Documents as not requiring removal prior to field coating, shall receive the following
surface preparation and coating:
A. Surface Reoaration
All surfaces shall be cleaned in conformance with Steel Structures Panning Council
Specification SSPC-SPl (Solvent Cleaning).
B. ADDlication
Application shall be in strict accordance with manufacturer’s recommendations.
C. Coatine Svstem
Except as otherwise noted, one barrier coat shall be applied to a MDFT of 3.0 mils.
Finish coats shall be the system recommended for the specific Service Condition.
Carboline/
Kop-Coat System Barrier Coat - Carboline 893
Ameron System Barrier Coat - Amerlock 400
Tnemec System Ban-k Coat - Series 69 Hi-Build Epoxoline II
2.09 Service Condition H
Submerged moving parts where resistance to sewage or chemicals is required and drying
coatings cannot obtain proper bond or effective film thickness (includes cables, chains, gears,
pulleys, etc.), shall receive the following surface preparation and coating:
A. Surface ReDaration
All surfaces shall be cleaned in conformance with Steel Structures Painting Council
Specification SSPGSP2 (Hand Tool Cleaning).
B. ADDlicatioa
Application shall be in strict accordance with manufacturer’s recommendation.
C. Coatiw Svstem
One coat of grease coating applied at the rate of coverage of 40 square feet per gallon.
Carboline/
Kop-Coat System Kop-Coat Intertol Grease Coating
9912/860-l
0 Krieger & Stewart, Incorporated, 1998 Comting nnd Pminting-10
2.10 Service Condition I
Concrete subject to continuous or intermittent submergence in sewage, scum, sludge or other
corrosive liquid where specified shall receive the following surface preparation and coating:
A. Surface Renaration
All surfaces shall be thoroughly cleaned by sandblasting or other approved methods, removing all traces of previous materials. Remove all loose concrete by chipping, etc. to
leave only sound firmly bonded concrete. All cracks and voids shall be filled with the specified epoxy filler and surfacer. Final surface shall be smooth and free of voids,
cavities, dirt, dust, oils, grease, laitance or other contaminants.
B. Annlication
Application shall be in strict accordance with manufacturer’s recommendations. The
minimum and maximum required times between coats shall be per the manufacturer’s
product data sheet. If recoating is required to correct pinholes or insufficient system
coating thickness, surfaces shall be brush-blasted prior to recoat.
C. Coating Svstem
The prime coat shall be applied at a coverage rate not to exceed 200 S.F. per gallon. Finish coats shall be two or more coats to a total dry film thickness of 16.0 mils
(minimum) for the system.
Carboline/
Kop-Coat System Filler - Carboline 195 Surfacer
Primer - Bitumastic 300M Thinned 30% with 2000
Thinner
Finish - Bitumastic 300M (undiluted)
Ameron System Filler - NU-KLAD 114A
Primer - Amercoat 385
Finish - Amercoat 35 1
Tnemec System Filler - Series 63- 1500 Epoxy Filler and Surfacer
Primer - Series 46H-413HB Tneme-Tar Thinned
30% with Tnemec #2 Thinner
Finish - Series 46H-413HB (undiluted)
2.11 Service Condition J
Concrete surfaces subject to corrosive spillage and mechanical wear shall receive the following
surface preparation and coating:
A. Surface Renaration
All surfaces shall be thoroughly cleaned by sandblasting or other approved methods,
removing all traces of previous materials. Remove all loose concrete by chipping, etc. to
leave only sound firmly bonded concrete. All cracks and voids shall be filled with the
9912/860-l
Q Krieger & Stewart, Incorporated, 1998 Comting and Pdnting-11
specified filler and surfacer. Final surface shall be smooth and free of voids, cavities, dirt, dust, oils, grease, laitance or other contaminants.
B. Auolication
Application shall be in strict accordance with manufacturer’s recommendations. The
minimum and maximum required times between coats shall be per the manufacturer’s
product data sheet. If recoating is required to correct pinholes of insufficient system
coating thiclmess, surfaces shall be brush-blasted prior to recoat.
C. Coatine Svstem
Total dry film thickness of the complete system shall be 24.0 mils, minimum.
Ameron System Filler - NILKLAD 114A
primer - Amercoat 385 (6 mils MDFI’) Finish - Amercoat 35 1 (9 mils MDFT, each coat)
Tnemec System Filler - Series 120-5003 Vinester F&S primer - Series 120-5002 Beige Vinester (12 mils
MDFT) Finish - Series 120-5001 Grey Vinester (12 mils
MDFT)
2.12 Service Condition K
Interior and exterior concrete surfaces exposed to view, not subject to immersion and not subject
to pedestrian traffic, and concrete block and masonry without integral color or architectural
treatment, shall receive the following surface preparation and coating:
A. Surface Renaration
All surfaces shall be thoroughly cleaned by sandblasting or other approved methods,
removing all traces of previous materials. Remove all loose concrete, mortar splatter
and protrusions by chipping, etc. to leave only sound fumly bonded concrete, concrete
block, or masonry. All cracks and voids shall be filled with an approved concrete and
masonry patching compound. Final surface shall be smooth and free of voids, cavities,
dirt, dust, oils, grease, laitance or other contaminants.
B. mlication
Application shall be in strict accordance with manufacturer’s recommendations. A minimum of 12 hours is required before additional coats may be applied to the prime
coat and two hours for the finish coats.
9912/860-l Coating and Painting-12
C. Coating Svstem
Rime coat shall be applied at a rate of 75-100 square feet per gallon. A minimum of
two finish coats shall be applied at a coverage rate not to exceed 150 square feet per
gallon per coat.
Carbolinel
Kop-Coat System Primer - Flexxide Block Filler
Finish - Kop-Coat 600 Acrylic (Smooth)
Ameron System Rimer - Amerlastic 172
Finish - Amerlastic 290 LT (Smooth) or Amerlastic
290 TC (Textured)
Tnemec System primer - Series 130 Envirofill
Finish - Series 180 (Smooth) or 181 (Textured)
2.13 Service Condition L
Concrete floors subject to corrosive moisture and pedestrian traffic where specified shall receive
the following surface preparation and coating:
A, Surface Renaration
All surfaces shall be thoroughly cleaned by sandblasting or other approved methods;
removing ail traces of previous materials. Remove all loose concrete by chipping, etc. to
leave only sound firmly bonded concrete. Cracks and voids shah be repaired or filled
with the specified. filler and surfacer. Final surfaces shall be smooth and free of voids,
cavities, dirt, dust, oils, grease laitance or other contaminants,
B. Annlication
Application shall be in strict accordance with manufacturer’s recommendation. Where a
non-skid finish is specified broadcast #50 dry washed silica sand onto primer coat while
still wet and follow with finish coat after required drying time.
C. Coating Svstem
Rime coat shall be thinned 15-20% with manufacturer recommended thinner and
applied at a coverage rate not to exceed 250 square feet per gallon. Finish coat shall be
applied at a coverage rate not to exceed 200 square feet per gallon. Total dry film
thickness of the complete system shall be a minimum of 10 mils.
Carboline/ Kop-Coat System Filler - Carboline 195 Surfacer
primer - Carbohne 890
Finish - Carboline 890
Ameron System Filler - NU-KLAD 114A
primer - Amerlock 400
Finish - Amerlock 400
9912/860-l Comting nnd Pointing-13
Tnemec System Filler - Series 63-1500 Filler and Surfacer
Primer - Series 104 H.S. Epoxy Finish - Series 104 H.S. Epoxy
2.14 Service Condition M
Concrete and concrete block masonry furnished with an approved architectural fmish (e.g.
integral color or architectural treatment) shall receive the following surface preparation and clear
sealing system:
A. Surface ReDaration
All surfaces shall be cleaned of all dirt, dust, grease, and other foreign matter before
sealing.
B. Atmlication -
Application shall be in strict accordance with manufacturer’s recommendations.
C. Coating Svstem
Apply one coat at a coverage rate not to exceed 100 square feet per gallon.
Carbolinel
Kop-Coat System
Monopole System
Carbocrete Sealer 700
Monochem Aquaseal
2.15 Service Condition N
Interior and exterior architectural woodwork shall receive the following surface preparation and
coating:
A. Surface Reuaration
Sand new and bare wood to remove any surface contamination and surface cells. For
previously coated surfaces sand loose paint to a tight, adherent surface. Cracks, nail
holes, and other defects shall be filled with putty or plastic wood after priming. All
knots shall be sealed with an approved knot sealer. prior to coating, all surfaces shall
have a moisture content below level recommended by coating manufacturer and be
thoroughly cleaned and free of all foreign matter.
B. Amlication
Application shall be in strict accordance with manufacturer’s recommendations.
99121860-l Comting mad Painting-14
C. Coating Svstem
Rime coat shall be applied at a coverage rate not to exceed 280 square feet per gallon. The finish coat shah be applied at a coverage rate not to exceed 280 square feet per
gallon.
Carbolmel
Kop-Coat System Rimer - Kop-Coat Acrylic 600 (low gloss) or 620
(semi-gloss)
Finish - Kop-Coat Acrylic 600 (low gloss) or 620
(semi-gloss)
Ameron System primer - Amercoat 220 (satin or gloss)
Finish - Amercoat 220 (satin or gloss)
Tnemec System primer - Series 6 (flat) or 7 (semi-gloss)
Finish - Series 6 (flat) or 7 (semi-gloss)
.-
2.16 Service Condition 0
Exposed plastic and fiberglass surfaces, specifically identified in the Contract Documents as requiring coating, shall receive the following surface preparation and coating (coating to be used
for this category shall be certified by the plastic and fiberglass manufacturer to be completely
acceptable and non-injurious to the material):
A. Surface Renaration
Surface preparation shall consist of hand sanding to remove gloss. All remaining dust
shall be removed with vacuum brushing or tack rag. Sanded surfaces shall not be
washed with either solvent or water.
B. ADDhtiOn
Application shall be in strict accordance with manufacturer’s recommendations.
C. Coatinn Svstem
Except as otherwise noted, two coats shall be applied at 4.0 mils per coat to a total 8.0
mil MDFT for the system.
Carbolild
Kop-Coat System Carbothane D 134 HS
Ameron System Amercoat 450 HS
Tnemec System Series 74 Endurashield
9912/860-l
Q Krieger & Stewart, Incorporated, 1998
Comting nnd Painting-15
2.17 Service Condition P
Manufactured items furnished with shop-applied coat of primer requiring field touch-up or with
a shop applied primer which is not compatible with the required coating system shall receive the
following surface preparation and coating system:
A. Surface Prenaration
All surfaces shall be cleaned in conformance with Steel Structures Painting Council
Specification SSPC-SP2 (Hand Tool Cleaning), including hand sanding and feathering
of damaged areas. If determined by the Owner that damage is too extensive for touch-
up, item shall be recleaned and coated or painted as directed by Owner.
B. Svstem Coating
Prime and finish coats shall be the system recommended for the specific Service
Condition. Prime coat shall be compatible with the required system. If not (as
determined by the Owner) the prime coat shall either be removed by sandblasting or
coated with a suitable primer which is compatible with the shop primer utilized and the
coating system required. Costs incurred for repair or replacement of shop-applied
primers shall be the sole responsibility of the Contractor.
2.18 Service Condition Q
Manufactured items furnished with shop-applied primer and finish coats requiring field touch-up
shall receive the following surface preparation and coating system:
A. Surface Prenaration
All surfaces shall be cleaned in conformance with Steel Structures Painting Council
Specification SSPC-SP2 (Hand Tool Cleaning), including hand sanding and feathering of damaged areas. If determined by the Owner that damage is too extensive for touch-
up, item shall be recleaned and coated or painted as directed by Owner.
B. Coating Svstem
Prime and finish coats shall be the system recommended for the specific Service
Condition. Costs incurred for repair or replacement of shop-applied coatings or finishes
shall be the sole responsibility of the Contractor.
2.19 Service Condition R
Ferrous metal tanks, vessels, or equipment containing raw water or potable water shall receive
the following surface preparation and coating:
A. Surface Renaration
All interior surfaces, including miscellaneous accessories and components, submerged or
unsubmerged, shall be field sandblasted in conformance with SSPC-SPlO and NACE
No. 2 (Near-White Blast Cleaning) to achieve a 2-4 mil (So-100 micron) blast profile.
9912/860-l Conting and Painting-16
All exterior surfaces, including miscellaneous accessories and components, shall be field
sandblasted in conformance with SSPC-SP6 and NACE No. 3 (Commercial Blast
Cleaning).
B. Annlication
Application shall be in strict accordance with manufacturer’s recommendations. The
minimum and maximum required times between coats shall be per the manufacturer’s
product data sheet. Written requests for shop surface preparation and application of the
prime coat shall be reviewed and approved by Engineer on a case-by-case basis. If
approved by Engineer, shop applied prime coat surface shall be field scarified by brush-
blasting prior to application of finish coat.
C. Coating Svstem
Interior Surfaces:
Interior coating system shall be certified by the National Sanitation Foundation to be in
accordance with ANSI/NSF Standard 61 for potable water contact.
Except as otherwise noted, the prime coat shall have a MDFT of 6.0 mils. The finish
coat shall have a MDFT of 6.0 mils. The total dry film thickness of the complete system
shall be 12.0 mils, minimum.
Carbohr&
Kop-Coat System
Tnemec System
Primer - Super Hi-Gard 89 1
Finish - Super Hi-Gard 891
Primer - Series 139 Pota-Pox II
Finish - Series 139 Pota-Pox II
Exterior Surfaces:
Except as otherwise noted, the prime coat shall have a MDFT of 6.0 mils. The finish
coat (one or more) shall have a MDFT of 3.0 mils. The total dry film thickness of the
complete system shall be 9.0 mils, minimum.
Carboline/
Kop-Coat System Primer - Super Hi-Gard 891
Finish - Carbothane D 134 HS
Tnemec System Primer - Series 139 Pota-Pox II
Finish - Series 74 Endurashield
99121860-l
Q Krieger & Stewart, Incorporated, 1998 Canting mnd Painting-17
2.20 Service Condition S
Concrete subject to continuous or intermittent submergence in sewage, scum, or sludge shall
receive the following surface preparation and coating:
A. Surface Renaration
All surfaces shall be thoroughly cleaned by sandblasting, removing all traces of previous
materials. Remove all loose concrete by chipping, etc. to leave only sound fumly
bonded concrete. All cracks and voids shall be filled with a non-sag epoxy resin
adhesive. Surfaces to be coated shall be roughened by blast cleaning or equivalent
mechanical means to achieve the coating manufacturer’s minimum designated degree of
roughness. Final surface shall be rough and free of voids, cavities, dirt, dust, oils,
grease, laitance or other contaminants.
B. Annlication
Application shall be in strict accordance with manufacturer’s written-Tecommendations,
The minimum and maximum coating thiclaress per lift shal1 be in accordance with the
manufacturer’s requirements. Coating manufacturer shall provide the services of a
technical field representative to review and approve the surface preparation and to assist
the coating applicator during the initial phase of coating.
C. Coatine Svstem
The finished coating thiclaress shall be a minimum of l/2 inch.
Lafarge Calcium
Aluminates System Primer/Finish - Sewpercoat
Sika System Primer - Armatec 110
Finish - Sikadur 45 Epocem
2.21 Miscellaneous Coatings
A. Ahrminum Metal Isolation
All aluminum bearing on, or embedded in, concrete shall be coated with a wash primer
(0.5 mils) followed by one coat (8 mils) of heavy bodied bituminous paint, Kop-Coat
Bitumastic Super Service Black or Tnemec 46-465.
PART 3 - E!KECUTION
3.01 General
A. All surface preparation, coating and painting shall conform to applicable standards of the
National Association of Corrosion Engineers, the Steel Structures Painting Council, the
American Concrete Institute, the Forest Products Research Society, and the
Manufacturer’s printed instructions. Material applied prior to approval of surface preparation by the Owner shall be removed and reapplied to the satisfaction of the
Owner at the expense of the Contractor.
9912/860-l Coating and Pninting-18
B. All work shall be performed by skilled craftsmen qualified to perform the required work
in a manner comparable with the best standards of practice. Continuity of personnel
shall be maintained and transfers of key personnel shall be coordinated with the Owner.
C. Unless otherwise specified, dust, dirt, oil, grease or any foreign matter that will affect the
adhesion or durability of the finish must be removed by washing with clean rags dipped
in an approved cleaning solvent and wiped dry with clean rags.
D. Coating and painting systems include surface preparations, prime coatings and finish
coatings. Surface preparation for a specific Service Condition shall be as specified for
that coating or painting system. Unless otherwise specified, prime coatings shall be field
applied. Where prime coatings are shop applied, they shall be thoroughly cleaned and
touched up in the field as specified. If shop coatings are deficient or damaged too
extensively for adequate repair, they shall be removed and coated and painted as directed
by the Owner. Contractor shall instruct suppliers to provide prime coats compatible with
the finish coats specified. Any off site work which does not conform to this
specification is subject to rejection by the Owner. -
E. The Contractor’s coating and painting equipment shall be designed for application of materials specified and shall be maintained in first class working condition.
Compressors shall have suitable traps and filters to remove water and oils from the air. Contractor’s equipment shall be subject to approval by the Owner.
3.02 Surface Preparation, Ferrous Metal
A. General
The. latest revision of the following surface preparation specifications of the Steel
Structures Painting Council and the National .Association of Corrosion Engineers shall form a part of this specification:
1. Solvent Cleanine (SSPC-SPl). Removal of oil, grease, soil and other
contaminants by use of solvents, emulsions, cleaning compounds, steam
cleaning or similar materials and methods which involve a solvent or cleaning
action.
2. Hand Tool Cleaning (SSPC-SP2). Removal of loose rust, loose mill scale and
other detrimental foreign matter to degree specified by hand chipping, scraping,
sanding and wire brushing.
3. Power Tool Cleaning (SSPC-SP3). Removal of loose rust, loose mill scale and other detrimental foreign matter to degree specified by power wire brushing,
power impact tools or power sanders.
4. White Metal Blast Cleaning (SSPC-SPS). Blast cleaning to a gray-white uniform metallic color until each element of surface area is free of all visible
residues.
5. Commercial Blast Cleanine ISSPC-SP6 and NACE No. 3). Blast cleaning until at least two-thirds of each element of surface area is free of all visible residues.
9912/860-l
Q Krieger 8~ Stewart, Incorporated, 1998 Coating and Painting-19
B.
C.
D.
E.
F.
G.
H.
I.
J.
K.
L.
6. Brush-Off Blast Cleanine (SSPC-SP7 and NACE No. 41. Blast cleaning to
remove loose rust, loose mill scale and other detrimental foreign matter to
degree specified.
7. Near White Blast Cleaninn (SSPC-SPlO and NACE No. 2). Blast cleaning to
nearly white metal cleanliness, until at least 95% of each element of surface area
is free of all visible residues.
Slag and weld metal accumulation and spatters not removed by the fabricator, erector, or
installer shall be removed by chipping and grinding. All rough welds shall be ground smooth and sharp edges shall be ground to approximately l/8” radius.
Field blast cleaning for all surfaces shall be dry sandblasting unless otherwise directed.
The Contractor shall comply with all applicable local, state, and federal, air pollution
control regulations for blast cleaning.
All oil, grease, welding fluxes and other surface contaminants shall be removed by
solvent cleaning per SSPC-SPl prior to blast cleaning.
Maximum particle size of abrasives used in blast cleaning shall be that which will
produce a surface profile in accordance with these specifications and the
recommendations of the manufacturer of the specified coating system to be applied.
Sand used in blast cleaning operations shall be washed, graded and free of contaminants
that would interfere with adhesion of coating or paint and shall not be reused.
Shop applied temporary coatings or shop applied coatings of unknown composition shall
be completely removed before the specified coatings are applied.
During blast cleaning operations, caution shall be exercised to insure that existing
coatings or paint are not exposed to abrasion from blast-cleaning.
The Contractor shall keep the area of his work in a clean condition and shall not permit
blasting materials to accumulate as to constitute a nuisance or hazard to the prosecution
of the work or the operation of the existing facilities.
Surfaces shall be cleaned of all dust and residual particles of the cleaning operation by
dry air blast cleaning, vacuuming or another approved method prior to application of
specified coatings or paint. No coatings or paint shall be applied over damp or moist
surfaces.
All welds shall be neutralized with a suitable chemical compatible with the specified
coating materials.
3.03 Surface Preparation, Galvanized Ferrous Metal
Prior to application of specified pretreatment coating, galvanized ferrous metal shall be alkaline cleaned per SSPC-SPl to remove oil, grease, and other contaminants detrimental to adhesion of
the protective coating system to be used.
9912/861)-l
(Q Ihieger & Stewart, Incorporated, 1998 Coating and Painting-20
3.04 Surface Preparation, Ferroas Metal with Existing Coatings
A. All grease, oil, heavy chalk, dirt, or other contaminants shall be removed by solvent or
detergent cleaning prior to abrasive blast cleaning. The generic type of the existing
coatings shall be determined by laboratory testing.
B. The Contractor shall provide the degree of cleaning specified in the coating system schedule for the entire surface to be coated. If the degree of cleaning is not specified in
the schedule, deteriorated coatings shall be removed by abrasive blast cleaning to SSPC-
SP6, Commercial Blast Cleaning. Areas of tightly adhering coatings shall be cleaned to
SSPC-SP7, Brush-off Blast Cleaning, with the remaining thickness of existing coating
not to exceed 3 mils.
C. If coatings to be applied are not compatible with existing coatings the Contractor shall
apply intermediate coatings per the paint manufacturer’s recommendation for the specified coating system or shall completely remove the existing coating prior to
abrasive blast cleaning. A small trial application shall be conducted-for compatibility
prior to painting large areas.
D. Coatings of unknown composition shall be completely removed prior to application of new coatings.
3.05 Surface Preparation, Concrete and Masonry
A. Surface preparation shall not begin until at least 30 days after the concrete or masonry has been placed.
B. All oil, grease, and form release and curing compounds shall be removed by detergent
cleaning per SSPC-SPl before abrasive blast cleaning.
C. Concrete and masonry surfaces and deteriorated concrete surfaces to be coated shall be
abrasive blast cleaned to remove existing coatings, laitance, deteriorated concrete, and to
roughen the surface. The abrasive used should be dry and clean with the maximum
particle size that will pass through a 16 mesh screen. Cracks and voids shall be repaired
or filled with the specified tiller and surfacer. Final surface shall be sound, fvmly
bonded, smooth and free of voids, cavities, dirt, dust, oils, grease, laitance, or other
contaminants.
D. Residual abrasive, dust and loose particles shall be removed from the surface by
vacuuming or blowing off with dry high pressure air.
E. Unless required for proper adhesion, surfaces shall be dry prior to coating. The presence
of moisture shall be determined with an approved moisture detection device.
3.06 Surface Preparation, Wood and Composition Materials
All surfaces shall be cleaned of dirt, oil, or other foreign substances with mineral spirits,
scrapers, sandpaper, or wire brushes. Finished surfaces exposed to view shall, if necessary, be
made smooth by planing or sandpapering. Small, dry, seasoned knots shall be surface scraped,
sandpapered, and thoroughly cleaned, and shall be given a thin coat of WP-578 Western Pine
99121860-l
Q Krieger & Stewart, Incorporated, 1998
Coating and Painting-21
Association knot sealer before application of the priming coat. Large, open unseasoned knots,
and all beads or streaks of pitch shall be scraped off, or if the pitch is still soft, it shall be
removed with mineral spirits or turpentine and the resinous area shall be thinly coated with knot
sealer. After priming, all holes and imperfections shall be filled with putty or plastic wood
(colored to match the fmish coat), allowed to dry, and sandpapered smooth. Existing surfaces
shall be cleaned of all loose or flaking paint and sandpapered to a tight, adherent surface.
3.07 Coating and Painting Application, General
A.
B.
C.
D.
E.
F.
G.
H.
I.
9912/860-l
Coating and painting application shall conform to the requirements of the Steel
Structures Painting Council Paint Application Specifications SSPC-PAl, latest revision,
for “Shop, Field and Maintenance Painting”, and recommended practices of the National
Association of Corrosion Engineers, the American Concrete Institute, the Forest
Products Research Society and the Manufacturer of the coating and paint materials. ’
Application of the first coat shall follow immediately after surface preparation and
cleaning and within an eight hour working day. Any cleaned areas not receiving first
coat within an eight hour period shall be recleaned prior to application of first coat.
Cleaned surfaces and all coats of the specified system shall be inspected prior to
application of each succeeding coat. Contractor shall schedule such inspection with
Owner in advance.
Prior to assembly, all surfaces made inaccessible after assembly, shall be prepared as
specified herein and shall receive the coating or painting system specified.
Thinning shall be permitted only as recommended by the Manufacturer and approved by
the Owner.
Coating materials shall be protected from exposure to cold weather, and shall be
thoroughly stirred, strained, and kept at a uniform consistency during application.
Each application of coating or paint shall be applied evenly, free of brush marks, sags,
runs, and variations in color, texture and fmish, with no evidence of poor workmanship.
Care shall be exercised to avoid lapping on glass or hardware. Coatings and paints shall
be sharply cut to lines. Finished surfaces shall be free from defects or blemishes.
Protective coverings or drop cloths shall be used to protect floors, fixtures and
equipment. The working parts of all mechanical and electrical equipment shall be
protected from damage during surface preparation and coating operations. Openings in motors shall be masked to prevent entry of coating or other materials. Care shall be
exercised to prevent coatings or paints from being spattered onto surfaces which are not
to be coated or painted. Spray painting shall be conducted under carefully controlled
conditions. The Contractor shall be fully responsible for and shall promptly repair any
and all damage to adjacent facilities or adjoining property occurring from blast cleaning or coating operations.
When two or more coats of coating or paint are specified, each coat shall be of a slightly
different shade to facilitate inspection of surface coverage of each coat.
Specified film thicknesses per coat for the Service Conditions are minimum required.
Contractor shall apply additional coats as necessary to achieve the specified thickness.
Coating and Painting-22
(b Krieger & Stewart, Incorporated, 1998
J. All material shall be applied as specified.
K. All welds and irregular surfaces shall receive a brush coat of the specified product prior to application of the frost complete coat.
L. Cleaning and coating shall be coordinated so that dust and other contaminants from the
cleaning process will not fall on wet, newly-coated surfaces.
M. Drying time between coats and surface curing shall be as recommended by the coating
manufacturer depending upon field conditions of temperature and humidity. Times shall
be submitted with the shop drawings based on 70°F and relative humidity of 50%.
N. In the case of enclosed areas, the forced air ventilation system shall operate continuously to provide air circulation and exhausting of solvent vapors.
3.08 Shop Coating -
A. All items of equipment, or parts of equipment which are not submerged in service, shall
be shop primed and then finish coated in the field, after installation, with the specified or
approved color. The methods, materials, application equipment and all other details of
shop painting shall comply with these specifications. If the shop primer requires
topcoating within a specified period of time, the equipment shall be finish coated in the shop and then touch-up painted after installation.
B. All items of equipment, or parts and surfaces of equipment which are submerged or
inside an enclosed hydraulic structure when in service, with the exception of pumps and valves, shall have-all surface preparation and coating work performed in the field.
C. For certain pieces of equipment it may be undesirable or impractical to apply finish
coatings in the field. Such equipment may include engine generator sets, equipment
such as electrical control panels, switchgear or main control boards, submerged parts of
pumps, ferrous metal passages in valves, or other items where it is not possible to obtain
the specified quality in the field. Such equipment shall be shop primed and finish coated
and touched up in the field with the identical material after installation. The Contractor shall require the manufacturer of each such piece of equipment to certify as part of its
shop drawings that the surface preparation is in accordance with these specifications.
Copies of applicable coating manufacturer’s material data sheets shall be submitted with equipment shop drawings.
D. For certain small pieces of equipment the manufacturer may have a standard coating
system which is suitable for the intended service conditions. In such cases, the final
determination of suitability will be made during review of the shop drawing submittals.
Equipment of this type generally includes only indoor equipment such as instruments, small compressors, and chemical metering pumps.
E. Shop painted surfaces shall be protected during shipment and handling. Primed surfaces
shall not be exposed to the weather for more than 6 months before topcoated, or less
time if recommended by the coating manufacturer.
991218604
0 Krieger & Stewart, Incorporated, 1998 Coating and Painting-23
F. Damage to shop-applied coatings shall be repaired in accordance with these
specifications and the coating manufacturer’s printed instructions.
G. The Contractor shall make certain that the shop primers and field topcoats are
compatible and meet the requirements of these specifications.
3.09 Protective Coating and Painting Schedule
The protective coating and painting schedule provided herein or on the drawings shall indicate
the coating system to be used. The schedule shall not be construed as a complete list of all
surfaces to be coated but rather as a guide as to the application of the various coating systems.
All surfaces shall be coated and painted except those specifically excluded herein or on the
drawings.
3.10 Color Scheme
All colors and shades of colors of all coats of paint and protective coating material shall be as
selected by the Owner, except as noted below under “Pipe Color Coating”. The Contractor shall
submit a current chart of the manufacturer’s available colors to the Owner at least forty-five days prior to the start of coating and painting operations.
3.11 Pipe Color Coding and Labelling
All exposed piping shall be color coded and labeled to conform to all OSHA requirements and
“Scheme for the Identification of Piping Systems” (ANSI A13.1). “State (10) Standards” color
scheme shall be used to further identify specific commodity. As a guideline the following color
coding schedule is provided. Color codes shall be confirmed with Owner prior to commencing
work.
A. Color Code Schedule
Item Color Code
Aeration Air
Aftercooler Return
Aftercooler Supply
Air scour
Alum
AWT Bypass
Safety Green
Safety Red
Safety Red
Safety Green
Safety Yellow/Red Bands
Safety Red
Belt Press Return Water
caustic soda
Chemical Drain
Chlorine Gas
Chlorine Liquid
Chlorine Solution Chlorine Vacuum
Cold Sludge
Safety Orange Safety Orange
Safety Orange
Safety Orange
Safety Orange
Safety Orange
Brown
9912/860-l
Q Krieger & Stewart, Incorporated, 1998 Coating and Painting-24
Digested Sludge
Digested Sludge Exchange
Drain
Engine Cooling Water
Engine Exhaust
Filter Backwash Filter Backwash Return
Filter Effluent
Filter Influent
Fire Water Flotation Thickener Overflow
Flotation Thickener Return
Foul Air
Froth Spray
Fuel Oil
Fuel Oil Return
Fuel Oil Supply
Gravity Thickener Overflow
Ground Water Drainage
Grit
Grit Chamber Infiuent
Grit Washer Overflow
Heat Recovery Return
Heat Recovery Supply
Heated Sludge
Holding Tank Overflow
High Pressure Digester Gas
High Temperature Wash Water
Hydrogen Peroxide
Industrial Water
Influent Force Main
Jacket Water Return
Jacket Water Supply
Liquid Propane Gas
Low Pressure Digester Gas
Lube Oil Return
Lube Oil Supply
Lube Oil Waste
Methanol
Natural Gas
Plant Air
9912/860-l
Q Krieger & Stewart, Incorporated, 1998
Brown
Brown
-Y
Safety Red
Safety Red
Safety Red
Safety Red Safety Red
Safety Red
Safety Red
Brown
hY White
Safety Red
Black
Black
Black
Brown
hY Brown
Brown
hY
Safety Blue/Orange Bands
Safety Blue/Orange Bands
Brown/Yellow Bands
Brown
Light Yellow
Safety Blue/Orange Bands
Safety Orange
Safety Red Brown
Safety Red
Safety Red
Light Yellow
Light Yellow
Black
Black
Black
Safety Yellow/Red Bands
Light Yellow
Safety Green/Yellow Band
Coating and Painting-2S
Plant Effluent Safety Red
Polymer Safety Yellow/Blue Bands
Potable Water Safety Blue
Primary Influent Brown
Primary Skimmings Brown
Primary Sludge Brown
Pumped Drainage Water G=Y
Raw Inalent
Return Activated Sludge
Return Water
Brown
Brown
Safety Red
Sample
Sanitary Dram
Seal Water
Secondary Effluent
Secondary Skimmings
Secondary Sludge
skimmings
Sludge Heater Bypass
Sludge Return
Sludge Transfer
Spray Wash
storm Drain
Sulfer Dioxide Gas
Sulfer Dioxide Liquid
Sulfer Dioxide Solution Sulfer Dioxide Vacuum
Safety Red
G=Y Safety Red
Safety Red
Brown Brown -
Brown
Brown Brown
Brown
Safety Red
WY Safety Orange
Safety Orange
Safety Orange
Safety Orange
Tank Drain
Tertiary Emuent
Thickened Digested Sludge
Thickened Sludge
Thickened Waste Activated Sludge
Thickener Dilution Water
Brown
Safety Red
Brown
Brown
Brown
Safety Red
vent
Ventilation Air
White
White
Wash Water
Waste Activated Sludge
Waste Sludge
Safety Red
Brown
Brown
B. Label Coding
Pipe labels (or markers) shall be pressure-sensitive, self-adhesive, vinyl film pipe
markers as manufactured by Seton Name Plate Corporation, or equal. Background
colors, letter colors, letter heights and spacing shall conform with ANSI A13.1. Pipe
designation labels and direction-of-flow arrows shall be placed at 10 foot intervals
(maximum) and at every change in direction. Pipe designation wordings shall be
99121860-l
43 Krieger & Stewart, Incorporated, 1998
Coating and Painting-26
selected by the Owner and may not correspond to standard wordings available from the
manufacturer.
3.12 Cleanup
Upon completion of the work, all staging, scaffolding, and containers shall be removed from the
site or destroyed in a manner approved the Owner. Coating or paint spots and oil or stains upon
adjacent surfaces shall be removed and the job site cleaned. All damage to surfaces resulting
from the work of these specifications shall be cleaned, repaired or refinished to the satisfaction
of the Owner and at no additional cost to the Owner.
-
9912/860-l
Q Krieger & Stewart, Incorporated, 1998 Coating and Painting-27
BASIC CONCRETE SPECIFICATIONS
PART 1 - GENERAL
1.01 General Requirements
A. Contractor shall furnish all materials for concrete in accordance with the provisions of
this Section and shall form, mix, place, cure, repair, finish, and do all other work as
required to produce finished concrete, all in accordance with the requirements of the
Contract Documents.
B. All cast-in-place concrete falls into one of the following categories and shall comply
with all requirements of this basic specification.
