<<

ISSUED TO:

BOROUGH OF SEWICKLEY ALLEGHENY COUNTY, PENNSYLVANIA

BIDDING DOCUMENTS FOR

GLEN OSBORNE RAILROAD AVENUE PUMP STATION CONTRACT NO. 2011-05 Rebid ELECTRICAL CONSTRUCTION

RELEASED FOR REBID MARCH 2012 RELEASED FOR BID FEBRUARY 2012 REVISED NOVEMBER 2011 OCTOBER 2010

KLH ^

ENGINEERS, INC

5173 Campbells Run Road Pittsburgh, PA 15205 Telephone: (412) 494-0510 Fax: (412) 494-0426 E-mail: [email protected] Ref. No. 143-75 BOROUGH OF SEWICKLEY ALLEGHENY COUNTY, PENNSYLVANIA

Glen Osborne Railroad Avenue Pump Station Contract No. 2011-05 Rebid Electrical Construction

TABLE OF CONTENTS

Section Page

Advertisement...... A-1

Instruction to Bidders...... B-1

Bid Form for Contract No. 2011-05 Rebid...... C-1-C-4

Bid Bond ...... D-1

General Conditions...... E-1

Supplemental General Conditions...... F-1

Technical Specifications

Division 1 - General Requirements

Section 01000 – Scope...... 01000-1 Section 01010 – Drawings Index...... 01010-1 Section 01020 – Summary of Work...... 01020-1 Section 01041 – Supplemental Mechanical Conditions...... 01041-1 Section 01090 - References...... 01090-1 Section 01170 – Surveys...... 01170-1 Section 01200 – Project Meetings...... 01200-1 Section 01300 - Submittals...... 01300-1 Section 01500 – Temporary Facilities and Controls...... 01500-1 Section 01501 – Construction Facilities...... 01501-1 Section 01550 – Traffic Control...... 01550-1 Section 01551 – Barriers and Enclosures...... 01551-1 Section 01570 – Temporary Erosion and Sediment Control....01570-1 Section 01650 – Facility Startup/Commissioning ...... 01650-1 Section 01700 – Rights of Way...... 01700-1 Section 01740 – Clean Up of Work Site...... 01740-1 Section 01741 – Dust and Mud Control...... 01741-1 Section 01800 – Substantial Completion...... 01800-1

i 143/2011-05 Rebid Division 2 – Site Work

Section 02000 – Site Work...... 02000-1 Section 02040 – Site Preparation...... 02040-1 Section 02050 – Demolition...... 02050-1 Section 02080 – Bypassing Sewage...... 02080-1 Section 02140 - Dewatering...... 02140-1 Section 02150 - Shoring...... 02150-1 Section 02151 – Anchoring and Blocking...... 02151-1 Section 02210 – Subsurface Exploration...... 02210-1 Section 02220 – Excavating, Backfilling, and Compacting .02220-1 Section 02500 – Paving and Surfacing...... 02500-1 Section 02609 – Detectable Marking Tape...... 02609-1 Section 02730 – Piped Wastewater Sewer...... 02730-1 Section 02731 – Manholes...... 02731-1 Section 02820 – Site Fence and Gates...... 02820-1 Section 02910 – Soil Treatment...... 02910-1

Division 3 - Concrete

Section 03010 - Concrete Work...... 03010-1 Section 03100 - Concrete Formwork...... 03100-1 Section 03200 - Concrete Reinforcement...... 03200-1 Section 03300 - Cast-in-Place Concrete...... 03300-1 Section 03345 - Concrete Finishing...... 03345-1 Section 03361 – Floor Hardener...... 03361-1 Section 03410 – Pre Cast Concrete Roof Planks...... 03410-1 Section 03600 – Grout...... 03600-1

Division 4 - Masonry

Section 04100 - Mortar and Masonry Grout...... 04100-1 Section 04150 - Masonry Accessories...... 04150-1 Section 04200 - Unit Masonry...... 04200-1 Section 04210 – Caps and Sills...... 04210-1

Division 5 - Metals

Section 05120 - Structural Steel...... 05120-1 Section 05331 – Aluminum Grating...... 05331-1 Section 05400 – Metal Framing...... 05400-1 Section 05450 – Metal Support Systems...... 05450-1 Section 05500 – Metal Fabrications...... 05500-1 Section 05520 – Aluminum Handrails and Railings...... 05520-1

ii 143/2011-05 Rebid Division 6 – Wood and Plastics

Section 06100 – Rough Carpentry ...... 06100-1

Division 7 – Moisture and Thermal Protection

Section 07210 – Masonry Block Insulation...... 07210-1 Section 07211 – Insulation ...... 07211-1 Section 07250 – Fire Stops...... 07250-1 Section 07260 – Under-Slab Vapor Barrier...... 07260-1 Section 07550 – SBS Modified Bitumen Roofing System...... 07550-1 Section 07900 – Joint Sealers...... 07900-1

Division 8 - Doors and Windows

Section 08100 – Metal Doors and Frames...... 08100-1 Section 08710 – Finish Hardware...... 08710-1

Division 9 - Finishes

Section 09900 – Painting...... 09900-1

Division 11 – Equipment

Section 11300 – Pump Station Equipment...... 11300-1 Section 11301 – Electric Motors...... 11301-1 Section 11311 – Contract 2011-04, 05: Railroad Avenue Pump Station Suction Lift Pumps...... 11311-1 Section 11314 – Instrumentation...... 11314-1 Section 11315 – Sump Pump...... 11315-1 Section 11316 – Motor Control Center – Low Voltage...... 11316-1 Section 11550 - Contract 2011-04, 05: Railroad Avenue Pump Station Submersible Sewage Grinder...... 11550-1

Division 14 – Conveying Systems

Section 14600 – Trolleys and Hoists...... 14600-1

Division 15 – Mechanical

Section 15060 – Pipe and Pipe Fittings...... 15060-1 Section 15100 – Valves...... 15100-1 Section 15500 – Ventilation, Louvers, Dampers & Fans...... 15500-1 Section 15505 – Electric Heating...... 15505-1 Section 15852 – Grills...... 15852-1 Section 15890 – Ductwork...... 15890-1

iii 143/2011-05 Rebid Division 16 - Electrical

Section 16010 – Electrical Work – General...... 16010-1 Section 16020 – Power System Study...... 16020-1 Section 16030 – Electrical Field Acceptance Tests...... 16030-1 Section 16060 – Electrical Demolition...... 16060-1 Section 16110 - Raceways...... 16110-1 Section 16111 – Underground Duct Banks...... 16111-1 Section 16120 - Wire...... 16120-1 Section 16130 - Boxes...... 16130-1 Section 16131 – Junction and Pullboxes...... 16131-1 Section 16140 – Wiring Devices...... 16140-1 Section 16150 – Raceway Schedule ...... 16150-1 Section 16160 – Cable Schedule ...... 16160-1 Section 16180 – Safety Disconnect Switches...... 16180-1 Section 16235 – Standby Emergency Generator...... 16235-1 Section 16400 – Utility Service Entrance...... 16400-1 Section 16450 - Grounding...... 16450-1 Section 16471 – Panel Boards...... 16471-1 Section 16476 – Enclosed Circuit Breakers...... 16476-1 Section 16479 – Surge Protective Devices...... 16479-1 Section 16481 – Individual Motor Control...... 16481-1 Section 16500 – Lighting...... 16500-1 Section 16915 – Control Panels/Devices – Furnished With Equipment (FWE)...... 16915-1 Section 16925 – Custom Control Panel...... 16925-1

Measurement and Payment...... H-1

Standard Details...... I-1

Agreement ...... J-1

Payment Bond...... K-1

Performance and Maintenance Bond...... K-4

Certificate of Insurance...... K-7

Addendum...... L-1

Exhibit “A” Geotechnical Report

iv 143/2011-05 Rebid ADVERTISEMENT

Borough of Sewickley Contract No. 2011-05 Rebid

Sealed proposals will be received by the Borough of Sewickley Allegheny County, Pennsylvania, at the Borough Building, 601 Thorn Street, Sewickley, PA 15143, Monday, April 16, 2012, at 1:00 PM prevailing time. The sealed bids will be publicly opened and read aloud immediately thereafter for the following:

Glen Osborne Railroad Avenue Pump Station Contract No. 2011-05 Rebid Electrical Construction

The work under these Contracts generally consists of demolition of the existing pump station facilities at Glen Osborne Borough Railroad Avenue, and construction of a new Glen Osborne Railroad Avenue Pump Station facility.

Copies of the plans and specifications are on file for review at all Accu-Copy Reprographics locations.

Pittsburgh – North Pittsburgh – Downtown Pittsburgh – East 302 Thomson Park Dr. 401 Wood St., Ste. 202 616 - J Beatty Rd. Cranberry Twp, PA 16066 Pittsburgh, PA 15222 Monroeville, PA 15146 Phone: 724-935-7055 Phone: 412-281-0799 Phone: 412-457-0717 Fax: 724-935-0250 Fax: 412-281-4463 Fax: 412-457-0718

Copies of the bidding documents may be purchased at these locations or online www.accu-copy.com at a non-refundable cost of $190.00 per set.

A certified check, bank draft, or a Bid Bond executed on the prescribed form by the Bidder and a Surety Company, in the amount equal to ten percent (10%) of the Bid, shall be submitted with each Bid to guarantee the Bidder’s entrance into this Contract if given the award. No Bid Bond shall be waived or returned because the Bidder failed to or cannot comply with any requirements set forth in the Bidding Documents or any applicable statutes of the United States, the Commonwealth of Pennsylvania, and/or all local ordinances.

Bidder shall be required to submit insurance certificate, performance bond and labor and material bond as outlined in the proposal.

A-1 143/2011-05 Rebid No Bid may be withdrawn for a period of ninety (90) days after the time of the opening of the bids.

THE BOROUGH OF SEWICKLEY RESERVES THE RIGHT TO AWARD OR TO REJECT ANY AND/OR ALL PORTIONS THEREOF PROPOSALS SUBMITTED, AND TO WAIVE INFORMALITIES IN THE BIDDING PROCESS IF IN THE BEST INTEREST OF THE BOROUGH.

Kevin Borough Manager

A-2 143/2011-05 Rebid Section B

INSTRUCTIONS TO BIDDERS

BI Designation of Work

The work included under these contracts covers the furnishing of all labor, materials, tools and equipment required to complete the work as described herein, shown on the Contract Drawings and necessary for complete operating facilities.

The work under Contract No. 2011-05 Rebid generally consists of construction of the Glen Osborne Railroad Avenue Pump Station with demolition of the existing Pump Station Facility and the Pump Station influent and effluent sewer lines.

B2 Location of Construction Work

All construction work is proposed to be performed Glen Osborne Borough, Allegheny County.

B3 Copies of Bidding Documents

Copies of the Bidding Documents for the described work may be obtained from the Accu-Copy Reprographics at the address shown on the Advertisement. The price for same and the corresponding refund (if any) is also stated in the Advertisement.

Complete sets of Bidding Documents shall be used in preparing Bids; neither OWNER nor ENGINEER assume any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents.

OWNER and ENGINEER in making copies of Bidding Documents avail­ able on the above terms do so only for the purpose of obtaining Bids on the Work and do not confer a license or grant for any other use.

B4 Qualifications of Bidders

To demonstrate qualifications to perform the Work, each Bidder must be prepared to submit, within five days of OWNER'S request, written information such as financial data, previous experience and evidence of authority to conduct business in the jurisdiction where the Project is located.

B-l 143/2011-05 Rebid B5 Examination of Contract Documents and Site

Before submitting a Bid, each Bidder shall: (a) examine the Bidding/Contract Documents thoroughly, (b) visit the site to familiarize himself with local conditions that may in any manner affect access, cost, progress or performance of the work, (c) familiarize himself with federal, state and local laws, ordinances, rules and regulations that may in any manner affect access, cost, progress or performance of the Work; and (d) study and carefully correlate Bidder's observations with the Contract Documents.

Before submitting his Bid, each Bidder shall, at his own expense, make such investigations and tests as the Bidder may deem necessary to determine his Bid for performance of the Work in accordance with the time, price and other terms and conditions of the Contract Documents.

On request, OWNER may assist each Bidder who desires access to the site to conduct such investigations and tests as each Bidder deems necessary for submission of his Bid.

B6 Interpretations

All questions about the meaning or intent of the Contract Docu­ ments shall be submitted to ENGINEER in writing. Replies will be issued by Addenda mailed or delivered to all parties recorded as having received the Bidding Documents. Only interpretations written by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect.

B7 Bid Security

Bid Security shall be made payable to OWNER, in an amount of not less than ten percent (10%) of the Bidder's maximum Bid price in the form of either a certified bank check or a Bid Bond on the form attached in Section D, issued by a Surety meeting the requirements set- forth at the bottom thereof.

The Bid Security of the Successful Bidder will be retained until such Bidder has executed the Agreement and furnished the Required Contract Security, whereupon it will be returned; if the successful Bidder fails to execute and deliver the Agreement and furnish the required Contract Security within 15 days of Notice of Award, OWNER may annul said Notice and the Bid Security of that Bidder will be forfeited. The Bid Security of

B-2 143/2011-05 Rebid any Bidder whom OWNER believes to have a reasonable consideration for receiving the award may be retained by OWNER until after the effective date of the Agreement.

B8 Contract Time

The number of calendar days within which, or the date by which, the Work is to be completed (the Contract Time) is set forth in the Bid Form and will be included in the Agreement.

B9 Liquidated Damages

Provisions for liquidated damages are set forth in the Agreement.

BIO Bid Forms

The Bid Forms are attached hereto; additional copies may be obtained from ENGINEER.

Bid Forms must be completed in ink or by typewriter. The total Bid price on the form must be stated in words and numerals; in case of a conflict, words will take precedence.

Bids by Corporations must be executed in the corporate name by the president or a vice-president (or other corporate officer accompanied by evidence of authority to sign) and the corporate seal must be affixed and attested by the secretary or an assis­ tant secretary. The corporate address shall be shown below the signature.

Bids by Partnerships must be executed in the partnership name and signed by a partner, whose title must appear under the signature and the official address of the partnership must be shown below the signature.

All names must be typed or printed below the signature.

The Bids shall contain an acknowledgment of receipt of all Ad­ denda (the numbers of which shall be filled in on the Bid Form by the Bidder).

The address to which communications regarding the Bid are to be directed must be shown.

B-3 143/2011-05 Rebid Bll Submission of Bids

Bids shall be submitted at the time and place indicated in the Advertisement and in a sealed envelope, marked with the Project contract and title, the name and address of the Bidder and accompanied by the Bid Security and other required documents. If the Bid is sent by U. S. Mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED" on the face thereof. All bids must be received by the OWNER at or prior to the time indicated in the Advertisement.

Bids received prior to the advertised hour of opening will be securely kept sealed. The officer whose duty it is to open them will decide when the specified time has arrived, and no Bid received thereafter will be considered; except that when a Bid arrives by mail after the time fixed for opening, but before the reading of all other bids is completed, and it is shown to the satisfaction of the OWNER that the non-arrival on time was due solely to delay in the U.S. mail or other delivery system utilized for which the Bidder was not responsible, such Bid will be received and considered. Unless specifically authorized, facsimile transmissions or telegraphic bids will not be considered.

B12 Modification and Withdrawal of Bids

Bids may be modified or withdrawn by an appropriate document duly executed (in the manner that a Bid must be executed) and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids.

B13 Award of Contract

OWNER reserves the right to reject any and all Bids for what­ soever cause and to waive any and all informalities in the Bid. Discrepancies between words and figures will be resolved in favor of words. Discrepancies between the indicated sum and/or the products shown as a result of extending unit prices and the correct sum and/or products thereof will be resolved in favor of the correct sum and/or products.

In evaluating Bids, OWNER shall consider the qualifications of the Bidders, whether or not the Bids comply with the prescribed requirements and alternates and unit prices (if requested) in the Bid forms.

B-4 143/2011-05 Rebid OWNER may conduct such investigations as he deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications and financial ability of any or all Bidders.

If the contract is to be awarded, it will be awarded on the Base Bid or Alternate Bid Items selected by the OWNER which are those of the lowest responsive and responsible Bidder whose evaluation by OWNER indicates to OWNER that the award will be in the best interests of the Project.

B14 Performance and Other Bonds

The General Conditions and/or the Supplemental General Conditions set forth OWNER'S requirements as to Performance and other Bonds. When the Successful Bidder delivers the executed Agreement to OWNER it shall be accompanied by the required Contract Security.

B15 Signing of Agreement

When OWNER advises of a Contract Award to the Successful Bidder, it will be accompanied by at least five unsigned counterparts of the Agreement and all other Contract Documents. Within fifteen (15) days thereafter, CONTRACTOR shall sign and deliver all counterparts of the Agreement to OWNER with all other Contract Documents attached. Within ten (10) days thereafter OWNER will deliver two fully signed counterparts to CONTRACTOR — one each intended for the CONTRACTOR and the CONTRACTOR'S Surety Company. The times set forth herein are of the essence and Bidder's failure to comply herewith may, at the discretion of the OWNER, result in forfeiture of the Bid Security.

B16 Existing Utilities, Structures, Materials and Subsurface Conditions

CONTRACTOR is directed to the provisions of the Underground Utility Line Protection Law Act 287 (1974), as amended by Act 181 December 2006, and full compliance therewith is required of the CONTRACTOR.

Certain information regarding the reputed presence, size, character and location of existing underground structures and public utilities such as pipes, drains, sewers, electrical lines, telephone lines, cable TV lines, gas lines, water lines, materials and/or subsurface conditions, has been shown on the Contract Drawings.

B-5 143/2011-05 Rebid Neither the OWNER nor the ENGINEER makes any warranty or repre­ sentation that the information obtained through the Pennsylvania One-Call system is accurate and the CONTRACTOR assumes all risks that the underground structures, utilities, materials and/or subsurface conditions, as shown, may be encountered. To this end the CONTRACTOR shall perform due diligence in determining the actual location of the reputed facilities as required by Act 287 as amended.

The CONTRACTOR hereby distinctly agrees that neither the OWNER nor the ENGINEER is responsible for the correctness or sufficiency of any such information given, that this information is not to be considered a part of the Contract, that the CONTRACTOR shall make no claim for delay or extra compensation or damage against the OWNER or the ENGINEER on account of incorrectness of information given, or on account of the insuf­ ficiency or absence of information regarding structures, private utilities to and from occupied structures including but not limited to: water, sanitary sewer, gas, electric, telephone, cable, service laterals; roof and/or foundation drains; and materials and/or subsurface condition either revealed or not revealed by the Drawings and that he shall have no claim for relief from any obligation or responsibility under the Contract, in case the location, size, or character of any structure, private utilities to and from occupied structures including but not limited to: water, sanitary sewer, gas, electric, telephone, cable, service laterals; roof and/or foundation drains; and , materials and/or subsurface conditions, is not as indicated on the Drawings, or in case any structure, private utilities to and from occupied structures including but not limited to: water, sanitary sewer, gas, electric, telephone, cable, service laterals; roof and/or foundation drains; and materials and/or subsurface conditions, not shown on the Drawings is encountered.

The CONTRACTOR shall be responsible for and bear all costs of protecting all structures and utilities, both above the ground and below the ground, within and outside the right-of-way, and all costs of any required relocation of any structures or utilities and shall repair any damage to any structure or utility to the satisfaction of the owner thereof at no additional expense to the OWNER.

The CONTRACTOR shall have the responsibility to determine the location of all structures and utilities, above and below the surface of the ground, the character of the subsurface material and the conditions to be encountered overhead, on the surface, and underground, before submitting his bid.

B-6 143/2011-05 Rebid The CONTRACTOR shall have the responsibility of providing special means to brace and hold the utility lines, the telephone poles and the electrical power poles in place during the construction, and to reinforce and protect same from future displacement, disturbance or damage attributable to settlement of backfill or surface water erosion of restored areas.

B17 Buy American

In accordance with federal regulations and guidelines the CONTRACTOR agrees that preference will be given to domestic construction materials by the CONTRACTOR, subcontractors, materials and suppliers in the performance of this contract. The requirements of the "Steel Products Procurement Act" shall supersede the "Buy American" requirements.

B18 Pennsylvania Sales and Use Tax

Materials and equipment utilized under the contract may or may not be exempt from Pennsylvania sales tax. The CONTRACTOR shall make their own determination as to which, if any, of the materials and equipment utilized under the contract are exempt from sales tax. Beyond issuing a blanket sales tax exemption form, the OWNER and/or ENGINEER will provide no further assistance in this determination. Failure of the CONTRACTOR to make this determination will not be grounds for additional compensation under the contract.

B19 Steel Products

Each CONTRACTOR, equipment and material supplier on these contracts is notified that materials utilized under these contracts must comply with the provisions of the Act of March 3, 1978 (P.L.6 No. 3) Known as the "Steel Products Procurement Act". The CONTRACTOR is required to submit Form SP (provided as the last page of Section B) with each initial shop drawing submittal as applicable.

All iron, steel and manufactured goods used in this project shall be produced in the United States unless the designated official of the United States Environmental Protection Agency finds that:

i. The application of this section would be inconsistent with the public interest;

B-7 143/2011-05 Rebid ii. Iron, steel and the relevant manufactured goods are not produced in the United States in sufficient and reasonably available quantities and of a satisfactory quality; or

iii. The inclusion of iron, steel or manufactured goods produced in the United States will increase the overall value of the project by more than twenty-five percent (25%) .

B20 Named Equipment

The drawings and specifications have been prepared on an "or equal" basis indicating the names of manufacturers of certain major equipment items on which bidders may prepare and submit their Bids.

The Bid Proposal Form has been prepared for the Bidders to indicate the manufacturers of certain major equipment items on which the Bidders lump sum bid is based. The purpose of this is to insure that the OWNER receives acceptable bids with respect to major equipment items. Only those manufacturers listed in the specifications or on the drawings as acceptable may be utilized in the base bid.

Bidders may also submit the name and respective deduction from the lump sum base bid price where spaces are provided on the proposal forms for alternate equipment bids which they propose to be considered.

Bidders shall advise manufactures of those major equipment items which are to be named under the Contracts, that two copies of manufacturer's general bulletins and specifications describing the equipment proposed to be offered are required to be filed with the ENGINEER prior to opening of the bids. Such prebid submittals shall be in sufficient detail to illustrate the characteristics of the respective equipment and its conformance with specified and/or desired efficiencies and performance and installation requirements, and shall contain all information pertaining to guarantees and other specific operating data as requested for the particular equipment items in pertinent sections of the Technical Specifications. The ENGINEER and OWNER will review that material after receipt of the bids. The material submitted in support of equipment shall clearly indicate any deviations from the requirements of the plans and specifications.

B-8 143/2011-05 Rebid The Bidders and his MANUFACTURER/SUPPLIER shall be responsible to review the concepts presented herein and on the contract drawings and agree by the bid submitted that any deviations, adjustments, alternations or replacements from the plans or specifications as deemed by his MANUFACTURER/SUPPLIER be at the expense of the bidder or his MANUFACTURER/SUPPLIER.

B23 Soils Report

The OWNER has had a geotechnical engineering investigation performed for the proposed facilities. A copy of this report is appended to the end of these specifications. The report contains specific recommendations as to foundation requirements for the various structures to be constructed. The report and the recommendations shall be considered a part of the Contract Documents and the recommendations shall be adhered to. The Geotechnical Investigation Report is titled Proposed Railroad Avenue Pump Station, Borough of Osborne, Allegheny County, PA, Ackenheil Project No. 10110 and is appended as Exhibit "A" Geotechnical Report

End of Section B

Instructions to Bidders

B-9 143/2011-05 Rebid THIS PAGE LEFT INTENTIONALLY BLANK

B-10 143/2011-05 Rebid FORM SP

This form must be executed by a Fabricator of any item containing BOTH FOREIGN AND U.S. MANUFACTURED STEEL. The Steel Products Procurement Act (73 P.S. SI991 et seq.) allows the use of steel products with both types of steel if seventy-five (75%) percent of the cost of the materials (including steel, rubber, wood, plastic, etc.) in the product are manufactured or produced, as the case may be, in the United States.

The Fabricator shall be herein defined as the firm that assembles the component parts of the item(s) to be purchased. The OWNER will accept the certification of firms that are earlier in the chain of purchase (i.e. manufacturers of components, steel, suppliers) in lieu of the Fabricator. This form must be submitted to the ENGINEER with the initial shop drawing submission and before the product may be incorporated as provided above.

TO BE COMPLETED BY THE FABRICATOR:

1. Contract No. Contract Title:

2. Specification Paragraph No. Specification Page:

3. Product:

4. Name of Supplier:

5. Address of Supplier:

6. Federal Employer LD. No.: Phone No. : ( )

7. Total cost of materials in the item listed in Item 3 that were manufactured/produced in the United States is greater than 75% of total cost of all materials.

YES NO

CERTIFICATION: I, the undersigned Officer of the above named firm, do certify that our firm assembled/manufactured the components to the steel products listed in Item 3, that the steel in said product is both foreign and domestically manufactured and that all the facts contained in this document are true. I further understand that this document is subject to the provisions of the Unsworn Falsification to Authorities Act (18 P.S. S4904) which provide penalties including, but not limited to, debarment from supplying and products for Commonwealth of Pennsylvania public works projects for a period of five (5) years for violations therein.

WITNESS: (SEAL) Secretary or Treasure President or Vice President (Corporate Seal) (Fabricator's Company) Date:

B-ll 143/2011-05 Rebid THIS PAGE LEFT INTENTIONALLY BLANK

143/2011-05 Rebid Section C

BID FORM CONTRACT NO. 2011-05 Rebid

Project Identification: Glen Osborne Railroad Avenue Pump Station

Contract Identification Contract No. 2011-05 Rebid and Number: Electrical Construction

This Bid is Submitted to: Borough of Sewickley 601 Thorn Street Sewickley, PA 15143

CI The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an Agreement with OWNER in the form in­ cluded in Section J of the Contract Documents and, to complete all Work as Specified and within the Contract Time indicated in this Bid, in accordance with the Contract Documents.

C2 BIDDER accepts all of the terms and conditions of the In­ structions to Bidders and other components of the Contract Documents. This Bid may not be withdrawn for ninety (90) days after the day of Bid opening. BIDDER will sign the Agreement and submit the Contract Security and other documents required by the Contract Documents within fifteen days after the date of OWNER'S Notice of Award.

C3 In submitting this Bid, BIDDER represents, as more fully set forth in the Agreement, that:

C3.1 Bidder has examined copies of all Contract Documents including Sections A through K and all Drawings, and the following Addenda designated as Section L (if any):

Date of Issuance Addenda Number

receipt of all which is hereby acknowledged.

C3.2 BIDDER has examined the site and locality where the Work is to be performed, the legal requirements (federal, state and local laws, ordinances, rules and regulations) and the conditions affecting cost, progress or performance of the

C-1 143/2011-05 Rebid work and has made such independent investigations as BIDDER deems necessary. BIDDER has satisfied itself as to the conditions to be encountered both overhead and on the surface of the ground and/or within existing structures and of the character, quality and quantities of work to be done, materials to be furnished, services required and all other terms of the Technical Specifications and other Contract Documents. BIDDER assumes all risks inherent in performing the work and arising from any deficiencies in the Drawings or Specifications or other Contract Documents and will make no claim against the OWNER or the ENGINEER because of any such alleged deficiency.

C3.3 This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation, BIDDER has not directly or indirectly induced any person, firm or a corporation to refrain from bidding; and BIDDER has not sought by collusion to obtain for himself any advantage over any other Bidder or over OWNER.

C4 BIDDER will complete the Work under Contract No. 2011-05 Rebid Glen Osborne Railroad Avenue Pump Station Electrical Construction for the following Lump Sum Price:

Lump Sum Contract Price Glen Osborne Railroad Avenue (Words) Pump Station Electrical Construction Contract No. 2011-05 Rebid $ (Figures)

C5 BIDDER agrees that the Work will be completed within Two Hundred Forty (240) Calendar days after the date when the Contract Time commences.

C6 BIDDER understands and agrees to coordinate his construction activities with those of the OWNER, the ENGINEER and the other CONTRACTORS.

C7 BIDDER accepts the provisions set forth in the Agreement in Section J of the Contract Documents as to liquidated damages in the event of failure to complete the Work on time.

C8 BIDDER recognizes the problem in identifying exact locations of reputed underground utility pipe lines, structures, and/or

C-2 143/2011-05 Rebid appurtenances and in classifying, during the bidding period, the subsurface conditions which will be encountered during construction and, in submitting this bid, has included any and all costs in connection therewith and shall not seek any extra compensation for performing the work because of those actual prevailing conditions.

C9 The required Bid Security set forth in Paragraphs B7 of the Instructions to Bidders in the form of a certified bank check, or a Bid Bond, the form for which is included as Section D of the Contract Documents, is in the amount of 10% of the Amount of the Bid.

CIO Communications concerning this Bid shall be addressed to the BIDDER at the address stated on the following page.

Cll The terms used in this Bid which are defined in the General Conditions of the Construction Contract included as part of the Contract Documents have the meanings assigned to them in the General Conditions.

Submitted on 2 0 (Execute the Bid Form on the following page)

C-3 143/2011-05 Rebid IF BIDDER is:

An Individual

BY _(Seai; (Individual's Name) doing business as

(Business Address and Telephone Number)

A Partnership

By _ (Seal]

(Firm Name)

(General Partner)

(Business Address and Phone Number) A Corporation

By (Seal) (Corporation Name)

(State of Incorporation) By (Name of Person Authorized to Sign and Title of same)

(Corporate Seal) Attest (Secretary)

(Business Address and Telephone Number)

A Joint Venture

By

(Name)

(Address)

(Name)

(Address) (Each joint venturer must sign. The manner of signing for each individual, partnership and corporation that is a part to the joint venture should be in the manner indicated above.)

C-4 143/2011-05 Rebid Section D

BID BOND

KNOW ALL MEN BY THESE PRESENTS, that we

as Principal and of , State of , a corporation existing under the laws and the State of , and authorized to transact business in , as Surety, are held and firmly bound unto

(OWNER)

(Address) hereinafter called the Obligee, in the sum of Dollars ($ ) . lawful money of the United States of America, for payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents.

THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas the Prin­ cipal has submitted the accompanying Proposal or Bid dated , 20 , for the

NOW THEREFORE, the condition of this Bond shall be such that if the Principal, upon due acceptance of said Proposal and award of the Contract to him by the Obligee, bonds with good and sufficient surety as may be required by the Contract Documents, and furnishes the Obligee proper evidence of effectiveness of insurance coverage, respectively, within the time, in the forms and in the amounts as appropriate, required by the Contract Documents, and enters into a Contract with the Obligee in accordance with the Contract Documents, then this Bond shall be ; otherwise, the Bond shall be and shall remain in full force and effect.

The Principal and Surety hereby stipulate and agree that if the Principal fails to perform all conditions of this Bond, they will pay the sum of the Bond to the Obligee as fixed, liquidated damages.

The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its Bond shall be in no way impaired or affected by any extension of time within which the OWNER may accept such bid; and said Surety does hereby waive notice of any extension.

It is the intention of the parties to be legally bound by this instrument.

D-1 143/2011-05 Rebid IN WITNESS WHEREOF, the above bounded parties have executed this instrument under their several seals this day of , 20 , the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned and representative, pursuant to authority of its governing body.

ATTEST: DATE , 20

WITNESS: Name of Bidder, Corporation, Firm or Individual

By

(Title)

Business Address of Bidder ******************************************** ATTEST:

Surety

Attorney-in-Fact

IMPORTANT - Surety companies executing Bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the state where the project is located.

D-2 143/2011-05 Rebid Section E

GENERAL CONDITIONS

El Definitions

Wherever used in these General Conditions or in the other Contract Documents, the following terms have the meanings indicated which are applicable to both the singular and plural thereof:

Addenda Written or graphic instruments issued prior to the opening of bids which clarify, correct or change the bidding documents or the Contract Documents and which will be included as Section L of the Contract Documents for award and construction.

Advertisement The legally published and/or distributed notification to prospective Bidders and others of the Project and the OWNER's intent to receive bids on same. The Advertisement is included as Section A of these documents.

Agreement The written agreement between OWNER and CONTRACTOR covering the Work to be performed; other Contract Documents are attached to the Agreement and made a part thereof as provided therein. The Agreement is included as Section J of the Bidding/Contract Documents.

Application for Payment The form accepted by ENGINEER which is to be used by CONTRACTOR in requesting progress or final payments and which is to include such supporting documentation as is required by the Contract Documents, Section H.

Bid The offer or proposal of the bidder submitted on the prescribed Bid Form setting forth the prices for the Work to be performed. Bid Forms are Section C of these documents.

Bonds Bid, performance, payment, labor and materialsmen, maintenance and special bonds and other instruments of security. The Bid Bond form is Section D; other Surety Bond forms are Section K of these documents.

E-l Change Order A document signed by CONTRACTOR and OWNER which authorizes an addition, deletion or revision in the Work, or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement.

Contract Documents The Advertisement, Instructions to Bidders, Bid Form, Bid Bond, General Conditions, Supplemental General Conditions, Technical Specifications, Measurement and Payment, Agreement, Bonds, Addenda and Drawings together with all modifications and supplements issued as Change Orders on or after the Effective Date of the Agreement.

Contract Price The moneys payable by OWNER to CONTRACTOR under the Contract Documents as stated in the Agreement.

Contract Time The number of calendar days stated in the Bid Form and in the Agreement for the completion of the Work.

CONTRACTOR The person (s), firm(s) or corporation(s) with whom OWNER has entered into the Agreement.

Drawings The drawings, plans, details, supplemental details, graphics, diagrams, photo reproductions and other representations which show the character and scope of the Work to be performed and which have been prepared or approved by ENGINEER and/or the OWNER.

Effective Date of the Agreement The date indicated in the Agreement on which it becomes effective, but if no such date is indicated it means the date on which the Agreement is signed and delivered by the last of the parties to sign and deliver.

ENGINEER

KLH Engineers, Inc.

General Conditions Terms pertaining to the Contract and the performance of the Work thereunder that are of frequent and continuing applicability. The General Conditions are included as Section E of these documents.

E-2 Laws and Regulations Laws, rules, regulations, ordinances, codes appertaining to the conduct of and/or location of the work.

Insurance Protection provided to the parties to the Contract as required by the General Conditions and the Supplemental General Conditions and evidenced by either insurance policies or certificates of insurance coverages. Form of certificate and coverages is included under Section K.

Measurement and Payment The conditions under which payments are to be determined and made to the CONTRACTOR for Work performed under the Contract or as an addition to or deduction from the Contract. The Measurement and Payment provisions are included as Section H.

Notice of Award The written notice by the OWNER or ENGINEER to the apparent Successful Bidder stating that the Contract has been awarded to it.

Notice to Proceed A written notice given by the OWNER or ENGINEER to CONTRACTOR fixing the date on which the Contract Time will commence. When such Notice to Proceed is not issued, the Contract Time will commence on the date appearing in the Agreement (Section J).

OWNER The private or public agency with whom CONTRACTOR has entered into the Agreement and for whom the Work is to be provided.

Partial Utilization Placing a portion of the Work in service for the purpose for which it is intended (or a related purpose) before reaching Substantial Completion for all the Work.

Proj ect The total construction of which the Work to be provided under the Contract Documents may be the whole, or a part as indicated elsewhere in the Contract Documents.

Resident Project Representative The authorized representative of the ENGINEER or the OWNER who is assigned to the site or any part thereof, for the purpose of monitoring the construction of the work under this contract.

E-3 Shop Drawings All drawings, diagrams, illustrations, schedules, catalog information and other data which are specifically prepared by or for CONTRACTOR to illustrate some portion of the Work and which are submitted by CONTRACTOR for review and/or approval for incorporation in the Work.

Technical Specifications Those portions of the Contract Documents consisting of written technical descriptions of materials, equipment, construction systems, standards and workmanship as applied to the Work and certain administrative details applicable thereto. They are Section G of these documents.

Subcontractor An individual, firm or corporation having a direct contract with CONTRACTOR or with any other Subcontractor for the performance of a part of the Work at the site.

Substantial Completion The Work (or a specified part thereof) which has progressed to the point where, in the opinion of the OWNER and/or ENGINEER, it is sufficiently complete, in accordance with the Contract Documents, so that the WORK (or specified part) can be utilized for the purposes for which it is intended.

Supplemental Details Certain drawings, plans, details, characteristic curves, graphics, diagrams, photo reproductions, tabular data or other representation respective to the Work and which are bound in the rear of the Bidding/Contract Documents Book as Section I.

Supplemental General Conditions The part of the Contract Documents which amends or supplements these General Conditions (if any) . They are Section F of these documents.

Supplier A manufacturer, fabricator, supplier, distributor, materialman or vendor.

Unit Price Work

Work to be paid for on the basis of unit prices.

Work The entire construction or the various separately identifiable parts thereof required to be furnished under the Contract

E-4 Documents. Work is the result of performing services, furnishing labor and furnishing and incorporating materials and equipment into the construction, all as required by the Contract Documents.

E2 Preliminary Matters

E2.1 Delivery of Bonds When CONTRACTOR delivers the executed Agreements to OWNER, CONTRACTOR shall also deliver to OWNER such Bonds as CONTRACTOR may be required to furnish in accordance with the Contract Documents. The Surety Bond forms are attached as Section K of these documents.

E2.2 Copies of Documents The CONTRACTOR shall be responsible for purchasing all sets of Contract Documents to be used in the progress of the work. Specification documents will be available for purchase from Accu-Copy Reprographics at the address shown on the Advertisement for the cost of reproduction. Unauthorized reproduction of the drawings or the specifications by the CONTRACTOR shall not be permitted.

E2.3 Commencement of Contract Time; Notice to Proceed The Contract Time will commence on the effective date of the Agreement or, if a Notice to Proceed is given, on the date indicated in the Notice to Proceed. A Notice to Proceed may follow contract award by OWNER by no more than 45 days, unless otherwise specifically noted within Section B, Instructions to Bidders.

E2.4 Starting the Project CONTRACTOR may start to perform the Work on the date when the Contract Time commences, but no Work shall be done at the site prior to the date on which the Contract Time commences. If scheduled by the Engineer, the CONTRACTOR will be required to attend a pre-construction meeting.

Within ten days after the Effective Date of the Agreement (unless otherwise specified in the General Requirements), CONTRACTOR shall submit to OWNER or his designee, for review:

a proposed progress schedule indicating the starting and completion dates of the various stages of the work;

E-5 a schedule of values for all of the Work. This will include quantities and prices of items aggregating the Contract Price and will subdivide the Work into component parts in sufficient detail to serve as the basis for progress payments during construction.