1. Structural Concrete (or Class “A” Concrete). Concrete to be used in all cases
except where noted otherwise in the Contract Documents. -
2. Sitework Concrete (or Class “B” Concrete). Concrete to be used for curbs,
gutters, catch basins, sidewalks, pavements, fence and guard post embedment,
underground duct bank encasement and all other concrete appurtenant .to
electrical facilities unless otherwise shown,
3. Lean Concrete (or Class “C” Concrete). Concrete to be used for thrust blocks,
pipe trench cut-off blocks and cradles, where the preceding items are detailed on the drawings as unreinforced. Concrete to be used as protective cover for
dowels intended for future connection.
1.02 Reference Specifications, Codes, and Standards
A. Snecifications
Items specified elsewhere in these Contract Documents:
Concrete Formwork - See Basic Concrete Formwork Snecification.
Concrete Reinforcement - See Basic Concrete Reinforcement Suecification.
B. Codes
The Building Code, as referenced herein, shall be the Uniform Building Code (UBC), of
the International Conference of Building Officials (ICBO), latest edition.
C. Commercial Standards
Where not covered in this specification, all work shall comply with the following
standards, latest editions:
AC1 214 &noanended Practice for Evaluation of Strength Test Results of
AC1 301 Specifications for Structural Concrete for Buildings
ACI 315 Details and Detailing of Concrete Reinforcement
9310
Q Krieger & Stewart, Incorporated 1998
Concret+l
AC1 347 Recommended Practice for Concrete Formwork
AC1 318 Building Code Requirements for Reinforced Concrete
ASTM C 494 Specification for Chemical Admixtures for Concrete
1.03 Contractor Submittals
A. Mix Desiena
Prior to beginning the work, Contractor shall submit to Engineer, for review, preliminary
concrete mix designs which shall show the proportions and gradations of all materials
proposed for each class and type of concrete to be used on the job. The mix designs
shall be designed by an independent testing laboratory acceptable to Engineer. All costs
related to such mix design shall be borne by the Contractor.
B. Certified -
Where ready-mix concrete is used, Contractor shall provide certified delivery tickets at
the time of delivery of each load of concrete. Each certificate shall show the total
quantities (by weight) of cement, sand, each class of aggregate, and admixtures, and the
amounts of water (by gallons) in the aggregate and added at the batching plant as well as
the amount of water allowed to be added at the site for the specific design mix. Each
certificate shall, in addition, state the mix number, total yield in cubic yards, and the time
of day, to the nearest minute, corresponding to when the batch was dispatched, when it
left the plant, when it arrived at the job, the time that unloading began, and the time that
unloading was finished.
1.04 Quality Assurance
A. Tests on component materials and for compressive strength of concrete will be
performed as specified herein. Test for determining slump will be in accordance with
the requirements of ASTM C 143.
B. The cost of all laboratory tests on concrete will be borne by the Owner. However,
Contractor shall be charged for the cost of any additional tests and investigation on work
performed which fails to meet specification,
C. Concrete for testing shall be supplied by Contractor at no cost to the Owner, and
Contractor shall provide assistance to the Engineer in obtaining samples, and disposal
and cleanup of excess material.
1. Compression test specimens will be taken during construction from the first
placement of each class of concrete specified herein and at intervals thereafter as
selected by the Engineer to insure continued compliance with these
specifications. Each set of test specimens will be a minimum of 4 cylinders.
2. Compression test specimens for concrete shall be made in accordance with
ASTM C 3 1. Specimens shall be 6 inch diameter by 12 inch high cylinders.
9310
Q Krieger & Stewart, Incorporated 1998 Concrete-2
3. Compression tests shall be performed in accordance with ASTM C 39. One test
cylinder will be tested at 7 days and 2 at 28 days.
The remaining cylinder will be held to verify test results, if needed.
E. Evaluation and Acceutance of Concrete
1. Evaluation and acceptance of the compressive strength of concrete shall be
according to the requirements of ACI 3 18, Chapter 4 “Concrete Quality”, and as
specified herein.
2. If any concrete fails to meet these requirements, immediate corrective action
shall be taken to increase the compressive strength for all subsequent batches of
the type of concrete affected.
3. All concrete which fails to meet the AC1 requirements and these specifications is
subject to removal and replacement at the cost of the Contractor.
F. Construction Tolerances
Contractor shall set and maintain concrete forms and perform finishing operations so as
to insure that the completed work is within the tolerances specified herein. Surface
defects and irregularities are defined as finishes and are to be distinguished from
tolerances, Tolerance is the specified permissible variation from lines, grades, or
dimensions shown. Where tolerances are not stated in the specifications, permissible
deviations will be in accordance with AC1 347.
G. The following construction tolerances are hereby established and apply to finished walls
and slab unless otherwise shown:
Item Tolerance
Variation of the constructed linear outline from the established position in plan In 10 feet: l/4 inch; In 20 feet or more: l/2 inch
Variation from the level or from the grades shown In 10 feet: l/8 inch; In 20 feet or more: l/4 inch
Variation from the plumb In 10 feet: l/8 inch; In 20 feet or more: l/4 inch
Variation in the thickness of slabs and walls Minus l/4 inch; Plus l/2 inch
Variation in the locations and sizes of slab and wall openings Plus or minus l/4 inch
Regardless of the tolerances listed herein, it shall be the responsibility of the Contractor
to limit deviations in line and grade to tolerances which will permit proper installation
and operation of mechanical equipment and piping.
9310
Cl Krieger & Stewart, Incorporated 1998 Concrete-3
PART 2 - PRODUCTS
2.01 Concrete Materials
A. Materials shall be delivered, stored, and handled so as to prevent damage by water or
breakage. Only one brand of cement shall be used. Cement reclaimed from cleaning bags or leaking containers shall not be used. All cement shall be used in the sequence of
receipt of shipments.
B. All materials furnished for the work shall comply with the requirements of Sections 201, 203, and 204 of ACI 301, as applicable.
C. Storage of materials shall conform to the requirements of Section 205 of AC1 301. .
D. Materials for concrete shall conform to the following requirements:
1. Cement shall be standard brand portland cement conforming to ASTM C 150 for
Type II or Type V. Portland cement shall contain not more-than 0.60 percent
alkalies. A single brand of cement shall be used throughout the work, and prior to its use, the brand shall be acceptable to the Engineer. The cement shall be
suitably protected from exposure to moisture until used. Cement that has
become lumpy shall not be used. Stacked cement shall be stored in such a
manner so as to permit access for inspection and sampling. Certified mill test
reports for each shipment of cement to be used shall be submitted to the
Engineer if requested regarding compliance with these specifications.
2. Water shall be potable, clean, and free from objectionable quantities of silty
organic matter, alkali, salts and otber impurities. The water shall be considered potable, for the purposes of this section only, if it meets the requirements of the
local governmental agencies. Agricultural water with high total dissolved solids (over 1000 mg/l ‘IDS) shall not be used.
3. Aemercates shall be obtained from pits acceptable to the Engineer, shall be non-
reactive, and shall conform to ASTM C 33. Maximum size of coarse aggregate
shall be as specified in Paragraph 2.07B. Lightweight sand for fine aggregate will not be permitted.
a. Coarse aggregates shall consist of clean, hard, durable gravel, crushed
gravel, crushed rock or a combination thereof. The coarse aggregates
shall be prepared and handled in two or more size groups for combined
aggregates with a maximum size greater than 3/4 inch. When the
aggregates are proportioned for each batch of concrete the two size
groups shall be combined.
b. Fine aggregates shall be natural sand or a combination of natural and
manufactured sand that are hard and durable.
C. Combined aggregates shall be well graded from coarse to fine sizes, and
shall be uniformly graded between screen sizes to produce a concrete
that has optimum workability and consolidation characteristics. Where a
9310
(9 Krieger & Stewart, Incorporated 1998 Concrete4
trial batch is required for a mix design, the final combined aggregate
gradations will be established during the trial batch process.
4. Readv-mix concrete shall conform to the requirements of ASTM C 94.
5. Air-emrainine agent meeting the requirements of ASTM C 260, shall be used.
Sufficient air-entraining agent shall be used to provide a total air content of 4 to
6 percent; provided that, when the mean daily temperature in the vicinity of the
worksite falls below 40 degrees F for more than one day, the total air content provided shall be 5 to 7 percent. The Owner reserves the right, at any time, to
sample and test the air-entraining agent received on the job by the Contractor.
The air-entraining agent shall be added to the batch in a portion of the mixing
water. The solution shall be batched by means of a mechanical hatcher capable
of accurate measurement.
6. Admixtures. Admixtures shall be required as stated herein and at the Engineer’s
discretion or, if not required, may be added at the Contractor’s option to control
the set, effect water reduction, and increase workability. Iiieither case, the
addition of an admixture shall be at the Contractor’s expense. The use of an
admixture shall be subject to acceptance by the Engineer. Concrete containing
an admixture shall be fast placed at a location determined by the Engineer. If
the use of an admixture is producing an inferior end result, Contractor shall
discontinue use of the admixture. Admixtures specified herein shall conform to
the requirements of ASTM C 494. The required quantity of cement shall be
used in the mix regardless of whether or not an admixture is used. Admixtures
shall contain no free chloride ions, be non-toxic after 30 days, and shall be
compatible with and made by the same manufacturer as the air entraining
admixture.
a. Low ranpe water reducer shall be used in all structural and sitework
concrete and shall conform to ASTM C 494, Type A. It shall be either a
hydroxylated carboxylic acid type or a hydroxylated polymer type. The
quantity of admixture used and the method of mixing shall be in
accordance with the manufacturer’s instructions and recommendations.
b. Set controllinn admixture shall be either with or without water-reducing
properties. Where the air &nperature at the time of placement is
expected to be consistently over 80 degrees F, a set retarding admixture
such as Sika Chemical Cornoration’s Plastiment. Master Builder’s
Pozzolith 3OOR, or eaual shall be used. where the air temperature at the
time of placement is expected to be consistently under 40 degrees F, a
set accelerating admixture such as S’ka 1s
Plastocrete 161FL. Master Builder’s Pozzolith 5OC, or & shall be
used.
C. Bieh range water reducer may be used if approved by Engineer. If allowed it shall be sulfonated polymer conforming to ASTM C 494, Type F or G.
High range water reducing agent shall only be added to the concrete at
the batch plant. It shall be second generation type, Daracem 100. as
9310
0 Krieger & Stewart, Incorporated 1998 Concrete-S
manufactured bv W.R. Grace & Co.; Rhedbuild 1000. as manufactured
bv Masterbuilders; or eaual. High range water reducer shall be added to
the concrete after all other ingredients have been mixed and initial slump
has been verified.
Concrete shall be mixed at mixing speed for a minimum of 30 mixer
revolutions after the addition of the high range water reducer.
7. Calcium Chloride shall not be added to or used in concrete.
2.02 Curing Materials
Materials for curing concrete shall conform to the following requirements:
A. Concrete curinp comnound shall be Masterkure manufactured bv Masterbuilders,
Cleveland. OH, or aDMOVed eaual. The curing compound shall contain a fugitive dye so
that areas of application will be readily distinguishable.
B. Polvetbvlene sheet for use as concrete curing blanket shall be white, and shall have a
nominal thickness of 6 mils. The loss of moisture when determined in accordance with
the requirements of ASTM C 156 shall not exceed 0.055 grams per square centimeter of
surface.
C. Polvethvlene-coated waternroof naner sheeting for use as concrete curing blanket shall
consist of white polyethylene sheeting free of visible defects, uniform in appearance,
having a nominal thickness of 2 mils and permanently bonded to waterproof paper
conforming to the requirements of Federal Specification UU-B-790A (Int. Amd. 1). The
loss of moisture, when determined in accordance with the requirements of ASTM C 156,
shall not exceed 0.055 gram per square centimeter of surface.
D. Polvethvlene-coated burl= for use as concrete curing blanket shall be 4 mil thick, white
opaque polyethylene film impregnated or extruded into one side of the burlap. Burlap
shall weigh not less than 9 ounces per square yard. The loss of moisture, when
determined in accordance with the requirements of ASTM C 156, shall not exceed 0.055
grams per square centimeter of surface.
E. Curing mats for use in Curing Method 6 as specified in Paragraph 3.09G herein, shall be
heavy shag rugs or carpets or cotton mats quilted at 4 inches on center. Curing mats
shall weigh a minimum of 12 ounces per square yard when dry.
F. Evaporation retardant shall be a material such as Confilm as manufactured by
Masterbuilders. Cleveland. OH; or eaual.
2.03 Waterstop
A. Contractor shall provide waterstops at all construction and expansion joints in all water
holding structures. Water-stop shall be greenstreak PVC Style 732, 6 inches wide, or Style 735,9 inches wide, as specified on drawings.
B. Contractor shall heat fuse joints and connections in strict compliance with
manufacturer’s instructions using heating tools and devices recommended by same.
9310
Q Krieger & Stewart, Incorporated 1998 Concrete-6
Waterstops shall be continuous in joints, following offsets and angles in joint until
spliced to waterstops at intersecting joints, completely sealing the structure. Water-stops
shall be aligned and centered in joints. Contractor shall secure flanges of waterstops to
reinforcing bars with 18 gauge wire ties spaced maximum 18 inches on center.
Waterstop joints shall be properly heat-spliced at ends and crosses to preserve
continuity. Contractor shall locate waterstops where shown on drawings and in all waterbearing walls and slabs where common to: earth-bearing or earth-support;
occupied areas; or above-grade exposed surfaces.
C. All joints with waterstops involving more than 2 ends to be jointed together, and all
joints which involve an angle cut, alignment change, or the joining of 2 dissimilar
waterstop sections shall be prefabricated by the Contractor prior to placement in the
forms, allowing not less than 24 inch long strips of waterstop material beyond the joint.
Upon being inspected and approved, such prefabricated waterstop joint assemblies shall
be butt welded to the straight run portions of waterstop.
D. Waterstop splices shall have a tensile strength of not less than 60 percent of the
unspliced materials tensile strength.
2.04 Expansion Joints
A. Contractor shall provide expansion joints where indicated on Construction Drawings.
Expansion joints shall consist of joint filler material and joint sealant. Filler material
shall be held down l/2 inch for sealant unless otherwise shown.
B. Expansion joint filler material shall be preformed sponge neoprene or cork conforming
to ASTM D 1752. Filler material containing asphalt shall not be used.
2.05 Joint Sealant
A. Joint sealant for use in construction, control, and expansion joints shall be select seal U-
227 reservoir grade as supplied by Select Products Co., or approved equal.
Joint primer shall be as produced and/or recommended by sealant manufacturer.
B. Contractor shall clean all locations where sealant is placed by sandblasting and be free
from oil, foreign materials, and moisture. Lower surfaces of joints shall be isolated with
a bond breaker such as polyethylene, polyethylene tape, or equal as recommended by
sealant manufacturer.
C. Sealant shall be placed in strict accordance with manufacture’s recommendations by a
firm specializing in this type of work, or by the Contractor under direct supervision of the manufacturer. If the Contractor chooses to apply sealant, manufacturer’s technical
representative shall be present at the beginning of sealant placement to observe and advise on methods for mixing, joint preparation, and application of sealant.
9310 8 Krieger & Stewart, Incorporated 1998 Concrete-7
2.06 Concrete Bond Breaker
A. Bond breaker shall be &ma Bond Breaker as manufactured bv Burke Comnanv. San
Mateo. California; Select Cure CFU3 as manufactured bv Select Products Co.. Unland, CA; Tilt-EEZ Bond Breaker as manufactured bv Consdec; or annroved eaual. It shall
contain a fugitive dye so that areas of application will be readily distinguishable.
B. Contractor shall strictly follow manufacturer’s application guidelines. Just prior to
application, joint shall be thoroughly soaked so that concrete contains approximately the
same surface moisture as newly cast concrete. Bond breaker shall be brush applied with
a minimum of two coats. Extreme care must be taken to prevent any bond breaker from
contacting waterstops. If necessary, wrap waterstop during bond breaker application.
2.07 Concrete Design Requirements
A. &neral
Concrete shall be composed of cement, admixtures, aggregates a&d water. These
materials shall be of the qualities specified. The exact proportions in which these
materials are to be used for different parts of the work will be determined during the trial
batch. In general, the mix shall be designed to produce a concrete capable of being
deposited so as to obtain maximum density and minimum shrinkage and, where
deposited in forms, to have good consolidation properties and maximum smoothness of surface. Mix designs shall not contain more than 43 percent of sand of the total weight
of fine and coarse aggregate. The aggregate gradations shall be formulated to provide
fresh concrete that will not promote rock pockets around reinforcing steel or embedded
items. The proportions shall be changed whenever necessary or desirable to meet the
required results at no additional cost to the Owner. All changes shall be approved by
Engineer.
B. Water-Cement Ratio and Comuressive Strenrzth
The minimum compressive strength and cement content of concrete shall be not less
than that specified in the following tabulation.
Min. 28-Day IV&IX.
Twe of Work ‘%%r Agate e$ :?$t!t!
Structural Concrete (Class “A”):
Walls, roof slabs, floor slabs 3,500 columns,.and footmgs and all other 1 6.2 0.48
concrete items not specified elsewhere
Sitework concrete (Class “B”): 3,000 1 5.5 0.52
Lean concrete (Class “Cc’): 2,000 1 4.0 0.60
&& One sack of cement equals 94 lbs.
9310 8 Krieger & Stewart, Incorporated 1998 Concrete-8
C. Adiustments to Mix Design
Mixes used shall be changed whenever such change is necessary or desirable to secure
required strength, density, workability, and surface finish and Contractor shall be entitled
to no additional compensation because of such changes. Approval shall be obtained from Engineer prior to any changes.
2.08 Consistency
The quantity of water entering into a batch of concrete shall be just sufficient, with a normal
mixing period, to produce concrete which can be worked properly into place without
segregation, and which can be compacted by vibratory methods herein specified to give desired
density, impermeability and smoothness of surface. The quantity of water shall be changed as
necessary, with variations in the nature of moisture content of the aggregates, to maintain uniform production of desired consistency. The consistency of the concrete in successive
batches shall be determined by slump tests in accordance with ASTM C 143. The slumps shall
be as follows:
Part of Work
Structural concrete
~hlItlD (in.)
3 inches (*l inch)
-
Other work 4 inches (*l inch)
With high range water reducer added 8 inches max.
2.09 Ready-Mixed Concrete
A. At Contractor’s option, ready-mixed concrete may be used provided it meets all
requirements as to materials, batching, mixing, transporting, and placing as specified
herein and in accordance with ASTM C 94, including the supplementary requirements
specified in Paragraphs 2.09B through 2.09F, herein.
B. Ready-mixed concrete shall be delivered to the site of the work, and discharge shall be
completed within 90 minutes after the addition of the cement to the aggregates or before the drum has been revolved 250 revolutions, whichever is first. In hot weather (ambient
temperature above 95°F) or under conditions contributing to quick stiffening of the
concrete, or when the temperature of the concrete is 85 degrees F or above, the time
between the introduction of the cement to the aggregates and discharge shall not exceed
45 minutes.
C. Truck mixers shall be equipped with electrically-actuated counters by which the number
of revolutions of the drum or blades may be readily verified. The counter shall be of the
resettable, recording type, and shall be mounted in the driver’s cab. The counters shall be actuated at the time of starting mixers at mixing speeds.
D. Each batch of concrete shall be mixed in a truck mixer for not less than 70 revolutions of
the drum or blades at the rate of rotation designated by the manufacturer of equipment.
Additional mixing, if any, shall be at the speed designated by the manufacturer of the
equipment as agitating speed. All materials including mixing water shall be in the mixer
drum before actuating the revolution counter for determining the number of revolution of
mixing.
9310 8 Krieger 8~ Stewart, Incorporated 1998 Concrete-9
E. Truck mixers and their operation shall be such that the concrete throughout the mixed batch as discharged is within acceptable limits of uniformity with respect to consistency,
mix, and grading. If slump tests taken at approximately the l/4 and 3/4 points of the
load during discharge give slumps differing by more than 1 inch when the specified
slump is 4 inches or less, or if they differ by more than 2 inches when the specified
slump is more than 4 inches, the mixer shall not be used on the work unless the causing
condition is corrected and satisfactory performance is verified by additional slump tests. All mechanical details of the mixer, such as water measuring and discharge apparatus,
condition of the blades, speed of rotation, general mechanical condition of the unit, and clearance of the drum, shall be checked before a further attempt to use the unit will be
permitted.
F. Each batch of ready-mixed concrete delivered at the job site shall be accompanied by a
certified weighmaster delivery ticket furnished to the Engineer in accordance with
Paragraph l.O3B, herein.
G. Non-agitating equipment for transporting ready-mixed concrete shall not be used.
Combination truck and trailer equipment for transporting ready-mixedconcrete shall not
be used. The quality and quantity of materials used in ready-mixed concrete and in batch aggregates may be subject to continuous inspection at the batching plant by the
Engineer.
H. Transit mix trucks delivering concrete to the site shall have full water tanks upon arrival
at the site. Any addition of water must be approved by Engineer. Added water must be
incorporated by additional mixing of at least 35 revolutions.
PART 3 - EXECUTION
3.01 Proportioning and Mixing
A. proDortioning
Proportioning of the concrete mix shall conform to the requirements of Chapter 3
“Proportioning” of ACI 301; provided, that the maximum slump for any concrete shall
not exceed 4 inches except when the use of high range water reducer is permitted which
increases the maximum slump to 8 inches.
B. Mixing
Mixing of concrete shall conform to the requirements of Chapter 7 of said ACT 301
specifications.
Maximum slumps shall be as specified in Paragraph 2.08A, herein
D. Betemnermg
Concrete or mortar which has partially hardened shall not be retempered.
9310 0 Krieger & Stewart, Incorporated 1998 Concrete-10
3.02 Preparation of Surfaces for Concreting
A. Ciell~l
Earth surfaces shall be thoroughly wetted by sprinkling, prior to placing any concrete,
and these surfaces shall be kept moist by frequent sprinkling up to the time of placing concrete thereon. These surfaces shall be free from standing water, mud, and debris at
the time of placing concrete.
B. Joints in Concrete
The location of all construction joints not specifically noted or shown shall be approved
by Engineer. Concrete surfaces upon or against which concrete is to be placed, where
the placement of the old concrete has been stopped or interrupted so that, as determined
by the Engineer, the new concrete cannot be incorporated integrally with that previously
placed, are defined as construction joints. The surfaces of horizontal joints shall be
given a compacted, roughened surface for good bond. Except where the drawings call
for joint surfaces to be coated, the joint surfaces shall be cleaned of alllaitance, loose or
defective concrete, and foreign material. Such cleaning shall be accomplished by
sandblasting to remove laitance and to provide a uniform surface texture with
approximately l/4 inch of surface sandblasted off. Sandblasting shall be followed by
thorough washing. All pools of water shall be removed from the surface of construction
joints before the new concrete is placed.
C. Placing Interruntions
When placing of concrete is to be interrupted long enough for the concrete to take a set, the working face shall be given a shape by the use of forms or otber means, that will
secure proper union with subsequent work; provided that construction joints shall be made only where acceptable to the Engineer.
D. Embedded Items
Concrete shall not be placed until all formwork, installation of parts to be embedded,
reinforcement steel, and preparation of surfaces involved in the placing have been
completed and accepted by the Engineer at least 4 hours before placement of concrete.
All surfaces of forms and embedded items that have become encrusted with dried grout
from concrete previously placed shall be cleaned of all such grout before the surrounding
or adjacent concrete is placed.
E. All inserts or other embedded items shall conform to the requirements herein.
F. All reinforcement, anchor bolts, sleeves, inserts, and similar items shall be set and
secured in the forms where shown on Contract Drawings and shall be acceptable to the
Engineer before any concrete is placed. Accuracy of placement is the responsibility of
the Contractor.
9310
Q Krieger & Stewart, Incorporated 1998 Concrete-l 1
G. Concrete anchor bolts and expansion anchors shall be inserted to the minimum depths
listed below unless noted otherwise:
Reinforced Concrete
Expansion anchors shall be red head wedge, self-driving, stud, multi-set, or equal.
H. All smooth dowels shall have at least one side coated with a bond breaker. Bowel bond
breaker shall be a heavy duty industrial grease hand applied. A wax paper or PVC
sleeve may be used at the Contractor’s option if specifically manufactured to create slip
dowels. Paper tubing shall be multi-ply stock and heavily impregnated with paraffin.
Maximum sleeve thickness shall be l/16” and sleeve shall fit snugly over dowel.
I. Casting New Concrete Against Old
Where concrete is to be cast against old concrete (any concrete which is greater than 60
days of age), surfaces of the old concrete shall be thoroughly cleaned and roughened by
sand-blasting (exposing aggregate) prior to placement.
J. Concrete shall not be placed in any old or new structure until all water entering the space
to be filled with concrete has been properly cut off or has been diverted by pipes, or
other means, and carried out of the forms, clear of the work. Concrete shall not be
deposited underwater nor shall the Contractor allow still water to rise on any concrete
until the concrete has attained its initial set. Water shall not be permitted to flow over
the surface of any concrete in such a manner and at such velocity as to injure the surface
finish of the concrete. Contractor shall provide pumping or other necessary dewatering
operations for removing groundwater, if required, with methods subject to review by
Engineer.
K. Corrosion Protection
Pipe, conduit, dowels, and other ferrous items required to be embedded in concrete
construction shall be so positioned and supported prior to placement of concrete that
there will be a minimum of 2 inches clearance between said items and any part of the
concrete reinforcement. Contractor shall not secure such items in position by wiring or
welding them to the reinforcement.
L. Anchor Bolts shall be accurately set, and shall be maintained in position by templates
while being embedded in concrete.
M. Cl-
Surfaces of all metalwork to be in contact with concrete shall be thoroughly cleaned of
all dirt, grease, loose scale and rust, grout, mortar, and other foreign substances
immediately before concrete is placed.
9310 0 Krieger & Stewart, Incorporated 1998 Concrete-12
3.03 Handling, Transporting, and Placing
A. General
Placing of concrete shall conform to the applicable requirements of Chapter 8 of AC1
30 1 and the requirements of this section.
B. Non-Conformine Work or Materials
Concrete which upon or before placing is found not to conform to the requirements
specified herein shall be rejected and immediately removed from the work. Concrete
which is not placed in accordance with these specifications, or which is of inferior
quality, shall be removed and replaced by and at the expense of the Contractor.
C. Unauthorized Placement
Concrete shall not be placed except in the presence of duly authorizedrepresentative of
the Engineer. Contractor shall notify Engineer at least 24 hours in advance of placement
of any concrete.
D. Placement in Wall Forms
Concrete shall not be dropped through reinforcement steel or into any deep form, whether reinforcement is present or not, causing separation of the coarse aggregate from
the mortar on account of repeatedly hitting rods or the sides of the form as it falls, nor shall concrete be placed in any form in such a manner as to leave accumulation of mortar
on the foxm surfaces above the placed concrete. In such cases, some means such as the use of hoppers and, if necessary, vertical ducts of canvas, rubber, or metal shall be used
for placing concrete in the forms in a manner that it may reach the place of final deposit
without separation. In no case shall the free fall of concrete exceed 4 feet below the ends
of ducts, chutes, or buggies. Concrete shall be uniformly distributed during the process
of depositing and in no case a&r depositing shall any portion be displaced in the forms
more than 6 feet in horizontal direction. Concrete in forms shall be deposited in uniform
horizontal layers not deeper than 2 feet; and Contractor shall take care to avoid inclined
layers or inclined construction joints except where such are required for sloping
members. Each layer shall be placed while the previous layer is still soft.
E. Placement in Slabs
Concrete placed in sloping slabs shall proceed uniformly from the bottom of the slab to
the top, for the full width of the placement. As the work progresses, concrete shall be
vibrated and carefully worked around the slab reinforcement, and the surface of the slab
shall be screeded in an up-slope direction.
F. erature of Concrete
Temperatures of concrete when it is being placed shall be not more than 90 degrees F
nor less than 40 degrees F in moderate weather, and not less than 50 degrees F in
weatber during which the mean daily temperature drops below 40 degrees F. Concrete
ingredients shall not be heated to a temperature higher than that necessary to keep the
temperature of the mixed concrete, as placed, from falling below the specified minimum
9310
Q Krieger & Stewart, Incorporated 1998 Concrete-13
temperature. If concrete is placed when the weather is such that the temperature of the
concrete would exceed 90 degrees F, Contractor shall employ effective means, such as
precooling of aggregates and mixing water using ice or placing at night, as necessary to
maintain the temperature of the concrete, as it is placed, below 90 degrees F. Contractor
shall be entitled to no additional compensation on account of the foregoing requirements.
G. Cold Weather Placement
Earth foundations shall be free from frost or ice when concrete is placed upon or against
them. Fly ash concrete shall not be placed when the air temperature falls below 50
degrees F.
3.04 Pumping of Concrete
A. General
If the pumped concrete does not produce satisfactory end results, Contractor shall
discontinue the pumping operation and proceed with the placing 6f concrete using
conventional methods.
B.
Pumping equipment must have 2 cylinders and be designed to operate with one cylinder
only in case the other one is not functioning. In lieu of this requirement, Contractor may
have a standby pump on the site during pumping.
C. The minimum diameter of hose (conduits) shall be 4 inches.
D. Contractor shall replace pumping equipment and hoses (conduits) that are not
functioning properly.
E. Contractor shall not use aluminum conduits for conveying the concrete.
Minimum compressive strength, cement content, and maximum size of aggregates shall
be as specified in Paragraph 2.07, herein.
G. Gradation of coarse aggregates shall conform to ASTM C 33 and shall be as close to the
middle range as possible.
H. Gradation of fme aggregate shall conform to ASTM C 33, with 15 to 30 percent passing
the number 50 screen and 5 to 10 percent passing the number 100 screen. The fineness
modules of sand used shall not be over 3.00.
I. Water and slump requirements shall conform to Paragraphs 2.01D.2 and 2.07B for water
and 2.08A for slump.
J. Cement and admixtures shall conform to Paragraph 2.01D, herein.
9310 Q Krieger & Stewart, Incorporated 1998 Concrete-14
3.05 Order of Placing Concrete
The order of placing concrete in all parts of the work shall be acceptable to the Engineer. In
order to minimize the effects of shrinkage, the concrete shall be placed in units as bounded by
construction joints shown. The placing of units shall be done by placing alternate units in a
manner such that each unit placed shall have cured at least 7 days before the contiguous unit or
units are placed.
3.06 Tamping and Vibrating
A.
B.
As concrete is placed in the forms or in excavations, Contractor shall insure it is
thoroughly settled and compacted, throughout the entire depth of the layer which is
being consolidated, into a dense, homogeneous mass, filling all comers and angles,
thoroughly embedding the reinforcement, eliminating rock pockets, and bringing only a
slight excess of water to the exposed surface of concrete during placement. Vibrators
shall be high speed power vibrators (8000 to 10,000 rpm) of an immersion type in sufficient number and with (at least one) standby units as required. -
Contractor shall take care in placing concrete around water-stops. Contractor shall
carefully work concrete by rodding and vibrating to make sure that all air and rock
pockets have been eliminated. Where flat-strip type waterstops are placed horizontally,
the concrete shall be worked under the water-stops by hand, making sure that all air and
rock pockets have been eliminated. Concrete surrounding the waterstops shall be given
additional vibration, over and above that used for adjacent concrete placement to assure
complete embedment of the waterstops in the concrete.
C. Concrete in walls shall be internally vibrated and at the same time rammed, stirred, or
worked with suitable appliances, tamping bars, shovels, or forked tools until it
completely fills the forms or excavations and closes snugly against all surfaces.
Subsequent layers of concrete shall not be placed until the layers previously placed have
been worked thoroughly as specified. Vibrators shall be inserted vertically into the
concrete and pulled out slowly, penetrating l/3 of the layer depth of the layer previously
placed. Vibrators shall be provided in sufficient numbers, with standby units as
required, to accomplish the results herein specified within 15 minutes after concrete of the prescribed consistency is placed in the forms. The vibrating head shall be kept from
contact with the surfaces of the forms. Care shall be taken not to vibrate concrete
excessively or to work it in any manner that causes segregation of its constituents.
3.07 Finishing Concrete Surfaces
Surfaces shall be free from fins, bulges, ridges, offsets, honeycombing, or roughness of
any kind, and shall present a fmished, smooth, continuous hard surface. Allowable
deviations from plumb or level and from the alignment, profiles, and dimensions shown
are defined as tolerances and are specified in Paragraphs 1.04F and l.O4G, herein. These
tolerances are to be distinguished from irregularities in finish as described herein.
Aluminum finishing tools shall not be used.
9310
Q Krieger & Stewart, Incorporated 1998 Concrete-15
B. F -Surfaczs
On surfaces not exposed to view, no treatment is required a&r form removal except for curing, repair of defective concrete, and treatment of surface defects. An architectural
finish is required on exposed to view surfaces in accordance with Section 3.08 unless
otherwise specified.
C. unformed Surfaces
After proper and adequate vibration and tamping, all unformed top surfaces of slabs,
floors, walls, and curbs shall be brought to a uniform surface with suitable tools. The
classes of finish specified for unformed concrete surfaces are designated and defined as
follows:
1. Class “1”. Mter the floated surface (as specified for Class “3”) has hardened
sufficiently to prevent excess of fine material from being drawn to the surface,
steel troweling shall be performed with firm pressure such as will flatten the
sandy texture of the floated surface and produce a dense, uniform surface free
from blemishes, ripples, and trowel marks. The finish shall be smooth and free
of all irregularities.
2. Class “2”. Steel trowel finish (as specified for Class “I”) without local
depressions or high points. In addition, the surface shall be given a light
hairbroom finish with brooming perpendicular to drainage unless otherwise shown. The resulting surface shall be rough enough to provide a nonskid finish.
3. After sufficient stiffening of the screeded concrete, surfaces shall be Class “3”.
float finished with wood or metal floats or with a finishing machine using float
blades. Contractor shall not excessivly float concrete surfaces while the
concrete is plastic or dust concrete surfaces with dry cement and sand to absorb
excess moisture. Floating shall be the minimum necessary to produce a surface
that is free from screed marks and is uniform in texture. Surface irregularities
shall not exceed l/4 inch. Joints and edges shall be tooled where shown or as
determined by the Engineer.
4. Contractor shall provide sufficient leveling and screeding to produce Class “4”.
an even, uniform surface with surface irregularities not to exceed 3/8 inch. No
further special finish is required.
Contractor shall fkish unformed s&aces according to the following schedule unless
otherwise shown or specified:
Unformed Surface Finish Schedule
Am
Grade slabs and foundations to be covered with concrete or fill material
Floors to be covered with grouted tile or topping grout
Slabs which are water bearing with slopes 10 percent and less
Slopin than l~percent slabs which are water bearing with slopes greater
Finish
Class “4”
Class “3”
Class ” 1”
class “2”
9310 Q Krieger & Stewart, Incorporated 1998 Concrete-16
Unformed Surface Finish Schedule (cont’d)
&g
Slabs not water bearing
Slabs to be covered with built-up roofing
Interior slabs and floors to receive architectural finish
Finish
Class “2”
Class “3”
Class “3”
3.08 Architectural Finish
A. Smooth Sacked Finish
Contractor shall provide architectural finish for exposed to view concrete surfaces.