Before any Work at the site is started, CONTRACTOR shall deliver to OWNER, with a copy to ENGINEER, certificates, and other evidence of insurance requested by OWNER which CONTRACTOR is required to purchase and maintain in accordance with the Contract Documents.

E3 Intent of the Contract Documents

E3.1 The Contract Documents comprise the entire agreement between OWNER and CONTRACTOR concerning the Work. The Contract Documents are complementary; what is called for by one is as binding as if called for by all. The Contract Documents will be construed in accordance with the law of the place of the Proj ect.

If, during the performance of the Work, CONTRACTOR finds a conflict, error or discrepancy in the Contract Documents, CONTRACTOR shall so report to ENGINEER in writing at once, and before proceeding with the Work affected thereby shall obtain a written interpretation or clarification from ENGINEER; any work performed by CONTRACTOR without reporting such conflicts, errors, or discrepancies, in writing, to the ENGINEER will be at the CONTRACTOR'S risk.

In addition, the requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work may be authorized, in one or more of the following ways:

ENGINEER'S approval of Shop Drawing(s) or sample(s)

ENGINEER'S written interpretation or clarification

E4 Availability of Lands; Report of Differing Conditions; Underground Facilities; Reference Points

E4.1 Availability of Lands OWNER shall furnish the lands upon which the Work is to be performed and rights-of-way and easements which, in the opinion of the ENGINEER, are required for construction. Easements for permanent structures or permanent changes in existing facilities will be obtained and paid for by OWNER, unless

E-6 otherwise provided in the Contract Documents. CONTRACTOR shall provide for all additional lands and access thereto that may be required for temporary construction facilities, specific access routes to the site of the work, or storage of materials and equipment.

E4.2 Report of Differing Conditions If CONTRACTOR believes that any physical condition uncovered or revealed at the site differs materially from that indicated, reflected or referred to in the Contract Documents, he shall promptly, after becoming aware thereof and before performing any Work in connection therewith (except in an emergency), notify OWNER and ENGINEER in writing about the difference.

E4.3 Underground Facilities The information and data shown or indicated in the Contract Documents with respect to existing underground utilities, structures and/or other facilities at or contiguous to the site, is based on information and data furnished to OWNER or ENGINEER by the owners of such underground facilities or by others. CONTRACTOR shall have full responsibility for: reviewing and checking all such information and data; for locating all underground facilities; and for coordination of the Work with the owners of such underground facilities during construction and repairing any damage thereto resulting from the Work, the cost of all of which will be considered as having been included in the Contract Price. PA One Call regulation will be used to determine compensation due to the Contractor if required by law.

E4.4 Definition of "Underground Facilities" For the purposes of this paragraph, the term "underground facilities" includes without limitation: pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels or other such facilities or attachments and any encasements containing such facilities which have been installed underground to furnish any of the following services or materials: electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, sewage and drainage removal, traffic or other control systems, water, wastewater or stormwater.

E4.5 Reference Points OWNER will provide certain reference points for construction which in ENGINEER'S judgment are adequate to enable CONTRACTOR to proceed with the Work. CONTRACTOR shall be responsible for surveying and laying out the Work, shall protect and preserve the established reference points and shall make no changes or

E-7 relocations without the prior written approval of OWNER. CONTRACTOR shall report to ENGINEER whenever any reference point is lost or destroyed or required relocation because of necessary changes in grades or locations and shall be responsible for the accurate replacement or relocation of such reference points by professionally qualified personnel.

E5 Bonds and Insurance

E5.1 Performance and Other Bonds CONTRACTOR shall furnish Bonds, each in an amount equal to the Contract Price as security for the faithful performance and payment of all CONTRACTOR'S obligations under the Contract Documents; CONTRACTOR shall also furnish such other Bonds as are required by the Contract Documents. All Bonds shall be in the forms prescribed by the bidding documents or Supplemental General Conditions and be executed by such Sureties as are named in the current list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Audit Staff Bureau of Accounts, U. S. Treasury Department. All Bonds signed by an agent must be accompanied by a certified copy of the authority to act.

If the Surety on any Bond furnished by CONTRACTOR is declared bankrupt or becomes insolvent or its right to do business is terminated in any state where any part of the Project is located or it ceases to meet the requirements of the above paragraph, CONTRACTOR shall within five days thereafter, substitute another Bond and Surety, meeting the OWNER'S approval.

E5.2 Contractor's Liability Insurance CONTRACTOR shall purchase and maintain such insurance as is appropriate for the Work being performed and furnished and will provide protection from claims which may arise out of or result from CONTRACTOR'S performance and furnishing of the Work and CONTRACTOR'S other obligations under the Contract Documents, whether it is to be performed or furnished by CONTRACTOR, by any Subcontractor, by anyone directly or indirectly employed by any of them to perform or furnish any of the Work, or by anyone for whose acts any of them may be liable.

The insurance required shall include the specific coverages and be written for not less than the limits of liability and coverages provided in the Supplemental General Conditions. The Certificate of Insurance included in Section K of these documents shall be required to be completed prior to the

E-8 commencement of any construction work. All of the policies of insurance required to be purchased and maintained shall contain a provision or endorsement that the coverage afforded will not be canceled, materially changed, or renewal refused, until at least ten days' prior written notice has been given to OWNER and ENGINEER. All such insurance shall remain in effect until final payment and at all times thereafter when CONTRACTOR may be correcting, removing, maintaining, repairing or replacing defective Work.

E6 Certain Responsibilities of the CONTRACTOR

E6.1 Supervision and Superintendence CONTRACTOR shall supervise and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. CONTRACTOR shall be solely responsible for the means, methods, techniques, sequences and procedures of construction. CONTRACTOR shall be responsible to see that the finished Work complies with the requirements of the Contract Documents.

CONTRACTOR shall keep on the Work at all times during its progress a competent resident superintendent, who shall not be replaced without written notice to OWNER and ENGINEER except under extraordinary circumstances. The superintendent will be CONTRACTOR'S representative at the site and shall have authority to act on behalf of CONTRACTOR. All communications during construction and before issuance of the Final Payment, given to the superintendent, shall be as binding as if given to CONTRACTOR.

E6.2 Labor, Materials and Equipment CONTRACTOR shall provide competent, suitably qualified personnel to survey and lay out the Work and perform construction as required by the Contract Documents. CONTRACTOR shall at all times maintain good discipline and order at the site. Except in connection with the safety or protection of persons or the Work or property at the site or adjacent thereto, and except as otherwise indicated in the Contract Documents, all Work at the site shall be performed during regular working hours, and CONTRACTOR will not permit overtime work or the performance of Work on Sunday or any legal holiday without OWNER'S written consent.

CONTRACTOR shall furnish all materials, equipment, labor, transportation, construction equipment and machinery, tools,

E-9 appliances, fuel, power, light, heat, telephone, water and sanitary facilities and all other facilities and incidentals necessary for the execution, testing, start-up and completion of the Work.

All materials and equipment shall be of good quality and new, except as otherwise provided in the Contract Documents. If required, CONTRACTOR shall furnish satisfactory evidence (including reports of required tests) as to the kind and quality of materials and equipment.

All materials and equipment shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable Supplier except as otherwise provided in the Contract Documents; but no provision of any such instructions will be effective to impose on ENGINEER responsibility for the means, methods, techniques, sequences or procedures of construction or for safety precautions or programs incident thereto.

E6.3 Adjusting Progress Schedule CONTRACTOR shall submit to ENGINEER adjustments in the progress schedule to reflect the impact thereon of new developments; these will conform generally to the progress schedule then in effect and additionally will comply with any provisions of the Contract Documents applicable thereto. Progress schedules shall be updated on a monthly basis and be submitted for review and discussion at the regularly scheduled progress meetings.

E6.4 Substitutions Whenever materials or equipment are specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier the naming of the item is intended to establish the type, function and quality required. Unless the name is followed by words indicating that no substitution is permitted, materials or equipment of other Suppliers may be approved if sufficient information is submitted by CONTRACTOR to allow ENGINEER to determine that the material or equipment proposed is equivalent to that named. The OWNER'S decision to accept or not accept substitutions (either conditionally or otherwise) will be final.

E6.5 Concerning Subcontractors, Suppliers and Others CONTRACTOR shall not employ any Subcontractor, Supplier (including those who are to furnish the principal items of materials or equipment) or other person or organization to perform or furnish any of the Work whether initially or as a

E-10 substitute, without the prior written approval of the OWNER. Acceptance of any such Subcontractor, Supplier or other person or organization by OWNER or ENGINEER shall not constitute a waiver of any right of OWNER or ENGINEER to reject defective Work or any Work which may otherwise not be in conformance with the Contract Documents.

CONTRACTOR shall be fully responsible to OWNER and ENGINEER for all acts and omissions of the Subcontractors, Suppliers and other persons and organizations performing or furnishing any of the Work under a direct or indirect contract with CONTRACTOR just as CONTRACTOR is responsible for CONTRACTOR'S own acts and omissions. Nothing in the Contract Documents shall create any contractual relationship between OWNER or ENGINEER and any such Subcontractor, Supplier or other person or organization, nor shall it create any obligation on the part of OWNER or ENGINEER to pay or to see to the payment of any moneys due any Subcontractor, Supplier or other person or organization.

The divisions and sections of the Specifications and the identifications of any Drawings shall not control CONTRACTOR in dividing the Work among Subcontractors or delineating the Work to be performed by any specific trade.

All Work performed for CONTRACTOR by a Subcontractor will be pursuant to an appropriate agreement between CONTRACTOR and the Subcontractor which specifically binds the Subcontractor to all terms and conditions of the Contract Documents.

E6.6 Indemnity CONTRACTOR agrees to protect, defend, indemnify, exonerate and hold OWNER and ENGINEER harmless from and against any and all suits, claims, liability, losses, liens and demands, fines, costs, criminal and civil penalties, cause of action or any other obligations arising out of or in any manner connected with incidents involved in bodily injury, death, property damage or any violation or alleged violation of any federal, state, provincial or local law or regulation, except as solely caused by the OWNER and/or ENGINEER.

E6.7 Permits Unless otherwise provided in the Supplemental Conditions, CONTRACTOR shall obtain and pay for all construction permits and licenses. OWNER shall assist CONTRACTOR, when necessary, in obtaining such permits and licenses. CONTRACTOR shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids.

E-ll E6.8 Laws and Regulations CONTRACTOR shall give all notices and comply with all Laws and Regulations applicable to performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, neither OWNER nor ENGINEER shall be responsible for monitoring CONTRACTOR'S compliance with* any Laws or Regulations. If CONTRACTOR observes that the Specifications or Drawings are at variance with any Laws or Regulations, CONTRACTOR shall give ENGINEER prompt written notice thereof, and any necessary changes will be authorized. If CONTRACTOR performs any Work knowing or having reason to know that it is contrary to such Laws or Regulations, and without such notice to ENGINEER, CONTRACTOR shall bear all costs arising therefrom.

E6.9 Taxes CONTRACTOR shall pay all sales, consumer, use, business and occupation and other similar taxes required to be paid by CONTRACTOR in accordance with the Laws and Regulations of the place of the Project which are applicable during the performance of the Work.

E6.10 Use of Premises CONTRACTOR shall confine its work on the Project site and land and areas to which the OWNER holds title, rights-of-way, permits, or easements. Contractor shall not unreasonably encumber the premises with construction equipment or other materials or equipment. CONTRACTOR shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof or of any land or areas contiguous thereto, resulting from the performance of the Work. Should any claim be made against OWNER or ENGINEER or resulting from the acts and/or deeds of the CONTRACTOR, its agent and/or employees, or invitees, CONTRACTOR shall promptly attempt to settle with such other party by agreement or otherwise resolve the claim by arbitration or at law. CONTRACTOR shall, to the fullest extent permitted by Laws and Regulations, indemnify and hold OWNER and ENGINEER harmless from and against all claims, damages, losses and expenses (including, but not limited to, fees of engineers, architects, attorneys and other professionals and court and arbitration costs) arising directly, indirectly or consequentially out of any action, legal or equitable, brought by any such other party against OWNER or ENGINEER arising in whole, or in part, out of CONTRACTOR'S performance of the Work.

During the progress of the Work, CONTRACTOR shall keep the premises free from accumulations of waste materials, rubbish and other debris resulting from the Work. At the completion of the

E-12 Work CONTRACTOR shall remove all waste materials, rubbish and debris from and about the premises as well as all tools, appliances, construction equipment and machinery and surplus materials, and shall leave the site clean and ready for occupancy by OWNER. CONTRACTOR shall restore the original condition all property not designated for alteration by the Contract Documents.

CONTRACTOR shall not impose any load nor permit any part of any structure or pipeline to be loaded in any manner that will endanger said structures or pipelines, nor shall CONTRACTOR subject any part of the work or adjacent property to stresses or pressures that will endanger it.

E6.ll Record Documents In addition to any requirements imposed by law or regulations, CONTRACTOR shall maintain at the site one record copy of all Drawings, Specifications, Addenda, Change Orders, and written interpretations and clarifications in good order and annotated to show all changes made during construction. Said documents together with all approved Shop Drawings will be available to OWNER for reference. Upon completion of the Work, the documents, samples and Shop Drawings will be delivered to the OWNER.

E6.12 Safety and Protection CONTRACTOR shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. CONTRACTOR shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to:

all employees on the Work and other persons who may be affected thereby.

all the Work and materials and equipment to be incorporated therein, whether in storage on or off the site, and

other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures and utilities not designated for removal, relocation or replacement in the course of construction.

CONTRACTOR shall comply with all applicable Laws and Regulations of any public body having jurisdiction for the safety of persons

E-13 or property or to protect them from damage, injury or loss; and shall erect and maintain all necessary safeguards for such safety and protection. CONTRACTOR shall notify owners of adjacent property and utility owners when prosecution of the Work may affect them, and shall cooperate with utility owners in the protection, removal, relocation and replacement of their property. All damage, injury or loss to any property caused, directly or indirectly, in whole or in part, by CONTRACTOR, any Subcontractor, Supplier or person directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, shall be remedied by CONTRACTOR at CONTRACTOR'S sole cost (except damage or loss caused solely by the negligent acts or omissions of OWNER or ENGINEER). Nothing herein shall be construed to impose any obligation upon the OWNER or ENGINEER to supervise, inspect or otherwise police the CONTRACTOR'S observance of these or any other safety standards or render either of them liable to third parties for any failure of the CONTRACTOR in observance of the requirements of this paragraph.

E6.13 Emergencies In emergencies affecting the safety or protection of persons or the Work or property at the site or adjacent thereto, CONTRACTOR, without special instruction or authorization from ENGINEER or OWNER, is obligated to act to prevent threatened damage, injury or loss. CONTRACTOR shall give ENGINEER prompt written notice if he believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby. If OWNER determines that a change in time or contract sum is required because of the action taken in response to an emergency, a Change Order will be issued to document the consequences of the changes.

E6.14 Shop Drawings and Samples After checking and verifying all field measurements and compliance with applicable procedures specified in the Contract documents CONTRACTOR shall submit to ENGINEER for review and approval of all Shop Drawings. The data shown on the Shop Drawings shall be complete with respect to quantities, dimensions, specified performance criteria, materials and similar data, as well as specification exceptions and deviations to enable ENGINEER to review the information with respect to requirements of the Contract Documents.

CONTRACTOR shall also submit to ENGINEER for review and approval with such promptness as to cause no delay in Work, all samples required by the Contract Documents. All samples shall be identified clearly as to material, Supplier, pertinent data such as catalog numbers and the use for which intended.

E-14 Before submission of each Shop Drawing or sample, CONTRACTOR shall have determined and verified all quantities, dimensions, specified performance criteria, installation requirements, materials, catalog numbers and similar data with respect thereto and reviewed or coordinated each Shop Drawing or sample with other Shop Drawings and samples and with the requirements of the Work and the Contract Documents.

ENGINEER will review and return within twenty-one calendar days of the receipt thereof all Shop Drawings and samples, but ENGINEER'S review and approval will be only for conformance with the design concept of the Project and for compliance with the information given in the Contract Documents and shall not extend to means, methods, techniques, sequences or procedures of construction (except where a specific means, method, technique, sequence, or procedure of construction is indicated in or required by the Contract Documents) or to safety precautions or programs incident thereto. The review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. CONTRACTOR shall make corrections required by ENGINEER and shall return the required number of corrected copies of Shop Drawings and submit new samples as required for review and approval. CONTRACTOR shall direct specific attention in writing to revisions other than the corrections called for by ENGINEER on previous submittals.

ENGINEER'S review and approval of Shop Drawings or samples shall not relieve CONTRACTOR from responsibility for any variation from the requirements of the Contract Documents unless CONTRACTOR has in writing called ENGINEER'S attention to each such variation at the time of submission. Any approval by ENGINEER shall not relieve CONTRACTOR from responsibility for errors or omissions in the Shop Drawings or coordination with the detailed plans and/or other Shop Drawings.

No work associated with information provided with the shop drawings shall be permitted until the same information is returned approved by the ENGINEER. Any work performed without shop drawing approval shall be performed at the CONTRACTOR's risk and responsibility.

E6.15 Continuing the Work CONTRACTOR shall carry on the Work and adhere to the progress schedule during all disputes or disagreements with OWNER. No Work shall be delayed or postponed pending resolution of any disputes or disagreements.

E-15 E7 Other Work

E7.1 Related Work at Site OWNER may perform other work related to the Project at the site by OWNER'S own forces, have other work performed by utility owners or let other direct contracts therefore which shall contain General Conditions similar to these. If the fact that such other work is to be performed was not noted in the Contract Documents, notice thereof will be given to CONTRACTOR by the OWNER or his representative prior to starting any such other work; and, if CONTRACTOR believes that such performance will involve additional expense to CONTRACTOR or required additional time and the parties are unable to agree as to the extent thereof, CONTRACTOR may make a claim therefore.

CONTRACTOR shall afford each utility owner and other contractor who is a party to such a direct contract (or OWNER, if OWNER is performing the additional work with OWNER'S employees), proper and safe access to the site and a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such work, and shall properly connect and coordinate the Work with theirs. CONTRACTOR shall do all cutting, fitting and patching of the Work that may be required to make its several parts come together properly and integrate with such other work. CONTRACTOR shall not endanger any work of others by cutting, excavating or otherwise altering their work and will only cut or alter their work with the written consent of ENGINEER and the others whose work will be affected.

If any part of CONTRACTOR'S Work depends upon proper execution or results on the work of any other contractor or utility owner, CONTRACTOR shall inspect and promptly report to ENGINEER in writing any delays, defects or deficiencies in such work that render it unavailable or unsuitable for proper execution and results. CONTRACTOR'S failure to report will constitute an acceptance of the other work as fit and proper for integration with CONTRACTOR'S Work except for latent or non apparent defects and deficiencies in the other work.

E7.2 Coordination If OWNER contracts with others for the performance of other work on the Project at the site, the person or organization who will have authority and responsibility for coordination of the activities among the various prime contractors (the "Coordinating Contractor") may be identified in the Supplemental General Conditions, and the specific matters to be covered by such authority and responsibility will be itemized and the

E-16 extent of such authority and responsibilities will be provided in the Supplemental General Conditions. Notwithstanding any of the above, neither the OWNER nor the ENGINEER assumes any responsibility for the coordination of the activities or the work among the various prime contractors. In the event that any contractor is delayed by the coordinating contractor or any other contractor, it shall have no claim or cause of action against the OWNER or ENGINEER and its exclusive remedy for such delay shall be against the CONTRACTOR or coordinating contractor responsible for the delay. The ENGINEER'S interpretation shall be final and binding upon all interested parties.