Exposed concrete surfaces include the exterior of structures beginning one foot below
grade, the tops of walls, and the interior of water holding structures beginning at the top
of wall and extending to one foot below the low water line. Architectural finish shall
also be provided for interior exposed to view concrete surfaces. All other incidental
exposed to view concrete surfaces shall be provided with an architectural finish such as
concrete stairways, concrete containment facilities around chemical storage tanks, elevated walkways, and the like. Architectural finish (i.e., smooth sacked finish) shall
also be provided where shown.
B. Immediately after the forms have been stripped, the concrete surface shall be inspected
by Engineer and any pour joints, voids, rock pockets, or other defective areas shall be
repaired by Contractor and all form-tie fastener holes filled as required in Paragraphs
3.12 and 3.13, herein.
C.
D.
After the concrete has cured at least 14 days, Contractor shall remove curing compound
by sandblasting, the surface shall be wetted, and a grout shall be applied with a brush.
The grout shall be made by mixing one part portland cement and one part of fine sand
that will pass a No. 16 sieve with suf&ient water to give it the consistency of thick paint. The cement used in said grout shall be 112 gray and l/2 white portland cement, as
determined by the Engineer. White portland cement shall be Atlas white, or equal,
furnished by the Contractor. The freshly applied grout shall be vigorously rubbed into
the concrete surface with a wood float filling all small air holes. After all the surface
grout had been removed with a steel trowel, the surface shall be allowed to dry and,
when dry, shall be vigorously rubbed with burlap to remove completely all surface grout
so that there is no visible paint-like film of grout on the concrete. The entire cleaning
operation for any area shall be completed the day it is started, and grout shall not be left
on the surface ovmight.
Surface Overnight
Cleaning operations for any given day shall be terminated at panel joints. Contractor
shall insure that the various operations be carefully timed to secure the desired effect
which is a light-colored concrete surface of uniform color and texture without any
appearance of a paint or grout film.
E. In the event that improper manipulation results in an inferior finish, Contractor shall rub
such inferior areas with carbonmdum bricks.
9310 0 Krieger & Stewart, Incorporated 1998 Concrete-17
F. Before beginning any of the final treatment on exposed surfaces, Contractor shall treat in
a satisfactory manner a trial area of at least 200 square feet in some inconspicuous place
selected by the Engineer and shall preserve said trial area undisturbed until the
completion of the job.
G. All architecturally-treated concrete surfaces shall conform to the accepted sample in
texture, color, and quality. It shall be the Contractor’s responsibility to maintain and
protect the concrete finish.
3.09 Curing and Dampproofmg
A. &neral
All concrete shall be cured for not less than 14 days after placing in accordance with the
methods specified herein for the different parts of the work as follows:
&trface to be Cured or Damunroofed
Unstripped forms
Wall sections with forms removed
Construction joints between footings and walls, and between floor slab and columns
Surface to be Cured or Damunroofed (cont’d)
Encasement concrete and thrust blocks
All concrete surfaces not elsewhere m this Paragrap 7! ecifically provided for
Floor slabs on grade in hydraulic structures
Roof and slabs not on grade
B. Method.
C.
Method
3
4
5
6
Wooden forms shall be wetted immediately after concrete has been placed and shall be
kept wet with water until removed. If steel forms are used the exposed concrete surfaces
shall be kept continuously wet until the forms are removed. If forms are removed within
14 days of placing the concrete, curing shall be continued in accordance with Method 4,
Paragraph 3.09E herein.
Method
The surface shall be covered with burlap mats which shall be kept wet with water for the
duration of the curing period, until the concrete in the walls has been placed. No curing
compound shall be applied to surfaces cured under Method 2.
9310
Q Krieger & Stewart, Incorporated 1998 Concrete-l 8
D. Method 3
The surface shall be covered with moist earth not less than 4 hours, nor more than 24
hours, after the concrete is placed. Earthwork operations that may damage the concrete
shall not begin until at least 7 days after placement of concrete.
E. Method 4
The surface shall be sprayed with a liquid curing compound.
1. Curing compound shall be applied in accordance with the manufacturer’s printed
instructions at a maximum coverage rate of 175 square feet per gallon and in
such a manner as to cover the surface with a uniform film which will .seal
thoroughly. Two spray coats shall be applied, with the second coat sprayed at
right angle direction from first coat.
2. Where the curing compound method is used, care shall be exercised to avoid
damage to the seal during the curing period. Should the seal be damaged or broken before the expiration of the curing period, Contractor shall repair break
immediately by the application of additional curing compound over the damaged
portion.
3. Wherever curing compound may have been applied by mistake to surfaces
against which concrete subsequently is to be placed and to which it is to adhere,
said compound shall be entirely removed by wet sandblasting just prior to the
placing of new concrete.
4. Where curing compound is specified, it shall be applied as soon as the concrete has hardened enough to prevent marring on unformed surfaces, and within 2
hours after removal of forms from contact with formed surfaces. Repairs
required to be made to formed surfaces shall be made within the said 2-hour
period; provided, however, that any such repairs which cannot be made within
the said 2-hour period shall be delayed until after the curing compound has been
applied. When repairs are to be made to an area on which curing compound has
been applied, the area involved shall first be wet-sandblasted to remove the
curing compound, following which repairs shall be made as specified herein.
F. Method5
Immediately after the concrete has been screeded, it shall be treated with a liquid
evaporation mtardant. The retardant shall be used again after each work operation as
necessary to prevent drying shrinkage cracks.
1. Immediately after each square foot of the concrete has been finished, it shall be
given a coat of curing compound in accordance with Method 4, Paragraph 3.09E
herein. Not less than one hour nor more than 4 hours after the coat of curing
compound has been applied, the surface shall be wetted with water delivered
through a fog nozzle, and concrete-curing blankets shall be placed on the slabs.
The curing blankets shall be polyethylene sheet, polyethylene-coated waterproof
paper sheeting or polyethylene-coated burlap. The blankets shall be laid with
the edges butted together and with the joints between strips sealed with 2 inch
9310 Q Krieger & Stewart, Incorporated 1998 Concrete-19
2.
wide strips of sealing tape or with edges lapped not less than 3 inches and
fastened together with a waterproof cement to form a continuous watertight joint.
Curing blankets shall be left in place during the 14 day curing period and shall
not be removed until after concrete for adjacent work has been placed. Should the curing blankets become tom or otherwise ineffective, Contractor shall
replace damaged sections. During the first 3 days of the curing period,
Contractor shall not allow traffic of any nature or depositing, temporary or
otherwise, of any materials on the curing blankets. During the remainder of the
curing period, foot traffic and temporary depositing of materials that impose
light pressure will be permitted only on top of plywood sheets 518 inch minimum
thickness, laid over the curing blanket. Contractor shall add water under the
curing blanket as often as necessary to maintain damp concrete surfaces at all
times.
G. Method
Concrete slabs shall be treated with an evaporation retardant as specified in Method 5.
The concrete shall be kept continuously wet by the application of water for a minimum
period of at least 14 consecutive days beginning immediately after the concrete has been
placed or forms removed. Heavy curing mats shall be used as a curing medium to retain’
the moisture during the curing period. The curing medium shall be weighted or otherwise held in place to prevent being dislodged by wind or any other causes. Until
the concrete surface is covered with the curing medium, the entire surface shall be kept
damp by applying water using nozzles that atom&e the flow so that the surface is not
marred or washed. Curing blankets and concrete shall be kept continuously wet by the
use of sprinklers or other means both during and after normal working hours.
Immediately after the application of water has t exminated at the end of the curing period,
the curing medium shall be removed and curing compound immediately applied in
accordance with Method 4, Paragraph 3.09E herein. Contractor shall dispose of excess
water from the curing operation to avoid damage to the work.
3.10 Protection
Contractor shall protect all concrete against injury until final acceptance by the Owner. Fresh
concrete shall be protected from damage due to rain, hail, sleet, or snow. Contractor shall
provide such protection while the concrete is still plastic and whenever such precipitation is
imminent or occurring. Immediately following the fust frost in the fall, Contractor shall be
prepared to protect all concrete against freezing. After the first frost, and until the mean daily
temperature in the vicinity of the worksite falls below 40 degrees F for more than one day, the
concrete shall be maintained at a temperature not lower than 50 degrees F for at least 72 hours
after it is placed.
3.11 Curing in Cold Weather
A. Water curing of concrete may be reduced to 6 days during periods when the mean daily
temperature in the vicinity of the work&e is less than 40 degrees F; provided that,
during the prescribed period of water curing, when temperatures are such that concrete
s&aces may freeze, water curing shall be temporarily discontinued.
9310
0 Krieger & Stewart, Incorporated 1998 Concrete-20
B. Concrete cured by an application of curing compound will require no additional
protection from freezing if the protection at 50 degrees F for 72 hours is obtained by
means of approved insulation in contact with the forms or concrete surfaces; otherwise,
concrete shall be protected against freezing temperatures for 72 hours immediately
following 72 hours protection at 50 degrees F. Concrete cured by water curing shall be
protected against freezing temperatures for 3 days immediately following the 72 hours of
protection at 50 degrees F.
C. Discontinuance of protection against freezing temperatures shall be such that the drop in
temperature of any portion of the concrete will be gradual and will not exceed 40 degrees
F in 24 hours. In the spring, when the mean daily temperature rises above 40 degrees F
for more than 3 successive days, the specified 72 hour protection at a temperature not
lower than 50 degrees F may be discontinued for as long as the mean daily temperature
remains above 40 degrees F; provided, that the concrete shall be protected against
freezing temperatures for not less than 48 hours after placement.
D. Where artificial heat is employed, Contractor shall take special care to prevent the
concrete from drying. Use of unvented heaters will be permitted only when unformed
surfaces of concrete adjacent to the heaters are protected for the first 24 hours from an
excessive carbon dioxide atmosphere by application of curing compound; provided, that
the use of curing compound for such surfaces is otherwise permitted by these
specifications.
3.12 Treatment of Surface Defects
A. As soon as forms are removed, all exposed surfaces shall be carefully examined by
Engineer and any irregularities shall be immediately rubbed or ground by the Contractor
in a satisfactory manner in order to secure a smooth, uniform, and continuous surface.
Contractor shall not plaster or coat surfaces to be smoothed. Repairs shall not be made
untii after inspection by the Engineer. Contractor shall not in any case perform
extensive patching of honeycombed concrete. Concrete containing minor voids, holes, honeycombing, or similar depression defects shall be repaired as specified herein.
Concrete containing extensive voids, holes, honeycombing, or similar depression
defects, shall be completely removed and replaced. All repairs and replacements herein specified shall be promptly executed by the Contractor at its own expense.
B. Defective surfaces to be repaired as specified in Paragraph 3.12A, shall be cut back from
trueline a minimum depth of l/2 inch over the entire area. Edges shall not be feathered.
Where chipping or cutting tools are not required in order to deepen the area properly, the
surface shall be prepared for bonding by the removal of all laitance or soft material, and
not less than l/32 inch depth of the surface film from all hard portions, by means of an
efficient sandblast. After cutting and sandblasting, the surface shall be wetted sufficiently in advance of applying cement mortar so that while the repair material is
being applied, the surfaces under repair will remain moist, but not so wet as to overcome
the suction upon which a good bond depends. The concrete shall then be patched as follows:
A bonding material such as acryl 60 shall be applied to the surface of the area to be
repaired just prior to application of the repair mixture. The repair mixture shall consist
of one part of Type II, low alkali, Portland cement to 3 parts concrete sand. Mix solution
shall contain l/3 bonder, such as acryl60, to 2/3 water and added in quantities sufIicient
9310
0 Krieger & Stewart, Incorporated 1998 Coaerete-21
to allow placement but not cause hairchecking or slippage. Quantities prepared should
be limited to that able to be completed within 30 minutes. Areas repaired shall be
compacted with a wood ramming device and cured with the watcr/acryl 60 solution.
Repair mixture shall be applied in maximum 1 inch lifts.
For exposed walls, the cement shall contain such a proportion of Atlas white Portland
cement as is required to make the color of the patch match the color of the surrounding
concrete.
C. Holes left by tie-rod cones shall be reamed with suitable toothed reamers so as to leave
the surfaces of the holes clean and rough. These holes then shall be repaired as
described in Paragraph 3.12B.
D. All repairs shall be built up and shaped in such a manner that the completed work will
conform to the requirements of Paragraph 3.08 or 3.09, as applicable, using approved
methods which will not disturb the bond, cause sagging, or cause horizontal fractures.
3.13 Testing of Hydraulic Structures
A. General
Contractor shall water test all concrete tanks, hydraulic channels, sumps, basins, and
other structures designed to contain water prior to backfilling. Testing shall be
accomplished by filling the structure with water. Testing shall not be performed until
roof is in place (if applicable) and all concrete has attained full design strength.
Contractor shall provide the following:
1. All pumps, power, piping, and any other quipment required to fill tanks for
testing.
2. Necessary provisions to dispose of test water after testing, including pumping if
necessary. At completion of tests all temporary piping and connections shall be
removed. Waste water shall be disposed of without creating a nuisance or
damage to adjacent property.
B. Test Procedure
The structure shall be full to high water level at beginning of test. Contractor may elect
to keep the tank full of water for as long as 48 hours prior to the test to allow for water
absorption by the concrete. Test period shall be 5 consecutive 24 hour periods totaling 5
consecutive days. Liquid level shall be accurately measured at the beginning and end of
test to determine amount of leakage. All visible leaks shall be marked for repair after
draining. Permissible leakage from the structure shall not exceed 0.5 gpm per million
gallon storage capacity in each 24 hour period over a period of 5 consecutive days after allowance is made for evaporation. If the leakage exceeds the permissible amount, the
structure shall be emptied, leaks shall be repaired (in a manner favorably reviewed by
the Engineer), and the test rerun. Even if structure passes water loss test, all visible
leakage shall be repaired.
9310
Q Krieger 81 Stewart, Incorporated 1998 concrete-22
3.14 Care and Repair of Concrete
Contractor shall protect all concrete against injury or damage from excessive heat, lack of
moisture, overstress, or any other cause until final acceptance of the Owner. Particular care shall
be taken to prevent the drying of concrete and to avoid roughening or otherwise damaging the
surface. Any concrete found to be damaged, or which may have been originally defective, or
which becomes defective at any time prior to the final acceptance of the completed work, or
which departs from the established line or grade, or which, for any other reason, fails to conform
to the requirements of the Contract Documents, shall be satisfactorily repaired or removed and
replaced with acceptable concrete at the Contractor’s expense.
9310
Q Krieger & Stewart, Incorporated 1998 Concrete-23
BASIC CONCRETE FORMWORK SPECIFICATIONS
PART 1 - GENERAL
1.01 General Requirements
Contractor shall furnish all materials for concrete formwork, bracing, shoring, and supports and
shall design and construct all falsework, all in accordance-with the provisions of the Contract
Document.
1.02 Reference Specifications, Codes, and Standards
A. Codes
The Building Code, as referenced herein, shall be the Uniform Building Code (UBC) of
the International Conference of Building Officials (ICBO), latest edition. -
B. Commercial Standards
AC1 347 Recommended Practice for Concrete Formwork, latest edition.
1.03 Contractor Submittals
A. Falsework Calculations and Drawings
Contractor shall comply with the provisions of Section 1717 of the Division of Industrial Safety, Construction Safety Orders, as revised November 1973, which requires that all
falsework or vertical shoring installations where the heights of the falsework or vertical
shoring, as measured from the top of the sills to the soffit of the superstructure, exceeds
14 feet, or where individual horizontal span lengths exceed 16 feet, or provision for
vehicular or railroad traffic through falsework or vertical shoring is made, shall be
approved and signed by a civil Engineer, registered in the State of California; provided
further, that a copy of the falsework plan or shoring layout shall be available on the job
site at all times.
B. Contractor shall submit detailed plans of the falsework proposed to be used. Such plans
shall be in sufficient detail to indicate the general layout, sixes of members, anticipated
stresses, grade of materials to be used in the falsework, and typical soil conditions.
1.04 Quality Assurance
The variation from established grade, line, plumbness, or thickness shall be as set forth in
Section 1.04F of the Basic Concrete Specification, and there shall be no offsets or visible
waviness in the finished surface. All other tolerances shall be within the “Suggested Tolerances”
specified in Section 203 of AC1 347.
9308
Q Krieger & Stewart, Incorporated 1998 Concrete Formwork-
PART 2 - PRODUCTS
2.01 General
Except as otherwise expressly accepted by the Engineer, all lumber brought on the job site for
use a forms, shoring, or bracing shall be new materials. All forms shall be smooth surface forms
and shall be of the following materials:
Walls Columns Roof and Floor slabs 1 All other work -
Steel or plywood panel Steel, pl Plywoo d” ood, or fiber glass
Steel panels, plywood or tongue and groove lumber
2.02 Form and Falsework Materials
A. Materials for concrete forms, formwork, and falsework shall conform to the following
requirements:
1. Lumber shall be Douglas Fir or Southem Pine, construction grade or better, in
conformance with U.S. Product Standard PS20.
2. Plywood for concrete formwork shall be new, waterproof, synthetic resin
bonded, exterior type Douglas Fir or Southem Pine plywood manufactured
especially for concrete formwork and shall conform to the requirements of PS 1 for Concrete Forms, Class I, and shall be edge sealed.
3. Form materials shall be metal, wood, plywood or other approved material that
will not adversely affect the concrete and will facilitate placement of concrete to
the shape, form, line, and grade shown. Metal forms shall be an approved me
that will accomplish such results. Wood forms for surfaces to be painted shall
be Medium Density Overlaid plywood, MD0 Ext. Grade.
B. Unless othenvise shown, exposed edges and comers in concrete members shall be
provided with 3/4-inch chamfers. Re-entrant comers in concrete members shall not have
fillets unless otherwise shown.
C. Forms and falsework to support the roof and floor slabs shall be designed for the total
dead load, plus a live load of 30 psf (minimum).
2.03 Form Ties
A. Form ties with integral waterstops shall be provided with a plastic cone or other suitable
means for f&g a conical hole to insure that the form tie may be broken off back of
the face of the concrete. The maximum diameter of removable cones for rod ties, or of
other removable form-tie fasteners having a circular cross-section, shall not exceed l-l/2
inches; and all such fasteners shall be such as to leave holes of regular shape for
reaming.
B. Form ties for water-retaining structures shall have integral waterstops. Removable taper
ties may be used when approved by the Engineer. A preformed neoprene or
polyurethane tapered plug sized to seat at the center of the wall shall be inserted in the hole left by the removal of the taper tie.
9308
Q Krieger & Stewart, Incorporated 1998 Concrete Formwork-
PART 3 - EXECUTION
3.01 General
-.
A. Forms to confine the concrete and shape it to the required lines shall be used wherever
necessary. Contractor shall assume full responsibility for the adequate design of all
forms, and any forms which are unsafe or inadequate in any respect shall promptly be removed corn the work and replaced at the Contractor’s expense. A sufficient number of
forms of each kind shall be provided to permit the required rate of progress to be maintained. The design and inspection of concrete foxms, falsework, and shoring shall
comply with applicable local, state and federal regulations. Plumb and string lines shall
be installed before concrete placement and shall be maintained during placement. Such
lines shall be used by the Contractor’s personnel and by the Engineer and shall be in
sufficient number and properly installed. During concrete placement, the Contractor
shall continually monitor plumb and string line form positions and immediately correct
deficiencies.
B. Concrete forms shall conform to the shape, lines, and dimensions of members as called for on the Contract Drawings, and shall be substantial, free from surface defects, and
sufficiently tight to prevent leakage. Forms shall be properly braced or tied together to
maintain their position and shape under a load of freshly-placed concrete. If adequate
foundation for shores cannot be secured, trussed supports shall be provided.
3.02 Form Design
All forms shall be true in every respect to the required shape and size, shall conform to the
established alignment and grade, and shall be of sufficient strength and rigidity to maintain their
position and shape under the loads and operations incident to placing and vibrating the concrete.
Suitable and effective means shall be provided on all forms for holding adjacent edges and ends
of panels and sections tightly together and in accurate alignment so as to prevent the formation of ridges, fins, offsets, or similar surface defects in the finished concrete. Plywood, 5/8-inch and
greater in thickness, may be fastened directly to studding if the studs are spaced close enough to
prevent visible deflection marks in the concrete. Forms shall be tight so as to prevent the loss of
water, cement and fines during placing and vibrating of the concrete. Specifically, the bottom of
wall forms that rest on concrete footings or slabs shall be provided with a gasket to prevent loss
of fines and paste during placement and vibration of concrete. Such gasket may be a 1 to l-112
inch diameter polyethylene rod held in position to the underside of the wall form. Adequate
clean-out holes shall be provided at the bottom of each lift of forms. The size, number, and
location of such clean-outs shall be as acceptable to the Engineer.
3.03 Construction
A. Vertical Surfaces
All vertical surfaces of concrete members shall be formed, except where placement of
the concrete against the ground is shown. Not less than l-inch of concrete shall be added
to the thickness of the concrete member as shown where concrete is permitted to be
placed against trimmed ground in lieu of forms. Such permission will be granted only
for members of comparatively limited height and where the character of the ground is
9308
(8 Krieger & Stewart, Incorporated 1998 Concrete Formwork-
such that it can be trimmed to the required lines and will stand securely without caving
or sloughing until the concrete has been placed.
B. Construction Joints
Concrete construction joints shall not be placed at locations other than those shown or
specified, except as may be acceptable to the Engineer. When a second lift is placed on
hardened concrete, special precautions shall be taken in the way of the number, location,
and tightening of ties at the top of the old lift and bottom of the new to prevent any
unsatisfactory effect whatsoever on the concrete. Pipe stubs and anchor bolts shall be set in the forms where required.
C. Form Ties
1. Embedded Ties
Holes left by the removal of form tie cones shall be reamed with suitable toothed
reamers so as to leave the surface of the holes clean and r&gh before being
filled with mortar as specified in Section 3.12C of the Basic Concrete
Specifications. Wire ties for holding forms shall not be used. Form-tying
devices or parts thereof, other than metal, shall not be left embedded in the
concrete. Ties shall not be removed in such manner as to leave a hole extending
through the interior of the concrete members. Contractor shall not use snap-ties
which cause spalling of the concrete upon form stripping or tie removal. If steel
panel forms are used, rubber grommets shall be provided where the ties pass
through the form in order to prevent loss of cement paste. Where metal rods
extending through the concrete are used to support or to strengthen forms, the
rods shall remain embedded and shah terminate not less than l-inch back from
the formed face or faces of the concrete.
2. Removable Ties
Where taper ties are approved for use, the larger end of the taper tie shall be on
the wet side of walls in water retaining structures. After the taper tie is removed,
the hole shall be thoroughly cleaned and roughened for bond. A precast neoprene or polyurethane tapered plug shall be located at the wall centerline.
The hole shall be completely filled with non-shrink grout for water bearing and
below-grade walls. The hole shall be completely filled with non-shrink or regular cement grout for above-grade walls which are dry on both sides.
Exposed faces of walls shall have the outer 2 inches of the exposed face filled
with a cement grout which shall match the color and texture of the surrounding
wall surface.
3.04 Reuse of Forms
Forms may be reused only if in good condition and only if acceptable to the Engineer. Light
sanding between uses will be required wherever necessary to obtain uniform surface texture on
all exposed concrete surfaces. Exposed concrete surfaces are defined as surfaces which are
permanently exposed to view. In the case of forms for the inside wall surfaces of
hydraulic/water retaining structures, unused tie rod holes in forms shall be covered with metal caps or shall be filled by other methods acceptable to the Engineer.
9308
Q Krueger & Stewart, Incorporated 1998 Concrete Formwork-
3.05 Removal of Forms
Careful procedures for the removal of forms shall be strictly followed, and this work shall be
done with care so as to avoid injury to the concrete. Contractor shall not apply heavy loading on
green concrete. In the case of roof slabs and above-ground floor slabs, forms shall remain in
place until test cylinders for the roof concrete attain a minimum compressive strength of 75
percent of the 28&y strength specified in the Basic Concrete Specifications; provided, that no
forms shall be disturbed or removed under an individual panel or unit before the concrete in the
adjacent panel or unit has attained 75 percent of the specified 28-&y strength and has been in
place for a minimum of 14 days. The time required to establish said strength shall be as
determined by the Engineer who will make several test cylinders for this purpose from concrete
used in the first group of roof panels placed. If the time so de&mined is more than the 14&y
minimum, then that time shall be used as the minimum length of time. Fotms for all vertical
walls and columns shall remain in place at least 72 hours after the concrete has been placed.
Forms for all parts of the work not specifically mentioned herein shall remain in place for
periods of tune as determined by the Engineer. -
3.06 Maintenance of Forms
Forms shall be maintained at all times in good condition, particularly as to size, shape, strength,
rigidity, tightness, and smoothness of surface. Forms, when in place, shall conform to the established alignment and grades. Before concrete is placed, forms shall be thoroughly cleaned.
Form surfaces shall be treated with a nonstaining mineral oil or other lubricant acceptable to the
Engineer. Any excess lubricant shall be satisfactorily removed before placing the concrete.
Where field oiling of forms is required, Contractor shall perform the oiling at least two weeks in
advance of their use. Oil shall be kept off the surfaces of steel reinforcement and other metal
items to be embedded in concrete. If oil is inadvertently placed on said metal surfaces,
Contractor shall remove oil by sandblasting.
3.07 Falsework
A. Contractor shall be responsible for the design, engineering, construction, maintenance,
and safety of all falsework, including staging, walkways, forms, ladders, and similar appurtenances, which shall equal or exceed the applicable requirements of the provisions
of the OSHA Safety and Health ,Standards for Construction, the requirements of the
Construction Safety Orders of the California Division of Industrial Safety, and the
requirements specified herein.
B. All falsework shall be designed and constructed to provide the necessary rigidity and to support the loads, Falsework for the support of a superstructure shall be designed to
support the loads that would be imposed if the entire superstructure were placed at one
time.
C. Falsework shall be placed upon a solid footing, safe against undermining, and protected
from softening. When the falsework is supported on timber piles, the maximum
calculated pile loading shall not exceed 20 tons. When falsework is supported on any
portion of the structure which is already constructed, the load imposed by the falsework
shall be spread, distributed, and braced in such a way as to avoid any possibility of
damage to the structure.
9308 8 Krieger & Stewart, Incorporated 1998 Concrete Fomwork-5
BASIC CONCRETE REINFORCEMENT SPECIFICATIONS
PART 1 - GENERAL
1.01 General Requirements
Contractor shall furnish, fabricate, and place all concrete reinforcement steel, welded wire fabric,
couplers, and concrete inserts for use in reinforced concrete and masonry construction and shall
perform all appurtenant work, including all the wires, clips, supports, chairs, spacers, and other
accessories, all in accordance with the Contract Documents.
1.02 Reference Specifications, Codes, and Standards
A. Codes
The Building Code, as referenced herein, shall be the Uniform Building Code (UBC) of
the International Conference of Building Officials (ICBO), latest edition
B. Commercial Standards
Where not covered in this specification, all work shall comply with the following
standards, latest editions:
AC1 315 Details and Detailing of Concrete Reinforcement.
AC1 318 Building Code Requirements for Reinforced Concrete.
Manual of Standard Practice for Welded Wire Fabric.
AWS Dl.4 Structural Welding Code - Reinforcing Steel.
1.03 Contractor Submittals
A. Contractor shall furnish shop bending diagrams, placing lists, and drawings of all
reinforcement steel prior to fabrication.
B. Details of concrete reinforcement steel and concrete inserts shall be submitted by the
Contractor at the earliest possible date after receipt by the Contractor of Notice to
Proceed. Said details of reinforcement steel for fabrication and erection shall conform to
AC1 3 15 and the requirements specified and shown. Shop bending diagrams shall show
the actual lengths of bars, to the nearest inch measured to the intersection of the
extensions (tangents for bars of circular cross section) of the outside surface. Shop
drawings shall include bar placement diagrams which clearly indicate the dimensions of
each bar splice.
C. Where mechanical couplers are required or permitted to be used to splice reinforcement
steel, Contractor shall submit manufacturer’s literature which contains instructions and
recommendations for installation for each type of coupler used, certified test reports
which verify the load capacity of each type and size of coupler used; and shop drawings
9308
Q Krieger & Stewart, Incorporated 1998 Concrete Reinforcement-l
which show the location of each coupler with details of how they are to be installed in the formwork.
D. If reinforcement steel is spliced by welding at any location, Contractor shall submit mill
test reports which shall contain the information necessary for the determination of the carbon equivalent as specified in AWS Dl.4. Contractor shall submit a written welding
procedure for each type of weld for each size of bar which is to be spliced by welding; merely a statement that AWS procedures will be followed is not acceptable.
1.04 Quality Assurance
A. If requested by the Engineer, Contractor shall provide samples from each heat of
reinforcement steel delivered in a quantity adequate for testing. Costs of initial tests will
be paid by the Owner. Costs of additional tests due to material failing initial tests shall
be paid by the Contractor.
B. If reinforcement steel is spliced by welding at any location, Contractor shall submit certifications of procedure qualifications for each welding procedure used and
certification of welder qualifications, for each welding procedure, and for each welder
performing the work. Such qualifications shall be as specified in AWS D 1.4.
C. If requested by the Engineer, Contractor shall provide samples of each type of welded
splice used in the work in a quantity and of dimensions adequate for testing. At the discretion of the Engineer, radiographic testing of direct butt welded splices will be
performed. Contractor shall provide assistance necessary to facilitate testing.
Contractor shall repair any weld which fails to meet the requirements of AWS D1.4.
The costs of testing will be paid by the Owner; except, the costs of all tests which fail to
meet specified requirements shall be paid by the Contractor.
PART 2 - PRODUCTS
2.01 Reinforcement Steel
A. All reinforcement steel for all cast-in-place reinforced concrete construction shall
conform to the following requirements:
1. Bar reinforcement shall conform to the requirements of ASTM A 615 for Grade
60 Billet Steel Reinforcement with supplementary requirement S-l, or as
otherwise shown,
2. Welded wire fabric reinforcement shall conform to the requirements of ASTM A
185 and the details shown; provided, that welded wire fabric with longitudinal
wire of W9.5 size wire shall be either furnished in flat sheets or in rolls with a
core diameter of not less than 10 inches; and provided further, that welded wire fabric with longitudinal wires larger than W9.5 size shall be furnished in flat
sheets only.
3. Spiral reinforcement shall be cold-drawn steel wire conforming to the
requirements of ASTM A 82.
9308
Q Krieger & Stewart, Incorporated 1998 Concrete Reinforcement-2
B. Accessories
1. Accessories shall include all necessary chairs, slab bolsters, concrete blocks, tie wires, dips, supports, spacers, and other devices to position reinforcement during
concrete placement. Slab bolsters shall have gray plastic-coated legs.
2. Concrete blocks (dobies), used to support and position reinforcement steel, shall
have the same or higher compressive strength as specified for the concrete in
which it is located. Where the concrete blocks are used on concrete surfaces
exposed to view, the color and texture of the concrete blocks shall match that
required for the finished surface. Wire ties shall be embedded in concrete block
bar supports.
2.02 Mechanical Couplers
A. Mechanical couplers shall be provided where shown and where approved by the
Engineer. The couplers shall develop a tensile strength which exceeds 125 percent of the
yield strength of the reinforcement bars being spliced at each splice. --
B. Where the type of coupler used is composed of more than one component, all
components required for a complete splice shall be supplied. This shall apply to all
mechanical splices, including those splices intended for future connections.
C. The reinforcement steel and coupler used shall be compatible for obtaining the required
strength of the connection.
D. Couplers which are located at a joint face shall be a type which can be set either flush or
recessed from the face as shown. The couplers shall be sealed during concrete
placement to completely eliminate concrete or cement paste from entering. After the
concrete is placed, Contractor shall plug. and seal couplers intended for future
connections to prevent any contact with water or other corrosive materials. Threaded
couplers shall be plugged with plastic plugs which have an O-ring seal.
2.03 Welded Splices
A. Welded splices shall be provided where shown and where approved by the Engineer. All welded splices of reinforcement steel shall develop a tensile strength which exceeds 125
percent of the yield strength of the reinforcement bars which are connected.
B. All materials required to perform the welded splices to the requirements of AWS D1.4
shall be provided.
PART 3 - EXECUTION
3.01 General
All reinforcement steel, welded wire fabric, couplers, and other appurtenances shall be
fabricated, and placed in accordance with the requirements of the Building Code and the
supplementary requirements specified herein.
9308 Concrete Reinforcement-3 8 Krieger & Stewart, Incorporated 1998
3.02 Fabrication
A. GlXlelZll
Reinforcement steel shall be accurately formed to the dimensions and shapes shown, and
the fabricating details shall be prepared in accordance with AC1 3 15 and AC1 3 18,
except as modified by the Drawings. Stirrups and tie bars shall be bent around a pin
having a diameter not less than l-1/2 inch for No. 3 bars, 2-inch for No. 4 bars, and 2-112
inch for No. 5 bars. Bends for other bars shall be made around a pin having a diameter
not less than 6 times the minimum thickness, except for bars larger than 1 inch, in which
case the bends shall be made around a pin of 8 bar diameters. Bars shall be bent cold.
B. Contractor shall fabricate reinforcement bars for structures in accordance with bending
diagrams, placing lists, and placing drawings.
C. Fabricatinn Tolerances
Bars used for concrete reinforcement shall meet the following requirements for
fabricating tolerances:
1. Sheared length: f 1 inch
2. Depth of truss bars: + 0, - l/2 inch
3. Stirrups, ties, and spirals: f l/2 inch
4. All other bends: f 1 inch
3.03 Placing
A. Placing
Reinforcement steel shall be accurately positioned as shown, and shall be supported and wired together to prevent displacement, using annealed iron wire ties or suitable clips at
intersections. All reinforcement steel shall be supported by concrete, plastic or metal
supports, spaces or metal hangers which are strong and rigid enough to prevent any
displacement of the reinforcement steel. Where concrete is to be placed on the ground,
supporting concrete blocks (or dobies) shall be used, in sufficient numbers to support the
bars without settlement, but in no case shall such support be continuous. All concrete
blocks used to support reinforcement steel shall be tied to the steel with wire ties which
are embedded in the blocks. For concrete over formwork, Contractor shall furnish
concrete, metal, plastic, or other acceptable bar chairs and spacers.