E7.3 Clarifications and Interpretations ENGINEER will issue with reasonable promptness such written clarifications or interpretations of the requirements of the Contract Documents (in the form of Drawings or otherwise) as ENGINEER may determine necessary, which shall be consistent with or reasonably inferable from the overall intent of the Contract Documents.

E8 Changes in the Work

E8.1 Without invalidating the Agreement and without notice to any surety, OWNER may, at any time order additions, deletions or revisions in the Work; these will be authorized by a Change Order. Upon receipt of any such document, CONTRACTOR shall promptly proceed with the changes in the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided).

E8.2 OWNER and CONTRACTOR shall execute appropriate Change Orders covering:

changes in the Work which are ordered by OWNER pursuant to the foregoing paragraph; are required because of acceptance of defective Work at the Owner's option; or are agreed to by the parties;

changes in the Contract Price or Contract Time which are agreed to by the parties; and

changes in the Contract Price or Contract Time which embody the substance of any written decision rendered by ENGINEER; provided that, in lieu of executing any such Change Order, an appeal may be taken from any such decision in accordance with the provisions of the Contract Documents and applicable law, but during any

E-17 such appeal, CONTRACTOR shall carry on the Work and adhere to the progress schedule.

E9 Change of Contract Price

E9.1 The Contract Price constitutes the total compensation (subject to authorized adjustments) payable to CONTRACTOR for performing the Work. All duties, responsibilities and obligations assigned to or undertaken by CONTRACTOR shall be at his expense without change in the Contract Price.

E9.2 The Contract Price may only be changed by a Change Order. Any claim for an increase or decrease in the Contract Price shall be based on written notice outlining the bases for the claim and be delivered by the party making the claim to the other party promptly (but in no event later than thirty days) after the occurrence of the event giving rise to the claim and stating the general nature of the claim. Notice of the amount of the claim with supporting data shall be delivered within sixty days after such occurrence and shall be accompanied by claimant's written statement that the amount claimed covers all known amounts (direct, indirect and consequential) to which the claimant is entitled as a result of the occurrence of said event.

E9.3 The value of any Work covered by a Change Order or of any claim for an increase or decrease in the Contract Price shall be determined in one of the following ways:

Where the Work is covered by unit prices contained in the Contract Documents, value shall be determined by application of unit prices to the quantities of the items involved.

By mutual acceptance of an agreed price, if work is not covered by unit prices.

If the Work is not covered by unit prices and the parties are unable to agree upon a price, the value shall be determined on the basis of the Cost of the Work, plus a Contractor's Fee for overhead and profit, the total amount of which shall be determined on the basis of the sum of the following items (1) through (6) :

(1) The actual cost to the CONTRACTOR or subcontractor, if employed by the CONTRACTOR, of

E-18 labor, including foremen (but not including superintendence), said cost to include Base Wages, Social Security (FICA) payments, Federal and State Unemployment Compensation payments and Workmen's Compensation payments;

(2) The actual cost to the CONTRACTOR or subcontractor of materials and equipment utilized or being installed permanently into the work; and, expendable materials necessary for the conduct and performance of the work (as approved prior to performance of the work) -- the cost of all such approved permanent and expendable materials to be reconciled from suppliers' invoices;

(3) The rental cost of construction machinery and equipment during the time of use on the extra work, said rental rates to be 75% of those published in daily, weekly and/or monthly rate schedules of a recognized Contractors' association;

(4) The actual cost of power and any other necessary utility services;

(5) Business and occupation, sales and/or other applicable taxes;

(6) An allowance for Profit and Overhead — to be determined by calculating the sum of the following:

(a) The resultant obtained by multiplying the Base Wages referred to in paragraph (1) above times a factor of 0.15;

(b) The resultant obtained by multiplying the actual cost of materials and equipment referred to in paragraph (2) above times a factor of 0.05;

(c) The resultant obtained by multiplying the cost of extra work if performed by subcontractor times a factor of 0.02.

E-19 ElO Change of Contract Time

E10.1 The Contract Time may only be changed by a Change Order. Any claim for an extension or shortening of the Contract Time shall be based on written notice outlining the basis for the claim and be delivered by the party making the claim to the other party and to ENGINEER promptly (but in no event later than thirty days) after the occurrence of the event giving rise to the claim and stating the general nature of the claim. Notice of the extent of the claim with supporting data shall be delivered within sixty days after such occurrence and shall be accompanied by the claimant's written statement that the adjustment claimed is the entire adjustment to which the claimant has reason to believe it is entitled as a result of the occurrence of said event. Any failure to comply with the time limit set forth herein shall constitute a waiver of the CONTRACTOR'S right to claim.

Ell Warranty and Guarantee; Access to Work; Tests and Inspections; Owner May Stop Work; Correction, Removal or Acceptance of Defective Work

Ell.l Warranty and Guarantee CONTRACTOR warrants and guarantees to OWNER that all Work will be in accordance with the Contract Documents and is not defective. Notice of all defects shall be given to CONTRACTOR after the same are detected. All defective Work, whether or not in place, shall be rejected and promptly corrected in accordance with paragraph Ell.5.

Ell.2 Access to Work ENGINEER and ENGINEER'S representatives, other representatives of OWNER, testing agencies and governmental agencies with jurisdictional interests will have access to the Work at reasonable times for their observation, inspection and testing. CONTRACTOR shall provide proper and safe conditions for such access.

Ell.3 Tests and Inspections CONTRACTOR shall give ENGINEER timely notice of readiness of the Work for all required inspections, tests or approvals.

If Laws and Regulations of any public body having jurisdiction require any Work (or part thereof) to specifically be inspected, tested or approved, CONTRACTOR shall assume full responsibility therefore, pay all costs in connection therewith and furnish OWNER the required certificates of inspection, testing or

E-20 approval. CONTRACTOR shall also be responsible for and shall pay all costs in connection with any inspection or testing required in connection with OWNER'S or ENGINEER'S acceptance of a Supplier of materials or equipment proposed to be incorporated in the Work, or of materials or equipment submitted for approval prior to CONTRACTOR'S purchase thereof for incorporation in the Work.

Ell.4 Owner May Stop the Work If the Work is defective or CONTRACTOR fails to supply sufficient skilled workmen or suitable materials or equipment, or fails to perform the Work in accordance with the Contract Documents, the OWNER acting through an authorized representative, may order CONTRACTOR to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of OWNER to stop the Work shall not give rise to any duty on the part of OWNER to exercise this right for the benefit of CONTRACTOR or any other party.

Ell.5 Correction or Removal of Defective Work If required by ENGINEER, CONTRACTOR shall, as directed, either correct all defective Work, or work that does not comply with the Contract Documents, or remove it from the site and replace it with non defective Work or Work that does comply with the Contract Documents. CONTRACTOR shall bear all direct, indirect and consequential costs of such correction or removal (including but not limited to fees and charges of engineers, architects, attorneys and other professionals) made necessary thereby.

Ell.6 Eighteen Month Correction Period If within 18 months after the date of Substantial Completion, any Work is found to be defective, or not in compliance with the Contract Documents, CONTRACTOR shall promptly, without cost to OWNER and in accordance with OWNER'S written instructions, either correct such defective Work or work that does not comply with the contract documents or remove it from the site and replace it with non defective Work or work that does comply with the Contract Documents. If CONTRACTOR does not comply with the terms of such instructions, or in an emergency where delay would cause serious risk of loss or damage, OWNER may have the defective Work corrected or the rejected Work removed and replaced, and all direct, indirect and consequential costs of such removal and replacement (including but not limited to fees and charges of engineers, architects, attorneys and other professionals) will be paid by CONTRACTOR. In special circumstances where a particular item of equipment is placed in continuous service before Substantial completion of all the

E-21 Work, the correction period for that item may begin from an earlier date if so provided in the Technical Specifications. The rights and remedies of the OWNER hereunder are in addition to and not in limitation of all other rights and remedies of the OWNER for any breach by the CONTRACTOR of any provision of the Contract Documents regardless of when detected.

Ell.7 OWNER May Correct Defective Work If CONTRACTOR fails, within the specified time given in written notice by OWNER, to proceed to correct defective Work or to remove and replace rejected Work, or if CONTRACTOR fails to perform the Work in accordance with the Contract Documents or if CONTRACTOR fails to comply with any other provision of the Contract Documents, OWNER may, after seven days' written notice to CONTRACTOR, correct and remedy any such deficiency. To the extent necessary to complete corrective and remedial action, OWNER may exclude CONTRACTOR from all or part of the site, take possession of all or part of the Work, and suspend CONTRACTOR'S services related thereto, take possession of CONTRACTOR'S tools, appliances, construction equipment and machinery at the site and incorporate in the Work all materials and equipment stored at the site or for which OWNER has paid CONTRACTOR but which are stored elsewhere. CONTRACTOR shall allow OWNER, OWNER'S representatives, agents and employees such access to the site as may be necessary to enable OWNER to exercise the rights and remedies under this paragraph. All direct, indirect and consequential costs of OWNER in exercising such rights and remedies will be charged against CONTRACTOR, and OWNER shall be entitled to an appropriate decrease in the Contract Price. Such direct, indirect and consequential costs will include but not be limited to fees and charges of engineers, architects, attorneys and other professionals required and all costs of repair and replacement of work of others destroyed or damaged by correction, removal or replacement of CONTRACTOR'S defective Work. CONTRACTOR shall not be allowed an extension of the Contract Time because of any delay in performance of the Work attributable to the exercise by OWNER of OWNER'S rights and remedies hereunder.

E12 Termination

E12.1 Owner May Terminate the Work Upon the occurrence of any one or more of the following events the OWNER may terminate the work:

(a) if CONTRACTOR commences a voluntary case under any chapter of the Bankruptcy Code (Title 11, United

E-22 States Code) , as now or hereafter in effect, or if CONTRACTOR takes any equivalent or similar action by filing a petition or otherwise under any other federal or state law in effect at such time relating to the bankruptcy or insolvency and the OWNER does not receive adequate assurances from the CONTRACTOR, and Trustee in Bankruptcy, and the CONTRACTOR'S surety that the CONTRACTOR will complete the Contract in accordance with the terms thereof and at the time specified therein within 20 days of the filing of such petition;

(b) if a petition is filed against CONTRACTOR under any chapter of The Bankruptcy Code as now or hereafter in effect at the time of filing, or if a petition is filed seeking any such equivalent or similar relief against CONTRACTOR under any other federal or state law in effect at the time relating to bankruptcy or insolvency and the OWNER does not receive adequate assurances from the CONTRACTOR, any Trustee in Bankruptcy and the CONTRACTOR'S Surety that the CONTRACTOR will complete the Contract in accordance with the terms thereof and at the time specified therein within 20 days of the filing of such petition;

(c) if CONTRACTOR makes a general assignment for the benefit of creditors;

(d) if a trustee, receiver, custodian or agent of CONTRACTOR is appointed under applicable law, or under contract, whose appointment or authority to take charge or property of CONTRACTOR is for the purpose of enforcing a lien against such property for the general administration of such property for the benefit of CONTRACTOR's creditors;

(e) if CONTRACTOR admits in writing an inability to pay its debts generally as they become due;

(f) if CONTRACTOR, in the opinion of the ENGINEER, persistently fails to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workmen or suitable materials or equipment or failure to adhere to the progress schedule as revised from time to time);

E-23 (g) if CONTRACTOR disregards Laws or Regulations of any public body having jurisdiction.

OWNER may, after giving CONTRACTOR and Surety seven days' written notice and to the extent permitted by law, terminate the services of CONTRACTOR, exclude CONTRACTOR from the site and take possession of the Work and of all CONTRACTOR'S tools, appliances, construction equipment and machinery at the site and use the same to the full extent they could be used by CONTRACTOR (without liability to CONTRACTOR for trespass or conversion) , incorporate in the Work all materials and equipment stored at the site or for which OWNER has paid CONTRACTOR but which are stored elsewhere, and finish the Work as OWNER may deem expedient. In such case CONTRACTOR shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price (less any liquidated damages which may be imposed because of the CONTRACTOR'S failure to complete the Contract within the time period set forth in the Contract Documents) exceeds the direct, indirect and consequential costs of completing the Work such excess will be paid to CONTRACTOR. If such costs exceed such unpaid balance, CONTRACTOR shall pay the difference to OWNER, plus any liquidated damages. Such costs incurred by OWNER will be reviewed as to reasonableness by ENGINEER, but when exercising any rights or remedies under this paragraph OWNER shall not be required to obtain the lowest price for the Work performed.

Where CONTRACTOR'S services have been so terminated by OWNER, the termination will not affect any rights or remedies of OWNER against CONTRACTOR or Surety Company then existing or which may thereafter accrue, including their liability to OWNER of liquidated damages because of CONTRACTOR'S failure to complete the work within the contract time. Any retention or payment of moneys due CONTRACTOR by OWNER will not release CONTRACTOR or Surety Company from liability.

Upon seven days' written notice to CONTRACTOR, OWNER may, without cause and without prejudice to any other right or remedy, elect to abandon the Work and terminate the Agreement. In such case, CONTRACTOR shall be paid for all Work executed and expenses sustained plus reasonable termination expenses.

No payment will be paid to CONTRACTOR for profits applicable to the uncompleted work or for damages of any kind regardless of whether the termination is a termination for convenience or a termination for fault. If the OWNER terminates the CONTRACTOR for fault and a court, arbitrator, or other body having

E-24 jurisdiction over this Contract determines that such termination was wrongful, the termination will be deemed a termination for convenience and the rights and remedies of the CONTRACTOR will be limited to such rights and remedies he would have had if the Contract had been terminated for the OWNER'S convenience pursuant to Section E12.2 hereof.

E12.2 Owner May Terminate for Convenience The OWNER reserves the right to terminate this Contract for its convenience, without any fault upon the part of the CONTRACTOR, at any time in its sole discretion. If termination for convenience occurs prior to commencement of work by the CONTRACTOR, the OWNER will pay the CONTRACTOR reasonable mobilization costs the CONTRACTOR incurred prior to notice of termination, but no payment will be made for the CONTRACTOR'S costs in bidding and entering into the Contract, loss of profits, or damages of any kind. If the OWNER terminates the contract for its convenience after the CONTRACTOR has commenced work, the OWNER will pay the CONTRACTOR any retentions due on previously approved estimates, the value of the work installed by the CONTRACTOR since the last approved estimate, and reasonable demobilization expenses. No payment will be made for any loss of profit on the omitted work or damages of any kind.

E12.3 Contractor May Stop Work or Terminate If, through no act or fault of CONTRACTOR, the Work is suspended by OWNER or under an order of court or other public authority, or ENGINEER fails to act on any Application for Payment within forty-five days after it is submitted, or OWNER fails for thirty days to pay CONTRACTOR any sum finally determined to be due, then CONTRACTOR may, upon seven days' written notice to OWNER terminate the Agreement and recover from OWNER payment for all Work executed and any expense sustained plus reasonable termination expenses, unless the OWNER cures the default within seven days of receipt of the written notice from the CONTRACTOR. In addition and in lieu of terminating the Agreement, if ENGINEER has failed to act on an Application for Payment or OWNER has failed to make any payment as aforesaid, CONTRACTOR may upon seven days' written notice to OWNER stop the Work until payment of all amounts then due. The provisions of this paragraph shall not relieve CONTRACTOR of his obligations to carry on the Work in accordance with the progress schedule and without delay during disputes and disagreements with OWNER.

E-25 E13 Miscellaneous

E13.1 Giving Notice Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice.

E13.2 Acceptance of Final Payment Constitutes Release The acceptance by the CONTRACTOR of final payment shall be and shall operate as a release to the OWNER of all claims and all liability to the Contractor for all things done or furnished in connection with this work and for every act and neglect of the OWNER and the ENGINEER and others relating to or arising out of this work. No payment, however final or otherwise, shall operate to release the CONTRACTOR or his Sureties from any obligations under this Contract, under the Performance Bond, or Payment Bond.

E13.3 Payments by Contractor The CONTRACTOR shall pay: (a) for all transportation and utility services not later than the 15th day of the calendar month following that in which services are rendered; (b) for all materials, tools, and equipment not later than the 28th day of the calendar month following that in which such materials, tools and equipment are delivered at the site of the project and the balance of the cost thereof, not later than the 30th day following the completion of installation, and testing where applicable, of that part of the work in or on which such materials, tools and equipment are incorporated or used, and; (c) to each of his Subcontractors, not later than the 14th day following each progress, periodic, or final payment to the CONTRACTOR, the respective amounts allowed the CONTRACTOR on account of the work performed by his Subcontractors to the extent of each Subcontractor's interest therein.

E13.4 Assignments The CONTRACTOR shall not assign the whole or any part of this Contract or moneys due to become due hereunder without written consent of the OWNER. In case the CONTRACTOR assigns all or any part of the moneys due or to become due under this Contract, the instrument of assignment shall contain a clause substantially to the effect that it is agreed that the right of the assignee in and to any moneys due or to become due to the CONTRACTOR shall

E-26 be subject to prior claims of all persons, firms and corporations for services rendered or materials supplied for the performance of the work called for in this Contract.

E13.5 Engineer's Decisions While the ENGINEER will endeavor to interpret the Contract and render his decisions in a fair and unbiased manner, his exercise of such interpretation shall not give rise to any duty or responsibility to the CONTRACTOR or to any Subcontractor and he shall not be liable to the CONTRACTOR or any Subcontractor for any interpretation, decision or measurement made pursuant to Paragraph E3.1, E6.4 or any other provision of the Contract Documents.

E13.6 Work Hours/Schedule The CONTRACTOR must provide the OWNER/ENGINEER with a written schedule of proposed activities prior to commencement of any work on the project. The written schedule shall include adequate detail to allow determination of work to be completed within any given week. The schedule shall be updated on a monthly basis throughout the length of the contract if work is not progressing as outlined in the original schedule. The schedule shall include the number of days per week and hours per day the CONTRACTOR proposes to work. The OWNER/ENGINEER shall be given a one week notice of any work schedule changes.

E13.7 Night and Weekend Work The CONTRACTOR shall confine his work schedule to a Monday through Friday, dawn to dusk schedule. Any work the CONTRACTOR proposes to perform at night or on weekends must receive prior (3 days notice) written approval of the OWNER.

End of Section E

General Conditions

E-27 THIS PAGE LEFT INTENTIONALLY BLANK

E-28 Section F

SUPPLEMENTAL GENERAL CONDITIONS

Fl Required Contractors Insurance Coverages Under Section E5 of the General Conditions certain stipulations are set forth regarding Contractor's Liability Insurance, Property Insurance, Receipt and Application of Proceeds and Partial Utilization -- Property Insurance. All policies of insurance shall name the CONTRACTOR as the insured party. The CONTRACTOR and his insurance agent shall be required to complete the Certificate of Insurance appended in Section K of the Contract Documents prior to, or at the time that the Agreement is executed and the surety bonds are posted by the CONTRACTOR. OWNER and KLH Engineers, Inc. shall be an additional insured with respect to liability arising out of and from the work performed by CONTRACTOR for OWNER. Insurer waives all right of subrogation against OWNER, its clients, or its employees. The insurance coverage under the insurance contract is primary to any comparable liability insurance carried by the OWNER or its agent. The specific coverages required to be provided prior to commencement of construction by the CONTRACTOR and any and all subcontractors on this project shall be as follows:

F. INSURANCE CONTRACTOR shall obtain insurance of the types and in the amounts described below. The insurance shall be written by insurance companies and on forms acceptable by OWNER.