B. The portions of all accessories in contact with the formwork shall be made of concrete, plastic, or steel coated with a l/8 inch minimum thickness of plastic which extends at
least l/2 inch from the concrete surface. Plastic shall be gray in color.
C. Tie wires shall be bent away from the forms in order to provide the specified concrete
coverage.
9308 Concrete Reinforcement-4
Q Krieger & Stewart, Incorporated 1998
D. Bars additional to those shown which may be found necessary or desirable by the
Contractor for the purpose of securing reinforcement in position shall be provided by the
Contractor at its own expense.
E. Placine Tolerances
Unless otherwise specified, reinforcement placing tolerances shall be within the limits
specified in Section 7.5 of AC1 3 18 except where in conflict with the requirements of the
Building Code.
F. Bars may be moved as necessary to avoid interference with other reinforcement steel,
conduits, or embedded items. If bars are moved more than one bar diameter, or enough
to exceed the above tolerances, the resulting arrangement of bars shall be as acceptable
to the Engineer.
G. Welded wire fabric reinforcement placed over horizontal forms shall be supported on
slab bolsters having gray, plastic-coated standard type legs as specified in Paragraph B
herein. Slab bolsters shall be spaced not less than 30 inches on centers, shall extend continuously across the entire width of the reinforcement mat, and shall support the
reinforcement mat in the plane shown.
H. Welded wire fabric placed over the ground shall be supported on wired concrete blocks (dobies) spaced not more than 3 feet on centers in any direction. Contractor shall not
utilize the construction practice of placing welded wire fabric on the ground and hooking
into place in the freshly placed concrete.
3.04 Spacing of Bars
A. The clear distance between parallel bars (except in columns and between multiple layers
of bars in beams) shall be not less than the nominal diameter of the bars nor less than l-
l/3 times the maximum size of the coarse aggregate, nor less than 1 inch.
B. Where reinforcement in beams or girders is placed in 2 or more layers, the clear distance
between layers shall be not less than 1 inch.
C. In columns, the clear distance between longitudinal bars shall be not less than l-l/2
times the bar diameter, not less than l-l/2 times the maximum size of the coarse
aggregate, nor less than 1 -l/2 inches.
D. The clear distance between bars shall also apply to the distance between a contact splice and adjacent splices or bars.
3.05 splicing
Reinforcement bar splices shall only be used at locations shown. When it is necessary to splice reinforcement at points other than where shown, the character of the splice shall
be as acceptable to the Engineer.
9308
8 K.rieger & Stewart, Incorporated 1998 Concrete Reinforcement-5
B. SDlices
The length of lap for reinforcement bars, unless otherwise shown shah be in accordance with AC1 3 18, Section 12.15.1 for a class B splice.
C. Laps of welded wire fabric shah be in accordance with the ACI 3 18. Adjoining sheets
shah be securely tied together with No. 14 tie wire, one tie for each 2 running feet. Wires shah be staggered and tied in such a manner that they cannot slip.
D. Splices in column spiral reinforcement, when necessary, shall be made by welding or by
a lap of l-1/2 turns.
Reinforcement shah not be straightened or rebent in a manner which will injure the
material. Bars with kinks or bends not shown shall not be used. All bars shall be bent
cold, unless otherwise permitted by the Engineer. No bars partially embedded in
concrete shall be field-bent except as shown or specifically permitted bythe Engineer. ,
3.06 Cleaning and Protection
A. Reinforcement steel shall at all times be protected from conditions condusive to
corrosion until concrete is placed around it.
B. The surfaces of all reinforcement steel and other metalwork to be in contact with
concrete shah be thoroughly cleaned of all dirt, grease, loose scale and rust, grout,
mortar and other foreign substances immediately before the concrete is placed. Where
there is delay in depositing concrete, reinforcement shall be reinspected and, if necessary
recleaned.
9308 Concrete Reinforcement-6 0 Krieger & Stewart, Incorporated 1998
BASIC CONCRETE MASONRY SPECIFICATIONS
PART 1 - GENERAL
1.01 General Requirements
A. Contractor shall furnish all labor, material, and equipment and perform all operations
necessary to execute all concrete masonry construction as required in the Contract
Documents.
B. Contractor shah make all preparations and do all work necessary to receive and adjoin
other work.
C. Contractor shah give the work his personal supervision and shall keep a competent
foreman on the job at all times.
D. Contractor shall inspect and verify position of all dowels required for masonry on other
construction including foundations.
E. Contractor shah arrange necessary storage space for construction materials at the job
site.
F. Contractor shall call for all inspections required in the course of his work.
1.02 Reference Codes, Specifications, and Standards
A. Codes
Whenever reference is made herein to Building Code, it shall mean the Uniform
$uildinn Code (IJBC), latest edition, as published by the International Conference of
Building Officials.
B. Snecifications
Whenever reference is made herein to Standard Specifications, it shall mean the
11s for Public Works Construction, latest edition, as published by Stan d ec’ficatio dar SD I
Building News Incorporated of Los Angeles, California.
C. Commercial Star&r&
Whenever reference is made herein to ASTM, it shall mean the Annual Book of ASTM Ltn~~$ latest edition, as published by the &nerican Society for Testing and
.
1.03 Quality Assarance
A. All concrete masonry shah comply with the Building Code and reference material
published by the Masonry Institute of America.
9310
Q Krieger & Stewart, Incorporated 1998
Maaomy-1
B. Contractor shah submit samples of the block units for approval of type and color by
Owner prior to commencing with work.
C. Certification
Concrete block manufacturer shall certify that the masonry units furnished meet or
exceed the requirements of this specification.
D. Samnle Panel
Contractor shall build a sample panel, approximately 4 feet by 6 feet, for review and
approval by Engineer before any masonry construction is performed. Said sample panel
may be part of the project and incorporated into the wall system. Full size concrete
masonry units which have been selected and approved by the Engineer to show color
range, maximum texture range, bond, mortar, tooling of joints, and quality of
workmanship shall be used in the sample panel. Sample panel shall remain on the
project for comparison purposes with the actual masonry work.
If the sample panel is not part of the wall system, it shall be demolished and removed
from the site after completion and acceptance for the project concrete masonry work,
unless Contractor is directed otherwise by Owner.
E. -out
1. Te t -4
a. Contractor shall take field samples on the frost day of masonry construction, at any change in materials during construction, and
whenever, in the judgment of the Engineer, tests arc necessary to
determine the quality of the materials.
b. Contractor shah prepare three grout specimens per sample. Each grout
specimen shah be a square prism, nominally 3 inches or larger on the
sides and twice as high as the width.
a. Contractor shall construct samples in the presence of the Engineer or his
representative. The same personnel who lays the block in the structure
shall construct the grout specimens.
b. Contractor shall prepare each specimen in a mold consisting of masonry
units proposed for construction with the same moisture condition as
those being laid. The units shall form a space with dimensions of 3-5/8
inches by 3-518 inches by 7-518 inches. The space shall be lined with a
permeable paper (such as a paper towel) or porous separator to prevent
bonding to the masonry units, but still allowing the excess water to be absorbed.
Contractor shah place a repmsentative sample of the grout into the
molds, puddle, and keep damp and undisturbed for 48 hours. After 48
9310
Q Krieger & Stewart, Incorporated 1998 Masonry-2
hours, Owner’s Representative will lransport the specimens to a test
laboratory for storage.
1.04 Product Storage
Contractor shall store and protect all materials as follows:
Masonry units shall be carefully stacked prior to use and shall be properly protected
from weather by cover or inside storage. All units shall be handled with reasonable care
to prevent maning or damaging of faces, edges, and comers of units. All marred or
damaged units shall be discarded.
B. Lime and Cement
Lime and cement shall be delivered in original packages and stored on platforms above
ground, protected against moisture.
C. Aemeeates
Aggregates shall be stored on platforms so as to exclude dirt.
D. Reinforcine Steel
Reinforcing steel Shall be stored above ground to prevent bending or rusting.
PART 2 - PRODUCTS
2.01 Materials
All products shall conform to the following requirements:
1. Masonry units shall be Grade N-l units conforming to ASTM C90, latest, and
manufactured in accordance with requirements of the Concrete Masonry
Association Specifications.
2. Masonry units shall have maximum shrinkage of .08 of 1% fkom the saturated to
the oven thy condition.
3. Masonry units shall be lightweight aggregate (or sand-gravel aggregate) units
manufactured by a member of the Concrete Masonry Association. Masonry
units may be high temperature steam cured. Owner shall select color of masonry
units.
B. Cement
1. Cement for mortar shall be Type I (or Type II, or Type III) Portland cement
conforming to ASTM CEO, latest.
9310
0 Krieger & Stewart, Incorporated 1998 Masonly-3
2. Air-Entrained Portland Cement for mortar shall be Type I-A (or II-A, or III-A)
conforming to ASTM C175, latest. (Note: When using air-entrained cements,
mortar shall not contain more than l/10 part lime putty).
3. Plastic cement shall have less than 12% total volume in approved plasticizing agents and shall conform to all of the requirements for portland cement in
ASTM Cl50, latest, except with respect to limitations on insoluble residue, air- entrained, and additions subsequent to calcination.
1. Aggregate shall be clean, sharp, and well graded, and f?ee from injurious
quantities of dust, lumps, shale, alkali, surface coatings, and organic matter.
2. Sand shall conform to ASTM Cl44, latest.
3. Pea gravel shall be graded with 100% passing the 3/8 inch sieve and not more
than 5% passing the No. 8 sieve.
D. LimePuttv
1. Lime putty shall be made from approved hydrated lime or quicklime and shall
weigh not less than 83 pounds per cubic foot.
2. Hydrated lime shall conform to ASTM C207, latest.
3. Quicklime shall conform to ASTM C5, latest. Quicklime shall be slaked and
then screened through a ldmesh sieve. After slaking, screening, and before
using, it shall be stored and protected for minimum 10 days.
Admixtures shall not be used in mortar or grout unless specifically approved by
Engineer.
F. Reinforcinn Steel
1. Reinforcing steel shall be Grade 60 deformed bars conforming to ASTM A615,
latest, except that 114 inch ties may be plain bars.
2. Reinforcing steel shall be clean and free from loose rust, scale, and dirt, and
coatings that reduce bond.
2.02 Mortar & Grout
Mortar shall be f?eshly prepared and uniformly mixed in ratio 1 part portland cement,
l/4 part lime putty, and 3-W parts sand. Mortar shall conform to ASTM C270, latest.
9310
@ Krieger & Stewart, Incorporated 1998 MUOIlQ4
B. Grout
1. Grout shall have minimum compressive strength of 2,000 psi.
2. Grout shall be of fluid consistency and mixed in ratio 1 part cement, 3 parts sand
for grout spaces less than 4 inches in any dimension. Grout shall be of fluid
consistency and mixed in ratio 1 part cement, 2 parts sand, and 2 parts pea gravel
for grout spaces greater than 4 inches.
3. Fluid consistency shall mean that consistency of fluid shall be enough for
pouring and yet not so fluid that the constituent parts of the grout separate when
grout is poured (slump equals 9 inches + 1 inch).
PART 3 - EXECUTION
3.01 Workmanship
A.
B.
C.
D.
E.
F.
G.
H.
Masonry work shall be started only when horizontal and vertical alignment of foundation
is within 1 inch of plumb or line.
Contractor shall prevent grout and mortar stains. Contractor shall keep wall continually
clean. If grout runs over, Contractor shall clean wall immediately.
All masonry shall be laid true, level and plumb in accordance with the Construction
Drawings.
Contractor shall cut all masonry units accurately to fit all openings, conduit, ducts, and
plumbing. All holes shall be neatly patched.
Construction support shah not be attached to the wall except where specifically
permitted by the Engineer.
The top surface of the concrete foundation shall be clean and frte of laitance and the
aggregate exposed by sandblasting prior to starting masonry construction.
Where no bond pattern is shown, walls shall be laid up in straight, uniform courses with
regular half or running bond.
All work, bond patterns, or special details shown on the Construction Drawings shall be
accurately and uniformly executed.
3.02 Protection of the Work
A. Contractor shall protect all sills, ledges, and offsets from mortar droppings or other damage during construction.
B. Contractor shall prevent visible mortar and grout stains on the exterior of the work
Contractor shall remove stains immediately if they occur.
9310
Q Krieger & Stewart, Incorporated 1998 Masonry-5
3.03 Masonry Units
A. All masonry units shall be sound, free of cracks, or other defects that would interfere with the proper placing of the unit or impair the strength of construction.
B.
C.
All masonry units shall be stored on the job so that they are kept off the ground and
protected from the elements. Wetting of units is not permitted.
Roper masonry units shall be used to provide for a11 windows, doors, bond beams,
lintels, pilasters, and knockouts, with a minimum unit cutting.
D. Where masonry unit cutting is necessary, Contractor shall utilize a masonry saw making
all cuts neat and true.
3.04 Joints
A.
B.
C.
D.
E.
F.
G.
H.
I.
J.
Starting joints on foundations shall be laid with full mortar coverage on the bed joints
except that the area where grout occurs shall be free from mortar so that the grout will be
in contact with the foundation.
Mortar joints shall be straight, clean, and uniform in thickness and shall be tooled as
specified.
Contractor shall tool exposed wall joints with a round bar (or V-shaped bar) 2 feet long
to produce a dense, slightly concave surface well bonded to the block at the edges.
Tooling shall be done when the mortar is partially set but sufficiently plastic to bond.
All tooling shall be done with a tool which compacts the mortar, pressing the excess
mortar out of the joint rather than dragging it out.
Where walls are to receive plaster, Contractor shall strike joints flush.
Where joints are to be concealed under paint, Contractor shall fill joints flush and then
sack to produce a dense surface without sheen.
Unless otherwise specified, horizontal and vertical mortar joints shall be 3/8 inch thick
with full mortar coverage on the face shells and on the webs surrounding cells to be
filled.
Vertical head joints shall be buttered well for a thickness equal to the face shell of the
block and these joints shall be shoved tightly so that the mortar bonds well to both
blocks. Joints shall be solidly filled from the face of the block to the depth of the face
shell.
If it is necessary to move a block so as to open a joint, Contractor shall remove block
from wall and set in fresh mortar.
Intersecting masonry walls and partitions shall be bonded by the use of steel ties at 24 inch centers maximum.
9310
6 Krieger & Stewart, Incorporated 1998
K. Where stack bond is specified, approved metal ties shall be provided horizontally at 24
inch centers maximum.
3.05 Reinforcing
A.
B.
C.
D.
E.
F.
G.
H.
when a foundation dowel does not line up with a vertical core, it shall not be sloped at
more than one horizontal to six vertical. Dowels shall be grouted into a core in vertical
alignment even though it is in an adjacent cell to the vertical wall reinforcing.
Reinforcing bars shall be straight except for bends around corners or where bends or
hooks are detailed on the drawings.
Reinforcing steel where spliced shall be lapped a minimum of 40 bar diameters.
When full length vertical bars are used, they shall be held in position at top and bottom
at intervals not exceeding 48 inches along the reinforcement.
Horizontal reinforcing shall be laid on the webs of bond beam units and shall be solidly
grouted in place. Reinforcing in channel units shall be spaced off the bottom of the unit.
Vertical reinforcing shall have a minimum clearance of l/4” from the masonry.
Wire reinforcement shall be completely imbedded in mortar or grout. Mortar joints with
wire reinforcement shall be at least twice the thiclaress of the wire.
Wire reinforcement shall be lapped at least 8 inches at splices and shall contain at least 1
cross wire at each piece of reinforcement in the lap distance.
3.06 Grouting
A. Reinforcing steel shall be in place and inspected by Engineer before grouting starts.
B. Unless specified otherwise on drawings, all walls shall be solid grouted Unless
specifically allowed on drawings, height of grout pours shall not exceed 4 feet. All
debris and projecting mortar shall be cleaned out before pouring grout. Pours shall be
stopped I-112 inches below the top of a course to form a key at pour joints.
C. Contractor shall consolidate grout by mechanical vibration during placement &fore loss
of plasticity in a manner to fill the grout space. Grout pours greater than 12 inches shall
be reconsolidated by mechanical vibration after 3 to 5 minutes to minimize voids due to
water loss. Grout pours 12 inches or less in height shall be mechanically vibrated or
puddled.
D. Vertical cells to be filled shall have vertical alignment to maintain a continuous
unobstructed cell area not less than 2 inches by 3 inches.
E. When higher pours are specified, grout lifts shall not exceed 8 feet. A cleanout hole
shall be provided at the bottom of each cell to be poured.
F. Contractor shall grout beams over openings in a continuous operation.
9310
Q Krueger & Stewart, Incorporated 1998 Masonry-7
G. Contractor shall cover the tops of unfilled cell columns under a horizontal masonry beam
with metal lath, or special units shall be used to confine the grout fill to the beam
section.
H. Contractor shall install all bolts, anchors, and similar wall inserts prior to grouting and
solidly grout them in place.
3.07 Cleaning and Protection
A. Masonry walls are to be left bare or unpainted unless otherwise specified; Contractor
shall prevent mortar splotches.
B. Construction supports shall not be attached to the wall except where specifically
permitted by Engineer.
C. All forms shall be made tight (special attention is necessary for bottom form of block
bond beams) and concrete and grout spilled on the wall shall be washed_ off immediately.
D. Walls shall have their surfaces dampened for three days with a light fog spray during the
mortar curing period. They shall not be saturated with water for curing or any other
purposes.
E. At the conclusion of work, Contractor shall clean down all masonry walls, remove his
scaffolding and equipment used in the work, clean up all debris, refuse, and surplus
material, and remove them from the premises.
9310
8 Kriqer & Stewart, Incorporated 1998
BASIC EARTHWORK SPECIFICATIONS
1. Scope
Contractor shall furnish all labor, equipment, and material and perform all operations necessary
for earthwork construction including clearing, excavating, filling, backfilling, compacting, and
grading specified or reasonably required. AI1 debris or material unsuitable for construction shall
be removed from site.
Adequate drainage shall be provided at all times and accumulation of water in excavated areas
shall be prevented. All work shall be protected by pumping, ditching, and other measures required
for the removal of exclusion of water. Any work damaged by the effects of ram runoff or other
weather conditions during any phase of construction shall be reconstructed to conform to the
specified requirements. Contractor shall not pass equipment over or alongside facilities that are
not protected by ample fill material, properly compacted.
Unless otherwise specified or herein modified, all earthwork shall conform to Section 300 of the Standard Specifications for Public Works Construction, published by Building News, Inc., Los
Angeles, California, latest edition, hereinafter “Standard Specifications”. References in the
Standard Specifications to Measurement and Payment shall not apply. -
2. Protection of Existing Work
Before beginning any cutting or demolition work for removals, Contractor shall carefully survey
the existing work and examine the drawings and Specifications to determine the extent of the
work. Contractor shall take all necessary precautions to insure against damage to existing work to
remain in place or to be reused and any damage to such work shall be repaired or replaced as
approved by Owner at no additional cost to Owner. Contractor shall carefully coordinate the work
of this section with all other ‘work and construct and maintain shoring, bracing, and supports as
required. Contractor shall insure that structural elements are not overloaded and be responsible
for increasing structural supports or adding new supports as may be required as a result of any
cutting, removal, or demolition work performed under any part of this Contract.
3. Grade Control
Initial bench marks, lines, and grades will be furnished by Owner. Subsequent control stakes as may be required shall be placed and maintained by Contractor. Bench marks, monuments, and
other reference points, if unnecessarily disturbed or destroyed by Contractor, will be restored by
Owner at Contractor’s expense.
4. Clearing and Grubbing
Except as otherwise specified, indicated areas should be cleaned and grubbed conforming to
Section 300-I of the Standard Specifications. All removed materials shall be disposed off-site in a
location approved by Owner. Bituminous pavement to be removed shall be saw cut to clean,
straight lines.
9910/860-l 0 Krieger & Stewart, Incorporated 1998 Earthwork-l
5. Field Compaction Tests
Where reference is made to relative compaction, it shall be deemed to mean ASTM D1557, latest,
using ten-pound hammer at 18-inch drop.
Cost of all compaction tests having relative compaction less than specified shall be borne by
Contractor. Cost of all compaction tests having relative compaction greater than specified will be borne by Owner. Owner will select soil testing engineer.
6. Materials to be Excavated
Materials to be excavated shall be non-classified and shall include all materials encountered in excavating and grading operations hereunder. Materials shall be excavated to the depth and extent
specified.
7. Excavation
Contractor shall excavate to the elevations and dimensions indicated, plus ample space for
construction operations and inspection of facilities. All facilities to be constructed shall bear on
undisturbed natural ground or material compacted to the relative compaction spe6ified which shall
not be less than 90% relative compaction. If so ordered in writing by Owner, Contractor shall
perform additional excavation beyond limits originally specified. Concrete shall not be placed in
any excavation which has not been approved by Owner. Care shall be taken not to disturb the
excavation prepared for concrete and excess material shall not be removed to make grade until just
before concrete is to be placed. This work shall conform to Sections 300-Z and 300-3 of the
Standard Specifications unless otherwise specified.
8. Fill and Backfill
Fill and backfill shall not be placed until all work to be concealed has been inspected and
approved by Owner. No fill or backfill material shall be deposited against concrete structures
until the concrete has developed its design strength unless authorized by Owner.
Fill and backfill around structures shall be placed in uniform horizontal layers not exceeding 12
inches in loose thickness before compaction and shall be brought up uniformly on all sides of the
structure. Regardless of the specified depth of the layers of material to be compacted, Contractor
shall place the material at depths required to obtain the specified relative compaction. Each layer of material shall be moistened as required and thoroughly tamped, rolled, or otherwise compacted
to the relative compaction specified.
Fill and backfill shall be made with clean, unclassified material excavated from site as approved
by Owner. Unless permitted otherwise, said material shall consist of loose earth or sand free from
stones, clods, or other deleterious materials larger than 8 inches in greatest dimension.
Whenever permitted by Owner, rock may be placed in certain fills. Rock fragments or boulders
up to 24 inches in greatest dimension may be utilized provided that the specified degree of compaction is obtained in the fill material surrounding the rock. The rock fragments or boulders
shall be placed in rows on the fill surface so that they are not in contact with one another and fill material shall be placed between and over the rows of rock fragments or boulders and compacted
with *sheeps foot or other suitable rollers. Ample water and compactive effort shall be applied so
that the resulting fill is free of uncompacted material surrounding the rock. The rows of rock
99101860-l Q Krieger & Stewart, Incorporated 1998 Earthwork-2
fragments or boulders shall be as specified with regard to spacing and location within any fill;
however, subsequent rows shall be staggered so that one row does not lie directly over another
row.
9. Finish Grading
Upon completion of construction, Contractor shall bring to finish grade all portions of site affected
by contract work. Grading shall be to the finish grade elevations specified. Contractor shall
dispose of excess material as directed by Owner.
-
9910/860-l Q Krieger & Stewart, Incorporated 1998 Earthwork-3
BASIC ELECTRICAL SPECIFICATIONS
PART 1 - GENERAL
1.01 Description
-.
The Contractor shall furnish all labor, equipment, and materials to provide a complete and operable
electrical system, all accordance with the requirements of the Contract Documents.
1.02 Reference Codes and Standards
All electrical equipment and materials, including the design construction, and installation thereof,
shall comply with the following codes and standards (latest editions), as applicable. Where two
codes or standards are at variance, the most stringent requirements shall govern:
A.
B.
National Electric Code (NIX). -
Basic Electrical Regulations, Title 24, State Building Standards, California Administrative
Code.
C. Low Voltage Electrical Safety Orders, Title 8, Division of Industrial Safety, State of
California. -~
D. City and County Electrical Codes.
E. American National Standards Institute (ANSI).
F. National Electrical Manufacturers Association (NEMA).
G. National Fire Protection Association (NFPA).
H. Underwriters Laboratories, Inc. (UL).
I. Occupational Safety and Health Act (OSHA) Safety and Health Standards (29CFR1910
and 29CFRl926), State Building Standards, and applicable local codes and regulations.
AI1 equipment and material furnished by the Contractor shall be listed by and shall bear the label of
Underwriters Laboratories, Inc. (UL) or of an independent testing laboratory acceptable to the local
agency with jurisdiction over the electrical work.
1.03 Submittals
In accordance with Contractor Submittals Technical Specifications, Contractor shall submit
complete information, drawings, and technical data for all equipment and components, including, but not limited to, the following:
1. Catalog data including catalog cut sheets, bulletins, brochures, etc. Applicable
sizes, model numbers, and options shall be clearly marked and delineated.
9910/860-l
0 Krieger & Stewart, Incorporated 1999 Electric-l
2. Connection diagrams, t erminal diagrams, and internal wiring diagrams.
3. Equipment and material temperature limitations.
4. Drawings for all grounding work not specifically shown.
5. Nameplates for all electrical panels, including nameplate material, lettering height,
and proposed inscriptions.
B. Oneration and Maintenance Manuals
Contractor shall submit detailed Operation and Maintenance Manuals for each item of equipment in accordance with the Contractor Submittals Technical Specifications.
C. Record Drawings
Contractor shall maintain and keep current a complete record sef of construction
drawings showing every change from the Contract Drawings and Specifications and the
exact locations, sizes, and types of equipment and material installed. Record drawings
shall show all conduit runs (sizes and number), circuits, and conductors (sizes and
numbers). Record drawings shall show depths and routing of all concealed and below
grade electrical installations. Record drawings shall be available to the Owner during
construction and shall be delivered to the Owner upon project completion.
1.04 Delivery, Storage, and Handling
A. Deliverv
Deliver electrical materials and equipment in manufacturer’s original cartons and
containers with seals intact. Deliver conductors on sealed reels. Deliver large multi-
component equipment in sections to facilitate field handling and installation.
B. Storage
Unless designed for outdoor exposure,, store electrical equipment and material of the
ground and under cover. Equipment and material shall be protected from weather,
corrosion, contamination, and deterioration. Dents, marred finishes, and other damage
shall be repaired to its original condition or replaced as directed by the Owner.
C. Handling
All equipment and material shall be handled in accordance with the manufacturer’s
recommendations. Large or heavy items shall be lifted at the points designed by the
manufacturer. Equipment and material shall be handled and installed as necessary to
prevent damage.
9910/860-l Q Krieger & Stewart, Incorporated 1999 Electric-2
1.05 Public Utilities
A. Contractor shall obtain electrical service requirements from public utility furnishing
electrical power to the project. Contractor shall coordinate installation of power service
with public utility. Contractor shall obtain, at his expense, all permits, licenses, and
inspections required for electrical construction work by public utilities having
jurisdiction.
B. Contractor shall furnish and install all service conduit, fittings, transformer pad(s),
manholes, vaults, grounding, and conductors not furnished by the serving utility.
PART 2 - PRODUCTS
2.01 General
All equipment and materials shall be new, shall be listed by UL, and shall bear the UL label,
where UL. requirements apply. All equipment and material shall be of industrial grade and be
capable of long term, reliable, and trouble-tree service. Similar equipment and material items
shall be products of the same manufacturer.
2.02 Grounding
A. Grounding and grounding components shall comply with the applicable requirement of
the NEC, Article 250.
B. Grounding cable shall be stranded copper and shall be sized in accordance with Code
requirements when. sizes are not shown on the Drawings. Contractor shall submit shop
drawings for all grounding work not shown on the Drawings.
C. Grounding rods shall conform to ANSIAJL 467 and shall be copper-clad steel, 3/4-inch
(minimum) in diameter and 10 feet (minimum) in length. Rods shall be driven in the
ground at least 9’ -6” deep.
Provide the number of rods required to obtain proper ground resistance, as applicable to
all manholes, padmount switches, transformers, service entrances, etc.
D. Ground rod mechanical connector bodies shall be manufactured from high strength, high
conductivity cast copper alloy material. Bolts, nuts, washers and lockwashers shall be
made of silicon bronze and supplied as a part of the connector body and shall be of the
two bolt type.
Split bolt connector types are not allowed.
The connectors shall meet or exceed the requirements of UL 467 and be clearly marked
with manufacturer and conductor size.
E. Ground rod compression connectors shall be manufactured from pure wrought copper.
The conductivity of this material shall be no less than 99% by IACS standards.
99101860-l Electric-3 0 Krieger & Stewart, Incorporated 1999
The connectors shall meet or exceed the performance requirements of IEEE 837, latest
revision. The connectors shall be clearly marked with the manufacturer and conductor
size.
The installation of the connectors shall be made with a compression, tool and die system,
as recommended by the manufacturer of the connectors. Each connector shall be factory
filled with an oxide-inhibiting compound.
2.03 Manholes and Pull Boxes
A. Manholes and Pull-Boxes shall be of precast concrete, designed for H-20 traffic loading.
Concrete sections shall modular with tongue and groove joints. A continuous waterproof
gasket shall be provided at all section and slab joints. Manhole and Pull-Box minimum
inside dimensions shall be as shown on the Drawings. Manholes and Pull-Boxes shall be
equipped with galvanized steel pulling irons opposite each ductbank entrance. Manholes
and Pull-Boxes shall be provided with a sump opening and one (1) one-inch ground rod opening in the base section. Sump opening shall be provided with cast iron perforated
cover. Manhole and Pull-Boxes shall be placed on a 12” thick crushed rock base.
B. Manhole covers shall be cast iron, 30” round (minimum), designed for H-20 traffic
loading, and supported on the necking section. Pull-Box covers shall be hot dipped
galvanized, checkered plate steel suitable for H-20 traffic loading (unless noted
otherwise), and bolted down to cast-in-place hot dipped galvanized steel frames with
stainless steel hardware. Manhole and Pull-Box covers shall be marked “High Voltage
Electric”, unless noted otherwise.
C. Manholes and Pull-Boxes shall be provided with cable supports as required to support
cable at 3-foot (minimum) intervals. Cable supports shall be fabricated from hot dipped
galvanized or fiberglass strut channel and attached to slotted galvanized steel channel
cast-in-place inserts. Provide glazed porcelain insulators with channel clamps for
support channels. Strap cable to insulators with plastic tie wraps. All phase and ground
cables in each circuit shall be kept together and contained on/in the porcelain cable
supports. No phase cable shall be run separate from the other two phases and ground.
D. Manholes and Pull-Boxes shall be provided with larockouts for connections to all underground conduit and ductbanks. Ductbank entrances shall be grouted flush with
non-shrink grout. Ducts and conduits shall be terminated with flush-end bells.
E. One ground rod shall be provided for each manhole and pull-box, unless otherwise
noted.
Provide #4/O bare stranded copper ground wire completely around the inside perimeter
of each manholes and puIl-box and anchor to walls. Connect the ground wire to the
ground rod. Bond the bare copper ground wire to any splice shield wires, ground wires,
cable racks, cover frames, sump frames and other metal items in the manholes. All
separate ground wires accompanying circuits shall be grounded in each manhole passed
through.
F. Manholes and Pull-Boxes shall be manufactured by Brooks, Quikset, or equal.
9910/860-l
0 Krieger & Stewart, Incorporated 1999 Electric-4
2.04 Conduit
A. General
Each length of conduit shall bear the UL label and be a minimum size of 3/4”, unless
noted otherwise.. Elbows shall be standard radius sweeps meeting the requirements of
the NEC.
B. Rigid Steel Conduit
1. Rigid steel conduit shall be Schedule 40 steel, pipe size, finished inside and out
by hot-dipped galvanizing, and shall conform with ANSI C80.1 and UL. All
rigid steel conduit in direct contact with the ground or concrete shall be
protected by double wrapping with 20 mil PVC tape.
2.
3.
4.
Couplings shall be galvanized steel.
-
Insulating Bushings: threaded malleable iron with thermoplastic liner.
Insulated Grounding Bushings: threaded malleable iron body with insulated
theimoplastic liner throat and “lay-in” ground lug with compression screw.
5. Insulated Metallic Bushings: threaded malleable iron body with plastic insulated
throat.
6. Running threads are not acceptable.
c. PV C Coated Rizid Steel Conduit
1. Conduit shall be Schedule 40 steel, .pipe size, finished inside and out by hot-
dipped galvanizing, and shall conform with ANSI C80.1 and UL. A PVC
coating of 40 mils (minimum) thickness shall be bonded to the outer galvanized
surface of the conduit and a urethane coating shall be applied to the interior
surface of the conduit. The bond between the PVC coating and the conduit
surface shall be greater than the tensile strength of the plastic. A PVC jacketed
coupling shall be furnished with each length of conduit. PVC coated rigid steel
conduit and fittings shall be manufactured by Robroy, Occidental, or equal.
2. Conduit fittings shall be PVC coated and furnished by the same manufacturer as
the conduit to provide a complete and compatible protective system. PVC
coated fittings and couplings shall have specially formed sleeves to tightly seal
to conduit PVC coating. The sleeves shall extend beyond the fitting or coupling
a distance equal to the conduit outside diameter or two inches, whichever is
greater.
D. pieid Non-Metallic Conduit
1. Conduit shall be UL listed, sunlight resistant, Schedule 40 polyvinyl-chloride
(PVC) conduit, rated for 90’ C conductors, and manufactured to NBMA TC-2
Standards.
991 O/860-1 Electric-5 Q Krieger & Stewart, Incorporated 1999
2. Couplings and connectors shall be of the same manufacturer as the conduit and shall be joined as recommended by the manufacturer. All PVC conduits shall be
terminated with approved connectors or end bells.
E. Electrical Metallic Tubing (EMT)
1. Conduit shall be formed of cold rolled strip steel, electroplated, and shall meet
ANSI and UL requirements.
2. Couplings shall be electroplated steel, UL listed rain and concrete tight.
3. Connectors shall be gland compression type with insulated plastic throat.
F. Liauid-Tieht Flexible Metallic Conduit
1. Conduit shall be liquid tight and shall have an interlocking flexible galvanized
steel core with permanently bonded continuous exterior gray PVC jacket.
Exterior jacket shall be moisture and oil-proof, and W protected. A copper
bonding conductor shall be included between the segments. Interior surfaces
shall be smooth and offer minimum drag to pulling conductors. Liquid-tight
flexible metallic conduit shall be as manufactured by Anaconda, Electroflex, or
equal.
2. Connectors shall be the screw clamp or screw-in (Jake) variety with cast
malleable iron bodies and threaded male hubs with insulated throats or insulated
bushings. Liquid-tight fittings shall be of cadmium plated cast malleable iron,
with insulated throat, with provisions for grounding.
2.05 Non-Metallic Cable Tray
A. General
Non-metallic cable tray shall be ladder-type conforming to applicable sections of NEMA
FG-1 and ASTM E-84. Non-metallic cable tray system shall be constructed of fire-
retardant polyester resin. All composite material shall be provided with an ultra-violet
light inhibiting chemical additive and meet ASTM E-84, maximum 25 flame spread
(Class 1 rating).