F.l COMMERCIAL GENERAL AND UMBRELLA LIABILITY INSURANCE CONTRACTOR shall maintain commercial general liability (CGL) and, if necessary, commercial umbrella insurance with a limit of not less than $2,000,000 each occurrence. If such CGL insurance contains a general aggregate limit, it shall apply separately to the Project.

F.l.l CGL insurance shall be written on ISO occurrence form CG 00 01 (or a substitute form providing equivalent coverage) and shall cover liability arising from premises, operations, independent contractors, products-completed operations, and personal injury and advertising injury.

F.l.2 OWNER and KLH Engineers, Inc. shall be added by endorsement as named additional insureds under the CGL and under the commercial umbrella, if any. This insurance, including insurance provided under the commercial umbrella, if any, shall apply as primary insurance with respect to

F-1 143/2011-05 Rebid any other insurance or self-insurance programs providing coverage to Owner and/or KLH Engineers, Inc. and shall at a minimum provide to Owner and KLH Engineers, Inc. the same coverage, as that provided to Contractor, including completed operations coverage and shall provide coverage to Owner and KLH Engineers, Inc. for any liability arising from or in any way related to Contractor's work, regardless of any alleged or actual apportionment of negligence or liability.

F.l.3 There shall be no endorsement or modification of the CGL limiting the scope of coverage for liability arising from pollution, explosion, collapse, or underground property damage.

F.l. 4 Waiver of Subrogation. Contractor waives all rights against Owner and/or KLH Engineers, Inc. and their agents, officers, directors and employees for recovery of damages to the extent these damages are covered by the commercial general liability or commercial umbrella liability insurance maintained pursuant to paragraph F.l of this Agreement.

F.l. 5 Continuing CGL Coverage. Contractor shall maintain commercial general liability (CGL) and, if necessary, commercial umbrella liability insurance, with a limit of not less than $2, 000, 000 each occurrence for at least 3 years following substantial completion of the Work.

F.l.5.1 Continuing CGL insurance shall be written on ISO occurrence form CG 00 01 (or substitute form providing equivalent coverage) and shall, at minimum, cover liability arising from products-completed operations and liability assumed under an insured contract.

F.l.5.2 Continuing CGL insurance shall have a products- completed operations aggregate of a least two times its each occurrence limit or provide aggregate limits per 1ocation/proj ect.

F.l. 5.3 Continuing commercial umbrella coverage, if any, shall include liability coverage for damage to the insured's completed Work equivalent to that provided under ISO form CG 00 01.

F-2 143/2011-05 Rebid F.2 OWNERS AND CONTRACTORS PROTECTIVE LIABILITY INSURANCE At the Owners request, the Contractor shall maintain Owners and Contractors Protective Liability ('OCP) insurance on behalf of Owner, as named insured, with a limit of $2,000,000.

F.3 RAILROAD PROTECTIVE LIABILITY INSURANCE Not applicable

F.4 BUSINESS AUTO AND UMBRELLA LIABILITY Contractor shall maintain business auto liability and, if necessary, commercial umbrella liability insurance with a limit of not less than $2,000,000 each accident.

F.4.1. Such insurance shall cover liability arising out of any auto (including owned, hired and non-owned autos).

F.4.2 Business auto coverage shall be written on ISO form CA 00 01, CA 00 05, CA 00 12, CA 00 20, or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage equivalent to that provided in the 1990 and later editions of CA 00 01.

F.4.3 If the Contract Documents require Contractor to remove and haul hazardous waste from the Project site, or if the Project involves such similar environmental exposure, pollution liability coverage equivalent to that provided under the ISO Pollution Liability-Broadened Coverage for Covered Autos Endorsement (CA 99 48) shall be provided, and the Motor Carrier Act Endorsement (MCS 90) shall be attached.

F.4.4 Waiver of Subrogation. Contractor waives all rights against Owner and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by the business auto liability or commercial umbrella liability insurance obtained by Contractor pursuant to Paragraph F.4 of this Agreement or under any applicable auto physical damage coverage.

F.5 WORKERS COMPENSATION INSURANCE Contractor shall maintain workers compensation and employers liability insurance. F.5.1 The employers liability, and if necessary commercial umbrella, limits shall not be less than $2,000,000 each accident for bodily injury by accident or $2,000,000 each employee for bodily injury by disease.

F-3 143/2011-05 Rebid F.5.2 Where applicable, U.S. Longshore and Harborworkers compensation Act Endorsement shall be attached to the policy.

F.5.3 Where applicable, Outer Continental Shelf Lands Act Endorsement shall be attached to the policy.

F.5.4 Where applicable, Maritime Coverage Endorsement shall be attached to the policy.

F.6 PROPERTY INSURANCE F.6.1 Contractor shall purchase and maintain in force property insurance for the entire Work. Such insurance shall be written in an amount at least equal to the initial contract sum as well as subsequent modifications of that sum. The insurance shall apply on a replacement cost basis. If the insurance obtained in compliance with this Paragraph F.6 is builders risk insurance, coverage shall be written on a completed value form.

F.6.2 The insurance as required in Subparagraph F.6.1 shall include the interests of the Owner, Contractor, and all subcontractors and sub-subcontractors on the Project. The insurance policy shall contain a provision that the insurance will not be canceled or allowed to expire until at least 30 days prior written notice has been given to Owner.

F.6.3 The insurance as required in Subparagraph F.6.1 shall cover the entire Work at the site identified in this Agreement, and shall also cover portions of the Work located away from the site but intended for use at the site, and shall also cover portions of the Work in transit. The policy shall include as insured property scaffolding, false work, and temporary buildings located at the site. The policy shall cover the cost of removing debris, including demolition as may be made legally necessary by the operation of any law, ordinance, or regulation.

F.6.4 Contractor shall purchase and maintain boiler and machinery insurance if such equipment is part of the Work identified in this Agreement required by the contract documents or by law, covering insured objects during installation and until final acceptance by Owner. This insurance shall include the interests of the Owner. Contractor and all subcontractors and sub-subcontractors in

F-4 143/2011-05 Rebid the Work.

F.6.5 The insurance as required by paragraph F.6 shall be written to cover all risks of physical loss except those specifically excluded in the policy, and shall inure at least against the perils of fire, lightning, explosion, windstorm or hail, smoke, aircraft or vehicles, riot or civil commotion, theft, vandalism, malicious mischief, and collapse.

F.6. 6 Any deductible applicable to the insurance purchased in compliance with this Paragraph 6.6 shall be paid by Contractor.

F.6.7 The insurance as required by this Paragraph F.6 shall be maintained in effect, unless otherwise provided for in the contract documents, until the earliest of the following dates: (a) the date on which all persons or organizations who are insureds under the policy agree that it shall be terminated; (b) the date on which final payment, as provided for in this Agreement, has been made; (c) The date on which the insurable interests in the property of all insureds other than Contractor have ceased.

F.6.8 Before the commencement of Work, Contractor shall provide to Owner a copy of the insurance policy obtained in compliance with this Paragraph F.6.

F.6.9 Before the commencement of Work, Owner may declare to Contractor any decision on its part that the Owner will obtain any or all of the insurance coverage as required in this Paragraph F.6. Upon such declaration, Owner shall then have the right to obtain insurance equivalent in coverage to that required in this Paragraph F.6 and by appropriate change order, charge the cost of such insurance to Contractor.

F.6.10 Waiver of Subrogation. Owner and Contractor waive all rights against each other and each of their subcontractors, sub-subcontractors, officers, directors, agents, and employees for recovery for damages caused by fire and other perils to the extent covered by builders risk or property insurance applicable to the Work.

F.6.11 Partial occupancy or use of the Work shall not

F-5 143/2011-05 Rebid commence until the insurance company or companies providing insurance as required in this Paragraph F.6 have consented to such partial occupancy or use. Owner and Contractor shall take reasonable steps to obtain consent of the insurance company or companies, and agree to take no action, other than upon mutual written consent, with respect to occupancy or use of the Work that could lead to cancellation, lapse, or reduction of insurance.

F.7 EVIDENCE OF INSURANCE Prior to commencing the Work, Contractor shall furnish Owner with a certificate (s) of insurance, executed by a duly authorized representative of each insurer, setting out compliance with the insurance requirements set forth above.

F.7.1 All certificates shall evidence the addition by endorsement of Owner and KLH Engineers, Inc. as "Additional Insured with respect to any claims and/or liability arising from, or in any way related to, the work performed by the insured, regardless of any alleged or actual apportionment of negligence or liability."

F.7.2 All certificates shall provide for 30 days written notice to Owner prior to the cancellation or material change of any insurance referred to therein.

F.7.3 The words "endeavor to" and "but failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representatives" shall be deleted from the cancellation provision of all certificates provided by Contractor.

F.7.4 Failure of Owner to demand such certificate or other evidence of full compliance with these insurance requirements or failure of Owner to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such insurance.

F.7.5 Owner shall have the right, but not the obligation, to prohibit Contractor or any subcontractor from entering the Project site until such certificates or other evidence that insurance has been placed in complete compliance with these requirements is received and approved by Owner. F.7.6 Failure to maintain the insurance as specified shall constitute an event of default pursuant to the terms of this Agreement and shall allow Owner to terminate this Agreement at Owner's option. If Contractor fails to

F-6 143/2011-05 Rebid maintain the insurance as set forth herein, Owner shall have the right, but not the obligation, to purchase said insurance at Contractor's expense.

F.7.7 With respect to insurance maintained after final payment in compliance with a requirement above, an additional certificate (s) evidencing such coverage shall be promptly provided to Owner when requested.

F.7.8 Contractor shall provide certified copies of all insurance policies required above with 10 days of Owner's written request for said copies.

F.8 GENERAL INSURANCE PROVISIONS F.8.1 No Representation of Coverage Adequacy. By requiring the insurance as set out in F. Insurance, Owner does not represent that coverage and limits will necessarily be adequate to protect Contractor, and such coverage and limits shall not be deemed a limitation on Contractor's liability under the indemnities provided to Owner in this Agreement, or any other provision of the Contract Documents.

F8.2 Cross-Liability Coverage. If Contractor's liability policies do not contain the standard ISO separation of insureds provision, or a substantially similar clause, they shall be endorsed to provide cross-liability coverage.

F8.3 The insurance requirements set out in this specification are independent from all other obligations of Contractor under this Agreement and apply whether or not required by any other provision of this Agreement.

F8.4 Subcontractor's Insurance. Contractor shall cause each subcontractor employed by Contractor to purchase and maintain insurance of the type specified. When requested by Owner, Contractor shall furnish to Owner copies of certificates of insurance evidencing coverage for each subcontractor.

Photographs Pre-construction and post construction video (DVD) records are required and are essential to completion of this project. Pre- construction photographs (CD) and video (DVD) shall be submitted with the shop drawing submittals. No payment shall be made until all preconstruction photographs and video(DVD) are provided to the OWNER. All photographs shall be submitted printed bound and in DVD and/or CD format.

F-7 143/2011-05 Rebid CONTRACTOR shall take all still photographs of areas prior to, during, and at completion of project. Photographs are to be, identified and cataloged with a site plan indicating where the photograph was taken and which direction it was shot with a date and time stamp. Any notes the CONTRACTOR deems necessary should also be included on the photograph or on the photograph log.

CONTRACTOR shall video work area prior to, and at completion of the project. Documentation shall be color DVD format.' Discs shall be submitted labeled (typewritten) as to their location, date and time of information filmed. All DVD's shall be numbered referenced to contract drawings identifying location and contract drawing number and shall include close inspection of all equipment, structures and improved areas to be disturbed by construction activities, especially streets, roads, lanes, driveways, bridges, streams, improved scrubbed/planting bed, and lawns. Improved lawns are areas regularly maintained by a property owner regardless of the number of trees. Pre- construction videos of all construction through unimproved areas are required and shall be submitted prior to work commencing through those areas, and shall include video along the alignment of the construction stake out and identify topographic features/wooded areas to be disturbed.

All videos and photographs taken during or post construction shall be submitted at the conclusion of the project to the OWNER and will become the property of the OWNER.

F3 Construction Inspection The day-to-day inspection work on this project will be performed by a Project Representative directly employed by the OWNER and/or the ENGINEER. Each contractor's superintendent shall coordinate all construction activities with that individual who shall refer such matters as he deems necessary to the OWNER and the ENGINEER, or others, as circumstances may be required.

F4 Progress Meetings on the Job Site Periodic job progress meetings will be scheduled on at least a monthly basis for the purpose of coordinating the work of all contractors, reconciling construction problems and/or discussing any other project related matters. The ENGINEER will call those meetings with advance notification of several days. CONTRACTOR'S superintendents and/or other authorized administrative personnel will be expected to be present.

F-8 143/2011-05 Rebid F5 Prevailing Minimum Wage Predetermination The Pennsylvania State Department of Labor and Industry has made a minimum wage determination applicable to all construction work performed under this project. The "Decision of the Secretary"; the Contractor's or Subcontractor's Weekly Payroll Certification for Public Works Projects" form (which will be required to be properly sworn and submitted weekly to the OWNER during the Progress of the work); and the "Prevailing Minimum Wage Predetermination" dated March 22, 2012 follows on Pages F-22 thru F-32.

F6 NPDES Permit for Discharge of Stormwater from Construction Activities The CONTRACTOR shall be required to sign the NPDES Permit for Discharge of Stormwater from Construction Activities as Transferee with the OWNER. Complete implementation of the Erosion and Sediment Pollution Control Plan by the CONTRACTOR will satisfy the terms of the noted NPDES Permit Application. The transferee application and instructions follow on Page F-17 through F-21.

F7 Contract Close-out Documents Upon completion of the contract, the CONTRACTOR and/or Contractor's surety shall be required to complete the following documents appended on Pages F-ll thru F-15:

Affidavit of Payment and Release of Liens Acceptance of Final Payment and General Release Consent of Surety Company to Final Payment

F8 Claims for Damages Under this Contract, the CONTRACTOR shall not be entitled to seek additional compensation for delays, loss of anticipatory profits, or consequential damages.

F9 OWNER'S Right of Audit If a claim arises by the CONTRACTOR against the OWNER, the OWNER shall have access to all of the CONTRACTOR'S books and records for auditing. The CONTRACTOR shall be required to maintain accurate books and records regardless of whether any claims arise.

F10 Substantial Completion The CONTRACTOR is hereby notified and alerted the Contract Technical Specifications are specific to construction of Railroad Avenue Pump Station and to that end, the interpretation for Substantial Completion for this Contract is a point where the whole of the work for all items specified in Section G,

F-9 143/2011-05 Rebid herein, have reached a point whereby the OWNER and/or ENGINEER recognize that all parts of the specified work have progressed for utilization for the purposes which it is intended.

Fll Notice-to-Proceed Due to the funding package being utilized to finance this project, the OWNER reserves the right to hold the notice-to- proceed on the construction for a period of up to sixty (60) days from date of execution of the Agreement.

F12 Coordination and Interfaces The individual Contractors shall not unload or store material where it will interfere with the progress of the Project to cause delays or to prevent other Contractors from proceeding with their work.

Work Interferences: Each CONTRACTOR shall construct its Systems, and install the specified products of its Contract in a manner not to delay or interfere with other operations of work of other Contracts in the Project.

1. Prior to making Product installations, coordinate such locations with other operations of work, especially in congested areas.

2. In the event that interferences develop, the ENGINEER'S decision will be final and no additional compensation will be allowed for relocation of the affected CONTRACTOR'S Products.

Contract Interface:

1. Work Interfacing With Other Contracts: Each CONTRACTOR is responsible for performing the interface Work of its Contract in cooperation with Work of other Contracts.

End of Section F

Supplemental General Conditions

F-10 143/2011-05 Rebid AFFIDAVIT OF PAYMENT

AND

RELEASE OF LIENS

TO:

I hereby certify that, to the best of my knowledge, all outstanding claims and indebtedness of any nature resulting from the performance of my contract have been fully paid, except for the following:

I hereby deliver to the OWNER, a complete release of all liens

arising out of this Contract for unpaid material and labor, or

other costs.

ATTEST: CONTRACTOR:

By

Title

F-ll 143/2011-05 Rebid Commonwealth of Pennsylvania)

) SS: County of )

Before me a Notary Public in and for said County and

Commonwealth, personally agreed who, being

duly sworn according to law, deposes and says that the facts set

forth in the foregoing Affidavit and Release are true and correct

to the best of his/her knowledge, information and belief.

Sworn to and subscribed before me this

day and , 20

Notary Public

My Commission Expires:

Commonwealth of Pennsylvania)

) SS: County of )

, being duly sworn according to law, deposes and says that he/she is the of

a Pennsylvania Corporation, and that he/she makes this Affidavit on its behalf, being authorized to do so; and that the facts set forth in the foregoing Affidavit and Release are true and correct to the best of his/her information, knowledge and belief.

Sworn to and subscribed before me this

day of , 20

Notary Public

My Commission Expires:

F-12 143/2011-05 Rebid ACCEPTANCE OF FINAL PAYMENT

AND

GENERAL RELEASE

KNOW ALL MEN BY THESE PRESENTS, THAT

Contractor, of Pennsylvania,

by its acceptance of Final Payment of Dollars

($ ), to it in hand paid by

the receipt of which is hereby acknowledged, has remised,

released, quit-claimed, and forever discharged, and by these

presents for it, its successors and assigns, does remise,

release, quit-claim and forever discharge, the said

its successors and assigns, from all

action and all manner of action, cause and causes of action,

suits, debts, duties, sum or sums of money, variances, damages,

claims and demands whatsoever, in law or equity or otherwise,

which against it ever had, now

has, or which it, its successors or assigns, hereafter can,

shall, or may have, for or by reason of a certain contract between ^ and

dated ,

designated as Contract ,

No payment, however, final or otherwise shall operate to release

, or its sureties from any obligation under said contract or under the Performance, Payment, and Maintenance Bonds furnished to the OWNER by it, under said contract.

ATTEST: CONTRACTOR:

By __ (SEAL) Title

F-13 143/2011-05 Rebid Commonwealth of Pennsylvania)

) SS: County of )

Before me a Notary Public in and for said County and

Commonwealth, personally agreed who, being duly sworn according to law, deposes and says that the facts set forth in the foregoing Affidavit and Release are true and correct to the best of his/her knowledge, information and belief.

Sworn to and subscribed before me this

day and , 20

Notary Public

My Commission Expires:

Commonwealth of Pennsylvania)

) SS: County of )

r being duly sworn according to law, deposes and says that he/she is the of

r a Pennsylvania Corporation, and that he/she makes this Affidavit on its behalf, being authorized to do so; and that the facts set forth in the foregoing Affidavit and Release are true and correct to the best of his/her information, knowledge and belief.

Sworn to and subscribed before me this

day of , 20

Notary Public

My Commission Expires:

F-14 143/2011-05 Rebid CONSENT OF SURETY COMPANY TO FINAL PAYMENT

Bond No.

Project

OWNER:

CONTRACTOR:

In accordance with the provisions of the Contract between the OWNER and CONTRACTOR as indicated above, the

(insert name and address of Surety Company)

, Surety Company, on bond of

(insert name and address of Contractor)

, CONTRACTOR, hereby approves of the final payment to the CONTRACTOR, and agrees that final payment to the CONTRACTOR shall not relieve the Surety Company of any of its obligations to:

(insert name and address of OWNER)

, OWNER, as set forth in the said Surety Company's Bond.

IN WITNESS WHEREOF, the Surety Company has hereunto set its hand this day of 20

Surety Company

Signature of Authorized Representative

ATTEST: (SEAL) Title ~

F-15 143/2011-05 Rebid THIS PAGE LEFT INTENIONALLY BLANK

F-16 143/2011-05 Rebid 3930-PM-WM0228 Rev. 1/2006 OFFICIAL USE ONLY ^^Pennsylvania COMMONWEALTH OF PENNSYLVANIA DEPARTMENT OF ENVIRONMENTAL PROTECTION DEPARTMENT OF ENVIRONMENTAL PROTECTION PA BUREAU OF WATERSHED MANAGEMENT

TRANSFEREE/CO-PERMITTEE APPLICATION FOR A GENERAL OR INDIVIDUAL NPDES PERMIT FOR STORMWATER DISCHARGES ASSOCIATED WITH CONSTRUCTION ACTIVITIES

TYPE OR PRINT IN BLOCK LETTERS

A. PERMIT INFORMATION

• Check here if applying for permit transfer. • Check here if applying to be added as a co-permittee.

GENERAL OR INDIVIDUAL NPDES PERMIT FOR DISCHARGES OF STORMWATER ASSOCIATED WITH CONSTRUCTION ACTIVITIES FOR WHICH APPLYING AS TRANSFEREE/CO-PERMITTEE.

PERMIT NO.: DATE ISSUED: B, CURRENT PERMITTEE INFORMATION DEP Client ID# (if known) Applicant Type / Code (if known)

Organization Name or Registered Fictitious Name Employer ID# (EIN) Contact Person

Individual Last Name First Name Suffix SSN

Additional Individual Last Name First Name Ml Suffix SSN

Mailing Address Street

City State ZIP+4 County Phone

C. SITE INFORMATION DEP Site ID# (if known) Site Name

DEVELOPMENT NAME (IF APPLICABLE):

SITE ADDRESS/LOCATION:

COUNTY: MUNICIPALITY:

DATE OF TRANSFER OF PERMIT RESPONSIBILITY, COVERAGE AND LIABILITY: 20

CO-PERMITTEE/TRANSFEREE AGREEMENT: Attach a written agreement signed by all parties involved with the change of operational control. The letter should provide a specific date (not less than 30 days after the date this application is submitted) for the transfer or sharing of permit responsibility, coverage, and liability between the current and new permittee/co-permittee. A SAMPLE Co-Permittee Agreement letter and a SAMPLE Transferee Agreement letter are attached for reference. F-17 143/2011-05 Rebid 3930-PM-WM0228 Rev. 1/2006

D. TRANSFEREE/CO-PERMITTEE INFORMATION DEP Client ID# (if known) Applicant Type / Code (if known)

Organization Name or Registered Fictitious Name Employer ID# (EIN) Contact Person

Individual Last Name First Name Ml Suffix SSN

Additional Individual Last Name First Name Ml Suffix SSN

Mailing Address Street

City State ZIP+4 County Phone

E. COMPLIANCE REVIEW Yes No Does the applicant (owner and/or operator) have or require other environmental permits issued by the Department • • for this project? If yes, list each permit and the compliance history of the permitted facility or operation.

Permit Program:

Permit Number:

Brief Description:

Compliance History:

If the applicant is not in compliance with any environmental law or regulation, or Department permit, order or schedule of compliance, or has failed and continues to fail to comply, or has shown a lack of ability or intent to comply with environmental laws or regulations or any Department permit, order, or schedule of compliance, as indicated by past or continuing violations, provide a narrative description of how the applicant will achieve compliance including the appropriate milestones.

F. CERTIFICATION AND SIGNATURE QF APPLICANT "~ Applicant Certification I certify under penalty of law that this application and all related attachments were prepared by me or under my direction or supervision by qualified personnel to properly gather and evaluate the information submitted. Based on my own knowledge and on inquiry of the person or persons directly responsible for gathering the information, the information submitted is, to the best of my knowledge and belief, true, accurate and complete. The responsible official's signature also verifies that the activity is eligible to participate in the General or Individual NPDES Permit, and BMP's and other controls are or will be implemented to ensure that water quality standards and effluent limits are attained. I am aware that there are significant penalties for submitting false information, including the possibility of fine and imprisonment or both for knowing violations.

Print Name and Title of Person Signing

( ) NOTARY Telephone Number of Person Signing SEAL

Signature of Applicant

Date of Application Signed Notarization: Commonwealth of Pennsylvania Sworn to and Subscribed to Before Me This County of Day of , 20

My Commission Expires: Notary Public

F-18 143/2011-05 Rebid

-2 - 3930-PM-WM0228 Rev. 1/2006

CO-PERMITTEE AGREEMENT ASSUMPTION OF RESPONSIBILITY UNDER A GENERAL OR INDIVIDUAL NPDES PERMIT FOR STORMWATER DISCHARGES ASSOCIATED WITH CONSTRUCTION ACTIVITIES

(Permit Number) (Name of Facility/Project) (Municipality) (County)

The following parties agree to a change in ownership and/or operational control under the above referenced permit effective (date) .

(New Co-Permittee name and address) hereby assumes joint and severable responsibility, coverage, and liability under the permit for any obligations, duties, responsibilities and violations under said permit. (Current Permittee) shall remain liable under the permit for violations of the permit conditions up to and including the above referenced date AND until a Notice of Termination is filed and acknowledged by the (Conservation District OR DEP Regional Office).

[The following paragraph should be used for multiple co-permittees.]

Attached is a description of site responsibilities and a map or plan drawing depicting the limits of permit responsibility, coverage, and liability for each co-permittee.

(Current Permittee(s)) '"' (New Co-permittee(s)) (Company Name, if applicable)

F-19 143/2011-05 Rebid 3930-PM-WM0228 Rev. 1/2006

TRANSFEREE AGREEMENT ASSUMPTION OF RESPONSIBILITY UNDER A GENERAL OR INDIVIDUAL NPDES PERMIT FOR STORMWATER DISCHARGES ASSOCIATED WITH CONSTRUCTION ACTIVITIES

(Permit Number) (Name of Facility/Project) (Municipality) (County)

The following parties agree to transfer ownership and/or operational control under the above referenced permit. (Transferee name & address) hereby assumes, effective (date) all responsibility, coverage and liability under the permit for any obligations, duties, responsibilities, and violations under said permit. (Transferor, Name and Address) shall remain liable under the permit for violations of the permit up to and including (date) AND until the (Conservation District/DEP Regional Office) acknowledges the Co- Permittee/Transferee Form. The Department may hold (transferor),and (transferee) jointly and severably liable under said permit for any breach of permit obligations, responsibilities, or violations.

[The following paragraph should be used for multiple transferees.]

Attached is a description of site responsibilities and a map or plan drawing depicting the limits of permit responsibility, coverage, and liability for each transferee.

(Current Permittee(s) (Transferee(s))

F-20 143/2011-05 Rebid 3930-PM-WM0228 Rev. 1/2006 INSTRUCTIONS FOR THE TRANSFEREE / CO-PERMITTEE APPLICATION FORM FOR A GENERAL OR INDIVIDUAL NPDES PERMIT FOR STORMWATER DISCHARGES ASSOCIATED WITH CONSTRUCTION ACTIVITIES

Who may file the Transferee/Co-Permittee Application Form: This form may be used by an applicant seeking to apply for either complete or partial operational control of earth disturbance activities at a site which are already authorized by either an Individual or General NPDES Permit. Federal NPDES Regulations at 40 C.F.R. § 122.21(b) require that Operator(s) must become a permittee. An operator is a person who meets either of the following criteria: 1.) You have operational control of construction project plans and specifications, including the ability to make modifications to those plans and specifications; OR 2.) You have day- to-day operational control (supervision) of those activities at the project that are necessary to ensure compliance with the Erosion and Sediment Control Plan for the site or ensure compliance with other permit conditions, i.e., General Contractors. Subcontractors generally do not have supervisory control over earth disturbance activities and therefore usually should not become a permittee or co-permittee. If prior to construction activities, there is no operator, the owner must apply for the permit. Once the operator has been selected, the operator must use this application either to be made a co-permittee or to have the permit transferred to the contractor. Failure of the operator to be added to the permit is a violation of federal and state law and regulation.

Where to file the Transferee/Co-Permittee Application Form: Send this form to the reviewing entity, either to the local county conservation district that is participating as the reviewing entity or, if the Department is the reviewing entity, to the appropriate DEP Regional Office, Permitting and Technical Services Section.

When to file the Application: This application must be filed at least 30 days prior to the proposed change of ownership and/or operational control which will result in the transfer of permit responsibility, coverage and liability.

Completing the Application: TYPE OR PRINT IN BLOCK LETTERS IN THE APPROPRIATE SPACES

Section A. Permit Information - Check the appropriate box and enter the Permit Number and date of issuance of the existing Individual or General NPDES Permit assigned to the construction activity at the site identified in Section C below.

Section B. Current Permittee Information - Enter the full name, address and telephone number of the individual or organization and contact person that is the current permittee. The Regional Office can supply the Client ID # and Applicant Code, if known.

Section C. Site Information - Enter the DEP Site ID#, site name, site address/location, county and municipality of the site where the construction activity authorized by the NPDES Permit is located. Include the date on which the transfer of Permit responsibility, coverage and liability will occur. The Regional Office can supply the Site ID #.

Section D. Transferee/Co-Permittee Information - Enter the full name, address and telephone number of the individual or organization and contact person that is applying to assume operational control of construction activities at the site. The Regional Office can supply the Client ID # and Applicant Code, if known.

Section E. Compliance Review - The individual or organization referenced in Section D must indicate if any other environmental permits have been received or are pending from DEP as well as their past compliance history and if they are currently in compliance with environmental laws, rules and regulations, permits, orders and schedules of compliance.

Section F. Certification and Signature of Applicant - The new Transferee/Co-Permittee Applicant (named in Section D) must complete the required certification that the information contained in this application is true, accurate, and complete; the BMPs are or will be designed and fully implemented in accordance with the NPDES Permit requirements and will meet the applicable standards and limitations of the permit; and further that the applicant has read, understands and agrees to abide by the terms and conditions of the permit. The application shall be signed as follows:

a. For a corporation - By a responsible corporate officer, which means: (1) A president, secretary, treasurer, or vice-president of the corporation in charge of a principal business function, or any other person who performs similar policy or decision-making functions for the corporation; or (2) The manager of one or more manufacturing, production or operating facilities if authority to sign documents has been assigned or delegated to the manager in accordance with corporate procedures;

b. For a partnership or sole proprietorship - By a general partner or the proprietor, respectively; or

c. For a municipality, State, Federal or other public agency - by either a principal executive officer or ranking elected official. For purposes of this section, a principal executive officer of a Federal agency includes: (1) the chief executive officer of the agency, or (2) a senior executive officer having responsibility for the overall operations of a principal geographic unit of the agency (e.g., Regional Administrators of EPA).

The application shall be notarized in the space provided.

F-21 143/2011-05 Rebid

-5- 143/2011-05 Rebid •z^s Pennsylvania DEPARTMENT OF LABOR & INDUSTRY

BUREAU OF LABOR LAW COMPLIANCE

PREVAILING WAGES PROJECT RATES

Project Name: Glen Osborne Railroad Avenue Pump Station

Awarding Agency: Borough of Sewickley Contract Award Date: 4/16/2012 Serial Number: 12-01804 Project Classification: Building/Heavy Determination Date: 3/22/2012 Assigned Field Office: Pittsburgh Field Office Phone Number: 412-565-5300 Toll Free Phone Number: 877-504-8354

Allegheny County

Effective Expiration Hourly Fringe Building Total Date Date Rate Benefits

Asbestos & Insulation Workers 8/1/2010 $31.87 $20.04 $51.91

Asbestos & Insulation Workers 8/1/2011 $33.27 $20.04 $53.31

Asbestos & Insulation Workers 8/1/2012 $34.67 $20.04 $54.71

Boilermakers 6/1/2008 $33.90 $20.06 $53.96

Boilermakers 8/1/2010 $37.52 $22.49 $60.01

Boilermakers 6/1/2011 $38.10 $24.36 $62.46

Bricklayer 12/1/2010 $28.87 $16.71 $45.58

Bricklayer 6/1/2011 $29.77 $16.71 $46.48

Bricklayer 12/1/2011 $30.23 $17.15 $47.38

Carpenters, Drywall Hangers, Framers, $28.11 $11.91 $40.02 Instrument Men, Lathers, Soft Floor 6/1/2010 Layers Carpenters, Drywall Hangers, Framers, $28.39 $12.02 $40.41 Instrument Men, Lathers, Soft Floor 1/1/2011 Layers Carpenters, Drywall Hangers, Framers, $28.77 $13.05 $41.82 Instrument Men, Lathers, Soft Floor 6/1/2011 Layers Carpenters, Drywall Hangers, Framers, $29.53 $13.68 $43.21 Instrument Men, Lathers, Soft Floor 6/1/2012 Layers Carpenters, Drywall Hangers, Framers, $30.28 $14.33 $44.61 Instrument Men, Lathers, Soft Floor 6/1/2013 Layers

Page 1 of 11 F-23 143/2011-05 Re^g/2012 PREVAILING WAGES PROJECT RATES

Effective Expiration Hourly Fringe Building Total Date Date Rate Benefits

Cement Finishers 6/1/2010 $26.79 $12.27 $39.06

Cement Finishers 12/1/2010 $26.79 $12.77 $39.56

Cement Finishers 6/7/2011 $27.14 $13.12 $40.26

Cement Finishers 12/1/2011 $27.14 $13.42 $40.56

Cement Finishers 6/1/2012 $27.39 $14.37 $41.76

Cement Finishers 6/1/2013 $27.64 $15.32 $42.96

Dockbuilder, Pile Drivers 1/1/2010 $29.95 $12.25 $42.20

Dockbuilder, Pile Drivers 1/1/2011 $30.35 $13.10 $43.45

Dockbuilder, Pile Drivers 1/1/2012 $30.85 $13.70 $44.55

Dockbuilder, Pile Drivers 1/1/2013 $31.45 $14.20 $45.65

Drywall Finisher 6/1/2010 $24.55 $14.49 $39.04

Drywall Finisher 6/1/2011 $25.00 $15.04 $40.04

Drywall Finisher 6/1/2012 $25.70 $15.34 $41.04

Electric Lineman 5/31/2010 $38.00 $17.73 $55.73

Electric Lineman 5/30/2011 $38.88 $17.96 $56.84

Electric Lineman 11/28/2011 $39.78 $18.20 $57.98

Electric Lineman 5/28/2012 $40.70 $18.45 $59.15

Electric Lineman 11/26/2012 $41.63 $18.70 $60.33

Electricians & Telecommunications 12/25/2009 $35.61 $17.13 $52.74 Installation Technician Electricians & Telecommunications 12/24/2010 $38.01 $17.13 $55.14 Installation Technician Electricians & Telecommunications 12/23/2011 $35.76 $21.10 $56.86 Installation Technician Electricians & Telecommunications 12/21/2012 $37.71 $21.10 $58.81 Installation Technician Electricians & Telecommunications 12/21/2013 $39.71 $21.10 $60.81 Installation Technician Elevator Constructor 1/1/2011 $41.13 $21.99 $63.12

Elevator Constructor 1/1/2012 $42.28 $23.84 $66.12

Glazier 9/1/2010 $27.54 $18.31 $45.85

Glazier 9/1/2011 $28.04 $19.06 $47.10

Glazier 9/1/2012 $28.54 $19.81 $48.35

Glazier 9/1/2013 $29.04 $20.31 $49.35

Iron Workers (Bridge, Structural Steel, 6/1/2010 $30.03 $22.71 $52.74 Ornamental, Precast, Reinforcing)

Page 2 of 11 F-24 14 3/20 SanaiQ^&mRab: i-di 804 PREVAILING WAGES PROJECT RATES

Effective Expiration Hourly Fringe Building Total Date Date Rate Benefits

Iron Workers (Bridge, Structural Stee 6/1/2011 $30.38 $24.36 $54.74 Ornamental, Precast, Reinforcing) Laborers (Class 01 - See notes) 12/1/2009 $20.92 $9.72 $30.64

Laborers (Class 01 - See notes) 6/1/2010 $20.92 $9.72 $30.64

Laborers (Class 01 - See notes) 1/1/2011 $21.17 $10.52 $31.69

Laborers (Class 01 - See notes) 1/1/2012 $21.42 $11.32 $32.74

Laborers (Class 01 - See notes) 1/1/2013 $21.67 $12.12 $33.79

Laborers (Class 01 - See notes) 1/1/2014 $21.92 $12.92 $34.84

Laborers (Class 01 - See notes) 1/1/2015 $22.17 $13.72 $35.89

Laborers (Class 02 - See notes) 12/1/2009 $21.07 $9.72 $30.79

Laborers (Class 02 - See notes) 6/1/2010 $21.07 $9.72 $30.79

Laborers (Class 02 - See notes) 1/1/2011 $21.32 $10.52 $31.84

Laborers (Class 02 - See notes) 1/1/2012 $21.57 $11.32 $32.89

Laborers (Class 02 - See notes) 1/1/2013 $21.82 $12.12 $33.94

Laborers (Class 02 - See notes) 1/1/2014 $22.07 $12.92 $34.99

Laborers (Class 02 - See notes) 1/1/2015 $22.32 $13.72 $36.04

Laborers (Class 03 - See notes) 12/1/2009 $21.20 $9.72 $30.92

Laborers (Class 03 - See notes) 6/1/2010 $21.20 $9.72 $30.92

Laborers (Class 03 - See notes) 1/1/2011 $21.45 $10.52 $31.97

Laborers (Class 03 - See notes) 1/1/2012 $21.70 $11.32 $33.02

Laborers (Class 03 - See notes) 1/1/2013 $21.95 $12.12 $34.07

Laborers (Class 03 - See notes) 1/1/2014 $22.20 $12.92 $35.12

Laborers (Class 03 - See notes) 1/1/2015 $22.45 $13.72 $36.17

Laborers (Class 04 - See notes) 12/1/2009 $21.67 $9.72 $31.39

Laborers (Class 04 - See notes) 6/1/2010 $21.67 $9.72 $31.39

Laborers (Class 04 - See notes) 1/1/2011 $21.92 $10.52 $32.44

Laborers (Class 04 - See notes) 1/1/2012 $22.17 $11.32 $33.49

Laborers (Class 04 - See notes) 1/1/2013 $22.42 $12.12 $34.54

Laborers Class 04 - See notes) 1/1/2014 $22.67 $12.92 $35.59

Laborers Class 04 - See notes) 1/1/2015 $22.92 $13.72 $36.64

Landscape Laborer 7/1/2010 $18.25 $9.90 $28.15

Page 3 of 11 F-25 14 3/20 £_jiaL>fijmR%:ta 2-dl 804 PREVAILING WAGES PROJECT RATES