Cable tray load class shall be selected based upon the weight of specified
cables/conductors shown on the Drawings with a 25% additional weight allowance for
future cables/conductors while maintaining a minimum safety factor of 1 S.
The non-metallic cable tray system shall be as manufactured by Enduro Composite
Systems, Inc., or equal.
991 O/860-1
0 Krieger & Stewart, Incorporated 1999 Electric-6
B. Construction
Unless specified otherwise, cable tray shall conform to the following dimensional
requirements:
Nominal Width = 12” minimum
Cable Loading Depth = 4” minimum
Rung Spacing = 6”
Fitting Radius = 12” minimum
Cable tray side rail members shall turn inward. Rungs and side members shall be
connected by both mechanical and chemical (adhesive) means. All bonded connections
shall be sanded to maximize adhesion and structural integrity. The cable tray interior
shall be clear of all projections or sharp objects. All straight sections and fittings shall
be pre-drilled to accept connector plates. All cut ends and drilled holes (factory and
field) shall be sealed with resin coating.
All fittings shall be designed and installed so as to have the same loadcarrying capacity
as straight sections. Unless specified otherwise, all fittings shall be concentric curved
molded type, not mitered.
C. Connections. Accessories. and Sunnorts
Connector plates shall be fiberglass and designed to transfer cable tray loads to the
support system. Fasteners for connector plates shall be Tyne 316 stainless steel or FRP
studs and hex nuts as required.
Where specified on the Drawings, cable trays shall be provided with fiberglass flat
covers.
Cable tray support systems shall be consiructed of polyester or vinyl ester resin strut
channels (single or double channel as necessary) and appurtenances. Support spacing
shall be in accordance with the cable tray manufacturer’s printed recommendations for
the specified loads.
Cable tray manufacturer shall provide all clamps, support assemblies, and appurtenances
necessary for the installation of a complete cable tray system.
2.06 Non-Metallic Wireway
A. General
Non-metallic wireway shall be solid bottom type construction with minimum wall
thickness of 0.1875 inches. Covers and cover splice plates shall be snap-on type
construction requiring no installation fasteners.
The wireway system shall conform to the applicable sections of NRC Article 362.
9910/860-l
8 Krieger & Stewart, Incorporated 1999 Electric-7
B. Construction
Wireways, covers, and connector plates shall be pultruded utilizing polyester resin with
W light inhibiting additives and exterior nexus veil coverage. \
All composite material shall meet ASTM E84, maximum 25 flame spread rating.
All cut ends and drilled holes (factory and field) shall be sealed with resin coating.
C. Connections. Accessories. and SUDDO~
Connector plates shall be fiberglass and designed to transfer wireway loads to the
support system. Fasteners for connector plates shall be Type 3 16 stainless steel or FRP
studs and hex nuts as required.
Wireways shall be provided with fiberglass fiat snap-on/snap-off covers.
Wireway support systems shall be constructed of polyester or vinyl ester resin strut
channels (single or double channel as necessary) and appurtenances. Support spacing
shall be in accordance with the wireway manufacturer’s printed recommendations for the
specified loads.
2.07 Conductors and Cable
Cables and wires shall be new, stranded conductors, solid copper, not smaller than #I2 AWG (except shielded control wire) unless otherwise shown on Drawings. Insulation
shall bear manufacturer’s trademark, insulation designation, voltage rating, and
conductor size at regular intervals. Each type of cable or wire shall be the product of a
single manufacturer.
B. Conductors
Conductors for power service, power feeders, power circuits, and lighting feeders, lighting circuits, and control circuits shall be stranded copper, rated 600 volt, with 75’ C
THWN insulation, UL approved, for installation underground, in concrete, in masonry,
or in wet locations. Minimum conductor size shall be # 12 AWG.
C. Shielded Cable
Shielded cable shall consist of minimum 3 #16 AWG, stranded, tinned-copper
conductors, individually insulated with 25 mils of polyethylene and 100% aluminum foil
tape. Unless otherwise shown on the drawings, shielded cable shall be used for all 4-20
ma signals. Cable shall be manufactured by Belden, or equal.
D. Color Coding
System conductors shall be factory color coded by integral pigmentation with a separate
color for each phase and neutral, or by an approved colored marking tape at all
terminations and in all junction boxes, pull-boxes, and manholes. Each voltage system
9910/860-l
Q Krieger & Stewart, Incorporated 1999 Electric-8
shall have a color coded system that shall be maintained throughout the project. Approved colored marking tape is as follows:
System Service Color
12OV, 1 Phase, 2 wire Line
Neutral
Black
White
208V, 3 Phase, 4 wire Phase A
Phase B
Phase C
Neutral
Black
Red Blue
White
48OV, 3 Phase, 4 wire
All
Phase A
Phase B
Phase C
Neutral
Brown
Orange
Yellow
White-
Ground Green & Bare Copper
2.08 Switches and Relays
A. Toeele Switches
Local single pole switches shall be flush tumbler type AC rated, quiet type, heavy duty,
20 amp minimum, rated 1201277 volt, back or side wired with binding screws. Switches
shall conform to NEMA WD-1 specifications. Two pole three way and other switches
shall be similar. Switches shall be as manufactured by Hubbell, Bryant, or equal.
B. Relavs
Control relays shall be rated 12OVAC with minimum 10A contacts, unless otherwise
noted on the Drawings. All control relays and relay timers shall be DIN rail mounted,
with instantaneous reversible contacts, 8 or 11 pin base type only.
2.09 Receptacles
A. General Purnose
General purpose receptacles shall be duplex, 3-wire grounding type, rated 125 1250 volt,
AC, 20 amp minimum, NEMA 5-2OR, back or side wired with binding screws, as
manufactured by Hubbell, Bryant, G.E, or equal.
B. Ground Fault Intemmter (GFI)
GFI receptacles shall be NEMA 5-20R configured and shall mount in a standard device
box. Units shall trip at 5 milliamperes of ground current and shall comply with NEh4A WD-I- 1.10 and UL 943. GFI receptacles shall be capable of individual protection as
well as downstream protection.
99101860-l Electric-9 Q Krieger & Stewart, Incorporated 1999
2.10 Device Boxes, Junction Boxes, and Fittings
A. Device Boxes (General)
Unless otherwise noted on the Drawings, device boxes, shall malleable iron constructed
with zinc or cadmium plating and enamel finish, minimum single gang size, deep box
type, with treaded hubs and solid gasketed cover. Device boxes shall be properly sized
for required circuitry or splicing. Surface mounted boxes shall be furnished with
mounting lugs. Where located outdoors, device boxes shall be waterproof. Device
boxes shall be Grouse-Hinds FD, Appleton FD, or equal.
B. Junction Boxes (General Purnose - Indoors or Outdoors)
Unless otherwise noted on the Drawings, junction boxes shall be malleable iron
constructed, rain tight, dust tight, minimum size 4”x4”~3”, drilled and tapped or field
installed with slip holes (alternate hub plates are acceptable). Junction boxes shall be
properly sized for the number and sizes of conductors and conduit entering the box and
required splicing. Provide feet where necessary for surface mounting. Junction boxes
shall be Crouse-Hinds WAB, Appleton ES, or equal.
C. Device Boxes (Wet or Corrosive Locations)
Where specified on the Drawings, device boxes shall be constructed of 3 16 stainless
steel, minimum single gang size, deep box type, with gasket and 3 16 stainless steel solid
cover. Device boxes shall be properly sized for required circuitry or splicing. Surface
mounted boxes shall be furnished with mounting lugs or feet. Device boxes shall be
NEMA 4X as manufactured by BEL Products, Inc., Cushing Manufacturing Co., or
equal.
D. (Wet) Junction Boxes
Where specified on the Drawings, junction boxes shall be constructed of 3 16 stainless
steel, with gasket and 316 stainless steel solid cover. Junction box minimum size shall
be 4”x4%3”. Junction boxes shall be properly sized for required circuitry or splicing.
Provide feet where necessary for surface mounting. Junction boxes shall be NEMA 4X
as manufactured by BEL Products, Inc., Cushing Manufacturing Co., or equal.
E. FittinPs
Conduit fittings shall be provided where shown on the Drawings or required to facilitate
installation of the electrical conduit and equipment.
1. Metallic fittings shall be constructed of malleable iron with zinc or cadmium
plating and enamel finish, with gasket and cast cover. Fittings shall be Condulet
Type as manufactured by Grouse-Hinds, Appleton, or equal.
2. Non-metallic fittings shall be compatible with the non-metallic conduit used and
shall be of the same manufacturer.
9910/860-l Electric-10 Q Krieger & Stewart, Incorporated 1999
3. Fittings shall be of the shapes, sizes, and types required to facilitate installation
or removal or conductors and cables from the conduit, cable tray, and wireway
systems.
4. Connectors, couplings, locknuts, bushings, and caps used with Rigid Steel
conduit shall be threaded and thoroughly galvanized. Bushings shall be
insulated.
5. Metallic conduit unions shall be “Erickson” couplings, or approved equal.
Running threads are not acceptable.
6. Connectors for liquid-tight flexible metallic conduit shall be liquid tight with insulating bushings and provision for ground continuity.
2.11 Disconnect Switches
A. Switch Interior -
Dead-front construction with hinged arc suppressor and switch blades which are fully
visible in the “OFF” position and with door open.
B. Switch Mechanism
Switches shall be quick-make and quick-break with arc quenching and ambient
temperature compensated overload devices. Switch operating handle and mechanism
shall be provided with a dual cover interlock to prevent unauthorized opening of the
switch door in the “ON” position or closing the switch mechanism while the door is
open. Switch operating handle shall be capable of being padlocked in the “OFF”
position. Switches shall be manufactured by General Electric, Westinghouse, Square D,
or equal.
C. Ratings
Switches shall be horsepower rated for the operating voltage and with fused or non-fused
arrangements as shown on the Drawings.
D. Enclosures
Unless otherwise noted on the Drawings, for interior locations enclosures shall be
NEMA 12 panels with hinged covers and padlockable hasps. Switches in exterior
locations shall be provided with gasketed NEMA 3R enclosures with hinged covers and
padlockable hasps.
2.12 Low-Voltage Cable Splices
Low-voltage cable splices and terminations shall be rated at not less than 600 Volts. Splices in
conductors No. 10 AWG and smaller shall be made with an insulated, solderless, pressure type
connector, conforming to the applicable requirements of UL 486A. Splices in conductors No. 8
AWG and larger shall be made with noninsulated, solderless, pressure type connector,
conforming to the applicable requirements of UL 486A and UL 486B. Splices shall then be
covered with an insulation and jacket material equivalent to the conductor insulation and jacket.
9910/860-l Q Krieger & Stewart, Incorporated 1999 Electric-11
Splices below grade or in wet locations shall be sealed type conforming to ANSI Cl 19.1 or shall
be waterproofed by a sealant-filled, thick wall, heat shrinkable, thermosetting tubing or by
pouring a thermosetting resin into a mold that surrounds the joined conductors.
2.13 Miscellaneous Equipment and Material
A. Concrete Anchors
Type 304 (or better) stainless steel expansion anchors (wedge or sleeve) shall be used to
for mounting all electrical conduit, boxes, and equipment. NO type of explosive anchor
will be permitted.
D. Conduit Strays
Where specified oxi the Drawings, conduit straps shall be malleable iron constructed,
one-hold type strap with cast clam-backs and spacers as required.
E. Channel fUnistrutj SUDDOI-& -
-. Unless otherwise specified, support channel (Unistrut) shall be single strut type, l-l/2” x
l-1/2”, 12 gauge hot dipped galvanized steel with 17/32” diameter bolt holes on l-l/2”
centers.
F. Namenlates
Nameplates shall be provided for all electrical stations and equipment furnished by the
Contractor. Nameplates shall be engraved laminated plastic, with l/4” high white lettering on black.background. Nameplates shall indicate equipment and its function.
Nameplates shall be securely fastened with stainless steel drive screws or escutcheon
pilli.
Panelboard circuits shall be labeled clearly indicating which piece of equipment, outlet,
lighting, receptacle, etc. is powered by the respective circuit. Labeling shall be arranged
in numerical order.
H. Conductor and Terminal Marker6
Conductor and terminal markers shall be self-adhering, pre-printed cloth or vinyl.
PART 3 - EXECUTION
3.01 General
A. Prefabricated Material and Eauinment
Installation of all prefabricated items and equipment shall conform to the requirements
of the manufacturer’s specifications and installation instructions. When code
requirements apply to installation of materials and equipment, the more stringent
991018604 0 Krieger & Stewart, Incorporated 1999 Electric-12
requirements, code, or manufacturer’s specifications and installation instructions shall
govern the work.
B. Power Sunnlies to Mechanical Eauinment
1. An electric power supply, including conduit, any necessary junction or outlet
boxes, and conductors and connections shall be furnished and installed by
Contractor for each item of mechanical equipment.
2. Circuit breakers or fused disconnect protection shall be provided for each
separate item of mechanical equipment shown on the Drawings, or specified in
the Basic or Technical Specifications.
3. Power supplies to individual items of equipment shall be terminated in a suitable
outlet or junction box adjacent to the respective item of equipment, or a junction
box provided by the manufacturer of the equipment. Sufficient lengths of
conductor at each location shall be provided to permit connection to equipment
without damaging the conductors.
3.02 Conduit Installation
A. General
1. Contractor shall install conduit and electrical equipment in locations that will cause minimal interference with the maintenance and removal of mechanical
equipment. Conduits and connections are shown schematically on the Drawings.
Contractor shall run conduit in a neat manner parallel or perpendicular to walls
and slabs, and wherever possible, installed together in parallel runs supported
with Unistrut type support system. All conduits shall be installed straight and
true with reference to the adjacent work.
2. Unless noted otherwise on the Drawings, conduits shall be concealed in walls or
in cast-m-place concrete slabs. Concealed conduits shall be run in as direct a
route as possible and with bends of large radii. Floor penetrations shall be made only at specific approved locations; other penetrations are prohibited. Conduits
shall be rigidly secured in position by means of approved clamps.
3. Locations of conduit runs shall be planned in advance of the installation and
coordinated with the ductwork, plumbing, ceiling, and wall construction in the
same areas, and shall not unnecessarily cross other conduits or pipe, nor prevent
removal of nor block access to mechanical or electrical equipment.
4. Unless noted otherwise on the Drawings, buried conduit shall be installed with a
minimum of 24” cover. All conduit trenches shall be compacted to a minimum
of 90% relative compaction. Compaction in the pipe zone shall be accomplished
by water jetting imported sand, one sack sand slurry cement, or equal, placed to 6” above top of conduit. Buried conduit shall be installed using approved
spacers and cradles, properly supported/anchored and at sufficient intervals to
prevent movement during backfill operations (maximum spacing of five feet).
where change in direction is required, long radius elbows shall be installed.
Prior to installation of conductors in underground conduits, a testing mandrel not
991018604 Electric-13 Q Krieger & Stewart, Incorporated 1999
5.
6.
7.
8.
9.
10.
less than six (6) inches long and with a diameter l/4 inch less than the conduit
diameter shall be drawn through after which a stiff bristle brush of the proper
size for the conduits shall be drawn through until the conduits are free of all sand
and gravel.
Unless noted otherwise on the Drawings, conduits cast in, under, or through
concrete walls, slabs, or masonry walls shall be Rigid Steel.
Unless noted otherwise on the Drawings, buried conduit shall be Rigid Non-
Metallic or Rigid Steel. Transition from PVC to Rigid Steel shall be made at the
horizontal leg of the buried conduit bend.
Unless noted otherwise on the Drawings, exposed or above grade conduit shall
be Rigid Steel.
Spare conduits shall extend a minimum of 3” above concrete slab or wall, and be
provided with threaded cap and polyethylene pull rope with lOO-pound
(minimum) tensile strength.
All conduits shall be tightly sealed during construction by use of conduit plugs
or “pennies” set under bushings. All conduit in which moisture or any foreign
matter has collected before pulling conductors shall be cleaned and dried to the
satisfaction of the Owner.
Conduits shall be securely fastened to cabinets, boxes, and gutters using locknuts
(one inside and one outside enclosure for rigid conduit, one inside enclosure for
EMT) and an insulating bushing or specified insulated connectors. Grounding
bushings or bonding jumpers shall be installed on all conduits terminating at concentric knockouts.
B. Ritid Steel Conduit
Rigid Steel conduit installations below grade, and cast in, under, or through walls or
slabs shall be double wrapped with 20-mil PVC tape. Running threads and threadless
couplings will not be acceptable. Where necessary for connecting conduit, UL listed
couplings or unions shall be used. All ends and joints shall be reamed smooth after
cutting.
C. AMJ-
EMT conduit shall only be installed where specifically shown on the Drawings. EMT
conduit, where specified, shall be furnished with weatherproof fittings.
D. Liauid-Tight Flexible Metallic Conduit
Liquid-tight flexible conduit shall be installed in all locations for connections to
equipment, including, but not limited to: motors, HVAC equipment, automatic valves,
and similar devices.
9910/860-l
Q Krieger & Stewart, Incorporated 1999 Electric-14
E. Rigid Non-Metallic Conduit
Unless noted otherwise on the Drawings, Schedule 40 PVC conduit may be used underground. PVC conduits shall not be run exposed.
F. SUDDOI-~S
1. All raceway systems shall be secured to building structures using specified
fasteners, clamps, Unistrut, and hangers spaced according to NEC requirements.
2. Exposed conduit shall be supported with channel supports spaced per NEC
requirements (8’-0” maximum spacing) and within 18” of couplings, bends,
boxes, etc., unless otherwise shown on the Drawings.
3. Multiple conduit runs shall be supported using “trapeze” hangers, consisting of
approved channels suspended on steel rods from ceiling inserts located not more
than eight (8) feet apart. Sizes of channels and rods shall be selected as
recommended by the manufacturer for span and loading conditions.
G. Termination and Joints
1. Raceways shall be joined using specified couplings or transition couplings where
dissimilar raceway systems are joined.
2. Conduit terminations exposed at weatherproof enclosures and cast outlet boxes
shall be made watertight using approved connectors and hubs.
3. Expansion couplings shall be installed where any conduit crosses a building
separation or expansion joint, including joints in footings and gradebeams.
4. Approved cable-sealing bushings shall be installed on all conduits originating
from roof and terminating in switchgear, cabinets, or gutters inside the building.
5. Conduit bodies (Condulets) are not acceptable as enclosures for splices.
6. At all conduit terminations and boxes, conductors shall be protected by a fitting
equipped with a plastic bushing having a smoothly rounded insulating surface.
3.02 Conductor and Cable Installation
1. Conductors shall not be installed in conduit runs until all work is completed for each individual conduit run. Care shall be taken in pulling conductors such that
insulation is not damaged. UL approved pulling compounds shall be used.
2. Unless noted otherwise on the Drawings, all conductors or cables shall be
installed in conduit or electrical enclosures.
3. All cables shall be installed and tested in accordance with manufacturer’s
requirements and warranty.
991018604 Q Krieger & Stewart, Incorporated 1999 Electric-15
B. Snlicine and Terminating
1. All aspects of splicing and terminating shall be in accordance with cable
manufacturers published procedures.
2. All splices in outlet boxes with connectors as specified herein shall be made up
with separate tails of correct color. At least six (6) inches of tails packed in box
after splice is made up shall be provided.
3. All conductor and cable in panels, control centers and equipment enclosures
shall be bundled and clamped.
C. Jdentification
1. All branch-circuits shall be securely tagged, noting the purpose of each.
Conductors shall be marked with vinyl wrap-around markers. Where more than
two conductors run through a single outlet, each circuit shall be marked with the
corresponding circuit number at the panelboard.
2. Conductors size 176 AWG and larger shall be color coded using specified phase
color markers and identification tags.
3. All terminal strips shall have each individual terminal identified with specified
vinyl markers.
4. Inside of all junction box cover plates shall be identified via felt-tip pen or decal
label, denoting the panel and circuit numbers and voltage contained in the box.
5. All receptacles and switches shall be decal labeled on the plate, denoting the
panel and circuit number.
D. i
Conductors
1. #12 through 8 AWG: Conductor shall be terminated in locking tongue style,
pressure type, compression lugs, unless clamp type connection for stranded
conductor is provided with device.
2. #6 AWG and larger: Conductor shall be terminated in one-hole flat-tongue style,
compression type lugs, or by connectors supplied by the manufacturer.
E. Joints in Conductors in Drv Locations. CODD~ Conductors
1. #8 AWG and smaller: Conductors shall be twisted and secured with cap or twist-
on, expandable spring type solderless connectors.
2. #6 AWG and larger: Conductor shall be joined with split bolt connectors or
compression sleeves. Joints shall be insulated with rubber tape and protected
with half-lapped layers of vinyl plastic electrical tape. Insulation may also be
9910/860-l
Q Krieger & Stewart, Incorporated 1999 Electric-16
provided by UL listed pre-manufactured components such as heat-shrink or
cold-shrink devices.
F. Joints in Conductors in Moist Locations. Canner Conductors
1.
2.
#8 AWG and smaller: Conductor shall be securely joined as specified above,
then encapsulated in epoxy (Scotchcast or approved equal).
#6 AWG and larger shall be joined as specified above, and suitably water
treated.
G. Grounding
Enclosures of equipment, raceways and fixtures shall be permanently and effectively
grounded. A code-sized, copper, insulated green equipment ground shall be provided for all branch circuit and feeder runs. Equipment ground shall originate at panelboard
ground bus and shall be bonded to all switch and receptacle boxes and electrical
equipment enclosures. Ground terminals on receptacles shall be connected to the
equipment grounding conductor by an insulated copper conductor. _
H. SiPnal Wiring
Conductor used for alarm and control signal applications shall be identified at both ends
and referenced to appropriate as-built drawings. Control wiring shall be numerically or
otherwise coded in accordance with as-built control diagrams
3.03 Installation of Boxes and Wiring Devices
A General
1. All outlets shall be surface mounted with walls, ceilings, and floors, except where specified to be finish flush.
2. No unused openings shall be left in any box. Close-up plugs shall be installed as
required to seal openings.
3. Exposed outlet boxes and boxes in damp and wet locations shall be provided
with gasketed cast metal cover plates.
B. &&lyggLavout
1. Outlet boxes shall be installed at the locations and elevations shown on the
drawings or specified herein. Adjustments to locations shall be made as required
by structural conditions and to suit coordination requirements of other trades.
3.04 Transformer Installation
A. Primary shall be connected to minimum value taps during construction period and prior
to initial building start-up.
B. Voltage readings shall be made and tap connections adjusted to nominal voltage during
final construction review and prior to building occupancy.
9910/860-l @ Krieger & Stewart, Incorporated 1999 Electric-17
C. Transformers shall be installed on vibration pads designed to suppress the transformer
vibrations. Pads shall be selected and arranged in accordance with the weights of the
transformers.
D. Conduit connections that will prevent transmission of the transformer vibrations to the
conduit system shall be installed.
E. Transformers installed against a wall shall have readily accessible primary and
secondary terminals.
3.05 Protection
Conduits, junction boxes, outlet boxes, and other openings shall be kept closed to prevent entry
of foreign matter. Fixtures, equipment, and apparatus shall be covered and protected against dirt,
paint, water, chemical or mechanical damage, before and during the construction period.
Damaged fixtures, apparatus, or equipment shall be restored to original condition prior to final
acceptance, including restoration of damaged shop coats of paint. Brightly f&shed surfaces and
similar items shall be protected until in service. No rust or damage will be permitted.
3.06 Workmanship
A. Preparation, handling, and installation shall be in accordance with manufacturer’s written
instructions and technical data particular to the product specified and/or approved,
except as otherwise specified.
B. Work shall be furnished and placed in coordination and cooperation with other trades.
C. Wo.rk shall conform to the National Electrical Contractor’s Association Standard of Installation for general installation practice.
9910/860-l
Q Krieger & Stewart, Incorporated 1999 Electric-18
BASIC STRUCTURAL STEEL
AND MISCELLANEOUS METAL WORK SPECIF’ICATIONS
PART 1 - GENERAL
1.01 General Requirements
Contractor shall furnish all labor, equipment, and material and perform all operations necessary
for fabrication, construction, and installation of structural and miscellaneous metal specified.
Where miscellaneous metal and equipment items are required to fit spaces previously
constructed, measurements for the fabrication of such items &a11 be made at the site so that
items fit as required. Standard commercial products which meet general requirements, and vary
only in nonessential detail, will be acceptable, subject to Owner’s approval.
All work shall be executed and finished in accordance with approved shop drawings and
conform with the best practice required to produce the highest grade construction. Contractor
shall be solely responsible for errors of fabrication and correct fitting of structural members
shown on the shop drawings.
1.02 Quality Assurance
Unless otherwise specified, all work specified in the Contract Documents shall comply with
requirements of the following specifications and codes:
A. Steel Work
Fabrication and erection of structural steel shall be in accordance with AISC
“Specification for the Design, Fabrication, and Erection of Structural Steel for
Buildings,” and “Code of Standard Practice for Steel Buildings and Bridges”, latest
editions.
B. Aluminum Work
Fabrication and erection of aluminum shall be in accordance with the applicable
requirements of Chapter 28 of the Uniform Building Code, latest edition, and herein
referenced standards of the Aluminum Association.
All welding of structural steel assemblies shall be performed under continuous
inspection of a “Special Inspector” selected by the Owner. Should such fabrication be
performed in the shop of a licensed fabricator approved by the governing Building
Official, only the field welding of structural steel assemblies will be required to be
performed under continuous inspection of the “Special Inspector”. Contractor shall notify inspector at least 24 hours in advance of needed inspections. Coniractor shall provide copies of Inspection Reports for Owner.
9308
Q Krieger & Stewart, Incorporated 1998 Metal-l
1.03 Submittals
A. Shou Drawines
Contractor shall submit shop drawings for approval before fabrication of any of the
work. Shop drawings shall show complete fabric&ion details with material lists,
including all welds, fabrication and finish details, and shop painting. In approved shop
drawings, the Owner does not assume responsibility for accuracy of the work relative to
other components as constructed. Also refer to applicable requirements hereafter
specified in paragraph “Substitutions”. All dimensions shall be field verified by the
Contractor prior to fabrication.
B. Test Renorts
Contractor shall furnish notarized certified physical and chemical mill test reports for material used for major structural members. All tests shall be performed in accordance
with applicable ASTM Standards.
C. Shon Paintine Data
.-
In coordinated manner with requirements for Painting and Protective Coatings,
Contractor shall submit product list with product data sheets of intended shop coats
which, for compatibility, shall be the same products and manufacturer as those field-
applied systems specified in the Basic Painting Specifications.
PART 2 - PRODUCTS
2.01 Materials - General
Materials shall be new, sound, and shall comply with the following:
Rolled shapes, plates, and bars shall conform to AISC “Manual of Steel Construction”
and ASTM Specification A-36, latest editions.
Unless otherwise designated or approved, Contractor shall use Type 3 16
stainless steel alloy conforming to ASTM A-167 and ASTM A-276, latest
editions, for plates and bars.
Material shall conform to ASTM A-53, Grade B seamless galvanized as
required, Schedule 40.
B. Cast Iron
Material shall conform to ASTM A-48, Class 30, except as specifically designated
OtherwisC.
9308 Q Krieger & Stewart, Incorporated 1998 Metal-2
C.
D.
E.
F.
G.
H.
9308
Ductile Iron
Material shall conform to ASTM A-536 using grade 60-40-18 or better, except as
specifically designated otherwise.
Aluminum
1. All plate, pipe, and structural shapes shall be new and shall conform to ASTM
B209 (Plate), B308 (Shapes), B429 (Pipe and Tubing), B211 (Bar Stock), and applicable Federal Specifications for 6061-T6 alloy, unless otherwise
designated.
2.
3.
Aluminum pipe rail shall be of 6061-T6 alloy and be Schedule 40 or greater:
Alloys and tempers for various members where not otherwise designated, shall
be as required for proper forming and fabrication to meet or exceed structural
requirements, and shall be of alloys specially produced to best-achieve specified
color anodized finishes. Contractor shall provide supporting printed
recommendations from parent altinum producer. For sheet fabricated
members Contractor shall use only homogenous aluminum products and no clad
products.
4. Contingent upon alloys being welded, Contractor shall use only inert gas
shielded arc or resistance welding process with filler alloys as specified in the
UBC. Contractor shall not use any process requiring a welding flux.
Checkered Plate
Raised lugs shall be diamond shaped and have an angled and opposed pattern.
Contractor shall use 6061-T6 alloy aluminum, except where steel is specified. Steel
shall be of ASTM A36 carbon steel, hot dip galvanized.
JManhole Covers
Castings for manhole covers and frames shall be of tough gray iron free from cracks,
holes, and swells, and of worlananlike finish. They shall conform to ASTM A-48, latest,
Class 30, and shall be of the type specified.
Common Bolts
Except as otherwise designated or specified, bolts shall be standard commercial quality
steel units conforming to ASTM A-307; galvanize where used with galvanized work
Hieh Strength Bolts & Studs
Except as otherwise designated or specified, bolts shall conform to ASTM A325; studs
shall conform to ASTM A449; nuts shall conform to ASTM A194, 2H heavy hex;
washers shall conform to ASTM F436. They shall be galvanized where specified or where used with galvanized steel.
Metal-3 0 Krieger & Stew* Incorporated 1998
I. Stainless Steel Bolts
Except as otherwise designated or specified, bolts, cap screws, and studs shall be Type
3 16L conforming to ASTM F-593; nuts shall conform to ASTM F-594.
J. Deferred Boltine Devices Mated D.B.D. or Exnansion Anchor on Contract Drawines1
Deferred bolting devices shall be used in lieu of anchor bolts only where specifically
noted or detailed; they shall be installed in accordance with current I.C.B.O. Research
Report Approval and shall consist of the following:
1. D.B.D. shall be Molly Parabolt Concrete Anchors, Phillips Wedge Anchors,
Hilti Anchors, or approved equal.
2. D.B.D. shall not be used for anchorage of any vibrating machinery or equipment.
K. GalVaniZing
1. Iron and Steel
Galvanizing shall conform to ASTM A123, with minimum weight per square
foot of 1.25 ounces.
2. Ferrous Metal Hardware Items
G-alvanizing shall confotm to Al 53, with average coating weight of 1.25 ounces per square foot.
3. Touch-Uu Material for Galvanked Coatinvs
Galvanized coatings marred or damaged during erection or fabrication shall be repaired by use of DRYGALV as manufactured by the American Solder and
Flux Company, Galvalloy, Galvion, or equal, applied in accordance with the
manufacturer% instructions.
L. Weldine Electrodes
1. Steel Electrodes
Contractor shall use E70XXX rod for shielded metal arc welding conforming to
AWS A5.1 or A5.5 and F7X-EXXX for submerged arc welding conforming to
AWS A5.17. For steel alloys other than ASTM A-36 and A-53, Contractor shall use electrodes recommended in writing by AWS and by the parent steel
manufacturer.
2. Aluminum Electrodes
Contingent upon alloys being welded, Contractor shall use only inert gas
shielded arc or resistant welding process with filler alloys conforming to U.B.C. Standard No. 28, Table 28-l-C. Contractor shall not use any process requiring a
welding flux.
9308 Q Krieger & Stewart, Incorporated 1998 Metal-4
Contractor shall weld stainless steel with electrodes and by techniques specified
in pertinent AWS A5 Series Specification, and as recommended in Welded
Austenitic Chromium-Nickel Stainless Steel Techniques and Properties as
published by the International Nickel Company, Inc., New York, N.Y.
M. ShoD Prime Paint
To assure compatibility with field-applied paint or coating systems, for ferrous metals
other than stainless steel, galvanized steel, and cast iron, Contractor shall use same shop
prime paint product and manufacturer as painting or protective coating system intended
for field application specified in the Basic Painting Specifications. Contractor shall not
shop prime portions of work immediately adjacent to intended field welds or portions
intended for embedment in concrete.
N. Storaee of Materials .-
S&uctural material, either plain or fabricated, shall be stored above ground upon
platforms, skids, or other supports. Material shall be kept free from dirt, grease, and
other foreign matter and shall be protected from corrosion.
PART 3 - EXECUTION
3.01 Fabrication
A. Workmanship shall conform to AISC specifications, latest edition. Work shall conform
to the Contract Documents and approved shop drawings. Work shall be performed by
Fabricator approved by governing Code Authorities. Aluminum work shall conform to the applicable requirements of “Specifications for Aluminum Structures, Aluminum
Construction Manual” of the Aluminum Association, latest edition.
1. Shop connections shall be welded or bolted unless otherwise indicated.
2. Insofar as possible, Contractor shall fit and assemble all work in shop, ready far
erection.
B. -
1. All members shall be free from twists, kinks, buckles, or open joints.
2. All members, holes, and their spacing shall be so accurately made that, when
assembled, the parts shall come together and bolt without distortion.
3. Parts assembled with bolts shall be in close contact, except where separators are
required. Where unlike metals are in contact, Contractor shall insulate as
necessary to prevent corrosion.
9308 Metal-5 Q Krieger & Stewart, Incorporated 1998
4. Bearing surfaces shall be planned to true beds. Abutting surfaces shall be
closely fitted. Steel requiring accurate alignment shall be provided with slotted
holes and/or washers for aligning the steel members.
C. Welding
1. Welding in shop and field shall be done by operators who have previously been
qualified by tests, as prescribed in the American Welding Society, “Standards
Qualifications Procedure”. All welds shall exhibit characteristics required by
AWS Dl .O.
2. All welds shall be made with E’IO-XX classification mild or low-alloy steel
covered arc-welding electrodes conforming to AWS A5.1 and A5.5
Specifications for filler metal, except as otherwise designated on Structural
Drawings and except as otherwise recommended by AWS and AISC for welding
high strength steel alloys other than ASTM A36 and A53 Steels.
3. All steel, before being fabricated, shall be thoroughly wire brushed, cleaned of
all scale and rust, and thoroughly straightened by approved methods that will not
injure the materials being used. Welding shall be continuous along the entire
line of contact except where tack or intermittent welding is permitted by
Engineer. Where exposed, welds shall be cleaned of flux and slag and ground
smooth.
4. Welding of aluminum shall conform to the applicable requirements of Uniform
Building Code, Chapter 28 and to the detail requirements of “Welding
Aluminum” by the American Welding Society and the Aluminum Association.
3.02 Erection
A. Erection shall include the installation and erection of all steel referred to in this Basic
Specification. Contractor shall verify correctness before starting erection. Erection shall
be performed in accordance with the latest edition of AISC Code of Standard Practice.
B. As erection progresses, Contractor shall securely bolt up all members to take care of all
dead-load, wind, and erection stresses.
c. Contractor shall not perform final bolting or welding until each portion of the structure
has been properly aligned and plumbed.
D. Contractor shall insure bolts are drawn up tight and threads set so that nuts cannot
become loose.
E. Damaged Members
During erection, members which are bent, twisted, or damaged shall be straightened or
replaced by Contractor as directed. If heating is required in straightening, heating shall be done in the presence of the inspector and a heating method shall be used which will
ensure uniform temperature throughout the entire member. Members, which, in the
opinion of the Owner, are damaged to an extent impairing their appearance, strength, or
serviceability, shall be removed and replaced with new members by Contractor.
9308
(0 Krieger 8s Stewart, Incorporated 1998 Metal-6
Anchor bolts and anchors shall be properly located and built into connection work in
accordance with the Contract Documents. Bolts and anchors shall be preset by the use of templates or such other methods as may be required to locate the anchors and anchor
bolts accurately. Embedded anchor bolts that are submerged in process water or sludge,
or are in enclosed tanks or spaces exposed to process gas or moisture, shall be Type 3 16
stainless steel with nuts of the same material. To such stainless steel bolts Contractor
shall apply a non-oxidizing lubricant grease before bolting using a molybdenum
disulphide grease compound or a NO-OX-10 type compound. Specialty anchoring
systems shall be as specified or shown on Construction Drawings.
G. Steel and Aluminum Pine Bails and Railings
Pipe rail shall be painted steel or anodized aluminum as specified in Contract
Documents. Steel and aluminum pipe rails and railings, complete with stanchions, toe
plates, welded and bolted fittings, and attachments shall be fabricated true to size
configurations and detail shown on Construction Drawings. Grind and polish welds
flush and smooth. Curves, where indicated or necessary, shall be bent on a radius of not
less than six (6) inches.
1. All pipe materials shall be Schedule 40 steel or aluminum.
2. If proprietary substitutions are proposed for railings and attachments, submittals
shall be accompanied by acceptable test data by an independent testing laboratory showing that: the fitting and attachment will withstand the bending
moment induced by a 200 lb. force applied at the top of the stanchion in any
direction; and the railings will safely resist forces as required by CaVOSHA and
the Uniform Building Code. Test data shall be for attachments in similar
materials as the field condition.
3. Safety chains shall be 5/16 inch carbon steel minimum grade 30 link chain with
common swivel bolt harness type snap, all hot dip galvanized.
4. Con&actor shall isolate alum&n from dissimilar metals and concrete for
protection from galvanic deterioration. Aluminum shall be mill finished and
free of damage and detracting appearance flaws. Contractor shall provide
uniform AA-KA41 Architectural Class I clear anodic finish.
5. Contractor shall not provide attachments which require the post to be embedded
in concrete or grout.
H. Bearine Plates
Contractor shall provide bearing plates under beams and columns resting on walls or
footings. Bearing plates may be attached or loose and aligned on steel wedges or shims.
After the supported members have been plumbed and properly positioned and the anchor
nuts tightened, Contractor shall solidly dry-pack entire bearing area under the plate with
approved bedding mortar. Wedges and shims shall be cut off flush with edge of bearing
plate, and shall be left in place.
9308 Q Krieger & Stewart, Incorporated 1998 Metal-7
I. Substitutions
Unless otherwise directed, the exact sections, shapes, thicknesses, sizes, weights, and the details of construction shown for the structural steelwork shall be furnished as specified
in the Contract Documents; however, Contractor, because of his stock or shop practices,
may suggest substitutes if the net section area is not thereby reduced, if the section
properties are at least equivalent, and if the overall dimensions are not exceeded. All
substitutions or other deviations from Contract Drawings and/or Specifications shall be
specifically noted or “clouded” on the shop drawing submittals.
J. FlameCutting
Contractor shall not flame cut with a gas cutting torch in the field to correct fabrication
errors on any major member in the structural framing. Contractor may flame-cut on
minor members, when the member is not under stress, and then only following Owner’s
approval.
K. Dissimilar Metals
Contractor shall isolate aluminum from contact with dissimilar metals and materials,
other than stainless steel, as follows:
1. Metals
Contractor shall apply on contact surfaces a heavy brush coat of approved zinc
chromate primer made with a synthetic resin vehicle, followed by two brush
coats of approved aluminum metal and masonry paint or a heavy coat of
approved alkali-resistant bituminous paint. Alternatively, Contractor may
separate surfaces with a non-absorptive tape or gasket.
2. Masonrv. Concrete. or Plaster
Contractor shall apply a heavy brush coat of approved, alkali-resistant
bituminous paint, or separate surfaces with non-absorptive tape or gasket.
3. Moisture-Absorbent Materials and Preservativelv Treated Wood
Contractor shall paint such absorbent materials with two coats of approved
aluminum house paint and protect aluminum contact surfaces with bituminous
paint.
9308
0 Krieger & Stewart, Incorporated 1998 Metal-8
BASIC PAVING SPECIFICATIONS
1. Scope
-.
a. General
Contractor shall furnish all labor, materials, and equipment and perform all operations
necessary for construction of pavement surfacing and resurfacing in all areas of
construction as specified by the Owner or as shown by the Drawings. Drawings shall
consist of construction drawings, standard drawings, and clarifying diagrams or
sketches.
Whenever pavement surfacing or resurfacing is to be constructed in rights-of-way not
under jurisdiction of the Owner (public highways, thoroughfares, streets), it shall be
constructed in accordance with permits issued by the agency having jurisdiction (State,
County, City).
Whenever pavement surfacing or resurfacing is to be constructed in rights-of-way over
which the Owner has jurisdiction (pumping plants, reservoirs, service yards, access
roads), it shall be constructed in accordance with the specifications.
Whenever the words “Standard Specifications” are used herein, they shall mean the
Standard Specifications for Public Works Construction as published by Building News,
Inc., Los Angeles, California, latest edition. The Standard Specifications shall augment,
not supersede, these specifications. As used herein, the Standard Specifications shall not
apply to measurement, payment, schedule, delays, or extra work.
2. New Pavement h-facing
New pavement surfacing shall be asphalt concrete or Portland cement concrete placed on a
prepared surface in accordance with the specifications and in conformance with the lines, grades,
and dimensions as specified in the Drawings.
a. Suberade Prenaration
Subgrade shall be brought to proper grade; prepared, and compacted in conformance
with the requirements of Subsection 301-l of the Standard Specifications. All organic
material shall be removed and discarded at legal disposal site(s), at Contractor’s expense.
The top 12 inches of such subgrade material shall be scarified, cultivated and then
compacted to not less than 95 percent relative compaction (ASTM D1557).
b. Aeazeate Base
1) General
Aggregate base material shall be furnished, placed, and compacted at the
locations and thickness as specified in the Contract Documents.
9311 @ Krieger & Stewart, Incorporated 1998 Paving-l
2) Materials
Aggregate base material shall consist of crushed aggregate base conforming to
requirements of Subsection 200-2.2 of the Standard Specifications.
3) Placement of Aeareeate Base
Aggregate base material shall be spread and compacted in conformance with the
requirements of Subsection 301-2.3 of the Standard Specifications. Aggregate
base material shall be compacted to a relative compaction of not less than 95
percent (ASTM D1557).
C. Asnhalt Concrete Pavement
Asphalt concrete pavement shall be furnished, placed, and compacted at the
locations and thicknesses specified. -
2) Materials
Asphalt to be mixed with mineral aggregate shall conform to Subsection
203-6.2.1 of the Standard Specifications. The viscosity grade shall be
AR-4000 unless specified otherwise.
b) &jzreeate
Aggregate shall conform to the requirements in Subsection 203-6.2.2 of
the Standard Specifications. Course aggregate shall be crushed rock.
The grading of combined aggregates and percentage asphalt shall be in accordance with Subsection 203-6.3 of the Standard Specifications.
Unless otherwise specified the following asphalt concrete mixtures shall
be used:
All asphalt concrete except overlays shall be C 1 -AR-4000
Overlays (2” maximum, leveling courses and overlaps) DI-AR-
4000
3) Placement of AsDhalt Concrete
All construction methods shall conform to the requirements of
Subsection 302-5 of the Standard Specifications. Along all pavement
edges which will not abut existing concrete paving, building
foundations, curbs, gutters, or other similar structures, a firmly staked 2
inch x 4 inch redwood header shall be placed unless specified otherwise.
9311 (8 Krieger 81 Stewart, Incorporated 1998 Paving-2
b) Weed Killer
-.
Weed killer, “SPIKE” (manufactured by Dow Elanco) or equal shall be
applied to the area to be paved at the rate of 100 gallons per 10,000
square feet. The mixture applied shall consist of 1 pound of chemical
per 100 gallons of water or per manufacturer’s recommendations.
Contractor shall obtain a permit to use “SPIKE” weed killer prior to its
application.
c> Prime Coat
A prime coat consisting of grade SC-250 liquid asphalt shall be applied
at a rate between 0.10 and 0.25 gallons per square yard. Grade SC-70
liquid asphalt may be used when approved by the Owner. Unless
otherwise specified prime coat shall be required on all aggregate base
material or untreated subgrade on which asphalt concrete pavement is to
be directly placed. The prime coat shall be allowed to cure 24 hours and
any excessively oily areas shall be blotted with sand in preparation for
application of asphalt concrete.
A tack coat shall be required at all joints, overlays and overlaps. Tack
coat shall conform to the requirements of Subsection 302-5.4 of the
Standard Specifications and shall be Grade SS-lh emulsified asphalt.
Tack coat shall be applied at approximate rates of 0.05 gallon per square
yard for levehng courses and overlays, and 0.10 gallon per square yard
for asphalt concrete roll berms and dikes.
d Geotextile Fabric
Geotextile fabric shall conform to the requirements in Subsections 213
and 302-7 of the Standard Specifications. Geotextile fabric shall be
placed such that wrinkles large enough to cause laps do not occur.
Geotextile fabric shall be placed in accordance with manufacturer’s
recommendations.
0 Foe Seal Coat
A seal coat shall be applied to surface of all asphalt concrete no sooner
than 24 hours nor later than 14 days after placement. Seal coat shall
consist of an emulsion paving asphalt (Grade SS-1 h) conforming to test requirements of Subsection 203-3.2 of the Standard Specifications. Seal
coat shall be applied to provide a coverage of 0.10 gallon per square
yard. Seal coat shall not be applied when weather conditions are
unsuitable or when atmospheric temperature is below 40°F. Seal coat
shall be applied to only one traffic lane at a time and the entire width of
the lane shall be covered in one operation. The cut off of asphaltic
emulsion shall be made on building paper or similar suitable material spread over the surface. Traffic shall not be allowed on seal coat until
9311 0 Krieger & Stewart, Incorporated 1998 Paving-3
emulsion breaks and seal coat is sticky to the touch and will not be
picked up by traveling vehicles.
l?) Rolling
Unless specified otherwise, at least 2 operational steel drum pavement
rollers shall be present during all paving operations.
4) Tc~Do~~~v Surfacing
Unless permanent pavement is to be placed immediately, temporary surfacing 2
inches thick, or as otherwise specified, shall be placed and properly maintained
as determined by the Owner until the permanent pavement is placed at locations
specified. In any event, in paved streets where immediate access is required to
provide for public or private use, Contractor shall place and maintain said
temporary pavement. Temporary pavement shall be placed at all locations
which are not barricaded and are open to traffic. When Contractor delays the
placing or repairing of temporary pavement, Owner reserve% the right to have
such pavement placed or repaired at Contractor’s expense.
Temporary resurfacing shall conform to Subsection 306-l .5.1 of the Standard Specifications and shall be placed as soon as trench backfill is 95% compacted
and shall remain in place until permanent resurfacing is placed. Prior to
permanent resurfacing, temporary resurfacing shall be removed and discarded at
legal disposal site(s) at Contractor’s expense. The cost of furnishing, placing,
maintaining, removing and disposing of temporary resurfacing shall be included
in the Contractor’s bid price for related work if no bid item is specifically called
out in the bid sheets.
At the end of each day, temporary striping shall be placed complying with the
Drawings and State, County, or City requirements. Temporary striping shall
conform with Section 2 14 of the Standard Specifications.
5) &mm.nent Resurfacing
Unless otherwise specified, all permanent resurfacing shall be 1” or greater in
thickness than the original surfacing removed. Contractor shall remove all loose
pieces of existing pavement prior to placing any pavement. Said pavement shall
be replaced in accordance with requirements of the agency (State, County, City)
having jurisdiction over the roadway.
d. Portland Cement Concrete Pavement
Portland cement concrete shall comply with the Basic Concrete Specifications
unless specified otherwise. Construction methods shall comply with Subsection
302-6 of the Standard Specifications. Portland cement concrete shall be
furnished and placed at the locations and thicknesses specified.
9311 cb Krieger & Stewart, Incorporated 1998 Paving4
2) Concrete Des&n Mix
All concrete shall be 520-C-2500 concrete in accordance with Subsection 201-
1 .1.2 of the Standard Specifications. Design mix shall be approved by the
Owner prior to purchase or placing of concrete.
3) Reinforcement
Replacement concrete pavement shall have equal or better reinforcement than
original concrete pavement. Reinforcement shall be provided whenever and
wherever specified. Grade 60 reinforcing steel shall be used unless specified
otherwise.
4) Admixtures
Admixtures shall conform to Subsection 20 l-l .2.4 of the Standard
Specifications. Unless otherwise specified, concrete mixtures shall have
airentrainment of 5% f: 1%. -
5) Placine Concrete
Concrete shall be placed on an aggregate base suficiently dampened to ensure
that no moisture will be absorbed from the newly placed concrete. Concrete shall be placed on the aggregate base to specified uniform depth.
6) Finishing
Concrete shall be distributed uniformly between forms as soon as it is placed,
struck off, and tamped. Tamping shall continue until concrete is thoroughly
consolidated into the specified cross-section and sufficient mortar for finishing
purposes has been brought to the surface. After tamping, surface of concrete
shall be floated and finished. Where the concrete placed is to abut existing
concrete surfaces, it shall be fmished to match existing concrete as nearly as practical. Vat black or other approved pigments shall be added to concrete to
obtain required result. Edges which do not abut existing concrete shall be
rounded to a l/2 inch radius. Upon completion of final finishing, work surface
shall be free of any unevenness greater than l/8 inch when checked with a lo-
foot straightedge placed on the surface.
7) Curine
Pavement shall be cured by a pigmented sealing compound method. Curing
shall commence as soon as free water leaves the concrete surface but no later
than 3 hours following initial placement of concrete upon aggregate base.
Curing compound shall be applied to the entire surface by spraying at the rate of
one gallon per 200 square feet. All curing compounds shall be approved by the Owner. Curing compound shall conform to the requirements of Subsection 201-
4 of the Standard Specifications.
9311 0 Krieger & Stewart, Incorporated 1998 Paving-5
8) TCZIIDOEU-V Brining
At the end of each day, temporary striping shall be placed complying with the
Drawings and State, County, or City requirements. Temporary striping shall conform with Section 214 of the Standard Specifications.
3. Pavement Removal
Pavement removal shall be limited to the maximum trench width as shown by the standard
drawings plus a reasonable allowance for sloping sides of trench as required by appropriate
safety standards or as otherwise specified.
Pavement shall be removed to clean straight lines. Pavement edges shall be saw cut unless an
acceptable alternative method is permitted. Contractor shall discard all removed pavement at legal disposal site(s) at Contractor’s expense. Removal and disposal of materials shall conform
to the requirements of Subsection 300-l .3 of the Standard Specifications.
4. Finishing Pavement Surfaces -
a. Gtneral
Upon completion of all construction operations the entire roadway area or newly
surfaced areas shall be finished, cleaned, and left in a neat, presentable condition.
b. Shoulders
The shoulders around paved surfaces shall be trimmed and shaped to produce a smooth
uniform cross section. Shoulders shall be finished, graded, and compacted so as to
match the finish grade of the newly paved surfacing. Excess earth, debris, or other waste material shall be removed and discarded at legal disposal site(s) at Contractor’s expense.
C. Paved Surfaces
All finished paved surfaces shall be clean of all dirt, debris, and foreign material. All
manholes, boxes, and covers, shall be raised to finished grade. All curbs, gutters, and
cross gutters shall be broomed clean and flushed with water to insure proper drainage.
All street signs and striping shall comply with the construction drawings, specifications,
and Section 214 of the Standard Specifications.
d. Survev Monuments
Prior to construction, Contractor shall have a registered civil engineer or licensed land
stnveyor set at least 4 ties for each monument within the construction area. Nkr construction, Contractor shall have the same civil engineer or licensed land surveyor use
the aforementioned ties to replace any monuments which have been disturbed or
destroyed. Contractor shall file a comer record for all replaced monuments. Contractor
shall also place monument wells in compliance with City or County standards over all
monuments in the construction area.
9311 Q Krieger & Stewart, Incorporated 1998 Paving4
BASIC SEWER SPECIFICATIONS
1. Scope
Contractor shall furnish all pipe, fittings, materials, equipment, and labor and perform all
operations necessary to construct sewers (force mains and gravity sewers) and appurtenances as
specified by the Owner as shown by the Drawings. Drawings shall consist of construction
drawings, installation drawings, laying drawings, standard drawings, detailed drawings, layout
drawings, fabrication drawings, shop drawings, and clarifying diagrams or sketches.
The Work shall consist of all traffic control (including furnishing and installing all barricades,
signs, delineators, arrow boards, and flagmen); all utility location and verification (excavating, exposing, and verifying locations, depths, and dimensions of utility facilities); all pavement
removal and disposal; all earthwork (including trenching, shoring, dewatering if required,
blasting if required, bedding, backfilling, and compacting); furnishing and installing all pipe,
fittings, appurtenances, and making all related connections; protecting in place or removing and
replacing all existing utilities and public and private improvements; removing-and replacing all
asphalt and Portland cement concrete pavement; pavement striping and restriping as required;
testing all sewers; disposing of excess soil and rock material; and restoring all areas and improvements to pre-construction conditions.
Contractor shall, upon completion of sewer construction and appurtenances required herein,
initially operate all components of the Work installed or furnished and installed by him, and
make any additional adjustments, corrections, repairs, replacements, and reconstructions
necessary to provide the Owner with complete, correctly operating sewers and appurtenances.
“Standard Specifications” shall mean the Standard Specifications for Public Works Construction,
latest edition, as published by Building News, Inc, Los Angeles, California. The Standard
Specifications shall augment, not supersede, the “Construction Specifications”. As used herein
the Standard Specifications shall not apply to measurement, payment, schedule, delays, or extra
work.
2. Survey Monuments and Construction Stakes
Contractor shall not disturb or destroy any existing monuments or bench marks. If any survey
monuments or bench marks need to be removed and replaced, Contractor shall have all necessary
services performed by a registered civil engineer or a licensed land sweyor. If Contractor fails to comply, the Owner will have said services performed at Contractor’s expense.
Before removing any monuments in preparation for construction, Contractor shall have a
registered civil engineer or licensed land surveyor set at least four ties minimum for each
monument to be removed and replaced; after construction Contractor shall have the same
registered civil engineer or licensed land surveyor replace each monument using the
aforementioned ties and file a comer record for each replaced monument.
Unless specified otherwise, Contractor shall use construction stakes and cut sheets for sewer
construction and the Owner will use them for construction inspection. All construction stakes
shall be set by a registered civil engineer or licensed land surveyor . The Owner must approve cut sheets before actual construction. Contractor shall protect all construction stakes set for
99121860-l
Q Krieger & Stewart, Incorporated 1998 Sewer-l
construction and he shall restore any construction stakes destroyed or disturbed. If Contractor
fails to comply, the Owner will have services performed at Contractor’s expense.
3. Traffic Control
Contractor shall prepare, submit, and provide traffic control drawings for construction. Said traffic control drawings shall be approved by the Owner and agencies having jurisdiction over
highways, thoroughfares, and streets prior to starting construction.
Traffic control requirements may be modified by the Owner or said agencies as conditions
warrant. Contractor shall modify traffic control as required by the Owner or said agencies at no
additional cost. Throughout the Work, Contractor shall inspect traffic control equipment (signs,
barricades, arrowboards, and delineators) and shall maintain same in accordance with said traffic
control drawings.
All construction signing, lighting, and barricading shall comply with State of California,
Department of Transportation “Manual of Traffic Controls, Warning Signs, Lights, and Devices
for Use in Performance of Work Upon Highways”, latest edition.
4. Underground Utilities
Where underground utility facilities (conductors or conduits for water, gas, sewer, telephone,
electric power, cable television, or other utilities) are shown on Construction Drawings,
Contractor shall assume that service facilities (services or laterals for water, gas, sewer,
telephone, electric power, cable television, or other utilities) extend from each utility facility to
each parcel or property whether or not service facilities are shown,
At least two working days and up to ten working days before commencing any excavation on
each segment of the Work, Contractor shall request Underground Service Alert (l-800-422-
4133) and non-member companies or utilities to mark or otherwise indicate the locations of their
subsurface facilities including, but not limited to, structures including vaults, main conductors or
conduits, and service connections or facilities.
Contractor shall comply with applicable laws pertaining to subsurface installations, especially
with respect to excavations and permits. Contractor shall specifically comply with applicable
provisions of Sections 42 15 and 4216.9 of the Government Code. Contractor shall take all
actions necessary to maintain a valid inquiry identification number during the Work.
At least ten days in advance, or 1,000 feet minimum ahead of sewer trenching, Contractor shall
excavate, expose, and determine (“pothole”) the exact locations, depths and dimensions of each
and every potential interference, including, but not limited to, all facilities shown specifically
(depth and location) on Construction Drawings, or which have been marked by their respective
owners.
Upon learning of the existence or location of any utility facility omitted from or shown
incorrectly on Construction Drawings, or improperly marked or otherwise indicated, Contractor
shall immediately notify the Owner, providing full details as to depth, location, size, and
function. Contractor shall immediately notify utility having jurisdiction over facility.
Contractor shall not interrupt or disturb any utility facility without written permission from the
Utility or written order from the Owner. Where protection is required to ensure integrity of
9912/860-l
Q Krieger & Stewart, Incorporated 1998 Sewer-2
utility facilities located as shown on Construction Drawings or visible to Contractor or marked or
otherwise indicated as stated herein, Contractor shall, unless otherwise provided, furnish and
place all necessary protection at his expense.
Contractor is advised that the Owner has no knowledge or information about trench backfill
conditions of utility facilities adjacent to or parallel with sewer being constructed pursuant to
these specifications; therefore, Contractor shall protect against adjacent or parallel trench
backfill failure. If adjacent or parallel trench fails, Contractor shall, at his expense, remove and
replace said backfill material in accordance with trench backfill requirements herein and remove
and replace asphalt concrete pavement and any other improvements damaged in connection
therewith.
5. Storage of Equipment and MateriaIs
Contractor shall not store equipment or materials on private-or public property without written
permission from property owner(s) approving such use. Said permission shall be submitted to
and approved by the Owner before Contractor moves equipment or materials onto site.
Contractor shall not park equipment or store materials in public right-of-way except while
performing Work. Contractor shall remove equipment from public right-of-way and place it in
Contractor’s storage or construction yard by the end of each work day. Contractor shall keep
materials in Contractor’s storage or construction yard until they are needed for the Work.
Storage site or construction yard shall be completely fenced prior to moving any equipment or
materials onto site or into yard. Contractor shall control dust in construction yard at all times,
from establishing construction yard through construction, and until all Work has been completed and Contractor has moved all equipment, materials, and fencing from site.
6. Trench Excavation
A. General
Unless specified otherwise, excavation for sewers and appurtenances shall be open
trench to the depth and in the direction specified by the Construction Drawings. Excavation for trenches shall include removal of all material of any nature as required
for installation of pipe, fittings, or appurtenances and shall include blasting, either
sloping or shoring, and all necessary dewatering, if any, all at Contractor’s expense.
Contractor is advised that unsuitable earth may be encountered during trenching
operations. Where such material is encountered, Contractor shall, at his expense,
remove such material, discard it at legal disposal site(s), and thereafter replace it with
approved backfill material.
B. Trench Rotection Drawines
Before excavating any trench 5 feet or more in depth, Contractor shall submit to the
Owner detailed drawings showing design of shoring, bracing, sloping, or other provisions to be made for worker, individual, or property protection.
Said trench protection drawings shall be prepared by a registered civil or structural
engineer, engaged by Contractor at his expense, who shall certify that the detailed
99121860-l
Q Krieger & Stewart, Incorporated 1998 Sewer-3
drawings comply with OSHA Construction Safety Orders (CAL OSHA or FED OSHA,
whichever is applicable at time of construction). Said engineer shall affut his signature
and seal to each sheet of said detailed drawings. Contractor shall not excavate until the
Owner has received and acknowledged properly certified detailed drawings.
C. Trench and Bell Hole Slowing or Shoring
Trenches and bell holes shall be adequately sloped or shored so that earth will not slide
or settle into trench, so that all existing improvements and utilities (above and below
ground) will be fully protected from damage, and so that workers and individuals are
protected from injury. At minimum, Contractor shall keep toe of trench spoil at least 5
feet from top of trench. Contractor shall assume full responsibility for all damages
caused by inadequate sloping or shoring. Contractor shall make all necessary repairs or
perform all reconstruction at his expense and he shall bear all other expenses resulting
from such damages.
D. Trench Length. Width, and Den& -
-. Unless specified otherwise, trenches shall be excavated not more than 1,000 feet in
advance of pipe laying and open trenches shall be properly barricaded and signed as
required for individual and property protection. Trenches shall not be excavated or left
open nights, weekends, or holidays.
Unless specified otherwise, all sewer trenches within pipe zone shall, wherever possible,
have vertical sides and minimum widths as specified on the Drawings, however, trenches
shall be sloped or shored as required for worker, individual, and property protection.
Whenever maximum allowable trench width, as shown by the Drawings, is exceeded for
any reason, the Owner may, at its discretion, require Contractor, at his expense, to cradle
pipe (Class B Portland cement concrete) or to provide higher class bedding to support
pipe as required to limit load on pipe to allowable supporting strength. The Owner shall
approve method of support prior to its use.
Trenches shall be excavated to depths specified by or shown on Construction Drawings
or as otherwise directed by the Owner. If trench excavation is canied below grade without direction or,permission, Contractor shall, at his expense, refill trench to proper
grade with crushed rock, moist clean sand, sand and gravel, or other suitable material as
approved by the Owner, tamped in place to 90 percent relative compaction minimum.
Excess excavated material shall be incorporated in backfill or discarded at legal disposal
site(s) by Contractor at his expense.
E. Excavated Materials
All material excavated from trench shall be placed for minimum obstruction to traffic
(automobile and pedestrian). Gutters shall be kept clear and other provisions shall be
made for street or road drainage. Excess excavated material, including material rejected by the Owner for use as backfill, shall be discarded at legal disposal site(s) by Contractor
at his expense.
If pipe, fittings, or appurtenances belonging to the Owner are uncovered or removed during excavation, they shall be salvaged and deposited as directed by the Owner. If the
99121860-l Q Krieger & Stewart, Incorporated 1998 Sewer4
Owner determines that certain materials need not be salvaged, said materials shall be
discarded at legal disposal site(s) by Contractor at his expense.
F. Blasting
Blasting for excavation will be permitted only with approval of the Owner and only after
proper precautions have been taken for protection of persons and property, provided Contractor has secured all necessary permits. Blasting shall be limited to specific
periods as approved by the Owner. Any damage caused by blasting shall be repaired by
Contractor at his expense. Contractor’s blasting methods and procedures shall conform with State and local laws and County and municipal ordinances. Contractor shall post
signs warning radio equipment operators that blasting operations are in progress and
advising that radio transmissions are prohibited during blasting operations.
7. Trench Bedding
A. GtXltXd -
Bedding for gravity sewers shall be as shown on the Drawings for bedding factor
specified and as specified herein.
Unless specified or shown otherwise, trenches shall be overexcavated to accommodate
crushed rock bedding material having 9 inch minimum thickness between bottom of
excavated trench and pipe bell for gravity sewers. For force mains or gravity sewers,
trenches shall have flat bottoms conforming with grades to which pipe is to be laid.
Trench bottoms shall be uniform and provide firm and uniform bearing for pipe or
bedding material.
Pipe shall be laid so that pipe barrel bears evenly on the trench bottom or on bedding
material. Bell holes shall be excavated in trench bottom and sides as necessary to permit
satisfactory construction and inspection of pipe joints.
B. Unsuitable Soil
Where unsuitable soil consisting of loose, soft, spongy, or organic earth is encountered,
it shall be removed from trench bottom to depth determined in field by the Owner and
trench shall be refilled to proper grade with moist clean sand, sand and gravel, or other
suitable material as approved by the Owner, tamped in place to 90 percent relative
compaction minimum, all at no additional cost to Owner. Trench bottom shall be graded
flat and prepared to provide firm and uniform bearing for pipe or bedding material.
Where unyielding soil consisting of rock, rocky earth, or cemented earth is encountered,
it shall be removed from trench bottom to at least 9 inches below pipe bell and trench
shall be refilled to proper grade with crushed rock, moist clean sand, sand and gravel, or
other suitable material as approved by owner, tamped in place to 90 percent relative compaction, minimum. Trench bottom shall be graded flat and prepared to provide firm
and uniform bearing for pipe or bedding material.
Unless specified otherwise, Contractor shall, at his expense, remove unsuitable soil,
replace it with suitable soil, and discard unsuitable soil at legal disposal site(s).
Contractor shall not deposit or store unsuitable soil on private or public property without
9912/860-l Q Krieger & Stewart, Incorporated 1998 Sewer-5
written permission of property owner(s) and without applicable governmental permits
pertaining to earthwork, including compaction, and the environment. Before placing any
material on private or public property, Contractor shall provide the Chvner with evidence
of written permission to do so and he shall then obtain the Owner’s written approval for
same.
8. Trench BacMill
A. General
In addition to meeting backfill requirements specified herein, Contractor shall also comply with backfill requirements established through permits issued by jurisdictions
(State, County, City) having control over rights-of-way in which construction is taking
place. Whenever the separate requirements conflict with one another, the more stringent
shall apply. Backfill shall not commence without prior approval of the Owner.
Backfill material shall be either select excavated material, screened or washed if
necessary, or commercially processed material. Backfill material &all meet separate
specific requirements for backfill within pipe zone and backfill above pipe zone.
Backfill material meeting pipe zone requirements may be used for above pipe zone
backfill material but not the reverse.
After sheeting, shoring, or shields have been removed, all backfill material including
pipe zone backfill material shall be compacted to 90 percent relative compaction
minimum except that the upper 12 inches of backfill material shall be compacted to 95
percent relative compaction minimum, as verified by field compaction tests. Relative
compaction shall be determined in accordance with ASTM D-1557, latest, modified to
three-layer curve in lieu of five-layer curve. The Owner will specify where (number &
location) compaction tests are to be taken.
Unless specified otherwise, the Owner will have all necessary compaction tests
performed by soils engineer of its choosing. The Owner will pay for all passing tests;
Contractor shall pay for all failing tests. Contractor shall notify the Owner when any
segment of backfill has been compacted and is ready for compaction testing and the
Owner will then have such tests performed.
Unless determined otherwise, compaction tests will be taken along the sewer, in the pipe
zone, above the pipe zone, and at ground surface or subgrade at 300 foot intervals
maximum and along all lateral and sewer extensions. Contractor shall assist, at no
additional cost to the Owner, soils engineer in taking all compaction tests. Contractor
shall furnish all equipment (including shoring), labor, and materials needed for such
assistance. Compaction testing shall be completed and accepted by the Owner prior to
leakage testing of sewers and appurtenances.
Within highways, thoroughfares, and streets, Contractor shall, at the end of each work
day and by 5:00 PM, unless permitted otherwise, completely backfill trenches with
material sufficiently compacted to support traffic. Contractor shall then place 2 inch minimum thickness temporary asphalt concrete pavement over trench; it shall be
compacted, rolled smooth with a steel wheeled pavement roller and placed flush with
adjacent pavement. Contractor shall maintain and repair backfilled and paved areas to
prevent potholes or pavement failures. Highways, thoroughfares, and streets shall be
9912/860-l
Q Krieger & Stewart, Incorporated 1998 Sewer-6
completely open to traffic at night (after 5:00 PM), on weekends, on holidays, and
whenever Contractor is not actively working in specific area.
Contractor shall not excavate trenches or install pipe on weekends and holidays.
Holidays include union holidays, Owner holidays, and County and municipal holidays.
Contractor shall not leave any excavation open overnight or on weekends or holidays.
B. BaclctXl Within Piue Zone
Backfill for gravity sewers within pipe zone shall be as shown on the Drawings for the
trench load factor specified and as specified herein.
Unless specified or shown otherwise, 3/4 inch crushed rock and select excavated
material, screened or washed if necessary, shall be used for sewers (gravity and force
main). Said select excavated material shall consist of moist clean, loose earth, sand, or
gravel (1 inch maximum size) free of clay and silt as well as brush, roots, and organic substances.
Initial backfilling shall be performed as soon as possible after pipe has been laid. 314
inch crushed rock or approved backfill material shall be placed in trench simultaneously
on each side of pipe to a depth not greater than pipe centerline (springline) or 12 inches
(loose measurement), whichever is less, and it shall then be tamped under pipe so that all
voids are eliminated and material is compacted to 90 percent relative compaction
minimum.
Subsequent backfilling shall be performed immediately following initial backfilling. Crushed rock or approved backfill material shall continue to be placed in trench
simultaneously on each side of pipe in lifts not exceeding 12 inches in thickness (loose
measurement), if required, with each lift being tamped, until the pipe has been covered
by at least 12 inches of well compacted material. Alternatively, backfill material may be
densified by water settlement until the pipe has been covered by at least 12 inches of
well densified material. Backfilled material shall be tamped or settled to 90 percent
relative compaction minimum.
Regardless of compaction or densification technique, care in backfilling shall be
exercised to avoid any damage to pipe, fittings, and appurtenances, to avoid any damage
to persons or property, and to achieve relatjve compaction of backfilled material of at
least 90 percent minimum.
C. Backfill Above Pine Zone
Backfill material shall consist of moist clean loose earth, sand, gravel, or rock free of
clay and silt as well as brush, roots, and organic substances. From the top of selected
backfill in the pipe zone to within 1 foot of ground surface or pavement subgrade,
backfill material &a11 be free of material exceeding 6 inches in greatest dimension. It
shall also be compacted to 90 percent relative compaction minimum. Within 1 foot of
ground surface or pavement subgrade, backfill material shall be free of material
exceeding 2 inches in greatest dimension and it shall be compacted to 95 percent relative
compaction minimum. Rocks shall be mixed with suitable soil to eliminate voids; they
shall not be nested. Backfill material shall be well graded.