Effective Expiration Hourly Fringe Building Total Date Date Rate Benefits

Landscape Laborer (Skilled) 7/1/2010 $18.67 $9.90 $28.57

Landscape Laborer (Tractor Operator) 7/1/2010 $18.97 $9.90 $28.87

Marble Finisher 6/1/2010 $19.52 $11.70 $31.22

Marble Finisher 6/1/2011 $20.57 $11.85 $32.42

Marble Finisher 12/1/2011 $20.97 $12.05 $33.02

Marble Mason 6/1/2010 $19.42 $9.41 $28.83

Marble Mason 12/1/2011 $19.42 $9.60 $29.02

Millwright 6/1/2008 $32.71 $14.29 $47.00

Millwright 6/1/2011 $34.42 $15.08 $49.50

Operators (Class 01 - see notes) 6/1/2010 $30.22 $15.32 $45.54

Operators (Class 01 - see notes) 6/1/2011 $31.05 $15.80 $46.85

Operators (Class 02 -see notes) 6/1/2010 $26.78 $15.32 $42.10

Operators (Class 02 -see notes) 6/1/2011 $27.36 $15.80 $43.16

Operators (Class 03 - see notes) 6/1/2010 $25.06 $15.32 $40.38

Operators (Class 03 - see notes) 6/1/2011 $25.64 $15.80 $41.44

Painters Class 6 (see notes) 6/1/2010 $25.28 $13.53 $38.81

Painters Class 6 (see notes) 6/1/2011 $25.72 $14.09 $39.81

Pile Driver Divers (Building, Heavy, 1/1/2010 $44.39 $12.25 $56.64 Highway) Pile Driver Divers (Building, Heavy, 1/1/2010 $44.39 $12.25 $56.64 Highway) Pile Driver Divers (Building, Heavy, 1/1/2011 $45.53 $13.00 $58.53 Highway) Pile Driver Divers (Building, Heavy, 1/1/2012 $46.28 $13.60 $59.88 Highway) Pile Driver Divers (Building, Heavy, 1/1/2013 $47.18 $14.10 $61.28 Highway) Plasterers 6/1/2010 $26.13 $12.15 $38.28

Plasterers 6/1/2011 $26.58 $12.15 $38.73

Plasterers 6/1/2012 $27.03 $12.15 $39.18

Plumbers 6/1/2010 $34.75 $17.92 $52.67

Plumbers 6/1/2011 $35.85 $17.92 $53.77

Plumbers 6/1/2012 $37.20 $17.92 $55.12

Plumbers 6/1/2013 $38.60 $17.92 $56.52

Pointers, Caulkers, Cleaners 6/1/2010 $25.98 $14.33 $40.31

Page 4 of 11 F-2 6 14 3/20 SiriaCh&mbfebi-Oil 804 PREVAILING WAGES PROJECT RATES

Effective Expiration Hourly Fringe Building Total Date Date Rate Benefits

Pointers, Caulkers, Cleaners 12/1/2010 $26.36 $14.53 $40.89

Pointers, Caulkers, Cleaners 6/1/2011 $26.87 $14.53 $41.40

Pointers, Caulkers, Cleaners 12/1/2011 $27.10 $15.03 $42.13

Roofers 6/1/2009 $26.00 $11.69 $37.69

Roofers 6/1/2010 $27.50 $11.69 $39.19

Roofers 12/1/2010 $26.87 $12.32 $39.19

Roofers 6/1/2011 $27.65 $12.32 $39.97

Roofers 12/1/2011 $27.45 $12.52 $39.97

Roofers 6/1/2012 $27.45 $13.32 $40.77

Roofers 6/1/2013 $27.45 $14.14 $41.59

Roofers 6/1/2014 $27.45 $14.97 $42.42

Roofers 6/1/2015 $27.45 $15.97 $43.42

Sheet Metal Workers 7/1/2010 $31.46 $20.81 $52.27

Sheet Metal Workers 1/1/2011 $31.18 $21.09 $52.27

Sheet Metal Workers 7/1/2011 $31.58 $21.84 $53.42

Sheet Metal Workers 1/1/2012 $31.55 $21.87 $53.42

Sheet Metal Workers 7/1/2012 $32.15 $22.47 $54.62

Sprinklerfitters 7/1/2010 $30.99 $17.45 $48.44

Sprinklerfitters 1/1/2011 $31.04 $17.95 $48.99

Sprinklerfitters 7/1/2011 $32.04 $17.95 $49.99

Steamfitters 6/1/2011 $36.68 $18.49 $55.17

Steamfitters (Building, Heavy, Highway) 6/1/2009 $33.43 $17.19 $50.62

Steamfitters (Building, Heavy, Highway) 6/1/2010 $34.93 $17.99 $52.92

Stone Masons 6/1/2009 $28.50 $14.62 $43.12

Stone Masons 12/1/2009 $28.92 $15.20 $44.12

Stone Masons 6/1/2010 $29.32 $15.85 $45.17

Stone Masons 12/1/2010 $29.75 $16.22 $45.97

Stone Masons 6/1/2011 $30.65 $16.22 $46.87

Stone Masons 12/1/2011 $30.97 $16.80 $47.77

Terrazzo Finisher 12/1/2009 $25.76 $12.54 $38.30

Terrazzo Finisher 12/1/2010 $26.36 $13.19 $39.55

Page 5 of 11 F-2 7 14 3/2 0£e^iaC^mtebi-0ll804 PREVAILING WAGES PROJECT RATES

Effective Expiration Hourly Fringe Building Total Date Date Rate Benefits

Terrazzo Finisher 6/1/2011 $27.06 $13.49 $40.55

Terrazzo Finisher 12/1/2011 $27.06 $13.49 $40.55

Terrazzo Setter 6/1/2009 $26.15 $13.05 $39.20

Terrazzo Setter 12/1/2009 $26.30 $13.55 $39.85

Terrazzo Setter 6/1/2010 $26.90 $14.20 $41.10

Terrazzo Setter 12/1/2010 $26.90 $14.20 $41.10

Terrazzo Setter 6/1/2011 $27.60 $14.50 $42.10

Terrazzo Setter 12/1/2011 $27.60 $14.50 $42.10

Tile Finisher 6/1/2009 $20.77 $10.55 $31.32

Tile Finisher 12/1/2009 $20.92 $11.05 $31.97

Tile Finisher 6/1/2010 $21.12 $11.70 $32.82

Tile Finisher 6/1/2011 $22.17 $11.85 $34.02

Tile Finisher 12/1/2011 $22.57 $12.05 $34.62

Tile Setter 6/1/2009 $26.85 $13.45 $40.30

Tile Setter 12/1/2009 $27.10 $13.95 $41.05

Tile Setter 6/1/2010 $27.40 $14.60 $42.00

Tile Setter 6/1/2011 $28.39 $15.01 $43.40

Tile Setter 12/1/2011 $28.41 $15.69 $44.10

Tilesetters & Marble Masons 1/1/2010 $29.95 $12.25 $42.20

Tilesetters & Marble Masons 1/1/2010 $29.95 $12.25 $42.20

Tilesetters & Marble Masons 1/1/2011 $30.35 $13.00 $43.35

Tilesetters & Marble Masons 1/1/2011 $30.35 $13.00 $43.35

Tilesetters & Marble Masons 1/1/2012 $30.85 $13.60 $44.45

Tilesetters & Marble Masons 1/1/2012 $30.85 $13.60 $44.45

Tilesetters & Marble Masons 1/1/2013 $31.45 $14.10 $45.55

Tilesetters & Marble Masons 1/1/2013 $31.45 $14.10 $45.55

Truckdriver class 1(see notes) 1/1/2009 $24.23 $11.44 $35.67

Truckdriver class 1(see notes) 1/1/2010 $24.98 $12.04 $37.02

Truckdriver class 1(see notes) 1/1/2011 $25.48 $12.79 $38.27

Truckdriver class 1(see notes) 1/1/2012 $25.88 $13.49 $39.37

Truckdriver class 1(see notes) 1/1/2013 $26.25 $14.22 $40.47

Page 6 of 11 F-2 8 14 3/2 0MrialO&m|teM-@1804 PREVAILING WAGES PROJECT RATES

Effective Expiration Hourly Fringe Building Total Date Date Rate Benefits

Truckdriver class 2 (see notes) 1/1/2009 $24.38 $11.51 $35.89

Truckdriver class 2 (see notes) 1/1/2010 $25.13 $12.11 $37.24

Truckdriver class 2 (see notes) 1/1/2011 $25.64 $12.85 $38.49

Truckdriver class 2 (see notes) 1/1/2012 $26.02 $13.57 $39.59

Truckdriver class 2 (see notes) 1/1/2013 $26.40 $14.29 $40.69

Truckdriver class 3 (see notes) 1/1/2009 $24.91 $11.75 $36.66

Truckdriver class 3 (see notes) 1/1/2010 $25.64 $12.37 $38.01

Truckdriver class 3 (see notes) 1/1/2011 $26.15 $13.11 $39.26

Truckdriver class 3 'see notes) 1/1/2012 $26.53 $13.83 $40.36

Truckdriver class 3 (see notes) 1/1/2013 $26.90 $14.56 $41.46

Page 7 of 11 F-2 9 14 3/20 BiriaO&mfeb ^ 804 PREVAILING WAGES PROJECT RATES

Effective Expiration Hourly Fringe Heavy/Highway Total Date Date Rate Benefits

Carpenter Welder 1/1/2009 $28.23 $12.16 $40.39

Carpenter Welder 1/1/2010 $29.18 $12.56 $41.74

Carpenter Welder 1/1/2011 $29.42 $13.57 $42.99

Carpenter Welder 1/1/2012 $29.69 $14.40 $44.09

Carpenter Welder 1/1/2013 $30.07 $15.12 $45.19

Carpenters 1/1/2009 $27.53 $12.16 $39.69

Carpenters 1/1/2010 $28.48 $12.56 $41.04

Carpenters 1/1/2011 $28.72 $13.57 $42.29

Carpenters 1/1/2012 $28.99 $14.40 $43.39

Carpenters 1/1/2013 $29.37 $15.12 $44.49

Cement Finishers 1/1/2009 $26.72 $12.97 $39.69

Cement Finishers 1/1/2010 $27.62 $13.42 $41.04

Cement Finishers 1/1/2011 $28.02 $14.27 $42.29

Cement Finishers 1/1/2012 $28.22 $15.17 $43.39

Cement Finishers 1/1/2013 $28.60 $15.89 $44.49

Iron Workers 6/1/2009 $29.43 $21.41 $50.84

Iron Workers (Bridge, Structural Steel, 6/1/2010 $30.03 $22.71 $52.74 Ornamental, Precast, Reinforcing) Iron Workers (Bridge, Structural Steel, 6/1/2011 $30.38 $24.36 $54.74 Ornamental, Precast, Reinforcing) Laborers (Class 01 - See notes) 1/1/2009 $23.30 $12.65 $35.95

Laborers (Class 01 - See notes) 1/1/2010 $23.75 $13.55 $37.30

Laborers (Class 01 - See notes) 1/1/2011 $23.99 $14.56 $38.55

Laborers (Class 01 - See notes) 1/1/2012 $24.07 $15.58 $39.65

Laborers (Class 01 - See notes) 1/1/2013 $24.13 $16.62 $40.75

Laborers (Class 02 - See notes) 1/1/2009 $23.46 $12.65 $36.11

Laborers (Class 02 - See notes) 1/1/2010 $23.91 $13.55 $37.46

Laborers (Class 02 - See notes) 1/1/2011 $24.15 $14.56 $38.71

Laborers (Class 02 - See notes) 1/1/2012 $24.23 $15.58 $39.81

Laborers (Class 02 - See notes) 1/1/2013 $24.29 $16.62 $40.91

Laborers (Class 03 - See notes) 1/1/2009 $23.85 $12.65 $36.50

Laborers (Class 03 - See notes) 1/1/2010 $24.30 $13.55 $37.85

Page 8 of 11 F-30 14 3/20 $lnalO\&mRsebl-ffl 804 PREVAILING WAGES PROJECT RATES

Effective Expiration Hourly Fringe Heavy/Highway Total Date Date Rate Benefits

Laborers (Class 03 - See notes) 1/1/2011 $24.54 $14.56 $39.10

Laborers (Class 03 - See notes) 1/1/2012 $24.62 $15.58 $40.20

Laborers (Class 03 - See notes) 1/1/2013 $24.68 $16.62 $41.30

Laborers (Class 04 - See notes) 1/1/2009 $24.30 $12.65 $36.95

Laborers (Class 04 - See notes) 1/1/2010 $24.75 $13.55 $38.30

Laborers (Class 04 - See notes) 1/1/2011 $24.99 $14.56 $39.55

Laborers (Class 04 - See notes) 1/1/2012 $25.07 $15.58 $40.65

Laborers (Class 04 - See notes) 1/1/2013 $25.13 $16.62 $41.75

Laborers (Class 05 - See notes) 1/1/2009 $24.71 $12.65 $37.36

Laborers (Class 05 - See notes) 1/1/2010 $25.16 $13.55 $38.71

Laborers (Class 05 - See notes) 1/1/2011 $25.40 $14.56 $39.96

Laborers (Class 05 - See notes) 1/1/2012 $25.48 $15.58 $41.06

Laborers (Class 05 - See notes) 1/1/2013 $25.54 $16.62 $42.16

Laborers (Class 06 - See notes) 1/1/2009 $21.55 $12.65 $34.20

Laborers (Class 06 - See notes) 1/1/2010 $22.00 $13.55 $35.55

Laborers (Class 06 - See notes) 1/1/2011 $22.24 $14.56 $36.80

Laborers (Class 06 - See notes) 1/1/2012 $22.32 $15.58 $37.90

Laborers (Class 06 - See notes) 1/1/2013 $22.38 $16.62 $39.00

Laborers (Class 07 - See notes) 1/1/2009 $24.20 $12.65 $36.85

Laborers (Class 07 - See notes) 1/1/2010 $24.65 $13.55 $38.20

Laborers (Class 07 - See notes) 1/1/2011 $24.99 $14.56 $39.55

Laborers (Class 07 - See notes) 1/1/2012 $25.07 $15.58 $40.65

Laborers (Class 07 - See notes) 1/1/2013 $25.13 $16.62 $41.75

Laborers (Class 08 - See notes) 1/1/2009 $25.70 $12.65 $38.35

Laborers (Class 08 - See notes) 1/1/2010 $26.15 $13.55 $39.70

Laborers (Class 08 - See notes) 1/1/2011 $26.49 $14.56 $41.05

Laborers (Class 08 - See notes) 1/1/2012 $26.57 $15.58 $42.15

Laborers (Class 08 - See notes) 1/1/2013 $26.63 $16.62 $43.25

Operators (Class 01 - see notes) 1/1/2009 $26.38 $14.44 $40.82

Operators (Class 01 - see notes) 1/1/2010 $27.18 $14.99 $42.17

Operators (Class 01 - see notes) 1/1/2011 $27.68 $15.74 $43.42

Page 9 of 11 F-31 143/20BiriaCMimtebMl804 PREVAILING WAGES PROJECT RATES

Effective Expiration Hourly Fringe Heavy/Highway Total Date Date Rate Benefits

Operators (Class 01 - see notes) 1/1/2012 $28.08 $16.44 $44.52

Operators (Class 01 - see notes) 1/1/2013 $28.48 $17.14 $45.62

Operators (Class 02 -see notes) 1/1/2009 $26.12 $14.44 $40.56

Operators (Class 02 -see notes) 1/1/2010 $26.92 $14.99 $41.91

Operators (Class 02 -see notes) 1/1/2011 $27.42 $15.74 $43.16

Operators (Class 02 -see notes) 1/1/2012 $27.82 $16.44 $44.26

Operators (Class 02 -see notes) 1/1/2013 $28.22 $17.14 $45.36

Operators (Class 03 - See notes) 1/1/2009 $22.47 $14.44 $36.91

Operators (Class 03 - See notes) 1/1/2010 $23.27 $14.99 $38.26

Operators (Class 03 - See notes) 1/1/2011 $23.77 $15.74 $39.51

Operators (Class 03 - see notes) 1/1/2012 $24.17 $16.44 $40.61

Operators (Class 03 - See notes) 1/1/2013 $24.57 $17.14 $41.71

Operators (Class 03) 1/1/2011 $23.77 $15.74 $39.51

Operators (Class 04 - See notes) 1/1/2009 $22.01 $14.44 $36.45

Operators (Class 04 - See notes) 1/1/2010 $22.81 $14.99 $37.80

Operators (Class 04 - See notes) 1/1/2011 $23.31 $15.74 $39.05

Operators (Class 04 - See notes) 1/1/2012 $23.71 $16.44 $40.15

Operators (Class 04 - See notes) 1/1/2013 $24.11 $17.14 $41.25

Operators (Class 05 - See notes) 1/1/2009 $21.76 $14.44 $36.20

Operators (Class 05 - See notes) 1/1/2010 $22.56 $14.99 $37.55

Operators (Class 05 - See notes) 1/1/2011 $23.06 $15.74 $38.80

Operators (Class 05 - See notes) 1/1/2012 $23.46 $16.44 $39.90

Operators (Class 05 - See notes) 1/1/2013 $23.86 $17.14 $41.00

Painters Class 1 (see notes) 6/1/2009 $27.24 $12.81 $40.05

Painters Class 1 (see notes) 6/1/2010 $27.84 $13.53 $41.37

Painters Class 1 (see notes) 6/1/2010 $27.84 $15.03 $42.87

Painters Class 2 (see notes) 6/1/2009 $27.77 $12.81 $40.58

Painters Class 2 (see notes) 6/1/2010 $28.38 $13.53 $41.91

Painters Class 2 (see notes) 6/1/2010 $28.38 $15.03 $43.41

Painters Class 3 (see notes) 6/1/2009 $29.81 $12.81 $42.62

Painters Class 3 (see notes) 6/1/2010 $30.48 $13.53 $44.01

Page 10 of 11 F-32 14 3/2 0£eVralO&mb^bi-Oh804 PREVAILING WAGES PROJECT RATES

Effective Expiration Hourly Fringe Heavy/Highway Total Date Date Rate Benefits

Painters Class 3 (see notes) 6/1/2010 $30.48 $15.28 $45.76

Painters Class 4 (see notes) 6/1/2009 $23.79 $12.81 $36.60

Painters Class 4 (see notes) 6/1/2010 $24.38 $13.53 $37.91

Painters Class 4 (see notes) 6/1/2010 $24.38 $14.93 $39.31

Painters Class 5 (see notes) 6/1/2009 $19.28 $12.81 $32.09

Painters Class 5 (see notes) 6/1/2010 $19.81 $13.53 $33.34

Painters Class 5 (see notes) 6/1/2010 $19.81 $14.67 $34.48

Piledrivers 1/1/2009 $28.85 $12.00 $40.85

Piledrivers 1/1/2010 $29.95 $12.25 $42.20

Piledrivers 1/1/2011 $30.35 $13.10 $43.45

Piledrivers 1/1/2012 $30.85 $13.70 $44.55

Piledrivers 1/1/2013 $31.45 $14.20 $45.65

Steamfitters (Heavy and Highway - Gas 5/1/2010 $30.27 $26.09 $56.36 Distribution)

Notes: If you can not find a classification under Heavy/Highway please refer to the Building classifications.

For further information on construction types review the "Notes as Referenced in Predeterminations" on the Labor and Industry Website. Go to www.dli.state.pa.us, scroll down to the picture labeled "Labor Law Compliance" and click the picture. Then scroll down on the left menu and click on the "Prevailing Wage" link.