9912/860-l
0 Krieger & Stewart, Incorporated 1998 Sewer-7
Backfill material shall be placed in lifts not exceeding 12 inches in thickness (loose
measurement) and each lift shall be compacted to 90 percent relative compaction
minimum by hand tampers, pneumatic tampers, or mechanical compactors except that
the upper 12 inches of baclcflll shall be compacted with mechanical compactors or
compaction equipment, excluding stompers, to 95 percent relative compaction.
Alternatively and except for the upper 12 inches of backfill, sandy, granular soils may be
densified by water settlement. Trench to be backfilled by water settlement shall be diked
at suitable intervals not exceeding 100 feet. Impounded water shall be of sufficient
depth so that earth pushed or shoveled into trench will at all times fall into water,
becoming completely saturated. If necessary, jetting may augment flooding. Backfill
densified by water settlement shall be densifled to 90 percent relative compaction
minimum. Contractor shall use mechanical compactors or compaction equipment,
excluding stompers, to achieve required compaction if required densification is not
achieved by water settlement.
D. Imnorted Backfill Material
Whenever excavated material is unsuitable as backfill material and C&ractor is unable
to process or screen such material for backfill material or whenever excavated material is
insufficient to accomplish backfill and Contractor must secure additional material,
Contractor shall import such material and the material and its source shall be approved
by the Owner.
Unless specified otherwise, imported backfill material shall be commercially processed
and it shall be selected, clean, loose earth, sand, or gravel (1 inch maximum size). Said
material shall be granular and it shall be free of clay, silt, and fine sand. It shall be suitable for compaction with minimum effort.
E. Backfill Comnletion
Where pavement is not required, trench backfill shall be brought to grade of existing
surface and dressed to provide firm, stable, and even surface without ruts or
irregularities. It shall conform with grades of existing surface. Where pavement is
required, trench backfill shall be brought to subgrade for pavement structure. Pavement
shall then be placed in accordance with Paving Specifications.
9. Sewers and Appurtenances
A. Construction Materials
All materials shall be new and of the best quality for their intended use. All like
materials shall be of one manufacture for any particular project.
Contractor shall, in addition to submitting other &ta herein required, submit six signed
and dated copies of shop drawings, cut sheets and specification data for materials to be
used in installation (force mains and gravity sewers) and appurtenance construction
including gravity sewer installation, force main installations, air valve installations,
manway installations, manhole installations, cleanout installations, and related appurtenances for Owners approval.
9912/860-l (D Krieger & Stewart, Incorporated 1998 Sewer-8
B. Sewer Construction
1) Sewerand ADDUrtenaDCeS
Sewers (force main and gravity sewer) and appurtenances shall be constructed in
accordance with these Specifications and the Drawings and as specified by the
Owner.
2) Valves and ADDurteDances
Force main valves at force main intersections shall be connected directly to force
main intersection fittings (cross or tee) unless specified otherwise.
Unless specified otherwise, air valve installations shall be constructed at all
force main high spots. Contractor shall construct, at his expense, air valve
installations in addition to those specified, if necessary to accommodate his work
and schedule. -
3) Sewer Len&h
All sewer lengths noted by the Construction Drawings or otherwise specified or
referenced shall mean net horizontal constructed lengths and said lengths shall
extend through all fittings and appurtenances including manholes, bends, outlets,
tees, flanges, and valves. Contractor shall provide all pipe necessary to
accommodate any vertical alignment of the sewer and said pipe shall be
represented by the net horizontal constructed length.
4) Sewer Alienment
All sewers shall be constructed with no basic variation in horizontal alignment
as shown by the Drawings or as specified by the Owner. Sewers shall be
constructed parallel with centerlines of streets or rights-of-way and
appurtenances shall be constructed perpendicular thereto unless the Construction
Drawings specify otherwise. Sewers may be constructed by the use of pulled
joints, short joints, bevels, bends, and elbows, provided sewers are constructed in
conformance with the Drawings.
In all non-critical areas and subject to the Owner’s approval, force mains may be
constructed at variance with vertical alignment as shown by the Construction
Drawings by the use of pulled joints, short joints, bevels, bends, and elbows
provided force mains are constructed as specified at force main connections and underground interferences, and where. force main cover is limited. The Owner
will not approve any variation in vertical alignment until it has determined that proposed alignment is proper and modifications are in order.
5) Sewer Tolerances
a. Force Mains
With regard to vertical alignment, force mains shall be constructed so
that actual flow line elevations, measured at pipe joints, are within 0.1
9912/860-l
0 Krieger & Stewart, Incorporated 1998 Sewer-9
foot of design flow line elevations. Force mains, when installed, shall
have continuous slope upgrade or downgrade, corresponding with design
slope, without any high spots.
With regard to horizontal alignment, force mains shall be constructed so
that actual force main centerlines, measured at pipe joints, are within 0.1
foot of design force main centerlines. Pipelines, when installed, shall
closely follow specified horizontal alignment.
Force main construction shall conform with Construction Drawings and
layout, installation, or laying drawings (design drawings which show
flow line elevations and force main centerlines) in accordance with the
above specified tolerances. Contractor shall make or assist the Owner in
making all necessary measurements, as determined by the Owner, to
confirm or verify compliance with construction tolerances.
b. Gravity sewers
With regard to vertical alignment, gravity sewers shall be constructed so
that actual flow line elevations, measured at pipe joints, are within 0.02
foot of design flow line elevations. Gravity sewers, when installed, shall
have continuous slope upgrade corresponding with design slope.
With regard to horizontal alignment, gravity sewers shall be constructed
so that actual gravity sewer centerlines, measured at pipe joints, are
within 0.1 foot of design sewer centerlines. Gravity sewers, when
installed, shall closely follow specified horizontal alignment.
Gravity sewer construction shall conform with Construction Drawings in
accordance with the above specified tolerances. Contractor shall make
or assist the Owner in making all necessary measurements, as
determined by the Owner, to confirm or verify compliance with construction tolerances.
6) Sewer Cover
a. Force Main
Force main cover as shown by the Construction Drawings is hereby
defined as design cover over force main. If field conditions determined
during construction staking show that pipe grade changes are required to provide design cover, Contractor shall, at his expense, make required
changes in force main grade and construct force main accordingly.
Force main cover from top of pipe to ground surface over force main
shall not be less than 36 inches. Where future ground surface elevation over force main has been established and where actual ground surface is
greater, force main cover shall be referenced to future (established)
ground surface elevation, not actual ground surface elevation,
99121860-l
Q Krieger & Stewart, Incorporated 1998 Sewer-l 0
b. Gravity Sewer
Gravity sewer cover as shown by the Construction Drawings is hereby
defined as design cover over gravity sewer. If field conditions
determined during construction staking show that pipe grade changes are
required to provide design cover, Contractor shall, at his expense, make
required changes in gravity sewer grade and construct gravity sewer
accordingly.
Gravity sewer cover from top of pipe to ground surface over gravity
sewer shall not be less than 84 inches, unless otherwise specified.
Where future ground surface elevation over gravity sewer has been
established and where actual ground surface is greater, gravity sewer
cover shall be referenced to future (established) ground surface
elevation, not actual ground surface elevation.
10. Pipe Materials and Pipe Installation
A. - Force Mains (D uctile Iron Pine)
1) ScoDe
Ductile iron pipe and fittings shall conform with applicable provisions of
AWWA C104, ClO5, Cl 10, Clll, C115, Cl50, C151, and C153, latest, as
modified herein, by the Drawings, or by the Owner.
All ductile iron pipe shall be manufactured by organizations which have had not
less than ten years successful experience in the manufacture of the type of pipe
specified. The Chvner shall approve manufacturer’s product before its use.
2) Data to be Submitted bv Contractor
Contractor shall furnish three copies of an Affidavit of Compliance in
accordance with Section 5 l-5, AWWA Cl5 1, latest. Contractor shall also
furnish certifications, three copies each, of the following:
a. Material Certification
(1)
(2)
(3)
(4)
(5)
Grade of iron (chemical requirements)
Flanges
Nuts and bolts
Flange gaskets
Rubber Gaskets
b. Manufacturing Certification
(1)
(2)
(3)
Hydrostatic Test Reports
Tensil Test Reports
Impact Test Reports
9912/860-l Q Krieger & Stewart, Incorporated 1998 Sewer-l 1
Unless specified otherwise, Contractor shall fuxnish detailed installation or
laying drawings showing pipe, fittings, appurtenances, station, and elevation for each fitting, and each change in alignment or slope. Contractor shall submit the
installation or laying drawings to. the Owner for approval in all cases in time
sufficient to allow review and approval as hereinafter specified and to
accommodate the Contractor’s construction schedule.
Installation or laying drawings shall be submitted in triplicate. Owner will
return one (1) set of drawings to Contractor within fifteen (15) days marked
either “Accepted”, “Rejected”, “Revise and Resubmit”, “Submit Specified Item”,
or “Furnish as Corrected”. In the last case, all revisions All be clearly shown on
the returned set of drawings which shall bk considered the accepted drawings
and only drawings or prints so corrected shall be used for installation. Unless
specified otherwise, Contractor shall furnish Owner seven (7) sets of all
accepted drawings.
3) p& -
All pipe shall be ductile iron and shall conform with AWA Cl5 1 (ANSI
A21.5, and applicable .portions of ASTM A536, Grade 60-42-lo), latest, as
modified herein by the Drawings, or by the Owner.
a. Pipe, including standard, random, and special short lengths, shall be
Class 150 minimum and, unless specified otherwise, shall have push on joints. Minimum pipe wall thickness shall be as noted by the Construction Drawings or specified by the Owner; it shall not be less
than noted by the Standard Drawings. Pipe wall thickness shall be
increased if necessary to accommodate threads or grooves or if required
for extremely shallow (less than 2.5 feet) or excessively deep (more than
14 feet) pipeline cover. 90 percent of all pipe of any specific class and
size, excluding special short lengths, shall be furnished in standard
lengths. The remaining 10 percent may be furnished in random lengths.
b. Standard lengths shall have nominal lengths of 18 feet up to 36 inches in
diameter and 20 feet above 36 inches in diameter, plus or minus 1 inch.
Random lengths of pipe may be up to 2 feet shorter than standard
lengths. Special short lengths shall only be furnished where needed to
accommodate specified fittings.
C. Pipe shall have an interior cement mortar lining of standard thickness in
accordance with AWWA Cl04 (ANSI A21.4), latest. Said lining shall
be full thichess throughout pipe except for bell which shall be cleaned and lightly sprayed or brushed with an asphaltic or bituminous coating
in accordance with AWWA Cl51 (ANSI A21.51). The interior cement
mortar lining shall be moisture cured for at least two days before
shipment. To prevent moisture loss during the curing period, ends of
pipe shall be kept closed with plastic caps or covers which shall remain
in place until installation.
Steam curing may be substituted for moisture curing, providing one hour
of steam curing is equivalent to six hours moisture curing and ambient
99121860-l Sewer-12 0 Krieger & Stewart, Incorporated 1998
9912/860-l
d.
e.
f.
g -
h.
vapor is maintained at relative humidity of 85 percent with temperature
ranging between 110 degrees Fahrenheit and 150 degrees Fahrenheit for
minimum steam curing period of six hours, after which exterior coating
may be applied. The lining shall then be cured for another twelve hours
before shipment. Other methods of curing the cement mortar lining may
be used providing they are acceptable to .the Owner.
Temperature and shrinkage cracks in cement mortar lining less than l/l6
inch in width or 24 inches in length need not be repaired. Cracks wider
than l/l6 inch or longer than 24 inches shall be repaired unless it can be
demonstrated to the satisfaction of the Owner that the cracks will heal
autogenously under continuous soaking in water.
Where “special lining” is specified, it shall be provided in accordance
with Section 14, herein.
Ripe shall have an exterior asphaltic or bituminous coating in accordance
with AWA Cl51 (ANSI A21.51), latest. -
All pipe shall be furnished with rubber gasketed push-on type joints
unless mechanical joints or flanged joints are otherwise specified or
permitted. Joint restraints may be required as specified by the Owner.
All joints shall comply with AWWA Cl 11 (ANSI A21.11), latest, as
approved by the Owner.
Rubber gaskets shall conform AWWA Cl 11 (ANSI A2 1.11) latest.
Each pipe shall be marked with the weight, class, or nominal thickness
and casting period. The manufacturers mark, year in which pipe was
produced and the letters “DI” or “ductile” shall be cast or stamped on the
pipe. All required markings .shall be clear and legible and all cast marks
shall be on or within 2 feet of bell ends.
Where restrained joints are required, they shall be accomplished with
boltless restrained joint gaskets or components. Restrained joints shall
be ductile iron in accordance with applicable provisions of AWWA
C 111 and C 15 1 (ANSI A2 1.11 and A2 1.5 1, respectively), latest, except
as to manufacturer’s proprietary dimensions. Set screws shall not be
utilized for any application.
Each restrained joint for pipe 4 inches through 12 inches shall consist of
a gasket system where stainless steel locking segments molded within the gasket provide restraint for pipe joints or fitting joints.
Each restrained joint for pipe 14 inches through 24 inches shall consist
of a gasket system where stainless steel locking segments molded within
the gasket provide restraint for pipe joints or fitting joints, or
altematively, a boltless restrained push-on joint system where ductile
iron locking segments inserted through slots in the bell face provide
positive axial lock between the bell interior surface and the spigot
retainer weldment or gripper ring.
0 Krieger & Stewart, Incorporated 1998 Sewer-13
Each restrained joint for pipe 27 inches and larger shall consist of a
boltless restrained push-on joint system where ductile iron locking
segments inserted through slots in the bell face provide positive axial
lock between the bell interior surface and the spigot retainer weldment
or gripper ring.
All restraining components must make full contact around the
circumference of the pipe, even if it has deflected. Field cut kits shall be
composed of full ring gripper rings with serrated edges and shall be
compatible with the pipe joints and fittings joints.
4) Fittings
Ductile iron fittings shall conform with AWWA Cl 10, Cl 11, and Cl53 (ANSI
A21.10, A21.11, and A21.53, respectively), latest. Unless specified otherwise,
fittings shall be push-on joint and comply with AWWA Cl 11 (ANSI A21.11).
Fittings shall have an asphaltic outside coating in accordance with AWWA C 110
or Cl53 (ANSI A21.10 or A21.53), latest, and cement mortar lining in
accordance with AWWA Cl04 (ANSI A21.4), latest. Fittings shall have
standard lining thickness and shall be seal coated with asphaltic material or other
approved material. The lining process must produce a dense, compacted lining
that shall be bonded to the interior of the fitting and have a smooth surface.
Where restrained joints are specified, they shall be accomplished with boltless
restrained joint gaskets or components and shall comply with all requirements of
Section lO.A.3.h. of the Basic Sewer Specifications. Restrained joint fittings
shall be of same joint design as the restrained joint pipe. Restrained joints shall
be ductile iron in accordance with applicable provisions of AWWA Cl 10 and
C 153 (ANSI A2 1.10 and A21.53), latest, except as to manufacturer’s proprietary
dimensions.
Where “special lining” is specified, it shall be provided in accordance with
Section 14, herein.
5) Testinq
All pipe, including standard, random, and special short lengths, furnished shall
be tested in the United States in accordance with AWWA Cl5 1, latest.
6> &lanufacturine Insnection and Certification
The Owner shall at all times have the right to inspect all Work and materials
during the course of manufacture. Manufacturer shall furnish the Owner reasonable facility for obtaining such information as he may desire regarding the
progress and manner of the Work and the character and quality of materials used.
where “special lined” ductile iron pipe and fittings are provided, manufacturer
shall furnish Owner with a certificate of compliance for the following:
9912/860-l
Q Krieger & Stewart, Incorporated 1998 Sewer-14
a. Surface preparation completed in accordance with SSPC-SPlO (near
white blast cleaning).
b. Minimum dry film thickness (MDFT) of lining prime coat completed per system requirements (6 mils, unless noted otherwise).
c. MDFT of fmish system completed per system requirements (35 mils,
unless noted otherwise).
d. Finished lining has been inspected for defects with holiday detection
equipment and is free of pinholes.
7) Loading. Transnortine. and Unloading
After the pipe has been tested in accordance with Section 5 above, it shall be
loaded on rubber-tired vehicles, and adequately supported--and chocked to prevent any damage during transportation, and delivered to the Work site.
During loading, unloading, and stringing operations, pipe and fittings shall be
moved with care to prevent damage thereto. Unloading shall be accomplished in
a workmanlike manner as directed by the manufacturer. Under no circumstances
are pipe and fittings to be dropped or bumped in handling.
8) Defective or Damaged Material
Pipe and fittings shall be carefully inspected for defects. Any pipe found to be
defective in workmanship or materials or so damaged as to make repair and use
impossible’shall be rejected and removed from the Work site.
In the event that pipe is damaged, damaged portions may be removed, as
approved by the Chvner, and discarded. Remaining sound portions may be used
with ductile iron fittings. Contractor shall be responsible for any and all damage
to material and he shall stand the expense of repairing or replacing same.
Contractor shall take proper precautions to assure that rubber gaskets are
protected from oxidation or undue deterioration.
9) Installation
Pipe manufacturer, fitting manufacturer, and material supplier, in addition to the Chvner and the Owner’s representative, shall have access to the Work during
installation. Contractor shall use assistance provided by either manufacturer or
supplier where required for proper installation of pipe, fittings, or materials;
however, Contractor shall limit role of either manufacturer or supplier to
advisory service.
All pipe shall be laid true to line and grade and at the locations shown by the
Construction Drawings or as specified. Pipe shall be installed in accordance
with applicable provisions of AWWA C600, latest, applicable provisions of
Ductile Iron Pipe Research Association “Guide for the Installation of Ductile
Iron Pipe“, latest, and manufacturer’s directions. Bell ends shall be placed uphill
unless otherwise permitted.
9912/860-l 0 Krieger & Stewart, Incorporated 1998 Sewer-l 5
After pipe has been set in trench, exterior of spigot and interior of bell shall be
thoroughly cleaned. Lubricant recommended by pipe manufacturer and as
approved by the Owner shall be applied to rubber gasket. Lubricant shall be
water soluble, nontoxic, shall have no deteriorating effects on the rubber gaskets, and shall not support growth of bacteria. Excess lubricant shall be removed.
Pipe ends shall be aligned, and spigot shall be pulled into bell with come-along
devices, or hoists with chains and slings, unless permitted otherwise. If either
the pry bar or the backhoe bucket method is permitted, a timber header shall be
placed between the pipe and the pry bar or backhoe bucket before the spigot is
pushed into bell.
Curved alignment by use of pulled joints will be permitted. Maximum joint
deflection shall be 3 degrees. For purposes of reducing angular deflections at
pipe joints, Contractor may install pipe sections of less than standard length.
Whenever cutting of pipe is required, it shall be done with a special cutting tool
specifically made for cutting and machining ductile iron pipe. Cut ends and
rough edges shall be ground smooth and beveled for push-on joints.
Whenever specified, pipe shall be encased with 8 mil (0.2 mm) thick minimum
polyethylene tube lapped 1 foot minimum, and valves and fittings shall be wrapped with polyethylene tube or with polyethylene sheets lapped 1 foot
minimum. Polyethylene tube and polyethylene sheets shall be secured in place
with suitable adhesive tape. All polyethylene tube and polyethylene sheet encasements shall be installed in accordance with AWWA C105, latest.
As Work progresses, a pipe cleaning tool as approved by the Owner shall be
drawn through pipe to remove dirt, rocks, or other foreign material. At the end
of each day’s work, all openings in the pipeline shall be plugged with watertight
expandable plugs or approved equal.
B. Force Mains (Polwin~l Chloride Pine)
1) ScoDe
Polyvinyl chloride (PVC) pipe furnished and installed under these Specifications
shall conform to applicable AWWA Standards (latest), as modified herein, by
the Drawings, or by Owner.
All pipe furnished shall be manufactured by an organization which has had not
less than 10 years successful experience in the manufacture of the type of pipe specified. Owner shall approve manufacturer’s product before its use.
2) Data to be Submitted bv Contractor
Contractor shall furnish three (3) copies of an Affidavit of Compliance in accordance with Section 1.4, AWWA C900 and C905 (latest). Contractor shall
also furnish three (3) certified copies of test reports containing results of all
physical and chemical tests on pipe and coupling showing compliance with
AWWA C900 and AWWA C905 (latest) as modified herein.
99121860-l Sewer-l 6 Q Krieger & Stewart, Incorporated 1998
Unless specified otherwise, Contractor shall prepare detailed installation or
laying drawings showing pipe, fittings, appurtenances, station and elevation for
each fitting, and each change in alignment or slope. Contractor shall submit the
detailed installation or laying drawings to Owner for approval in all cases in time
sufficient to allow review and approval as hereinafter specified and to
accommodate the Contractor’s construction schedule.
Installation or laying drawings shall be submitted in triplicate. Owner will
return one set of drawings to Contractor within 15 days marked either
“Accepted”, “Rejected”, “Revise and Resubmit”, “Submit Specified Item”, or
“Furnish as Corrected”. In the last case, all revisions will be clearly shown on
the returned set of drawings which shall be considered the approved drawings and only drawings or prints so corrected shall be used for installation. Unless
specified otherwise, Contractor shall furnish Owner seven (7) sets of all approved drawings.
3) Pine and Counlines
All pipe and couplings furnished shall conform to AWWA C900 and C905
(latest) and the following additional requirements:
a. Unless otherwise specified or shown on Drawings, AWWA C900 pipe
and couplings (4” through 12” diameter) shall be minimum Class 150
(maximum dimension ratio of 18). Polyvinyl chloride pipe shall have
same dimensions as ductile iron pipe and pipe bell and pipe spigot shall
have same thickziess as pipe barrel.
Standard lengths of pipe shall have nominal length of 20 feet, 0 inches,
plus or minus 1 inch. Standard lengths of pipe shall be furnished with
integral bells and spigots and with rubber gaskets. Couplings may be
used for closures and curved alignments where permitted by Owner.
Pipe shall have sufficient strength to withstand an internal hydrostatic
pressure of four times rated operating pressure for its class per AWWA
C900 (latest).
b. Unless otherwise specified ‘or shown on the Drawings, AWWA C905
pipe and couplings (14” through 36” diameter) shall have maximum
dimension ratio of 25 (Class 165). Polyvinyl chloride pipe shall have
same dimensions as ductile iron pipe and pipe bell and pipe spigot shall
have same thickness as pipe barrel.
Standard lengths of pipe shall have nominal length of 20 feet, 0 inches,
plus or minus 1 inch. Standard lengths of pipe shall be furnished with
integral bells and spigots and with rubber gaskets. Couplings may be
used for closures and curved alignments where permitted by Owner.
Pipe shall have sufficient strength to withstand an internal hydrostatic pressure of two times rated operating pressure for its class per AWWA
C905 (latest).
99121860-l
Q Krieger & Stewart, Incorporated 1998 Sewer-17
4) Fittings
All fittings shall be Class 150 ductile iron unless otherwise specified or shown
on the Drawings.
Ductile iron fittings shall conform with AWWA Cl 10, Cl 11, and Cl 53 (ANSI
A2 1.10, A 2 1.11, and A21.53, respectively), latest. Unless specified otherwise,
fittings shall be push-on joint and comply with AWWA Cl 11 (ANSI A21.11).
Fittings shall have an asphaltic outside coating in accordance with AWWA Cl 10
or Cl53 (ANSI A21.10 or A21.53), latest, and cement mortar lining in
accordance with AWWA Cl04 (ANSI A21.4), latest. Fittings shall have
standard lining thickness and shall be seal coated with asphaltic material or other
approved material. The lining process must produce a dense, compacted lining
that shall be bonded to the interior of the fitting and have a smooth surface.
Where PVC fittings are specified on the Drawings or permitted as an alternative
as specified on the Drawings, fittings shall be in compliance with AWWA C907
(4” through 8”). Affidavits and testing results shall be submitted as required for
PVC pipe.
Where “special lining” is specified, it shall be provided in accordance with
Section 14, herein.
5) Testing
All pipe and couplings furnished shall be tested in the United States in
accordance with Section 3.3, AWWA C900 and AWA C905.
6) Manufacturing Insnection and Certification
Owner shall at all times have the right to inspect all work and materials in the
course of manufacture. Manufacturer shall furnish Owner reasonable facility for
obtaining such infoimation as he may desire regarding the progress and manner
of the work and the character and quality of materials used.
Where “special lined” ductile iron pipe and fittings are provided, manufacturer
shall furnish Owner with a certificate of compliance for the following:
a. Surface preparation completed in accordance with SSPC-SPlO (near
white blast cleaning).
b. Minimum dry film thickness (MDFI’) of lining prime coat completed
per system requirements (6 mils, unless noted otherwise).
C. MDFT of finish system completed per system requirements (35 mils,
unless noted otherwise).
d. Finished lining has been inspected for defects with holiday detection
equipment and is free of pinholes.
9912/860-l
0 Krieger & Stewart, Incorporated 1998 Sewer-l 8
7) Loading. Transnortine. and Unloading
After the pipe has been tested in accordance with Section 5 above, it shall be
loaded on rubber-tired vehicles, adequately supported and chocked to prevent
any damage during transportation, and delivered to job site. All pipe and
couplings (AWWA C900 and C905) shall be unloaded and stored in accordance
with AWWA manual M23 (latest). During the unloading and stringing
operations, the pipe shall be moved in such a manner as to prevent injury to the pipe andfor couplings. Unloading shall be accomplished in a workmanlike
manner as directed by the manufacturer. Under no circumstances are pipe
sections to be dropped or bumped in handling.
8) Defective or Damaged Material
The pipe and couplings shall be carefully inspected for defects. Any pipe,
coupling, sleeve, or rubber ring found to be defective in workmanship or
material or so damaged as to make repair and use impossibleshall be rejected
and removed from the job site.
In the event that pipe is damaged, the damaged portion may be removed, as
approved by Owner, and discarded. Remaining sound portions may be used
with ductile iron fittings or with couplings. Contractor shall be responsible for
any and all damage to material and he shall stand expense of repairing or
replacing same. Contractor shall take proper precautions to assure that the
rubber gaskets are protected from oxidation or undue deterioration.
9) Installation
Pipe manufacturer, fitting manufacturer, and material supplier, in addition to the
Owner and the Owner’s representative, shall have access to the Work during
installation. Contractor shall use assistance provided by either manufacturer or
supplier where required for proper installation of pipe, fittings, or materials;
however, Contractor shall limit role of either manufacturer or supplier to
advisory service.
All pipe shall be laid true to line and grade and at the locations as shown by the
Construction Drawings or as specified. Pipe shall be installed in accordance
with AWWA Manual M23 (latest) (including AWWA C905 pipe and
couplings), applicable provisions of manufacturers installation guides (latest)
and manufacturer’s directions. Owner shall approve manufacturer’s product
before its use. Contractor shall furnish Owner with two manufacturers installation guides for use during construction. Bell ends shall be placed uphill
unless otherwise specified.
Unless otherwise specified or shown on the Drawings, backfill within the pipe zone shall have a minimum sand equivalent of 30 as determined by ASTM
D2419 (latest).
After pipe has been set in trench, exterior of spigot and interior of bell shall be
thoroughly cleaned. Lubricant recommended by pipe manufacturer and as
9912/860-l 0 Krieger & Stewart, Incorporated 1998 Sewer-19
approved by the Owner shall be applied to rubber gasket. Lubricant shall be water soluble, nontoxic, shall impart no objectionable taste or odor to the water,
shall have no deteriorating effects on the rubber gaskets, and shall not support
growth of bacteria. Excess lubricant shall be removed. Pipe ends shall be
aligned, and spigot shall be pulled into bell with come-along devices, or hoists
with chains and slings, unless permitted otherwise. If either the pry bar or the
backhoe bucket method is permitted, a timber header shall be placed between the
pipe and the pry bar or backhoe bucket before the spigot is pushed into bell.
Curved alignment of AWWA C900 pipe shall be accomplished by longitudinal
bending of the pipe. Minimum allowable bend radii shall be as specified by the
pipe manufacturer. Unless otherwise allowed by the pipe manufacturer and
approved by the Owner, axial deflection at the pipe joints of AWWA C900 pipe
is prohibited. Where closing sections are required, Contractor shall make all
necessary measurements to select appropriate pipe lengths and closure couplings
for correct installation.
Curved alignment of AWWA C905 pipe by use of longimdinal bending is
prohibited; however, curved alignment by use of pulled joints will be permitted.
Unless otherwise allowed by the pipe manufacturer and approved by the Owner,
maximum joint deflection shall be one (1) degree, For purposes of reducing
angular deflections at pipe joints and for closure sections, Contractor may install
pipe sections of less than standard length. Where closing sections are required, Contractor shall make all necessary measurements to select appropriate pipe
lengths and closure couplings for correct installation.
Whenever cutting of pipe is required, it shall be done with a special cutting tool
specifically made for cutting and machining PVC pipe. Cut ends and rough
edges shall be ground smooth and beveled for push-on joints.
Pipe locator wire (No. 14 AWS insulated copper) shall be installed in trench
with pipe where shown by the Standard Drawings unless it is specifically deleted
by the Construction Drawings or by Owner. It shall be held in place by looping
the pipe at 20 foot intervals maximum, or as specified.
As work progresses, a pipe cleaning tool as approved by Owner shall be drawn
through the pipe to remove dirt, rocks, or other foreign material. At the end of
each day’s work, all openings in the pipeline shall be plugged with watertight
expandable plugs or Owner approved equal.
Unless specified otherwise, polyvinyl chloride pipe shall not be encased with
concrete. If protection is necessary it shall be accomplished by the use of
conductor casing(s) as approved by Owner.
C. Gravitv Sewer (Vitrified Clav Pine\
1) ScoDe
All vitrified clay pipe shall conform with applicable provisions of ASTM C700, latest, as modified herein, by the Drawings, or by the Owner.
99121860-l Sewer30 Q Krieger & Stewart, Incorporated 1998
All vitrified clay pipe shall be manufactured by organizations with at least ten
years successful experience in manufacturing, and fabrication of the type of pipe
specified. The Owner shall approve manufacturer’s product before its use.
2) Data to be Submitted bv Contractor
Contractor shall furnish six copies of an affidavit of compliance in accordance
with ASTM C700, C425, and C301, latest. Contractor shall also furnish
certifications, six copies each, of the following:
a. Material Certification
(1)
(2)
Pipe
Type “G” Joints
b. Manufacturing Certification
(1)
(2)
Pipe Three (3) Edge Bearing Test Reports
Hydrostatic Test Reports
_
Contractor shall submit shop drawings for manholes, covers, concrete, and
appurtenances.
3)
Pipe and fittings shall be extra strength vitrified clay pipe (VCP) in accordance with ASTM C700, latest, and the “Standard Specifications”, latest, as modified
herein, by the Drawings or by the Owner.
a. Straight Pipe
Pipe diameter shall not vary from a true circle by more than 3 percent
nominal diameter. Standard pipe length, excluding socket depth, shall be 40 inches and shall not deviate from straight by more than l/16 inch
per foot. All fabricated bends and bevels shall be manufactured from
pipe meeting all specified requirements. Pipe and fittings shall not
contain blisters, cracks, and chips. Pipes and fittings failing to meet
these requirements will be rejected and shall be removed from the job
site immediately.
b. Pipe Fittings
Fittings shall have dimensions that will accommodate Type G joints.
Wye and tee branch fittings shall be furnished by manufacturer with
spurs securely fastened to pipe barrels. Branches shall not project
beyond pipe barrel inner surface.
Tee branch fittings shall have axes perpendicular to the longitudinal axis
of the pipe. Wye branch fittings shall have axes 45 degrees from the
longitudinal axis of the pipe. Spur barrel shall be of sufficient length to
permit proper joining of connecting pipe.
99121860-l Q Krieger & Stewart, Incorporated 1998 Sewer-21
C. Pipe Stoppers
Stoppers for branch fittings and pipe ends left unconnected shall be
strong enough to sustain all applied construction and in-place loads,
including field pressure tests. Stoppers for pipe shall be one of the
following: polyethylene (PE), polyurethane, polypropylene,
acrylonitrile-butadiene-styrene (ABS), polyvinyl chloride (PVC), ozone-
resistant synthetic rubber, or vitrified clay.
d. Marking
Each length of pipe and each fitting shall be clearly marked with the
name or trademark of the manufacturer, the location of the plant, and the
strength designation of the pipe. Each standard length of straight pipe
shall also be marked with manufacturer’s date code.
4) Pine Joints -
Pipe joints shall be Type G (polyurethane). Type G joints shall consist of
polyurethane elastomer sealing components, one bonded to the outside of the
spigot and the other bonded to the inside of the socket. The sealing components
shall be shaped, sized, bonded, and cured to uniform hardness so as to form a
tight seal of the joint when assembled. The sealing components shall resist
attack by bacteria and chemicals or combinations of chemicals normally present
in domestic or industrial waste sewage.
Each joint within vertical and horizontal curves shall be constructed using
factory fabricated mitered or beveled pipe or by deflecting joints. Ends may be
beveled up to 4 degrees. In no case shall joints be deflected more than 1 degree.
Manufacturins Insoection
Owner shall at all times have the right to inspect all materials and work in the
course of manufacture. Manufacturer shall furnish Owner reasonable facility for
obtaining such information as he may desire regarding the progress and manner
of the Work and the character and quality of materials used. Manufacturer shall
furnish, upon request, certified test reports on manufactured pipe.
6) Loadine and Transnorting
Pipe shall be loaded on rubber-tired vehicles, adequately supported and chocked
to prevent any damage during transportation, and delivered to the job site.
During the unloading and stringing operations, the pipe shall be moved in such a
mer as to prevent injury to the pipe. Unloading shall be accomplished in a
workmanlike manner as directed by the manufacturer. Under no circumstances
are pipe sections to be bumped or dropped in handling.
99121860-l Q Krieger & Stewart, Incorporated 1998 Sewer-22
7) Defective or Damaged Material
All pipe and fittings shall be carefully inspected for defects. Any pipe, fitting, or
joint found to be defective in workmanship or material or so damaged as to
make repair and use impossible, shall be rejected and removed from the job site immediately.
8) Installation
Sewers shall be installed with bedding and backfill as specified herein and as
shown on Drawings for the trench load factor specified.
All sewers shall be laid true to line and grade and at the locations as shown by
Construction Drawings or as specified. Pipe shall be installed in accordance
with the manufacturer’s directions, applicable provisions of “Clay Pipe
Engineering Manual” as published by the National Clay Pipe Institute and as
specified herein. -
Before lowering and while suspended at trench side, the pipe shall be inspected
for defects. Vitrified clay pipe (VCP) shall be rung with a light hammer to
detect cracks. Any defective material shall be rejected and removed from the
site. Trench bottom shall be inspected and adjustments made in line and grade.
All pipe shall be laid without break, upgrade from structure to structure, with
bell end of pipe upgrade.
As the Work progresses, interior of the sewer shall be cleaned of all dirt and
deleterious and superfluous materials with a procedure approved by Owner. At
the end of each days work, all openings in the sewer shall be plugged with
water-tight expandable plugs or approved equal.
Prior to joining pipe sections, the mating surfaces shall be cleaned, and
lubricated with a lubricant recommended by the pipe supplier. The pipe shall be
joined spigot into socket and when jointing is completed shall be within the
following joint space tolerance:
Pipe Size
(Inches)
Joint Space
(Inches)
15 to 18 518
21 to42 718
Joint spaces shall not be increased to accommodate deflected joints on curves.
The pipe and fitting manufacturer shall have free access to the Work during
laying, backfilling, and testing. Manufacturer shall be free to observe and verify
all tests. Any improper act or operation by Contractor which is observed by
manufacturer shall be reported to Owner.
9912/860-l Sewer-23 6 Krieger & Stewart, Incorporated 1998
9) Manholes and Atmurtenances
a. Scope
Manholes shall be constructed of precast reinforced concrete in
accordance with the requirements of ASTM C-478 (latest edition) and
shall be designed for H-20 loadings. Dimensions and details of
manholes and appurtenances shall be as shown on Construction
Drawings, Standard Drawings, or as specified. After final pavement has
been placed, manhole covers shall be adjusted to grade.
b. Manhole Bases
Unless specified otherwise, manhole base shall be constructed of Class
A concrete. Unless specified otherwise, manhole bases shall be cured
twenty-four hours minimum prior to manhole shaft placement.
C. Manhole Steps -
Where specified on the Drawings, manhole steps shall be provided. Unless otherwise shown on Drawings all steps shall be made of 3/4 inch
diameter round iron bars, hot-dipped galvanized after bending. Steps
shall have 14 inches wide tread minimum, spaced 16 inches on center
maximum. Steps shall be placed in the upstream wall of the manhole
structure.
d. Concrete and Mortar for Manholes
Concrete shall be of the class specified on the Drawings and shall
comply with the Basic Concrete Specifications.
Cement mortar shall consist of one part Portland cement and two and
one half parts clean, well graded sand of such size that all will pass a
number 8 sieve. Cement and sand shall first be combined in proper
proportions, and then thoroughly mixed with only that quantity of water
necessary to produce a mixture sufficiently workable for the purpose
intended.
Mortar shall be used as soon as possible after mixing and shall shown no
visible signs of setting prior to use. Mortar shall not be retempered.
e. Manhole Frames and Covers
Manhole frames and covers shall be furnished in accordance with the Drawings. Castings shall conform to ASTM, A-48, Class 35. Bearing
surfaces of the frames and covers shall be machined and covers shall seat firmly into frames without rocking. Frames and covers shall be
thoroughly cleaned and coated with commercial quality asphalt paint.
Unless specified otherwise, covers shall have raised letter identification
“SEWER” as specified on the Drawings.
99121860-l Sewer-24 0 Krieger & Stewart, Incorporated 1998
10) Laterals
Laterals shall be in accordance with the Drawings. Laterals shall be located at
least 10 feet from any potable water service; they shall not be located in alleys or
driveways.
11. Valves
A. General
Valves shall be as shown on the Drawings and specified herein.
B. Air Valves
Unless specified otherwise, air valves shall be combination sewage air and vacuum
valves (air, vacuum, and automatic release). They shall permit automatic escape of large
quantities of air from force main when it is being filled, permit huge quantities of air to
enter force main when it is being emptied, and allow accumulating air to escape while
force main is in operation and under pressure.
Air valves shall be single body double orifice with elongated cast iron bodies and covers,
stainless steel floats, stainless steel internal working parts (including guides), stainless
steel pressure seats (Buna N), seat hardness shall be selected by the manufacturer for
actual operating pressure for the system, and white Viton “0” rings or seats. Unless
specified otherwise, air valves shall be service rated at cold water working pressure of 150 psi minimum. Unless specified otherwise, resilient seats shall be service rated for
150 psi maximum operating pressure.
Air valve interiors shall be completely fusion bonded epoxy coated (12 mils minimum)
in accordance with AWWA C550, latest. The Owner shall approve epoxy coating
material and methods before application. Completed coating shall be free from all
defects and shaI1 be inspected by use of low voltage holiday detectors and non-
destructive thickness gauges.
Air valve inlets shall be flanged or threaded as specified and outlets shall be threaded at
the same nominal sixes as the inlets, minimum. Air valves shall be subjected to factory hydrostatic test at pressure equal to 200 percent rated working pressure with m harmful
deflections or other defects.
Air valve outlets shall be adequately screened to prevent entrance of foreign substances
or materials. Screens shall be installed in accordance with the Standard Drawings.
Where valves contain more than a single outlet, each outlet shall be adequately screened.
Air valves shall be tagged or labeled with the manufacturer’s name, size, model number,
pressure rating and other specialty features as listed above or as specified by the Owner.
Unless otherwise specified, each unit shall be supplied with isolation valve (solid wedge
gate), blowoff valve, l/2 inch back flushing shutoff valve, and 5 foot rubber supply hose
with disconnect couplings.
9912/860-l Sewer-25 Q Krieger & Stewart, Incorporated 1998
Air valves shall be kept clean and free from dirt, earth, debris, and other deleterious
materials prior to, during, and after installation and construction. Until in operation,
each valve shall be protected by the use of an approved canvas or plastic bag or sack
completely covering valve and securely fastened to valve riser.
C. Gate Valves
Gate valves shall be manufactured in accordance with AWWA C509, latest, except as specified herein or as shown by the Standard Drawings. Gate valves shall be suitable for
above grade or buried service as shown on Drawings. Above grade valves shall be
equipped with hand wheel operator. Below grade valves shall be equipped with valve
boxes in accordance with Standard Drawings.
Gate valves shall have ductile iron bodies, resilient seats, and ANSI B 16.1 Class 125
flanges. Valve disc shall be permanently bonded with resilient material to ensure drip
tight shut off. Valve stems, each with hand wheel or 2 inch square operating nut, shall
be nonrising and shall turn counterclockwise to open. Gate valves shall have “0” ring
seals, non-shock cold water working pressure of 200 psi, minimum. _
Gate valves shall be fusion bonded epoxy coated (12 mils minimum) inside and outside
in accordance with AWWA C550, latest. The Owner shall approve epoxy coating
materials and methods before application. Completed coating shall be free from all
defects and shall be inspected by use of low voltage holiday detecting and non- destructive thickness gauges.
Gate valves shall be tagged or labeled by the manufacturer with the manufacturer’s
name, size, model number, pressure rating and other specialty features as listed above or
as specified by the Owner. Contractor shall provide manufacturers certification that all
materials used in valves produced under AWWA C509, latest, conform with Section 2.1
of said standard.
D. Eccentric Plug Valve
Eccentric plug valves shall be of the non-lubricated eccentric type with round or
rectangular port, unless otherwise specified. The valve body and plug shall be
constructed of cast iron meeting the requirements of ASTM A-126, Class B. The valve
body shall be furnished with a welded overlay raised nickel seat. The valve plug shall be
of one piece construction and shall be completely encapsulated with Buna N rubber.
Unless otherwise shown or specified on the Drawings, the valves shall be flanged with
dimensions, facing, and drilling in full conformance with ANSI B 16.1, Class 125. With
plug in full open position, valve shall have no cavities where debris can collect, have
minimal head loss, and be capable of passing a clean out pig with the same nominal diameter as the adjacent pipe. Valves shall be equipped with operators as shown on the
Drawings and as specified herein. Valves 4 inches and larger shall be provided with enclosed worm gear operators and hand wheels. Buried valves shall have square nut and
be designed for buried service. All eccentric plug valves shall have a pressure rating of
not less than 150 psi, for drip tight shut off. All interior ferrous surfaces shall be coated
with 10 mils (minimum) of a two part high build epoxy. Valves shall be the product of a
single manufacturer and shall be Val-Matic, Clow, or DeZurik
99121860-l Q Krieger & Stewart, Incorporated 1998 Sewer-26
12. Field Hydrostatic Test and Leakage Test
A. Hydrostatic Test for Ductile Iron Pine
Upon completion of force main construction and at least seven days after last concrete
thrust device has been placed, force mains and appurtenances constituting the Work shall be filled with water for twenty-four hours minimum. During filling, Contractor shall see
that all air valves are open and operating. After force mains have been completely filled,
they shall be allowed to stand for twelve hours minimum under slight pressure for sufficient time to permit all air to escape. During that same period, Contractor shall
examine all fittings, flanges, and connections for leaks. If any leaks are found, they shall be eliminated.
Unless otherwise specified, test pressure shall be 225 psi minimum for Class 150 pipe
and 150 percent of pipe class for other classes of pipe. Test pressure shall be applied to
test sections as directed by the Owner. Test pressures shall be maintained for four hours
minimum. Test sections will be selected which give, as nearly as possible, constant pressure throughout section being tested. Normally test pressures will be measured at
lowest elevations.
B. Leakage Test for Ductile Iron Pine
After pressure test has been satisfactorily completed, force main and appurtenances shall
be tested for leakage at pressure equal to the pressure class of pipe. Contractor shall test
force mains and appurtenances in test sections as designated by the Owner and required
pressures shall be maintained for two hours minimum during which time leakage shall
be accurately measured.
Measured leakage shall not exceed the limits set by the following formula unless
otherwise specified by the Construction Drawings.
L=ND(P)l’2
5000
L is the allowable leakage in gallons per hour for section of pipeline being tested; N is
the number of joints (rubber gasket, flanged, or mechanical joints, not swedged or
banded lap welded joints) where leakage could occur in the section of pipeline being
tested; D is the nominal diameter (inches) of the pipeline being tested; and P is the weighted average test pressure (psi gauge) within the section of pipeline being tested
during the leakage test.
C. Hydrostatic Test for PVC Pine
Upon completion of force main construction and at least seven days after last concrete
thrust device has been placed, force mains and appurtenances constituting the Work shall
be filled with water for twenty-four hours minimum. During filling, Contractor shall see
that all air valves are open and operating. After force mains have been completely filled, they shall be allowed to stand for twelve hours minimum under slight pressure for
sticient time to permit all air to escape. During that same period, Contractor shall
99121860-l Q Krieger 8t Stewart, Incorporated 1998 Sewer-27
examine all fittings, flanges, and connections for leaks. If any leaks are found, they shall
be eliminated.
1) Unless otherwise specified, test pressure for AWWA C900 pipeline shall be 225
psi minimum for Class 150 pipe and 150 percent of pipe class for other classes
of pipe.
2) Unless otherwise specified, test pressure for AURA C905 pipeline shall be 150
percent of the pipe pressure rating as specified in AWWA C905 Table 3 for DR
ratio provided.
3) Test pressure shall be applied to test sections as directed by the Owner. Test
pressures shall be maintained for four hours minimum. Test sections will be
selected which give, as nearly as possible, constant pressure throughout section
being tested. Normally test pressures will be measured at lowest elevations.
D. Leakaee Test for PVC Pine -
After pressure test has been satisfactorily completed, force main and appurtenances shall
be tested for leakage at pressure equal to the pressure class of pipe. Contractor shall test
force mains and appurtenances in test sections as designated by the Owner and required
pressures shall be maintained for two hours minimum during which time leakage shall
be accurately measured.
Measured leakage shall not exceed the limits set by the following formula unless
otherwise specified by the Construction Drawings:
LaD(P)l’2
7400
L is the allowable leakage in gallons per hour for section of pipeline being tested; N is
the number of joints (rubber gasket or flanged) where leakage could occur in the section
of pipeline being tested; D is the nominal diameter (inches) of the pipeline being tested;
and P is the weighted average test pressure (psi gauge) within the section of pipeline
being tested during the leakage test.
E. General Reauirements
1) Required test pressures shall be applied by pump connected to force main sections being tested. The Owner shall approve pump connections to force main
before testing begins. As part of the Work, and unless specified otherwise,
Contractor shall install, at his expense, top outlets required for testing.
Contractor shall provide calibrated meters for measurement of leakage, and all
pumps, piping, fittings, bulkheads, plugs, valves, gages, power equipment, and
manpower necessary for conducting all tests required, all at his expense.
Contractor shall furnish the Owner three copies of all records of all tests
performed.
99121860-l Sewer-28 Q Krieger 8~ Stewart, Incorporated 1998
2)
3)
4)
Contractor, at his expense, shall locate and repair leaks or other defects which
may develop or become apparent during test. Contractor shall excavate,
including removal of backfill already placed, and make all repairs necessary for required water tightness, and then replace all excavated material, after which
Contractor shall retest repaired force main section. Force main sections shall be
repeatedly repaired and tested until they meet requirements set forth herein.
Pipe manufacturer and fitting manufacturer shall have free access to the Work during testing. Any improper act on the part of Contractor which the pipe and
fitting manufacturer may observe shall be reported to the Owner. Pipe and
fitting manufacturer shall be free to observe and verify all tests.
After completed force main and appurtenances or test sections have successfully
met test requirements to the satisfaction of the Owner, the entire force main or each test section shall be filled or shall remain filled with clean water until
completion of the Work, unless otherwise ordered by the Owner.
13. Leakage Test and Visual Inspection for Gravity Sewer -
A. General
Contractor shall, upon completion of sewer and appurtenances, including backfill (prior
to final paving), perform leakage tests on sewers and laterals. Contractor shall furnish
all labor and equipment necessary to perform testing, including calibrated meters for
measurement of the leakage, necessary bulkheads, piping, gages, pumps, power, and
plugs. Contractor shall furnish to Owner copies of all tests performed.
Contractor, at his own expense, shall do all excavation necessary to locate and eliminate
leaks or other defects which may develop under test, including removal of backfill and
sewer line necessary to achieve the required water tightness. After repair the required
test shall be repeated until the sewer main and appurtenances meet the requirements set
forth herein. Refer to Section 13 herein for repair.
B. LeakaPe Test
The leakage test to be performed by the Contractor shall be either the water exfiltration
test or the air pressure test in accordance with Section 306- 1.4.1, 306- 1.4.2 and 306-l .4.4
of the Standard Specifications. The water infiltration test (in accordance with Section
306-l .4.3) will be required only when specified in the Special Requirements, on the
Drawings, or where groundwater is encountered.
C. Water Rxfiltration Test
Test shall be in accordance with Section 306-1.4.2 of the Standard Specifications as
modified herein. The total leakage shall be the decrease in volume of water in the upper
structure. The leakage shall not exceed 200 gallons per day per inch of nominal
diameter of pipe per 1 mile of sewer pipe being tested. The length of house connections shall not be used in computing the length of sewer main being tested. The minimum test
duration period shall be two hours.
9912/860-l Q Krieger & Stewart, Incorporated 1998 Sewer-29
-
If groundwater is encountered and the Owner requires the infiltration test in accordance
with Sections 306-1.4.3, the Contractor will be required to also perform the air pressure
test, and the exfiltration test will not be required.
D. Air Pressure Test
The air pressure test shall be in accordance with Section 306-1.4.4 of the Standard
Specifications.
E. Insnection of Pineline Interior
Sewer line 21 inches and larger will be visually inspected by the Owner after successful
completion of acceptable leakage tests. The Contractor shall furnish all necessary
equipment, safety apparatus, and labor to permit said inspection including gas detector
ventilation fans, pipe cart, and ropes to permit crawling the line. Ventilation fans
(exhaust) shall be provided at manholes upstream and downstream of the manhole being
entered.
Sewer line smaller than 21 inches will be visually inspected by sewer video taping after
completion of acceptable leakage tests. The Contractor shall furnish all necessary labor
and equipment to complete said video taping. Contractor shall provide video tape and
video tape log to Owner for review.
For either inspection method, Owner shall check for cracked or damaged pipe, excessive
joint gap, and debris in line. The Contractor shall remove any debris. Any pipe which is
cracked or damaged shall be removed and replaced.
F. Pine Renair and ReDlacement
Where it is determined that pipe must be replaced due to damage or excessive leakage,
said replacement may be performed by installing new pipe and connecting to existing pipe utilizing rubber Calder type couplings with stainless steel bands. For pipe larger
than 12 inches, said couplings shall be encased in concrete as directed by the Owner.
Upon approval of Owner, pressure applied sealants may be used to repair joints where
structural integrity of pipe is not altered; however, numerous leaking joints evidencing
material or installation defects shall form basis for prohibiting repair with sealant.
Under such circumstances, pipe shall be removed and replaced as necessary.
14. Special Lined Ductile Iron Pipe and Fittings
Where “special lined” ductile iron pipe is specified on the Drawings, Special Requirements, or
Special Construction Provisions, or where ductile iron pipe is specified as gravity sewer; pipe and fittings shall be lined with a system to provide special corrosion resistance.
Pipe and fittings shall be as specified in Section 10.A herein, except lining system shall be as
follows:
A. Protect0 401 Ceramic Epoxy, 40 mils thick as manufactured and applied by U.S. Pipe,
Pacific States Cast Iron Pipe Company, or equal.
9912/860-l
0 Krieger & Stewart, Incorporated 1998 Sewer-30
-.
B. Polybond Plus as manufactured and applied by American Cast Iron Pipe Company.
Lining system shall consist of 5 mils fusion bonded epoxy primer and 45 mils
(minimum) of fusion bonded polyethylene surface layer.
15. PVC Pipe with Special Lined Fittings
Where PVC pipe with “special lined” fittings is specified on the Drawings, Special
Requirements, or Special Construction Provisions, fittings shall be lined with a system to provide
special corrosion resistance.
PVC pipe and fittings shall be as specified in Section 10.B herein, except fittings shall be
provided with special lining system as specified in Section 14 herein.
16. Conductor Casings and Carrier Pipes
Wherever required, conductor casings shall be installed. Said casings shall be comprised of
either welded steel pipe or reinforced concrete pipe, as specified. Conductor casings shall be
bored and jacked into place unless open trench installations are permitted; conductor casings
shall not be sluiced or jetted into place. Conductor casings shall be bored and jacked into place
from one direction only.
Conductor casings shall be installed to the lines, grades, and depths specified. Unless specified
otherwise, Contractor will be permitted a tolerance from horizontal alignment and from vertical
alignment of 0.5 percent of conductor length but no more than 1 foot maximum regardless of conductor length.
Unless specified otherwise, methods and equipment used shall be as selected by Contractor and
as approved by the Owner. Said approval shall not relieve Contractor of any responsibility with
regard to conductor casing construction. Conductor casings shall have minimum inside
diameters at least 12 inches larger than maximum outside diameters of carrier pipes.
Prior to any boring and jacking operations, Contractor shall submit to the Owner a construction
plan consisting of a schedule of operations, details of methods of construction, types of
equipment to be used, details of boring and jacking pit including lengths, widths and depths, and
shoring and bracing. Said construction plan shall be approved as to sufficiency by the Owner
before any construction is commenced.
Boring and receiving pits shall be shored in accordance with OSHA standards. A 6 foot high
chain link fence shall be erected around said pits and said pits shall be protected with Type K
barriers. Barriers shall be placed to direct traffic around the pits,
Prior to constructing pits, Contractor shall excavate both sides of each crossing to determine
exact locations of facilities to be crossed (horizontal and vertical). Contractor shall adjust casing locations to accommodate crossings based on Contractor’s field measurements.
Contractor shall schedule his operation to prevent pits from being open on weekends or holidays.
Contractor shall provide traffic control around the pits in accordance with Contractor’s approved traffk control drawings.
Contractor shall take all necessary precautions to prevent subsidence of or lifting of existing
roadbeds, roadways, and pavements during or following installation of conductor casings.
99121860-l
0 Krieger & Stewart, Incorporated 1998 Sewer-31
Material excavated during boring and jacking operations shall be removed carefully so as to avoid caving. Voids created during boring and jacking shall be grouted with an approved grout
from within the casing once the casing has been installed. Couplings shall be welded to steel
casing to permit grouting. Following grouting, threaded plugs shall be inserted into said
couplings.
After conductor casing has been constructed, carrier pipe shall be equipped with approved plastic or steel casing insulators uniform size and spacing and then installed in conductor casing in
accordance with aforementioned construction plan as approved by the Owner. Annulus between
conductor casing and carrier pipe shall be filled with sand and the ends shall be capped with
plastic or steel end seals or plugged with brick and mortar. Weepholes shall be placed in the
bottoms of the end seals or brick and mortar plugs.
Contractor shall backfill boring and jacking pits with material specified for sewer backfill. Said
backfill material shall be compacted to the relative compaction specified which shall be not less
than 90 percent. Contractor shall remove conductor casing and carrier pipe remnants, shoring
materials, asphalt, concrete and all other Work related debris. Contractor shall restore paved
surfaces, if required.
17. Field Painting
Contractor shall field paint all aboveground, bare, or exposed piping and appurtenances in
accordance with the applicable specifications and drawings.
9912/860-l Q Krieger & Stewart, Incorporated 1998 Sewer-32
APPENDIX D
STANDARD DRAWINGS
TYPICAL TRENCH SECTION
WITH DIMENSIONS AND COMPACTION ZONES.
t I t 12’ MIN. m
4’MIN.TO 8”MAX. BEm PPE 1
OR 1’MIN. BENEATH BELL, WHICHEVER IS GREAm,.
NOlESt
1 . PERCENTAGES SHWN EQUAl MINIMUM RE14TIVE COMPACTKIN.
2. MINIMUM DEPTH OF COVER FROM TW OF PIPE TO FINISH GRADE FOR AL SANITARY SEWER INSTAUATIONS SHALl BE 3 FEET.
FOR COVER LESS THAN 3; SPEaAL DESIGN AND APPROVAL REQUIRED.
VCF? PIPE ROCK -TO SPRINGLINE
lY4’ROCK.
WC. PIPE ROCK ENVEUPE
,/s- GLUED
I To? CF PAVEMENT.
SEWER MAIN CLEANOUT
NOTES
I. GATECAPSHALBELABELEDSEWER.
2. CLEANOUTS MAY BE USED WITH. PVC. SEWER MAIN.
3. RlSER SHALL BE SAME DIAMETER AS SEWER MAIN.
GATE CiP (HEAVY DUTY)
cxstrkt Gqheer -
CWG. NO. S6
CAR&BAD MUNICIPAL WATER DISTRICT STANDARD DRAWINGS FOR SEWER Rev&m B0cmd8\~
SEWER MAIN CLEANOUT I I
w
4
RfsERs=mLm
REsoNawET
Cl&i?; MIN
SECTION A- A SECTION B-B
DOMESTIC WATER RECLAIMED WATER
NOTES:
I. INNON-W=ASf’UicE- 2. ~W&WWNCNQ22f~GATEvALVE FOSlNEXTTOVWE8QxASSorgLy .
A$X?E&E$l3Y;M WJNE . . =* z
MRLS8AD MUNICIPAL WATER DISTRICT BtsoN I-‘-’ ’ 7m.m I I .v- I 1 ASXMOLI
-1bmir I “4LVE BOX I
31L
-4-brahnl v \ WI3 I== Rm8
:; ’ , . .:. . , T
GarEwuk.
PIPE.-
9
4 -w-m
::
-.
s !s 8;.
1 4 7 9 . . i
i II 2. sEEmAwINGMll9Fm
LLE!ETBUmBEPR .
NOTES :
I. SE~EEl~~foR
VALVE IW~IREMMS
.
. nWA=lDN STEElwE
I
L
CMLSBAD MUNICIPAL WATER DISTRICT
I 3 GATE VALVE I13sTAUATION STDDWGONO.
I NC, au?,Aw R STEEL PIPE. WI6 _ #cEuBuI fsm
-
NOTES :
I . THERE SHUL BE NO FlmffiS OR CCPJNECTIONS l0 OTHER FACIUTIES BE7VVEEN THE ME-IEF? AND BACKFUM’ ASSEMBIJ.
2.eacKFLDwpF7EvENlERMAYNcrrBE ft
NSALLEO IN FLBIJC RIGHT-OF-WAY.
3. CCNSTRUCT 2’ HIGH RETAINING wALLcN3sIDEsoFBxKFuw Ff?EvENmwlENlm~m I 4:lORGREATER~~~~ i , SMlMEATDUMjHUSlDEOF SLOE. m;F$=QIZITAL
&clfIW PREVENTER. _
4. DO NOT INSTAlL IN AREA SUBJECT TO FLXIDING.
I 1 :I’ ( 11 II l’ . /
12” MIN. 36’ MAX.
: . .*..
+ .-a 7 :
1: i- II CA&BAD MUNICIPAL WATER DISTRICT .t ~,RYlsm lAppR ml-E
: 2 INCH AND UNDER STR DWG No.
i ’ BACKFLOW INSTALLATION W20 I AlJaJsT 1993
I
c ----- / “, PUBUC 1 PRIVATE ‘/ CONSUMERS RESP0bJS LllY 181 ----c TD~E~T~LLEDR~R~~NTT~M~NI~I~%~ BbDK I4:~.00,4CXXSEC 5 &TITLE 17 OF THE CALIFORNJA ADMINISTRATtVECOOE.
.
Edge of existing
PLAN VIEW
Sch. 80 Nipple
Fitting
Anti-drain I txcau now
SAN DIEGO REGIONAL STANDARD DRAWING nECOYYLNOE0 II TNE SAN olteo nLoION*L slANo*nos COYYlnEt
SHRUBBERY SPRINKLER HEAD
FIXED SPRAY TYPE
wuuL.49 a. 197s bdiml* R.CL llsal 011,
%zlG 1-l
P.V.C. Sch. 80 Riser
valve Install adjacent ta
Curbs & Sidew&.
LOCATION OF SPRINKLER
HEADS ADJACENT TO
EXISTING IMPROVEMENTS
P.V.C. Sch. 80 Riser 18’ min.1
mass flow valve
P.V.C. Sch. 40 Elbow
P.V.C. Sch. 40 Fitting P.V.C. Sch. 80 Nipple (3” min)
ELEVATION
NOTES
1. Teflon tape, 314” wide, shall be used on all threaded connections.
2 Clove nipples shall not be used.
LEGEND ON PLANS
Show a number to
indicate type head.
-.
aEcoYYEllOEo 1’1 THE eAa OIEGO SAN DIEGO REGIONAL STANDARD DRAWING Revision IBy Approved Date aLoIO*AL ETANOAROS CoYYrnEE
~~&%A/ u&./m c-t* RCA 111~ aan HOSE BIBB
DRAWING NUMBER I-6 [GARDEN VALVE]
Back of island curb
Red Brass Nipple, I’ long
c
Red Brso Nipple
P V C Elbow TIE
0; ib,ptsr’ Red Bras 900 Elbow
470-C-2000 Concrata~
l/2 cubic foot min.
NOTES 1. Hosa bibb shall be loosa key optrattd, all brass or bronze construction,
angle pat&m wfth nmonblr bonnrt and rtrm rrslmbly, nploamble mat
uuehrn and stem @eking glands
2 Unles othemitr sprcified, the hose connection thread shall be 3/4’ male
hool thrwd (pacific coast), and thr risar opening thraad shall be 3/4’
female I.P.S. Discharge opening shall be 90 to riser opening.
LEGEND ON PLANS
a
-i
Splice /-Solenoid
Unmortared Brick Foundotion -7 r Splice
. . Common Wue (white)
MPICAL ELEMENTARY
DIAGRAM FOR WIRING
ELECTRICAL REMOTE
CONTROL VALVE .
CfJllUOl ‘--L-’ wires PIAN
1
8’ lead ei s”l Pk tail . s en \ ,- Valve box with
finished Grade 7 \ / lock top . -
PVC Ninnlr
-
90’ Elbow
Nipples
1 P.V.C. Female Adaptor
. L3/4 Cu. Ft. 460-C-2000 Concrete
ELEVA’IION
NOTES:
1. Splicing shall be made in valve boxes and pull boxes only. See Standard Drawing I-15 for splice detoiis.
2 Close nipples shall not be used.
3. Spare ‘wires terminating in valve boxes shall have their ends insulated, the same as for a spiicc
4. When two or more valves are installed in the same location, they shall be in manifold using red brass
fittings, with a globe valve installed at the start of the manifold.
5. All valves shall be installed with a union on the downstream side of the valve. The union, shall be P.V.C.
6. Valve/controller identification .shall be painted on the valve boxes. Use only aluminum osphaltic base
water proof paint
7. Cleomncc between piping and valve box shail be 1’ to 2’ typical, . LEGEND ON PLANS
V R.C.V
RECOMYENOCO IV THE SAN DIE00
&YYTgi:;i;a
%t:NRe l-14
SAN DIEGO REGIONAL STANDARD DRAWING Revision By Appromd Date
REMOTE COfiTROL VALVE .
imported Topsoil or amended
rack free Native Soil.
7 Finished Grade
4”+ dia. of pipe
7 Native soil free of large
(3” dia. or greater) rocks
and debris.
Sand, Class AJopsoil.
or approved equal.
Details not shown
are same as above.
MULTIPLE PIPE INSTALLAnON DETAIL
(non-pressure pipe only, see Note 6 for pressure pipe)
NOTES
1. Backfill material shall be compacted to a relative compaction of 907: or more.
2. All P.V.C. pipe shall lay free in the trench with no induced strain and with sufficient
allowance for expansion and contraction as recommended by the manufacturer.
3. Teflon tape, 3/4 wide shall be used on all threaded connections.
4. The letter W shall be stamped or chiseled on the improvement (curb-sidewalk) directly above the pressure pipeline.
5. All plastic pipe under pavement shall be installed in a P.V.C. sleeve.
6. Minimum clearance between pressure pipes shall be 2 inches.
-
00 not remove side growth along trunk. Prune to reduce
mown weight when necessary.
Top of ball 1” above finish grade.
4” Berm firmly compacted
prepared soil mix, puddle and settle’prior to setting tree.
TREE PLANTING - SLOPES TREE PLANTING - LEVEL GROUND
Chamfer as neaded to
eliminate
soil sluffing. 7 Top of ball 1” above finished grade.
4” Berm firmly compacted
Pnparad toil mix, puddle and settle prior to setting shrub.
t- min 1 t-- min
SHRUB PLANTING - SLOPES SHRUB PLANTING - LEVEL GROUND
Revision By Approved Date SAN DIEGO REGIONAL STANDARD DRAWING
TREE AND SHRUB PLANTING I aEmUYENoE0 II WC SAN OIEGO REGIONAL STANOAROS COYYIITEE
L2%&4&.L/ a&?-&. M7S
Cm*rutr ILL lsw om
L-1
16” diameter stop footing. Omit if roadmy is concrete.
HALF ELEVATION DOUBLE SWING GATE
NOTES
1. All footing shall be 52&C-2560 concnta. 2, The following items shall be furnished and installed only when shown on the plans and/or called for in the special provisions: a Barbed wire b. Extension post 3. Chain link fence shall conform to Section 206-6 of the Standard Specifications for public Works Construction unless specifically notad on this drawing.
Diameter of footing = 4 ti
outside diameter of post,
Lock type fork latch 3/6” dir tension rod
and tightener for gatas
EXTENSION POST AND BARBED WIRE
WALK GATE
LEGEND ON PLANS
- _ - ” ,
Revision By Approved Data SAN DIEGO REGIONAL. STANDARD DRAWING RECOYYEROEO IY TllE YJI OIEGO
SUB. /o-f2 llEGlONAL flAIlOAR COMYlnLE
ad@&%Ju d&c. 197s
CwvII.C.L CHAIN LINK GATE
E%x: M-5
10’ max. I lo’ max. ‘I , I/ Post Top Reinforcino Tension Post Top4
..N.-.~
2
. \ . . ‘*\ .,. -. .,
$1 3/f’ LIII;;~ &-.& Stre’eherdll
EXTENSION ARM AND BARBED WIRE
Depth = 2.6” for fence of 5’ or under.
Depth - 3’4’ for fence
of over 5’.
Oiamrtw of footinfl = 4 times outside diameter of post.
NOTES
1. All tootinp shall he 520-C-2506 concrete.
2. The following items shall be furnished and installed only when
shown on the plans and/or called far in the spaeial provisions:
a Barbed Win
b. Extansion Arm
c Top Horizontal Rail
3. Chain link fence shall conform to Section 206-6 of the Standard Specifications for Public Works Construction
unless specifically noted on this drawing.
4. See Standard Drawing M-20 for additional details.
LEGEND ON PLANS
- .
IECOMYCIIOEO BY THE UN OILGO REGIDML STANOAIIOS COYYIYYEE
W~.&LmY &&. /97s
- I.C.E. lSS0) Orr
DNk%!iG M-6 I
SAN DIEGO REGIONAL STANDARD DRAWING
CHAIN LINK FENCE
%” Steel Plate welded ta top
and burrs removed
--. VW I
II-
4” Oiameter Steel Pioe
K” Expansion Joint
Oiameter Steel Pipe Sleeve
4
-. w 18” Oiameter
Make bowl shaped recess
in concrete to accommodate
three links of chain
5” Diameter Steel Pipe Sleeti/
HASP DETAIL ( Showing Welds)
Pipe
NOTES
1. Chain to be IG” proof coil chain gelvenized steel. Weld
four links to poet and three links to pipe sleeve.
2. Afl mete1 to be hot-dip galvanized after fabrication.
5
’ LEGEND ON PLANS
RLCOYYLNOEO tY THE SAN DIECO REGIONAL nANOAROS COYYtllEE SAN DIEGO REGIONAL STANDARD DRAWING L Revision BY Approwd Oat’
wflw ’
DRAWING , DEMDUNTABLE POST
NUMBER M-16
-
-.
Line post / Horizontal brace with truss md may be used
as an altemata to a diagonal brace.
END AND CORNER
POST ASSEMBLY
Line posts at 1000’ and trussed in both max. intenralr braced directions -
LINE POST BRACING
Gate post
Horizontal brace with a/8” steel truss rods.
Length as specified
RECOMMENOEO 8Y TtIE SAN OIEGO SAN DIEGO REGIONAL STANDARD DRAWING Revision [By Approved 1 One
REGIONAL STANOAROS COMMITTEE
m-Q q A 7f4
I I
- L Ewrr*utot 8.C.E. CZllfl OUC CHAIN LINK FENCE I
KKFiiG M-20 DETAILS
‘ertical I
/-
Latch post
Portland cement concrete
GATE ASSEMBLY