Page 11 of 11 F-33 14 3/20 BirwOtomEtebitfl 804 143/2011-05 Rebid DIVISION I - GENERAL REQUIREMENTS

SECTION 01000

SCOPE

PART 1: GENERAL

1.01 Work under Contract No. 2011-04 and Contract No. 2011¬ 05 Rebid covers the furnishing of all labor, material, plant, utilities and services required for the construction of the Glen Osborne Railroad Avenue Sewage Pump Station facility. Work also includes the demolition of the existing pump station, force main sewer and tributary sewers. The project is located in Glen Osborne Borough, Allegheny County. The work under Contract No. 2011-04 is General/Mechanical Construction and the work under Contract No. 2011-05 Rebid is Electrical Construction.

PART 2: PRODUCTS

A. Not Used.

PART 3: EXECUTION

A. Not Used.

End of Section

01000-1 143/2011-05 Rebid THIS PAGE LEFT INTENTIONALLY BLANK

01000-2 143/2011-05 Rebid SECTION 01010

DRAWINGS INDEX

PART 1: GENERAL

1.01 DRAWINGS

A. The following drawings, released for bid and prepared by the KLH Engineers, Inc. accompany these specifications and are a part thereof. The Drawings are the property of the ENGINEER and shall not be used for any purpose other than that intended by the specifications. The CONTRACTOR shall be responsible for purchasing all sets of drawings and specifications to be used in the progress of the work. Specification documents will be available for purchase from Accu- Copy Reprographics at the address shown on the Advertisement for the cost of reproduction. Unauthorized reproduction of the drawings or the specifications by the CONTRACTOR shall not be permitted.

Glen Osborne Railroad Avenue Pump Station Contract No. 2011-04 General Mechanical Construction Contract No. 2011-05 Rebid Electrical Construction

Sheet Drawing No. Title 1 of 23 143 -406 Title Sheet 2 of 23 143' -407 Site Plan, and Building Elevations 3 of 23 143 -416 Grading and Erosion and Sediment Pollution Control Plan and Sewer Profiles 4 of 23 143--397 Erosion and Sediment Pollution Control Plan 5 of 23 143'-39 8 Erosion and Sediment Pollution Control Plan 6 of 23 143--408 Top Plan and Pump Room Plan 7 of 23 143--409 Sections and Details 8 of 23 143--410 Plan, Sections and Details 9 of 23 143--411 Sections, Details and Piping Schematics 10 of 23 143--412 Structural Plan, Sections and Details 11 of 23 143--413 Structural Plans and Sections 12 of 23 143- -414 Mono Beam Plan, Detail and Sections 13 of 23 143- -415 Structural Plans and Sections 14 of 23 143- -372 Demolition of Existing Osborne #1 Pump Station 15 of 23 143- -373 Existing Pump Station Demolition Photographs 16 of 23 143- -417 Electrical Single Line Diagram 17 of 23 143- -418 Electrical Plans and Details

01010-1 143/2011-05 Rebid 18 of 23 143-419 Lighting Plans and Details 19 of 23 143-420 Pump Station Electrical Details 20 of 23 143-421 Pump Station Electrical Schematics 21 of 23 143-422 SCADA Control Panel (CP-102) Layout and Details 22 of 23 143-423 SCADA Control Panel (CP-102) Schematic Sheet 1 of 2 23 of 23 143-424 SCADA Control Panel (CP-102) Schematic Sheet 2 of 2

PART 2: PRODUCTS

A. Not Used.

PART 3: EXECUTION

A. Not Used.

End of Section

01010-2 143/2011-05 Rebid SECTION 01020

SUMMARY OF WORK

PART 1: GENERAL

1.01 RELATED DOCUMENTS

A. Drawings and the General and Supplementary Conditions and other Division 1 Specifications Sections, apply to this section.

1.02 PROJECT IDENTIFICATION

A. The project consists of construction of a wastewater pumping station and tributary sewers and force mains. The work is shown on the Contract Documents prepared by KLH Engineers, Inc.

PART 2: PRODUCTS

A. Not used.

PART 3: EXECUTION

3.01 SCOPE OF WORK

A. All work shall be performed in accordance with the requirements of the Contract Documents. All materials and equipment furnished shall conform to the descriptions and requirements and all work shall be constructed complete in order to provide the OWNER with an operable installation which is ready for service.

B. Work under Contract No. 2011-04 includes work shown on the Drawings identified in Section 01010 Drawing Index, and described in these Technical Specifications in: Division 1, Summary of Work; Division 2, Site Work; Division 3, Concrete; Division 4, Masonry; Division 5, Metals; Division 6, Woods and Plastics; Division 7, Thermal Protection; Division 8, Doors and Windows; Division 9, Finishes; Division 11, Equipment, Division 14, Trolleys and Hoist, and Division 15, Mechanical. This CONTRACTOR is designated as the "coordinating CONTRACTOR" and is responsible for overall scheduling, expediting, site supervision and all other duties required to maintain orderly construction.

01020-1 143/2011-05 Rebid C. Work under Contract No. 2011-05 Rebid shall include all work shown on the drawings and defined in Contract Specifications, Division 1, Summary of Work, and Division 16, Electrical.

D. Each CONTRACTOR shall consult the requirements of all Divisions and all contract drawings in determining the scope.

E. Each CONTRACTOR shall make his own arrangements concerning requirements for field offices; utilities; tool, equipment and material storage; and toilet facilities.

3.02 GENERAL CONSTRUCTION CONTRACT NO. 2011-04

A. This Contract includes site, mechanical, and structural work and other activities traditionally recognized as general construction. It also includes administrative and coordination responsibilities. The work under this Contract includes 'but is not limited to the following:

1. Construction of a new pump station facility with all required mechanical systems specified herein and shown on the Contract Drawings.

2. Construction of site improvements described herein and shown on the construction drawings.

3. All required demolition described herein and shown on the Contract Drawings.

3.03 ELECTRICAL CONSTRUCTION CONTRACT NO. 2011-05 Rebid

This Contract includes but is not limited to the following:

A. Excavation and Backfill for Electrical

B. Concrete Work for Electrical

C. Identification

D. Support Structures

E. Standby Emergency Diesel Engine - Generator

01020-2 143/2011-05 Rebid F. Raceways

G. Underground Duct Banks

H. Wire

I. Boxes

J. Wiring Devices

K. Safety Disconnect Switches

L. Utility Service Entrance

M. Grounding

N. Transformers

0. Panelboards

P. Lighting

Q. DSL Service

3.04 SEQUENCING OF CONSTRUCTION

A. The CONTRACTORS shall schedule and coordinate construction activities and at no time during construction shall the CONTRACTORS bypass sewage flows from the system treatment train. The coordinating CONTRACTOR shall be responsible for that coordinative effort for this project and other mutually exclusive projects contracted with the Owner.

B. Each CONTRACTOR shall submit a schedule for completion to the OWNER for approval.

C. The work shall be generally sequenced as follows:

1. All Erosion and sedimentation control devices shall be installed.

01020-3 143/2011-05 Rebid 2. Temporary power facilities shall be installed. The CONTRACTORS are made aware of the fact that the existing electrical service facilities may not be demolished until the new electrical service facilities are constructed and operable.

3. Install and operate any and all temporary bypass pumping requirements.

4. Demolition of existing and installation of new structures, equipment and facilities as identified on the contract drawings.

5. Final site restoration.

3.05 PROHIBITED DISCHARGES

A. There shall be no bypassing of raw sewage during the work to grounds or waters of the Commonwealth. CONTRACTOR shall be responsible for all fines for violations resulting from the bypassing of raw sewage to grounds or waters of the Commonwealth.

End of Section

01020-4 143/2011-05 Rebid SECTION 01041

SUPPLEMENTAL MECHANICAL CONDITIONS

PART 1: GENERAL

1.01 WORK INCLUDED

A. Accessibility

All work shall be installed so as to be accessible for operation, maintenance and repair with particular attention given to locating valves, controls and equipment requiring periodic operation, lubrication, cleaning, adjusting or servicing of any kind. Access panels shall be provided as specified and located on the Drawings when work is built in or concealed.

B. Field Measurements

The CONTRACTOR prior to ordering materials or starting construction shall verify existing elevations, building lines, pipe size and material, equipment connections, etc. All dimensions and clearances affecting the installation of work shall be verified in the field in relation to established datum, to building openings and to the work of other trades.

Should interferences occur which will necessitate deviations from layout or dimensions shown on the Drawings, the OWNER shall be notified and any changes approved before proceeding with the work.

C. Equipment Guards

All rotating equipment furnished including couplings, flywheels, gear trains and belt drives shall be provided with adequate guards for personnel protection. Wherever possible, the guards shall be provided by the equipment manufacturer. Field fabricated guards shall consist of flattened expanded metal mesh with an angle iron frame. Small guards may be formed from solid sheet metal. The Guards shall be supported to prevent vibration or interference with the rotating equipment and shall be removable.

01041-1 143/2011-05 Rebid D. Equipment Supports and Anchor Bolts

Equipment supports shall be provided where said equip­ ment is shown on the Drawings. Wherever possible, support saddles, support legs and baseplates shall be furnished by the equipment manufacturer. The CONTRACTOR shall coordinate the setting of such items that may be concrete-imbedded.

E. Grouting

Equipment shall be grouted to pads. Grout shall be Master Builders "EMBECO" premixed, non shrink grout, mixed and applied as recommended by the manufacturer.

F. Lifting Attachments

All equipment requiring hoisting for installation and/or maintenance shall be provided with suitable lifting at­ tachments by the Manufacturer.

G. Protection and Storage of Equipment

The CONTRACTORS shall assume full responsibility for all equipment received by them and shall provide adequate protection against exposure to the elements in a heated storage shelter. The means of protection shall be subject to the OWNER'S approval.

H. Lubrication and Tools

On all equipment, ample means of lubrication shall be provided for bearings and any other metallic parts in sliding contact. Alemite industrial type fittings, or approved equal, shall be used for grease lubrication except as otherwise noted herein.

The CONTRACTOR shall provide and apply lubricant in accordance with the manufacturer's recommendations to all equipment requiring lubrication prior to start-up.

I. Nameplates

All equipment shall have factory applied permanent nameplates indicating the manufacturer's name, model and serial numbers, temperature and pressure design and any other data necessary to conform with specified requirements.

01041-2 143/2011-05 Rebid J. Attachments and Supports

The methods of attaching or fastening equipment or equipment supports or hangers to structures shall be subject to approval by the ENGINEER. Shop drawings indicating such sup­ ports and attachments shall be submitted before proceeding with the work.

Drilling, welding or the use of explosive driven fas­ teners on building structures shall require prior approval for each type of application unless specifically shown on the drawings.

K. Motors

Motors furnished with equipment shall be of sufficient capacity to operate the driven equipment under all conditions of operation without loading beyond 90 percent of their nameplate current or power. The rating of motors shall not be less than the horsepower shown on the Drawings or specified herein. Both the rating and the characteristics of the motor shall be suitable for the successful operation of the equipment driven under maximum load conditions without exceeding the specified temperature limits.

Unless otherwise noted, all motors 1/2 horsepower and larger shall be 3 phase, squirrel cage induction type designed for service on a 460 volt, 60 Hertz.

Each motor shall have a cast iron frame and large cast iron conduit box with cast cover. Neoprene gaskets shall be provided between the conduit box and frame and between the box and its cover. A grounding lug shall be provided inside each conduit box.

Each motor shall be equipped with at least one lifting eye. All hardware shall be corrosion resistant, and motors shall be painted in accordance with the Painting Section of these Specifications.

Motor frames 213T and larger shall be drip proof or splash proof unless otherwise specified. Ventilation openings shall be arranged to prevent the entrance of liquid at any angle not greater than 90 degrees downward from the vertical. Motors smaller than frame 213T shall be totally enclosed and shall be provided with two 1/4 inch weep holes drilled in the bottom of the frame.

01041-3 143/2011-05 Rebid Motors installed in areas noted as "classified" shall bear the UL label for Class I, Division 1 hazardous locations. Explosion proof motors shall be equipped with a breather drain approved for the above hazardous location in lieu of weep holes.

The insulation system shall be Class B minimum and shall provide a high dielectric strength long life covering for the windings in a continually damp and chemically contaminated environment. The insulation shall be resistant to attack by moisture, acids, alkalis, abrasives and mechanical and thermal shock. Leads shall be sealed with a nonwicking insulation of silicone elastomer.

Motor insulation resistance may be checked at any time during construction or during the warranty period in accordance with the Electrical Section of these Specifications. Any motor not meeting the requirements specified therein will be rejected.

NEMA Frames 213T through 445T: All motors requiring standard NEMA Frames 213T through 445T shall have stator windings completely encapsulated with a flexible epoxy compound.

Frames smaller than 213T or larger than 445T: All motors requiring frames smaller than 213T or larger than 445T shall have windings sealed with silicone elastomer or other premium system subject to acceptance by the ENGINEER.

All ratings shall be based on operation in a 40 degrees C ambient temperature. The temperature rise of the motor windings will not exceed 80 degrees C by resistance when operated continuously at rated horsepower. Motors shall be suitable for operation at rated load with voltage and frequency variations in accordance with AGMA-12.43-12.46. Starting KVA of motors 15 horsepower and larger shall not exceed 5.59 KVA per horsepower (Code Letter F) except by specific permission of the ENGINEER.

Power factor shall not be less than 0.85 when operating at full load. On motors with more than six poles, the CONTRACTOR may furnish capacitors in order to meet the above requirement. Capacitor equipment shall be in accordance with the Electrical Section of these Specifications.

All motors equipped with greasable ball or roller bearings unless otherwise noted. Hydraulic grease fittings and drain plugs shall be supplied and shall be located so as to be

01041-4 143/2011-05 Rebid readily accessible in the completed machine using extension lines if necessary.

Fractional horsepower motors shall include all motors smaller than 1/3 horsepower. Fractional horsepower motors shall be totally enclosed or explosion proof as applicable. Bearing shall be sealed ball bearing type, factory lubricated for life. Motors shall be rated for service on a 120 volt, 60 Hertz, single phase distribution system.

Motor Data: The CONTRACTOR shall furnish motor data from each equipment supplier and shall submit six (6) copies of tabulation of all motors to be furnished under this Contract. The tabulation shall include:

1. Name of motor driven equipment 2. Horsepower 3. Voltage 4 . Full load current 5. Hertz 6. Locked rotor KVA letter 7 . Enclosure type 8 . Motor manufacturer 9. Temperature rise in degrees C

Capacitors for Motors: Each 3-phase 460 volt motor 25 HP and larger, unless otherwise noted, shall be provided with a capacitor of the maximum KVAR size in accordance with the latest requirements of the National Electrical Code. Capacitors shall be furnished with each respective motor and shall be installed and wired by the Electrical CONTRACTOR Each capacitor shall be suitable for 460 volts, 3-phase, 60 Hertz service. Capacitors shall not be furnished for motors connected to variable speed panels and/or reduced voltage starters.

L. Painting and Finishing

All purchased equipment shall have a factory applied gloss enamel finish of the manufacturer's standard color unless otherwise specified or unless arrangements are made to furnish the equipment with a factory applied primer which will be compatible with the finish specified in the painting section of these specifications.

01041-5 143/2011-05 Rebid Equipment which will be subject to abnormal conditions of high temperature, corrosive environment, etc., shall have finished and/or protective coatings suitable for the service as noted on the Drawings and/or in the Specifications.

All finishes on all delivered equipment (with the ex­ ception of electrical panels) shall be painted in the field with a final coat of a color selected by the OWNER.

Field fabricated bare iron or steel items required for installation of work shall have rough or sharp edges removed, be thoroughly cleaned of dirt, rust weld slag, grease or oil and be painted in accordance with the painting section of these contract specifications.

M. Night Work

Work after dark will not be permitted except under ex­ treme emergency, or only under special directions, or if stated in the Special Requirements. The placing of concrete shall be started early enough in the daylight hours to insure completion of the section under construction before dark.

Whenever the CONTRACTOR finds it necessary or expedient to do work at night, such night work shall be performed by the CONTRACTOR without additional or extra cost to the OWNER, and only with the OWNER'S approval. The CONTRACTOR shall provide all lights required for the proper and expeditious carrying on of any work.

N. Weather Conditions

No work shall be done when the weather is unsuitable. The CONTRACTORS shall take necessary precautions (in the event of impending storms) to protect all work, materials or equipment from damage or deterioration due to floods, driving rain, or wind and snow storms. The OWNER reserves the right to order that additional protective measures over and beyond those proposed by the CONTRACTORS be taken to safeguard all components of the project. The CONTRACTORS shall not claim any compensation for such precautionary measures so ordered, nor claim any compensation from the OWNER for damage to the work from weather elements. CONTRACTORS are cautioned that the process tanks may be subject to floatation during periods of high ground water or flood conditions. CONTRACTOR shall take all precautions to prevent such occurrence.

01041-6 143/2011-05 Rebid 0. Openings, Chases, Sleeves, Inserts, Etc.

The CONTRACTOR shall provide all openings, chases, etc., in his work to fit his own work and that of the other CONTRACTORS. All such openings or chases shown on the Contract Drawings, or reasonably implied thereby, or as confirmed or modified by shop, setting or erecting drawings approved by the ENGINEER, shall be provided.

Where pipes or conduits are to pass through slabs or walls, or where equipment frames or supports are to be installed as integral part of an opening, the sleeves opening forms or frames shall be furnished by the installer of the pipes, conduits or equipment. Where hanger inserts and similar items are to be installed as an integral part of a slab or wall, they shall be furnished by the installer of the pipe or other equipment requiring the hanger. The CONTRACTOR shall furnish all hardware, sleeves, wall pieces, etc. required for penetration through proposed and existing structure walls and for connection to outside piping.

The installer of the conduit or equipment shall furnish all necessary information, instructions and materials to effect accurate installation of the required openings, chases, sleeves, frames, inserts, etc. When such items are secured in position and just prior to construction of the surrounding slab or wall, the CONTRACTOR shall ascertain the proper number, locations and settings thereof, shall schedule his operations so as to provide a reasonable opportunity and time interval for such inspection.

Any cost resulting from correction of defective, ill timed or mislocated work, or for subsequent work which becomes necessary because of omitted openings, chases, sleeves, frames, inserts, etc., shall be borne by the CONTRACTOR.

P. Periodic Clean Up; Basic Site Restoration

During construction the CONTRACTORS shall regularly remove from the site of the work all accumulated debris and surplus materials of any kind which result from their operations. Unused equipment and tools shall be reasonably stored.

Where the work involves installation of sewers, drains, water lines, manholes, underground structures, or other disturbance of existing features in or across access roadways,

01041-7 143/2011-05 Rebid the CONTRACTOR shall (as the work progresses) promptly backfill, compact, grade and otherwise restore the disturbed area to a basic condition which will permit resumption of vehicular traffic and any other critical activity or function consistent with the original use of the roadways. Unsightly mounds of earth, large stones, boulders and debris shall be removed so that the site presents a neat appearance.

The CONTRACTOR shall perform the clean up work on a regular basis and as frequently as ordered by the ENGINEER. Basic site restoration in a particular area shall be accomplished immediately following the installation or completion of the required facilities in that area. Furthermore, such work shall also be accomplished, when ordered by the ENGINEER, if partially completed facilities must remain incomplete for some time period due to unforeseen circumstances.

Upon failure of the CONTRACTOR to perform periodic clean up and basic restoration of the site to the ENGINEER'S satisfaction, the OWNER may, upon five (5) days prior written notice to the CONTRACTOR, without prejudice to any other rights or remedies of the OWNER, cause such work for which the CONTRAC­ TOR is responsible to be accomplished to the extent deemed necessary by the ENGINEER, and all costs resulting therefrom shall be charged to the CONTRACTOR and deducted from the amounts of money that may be due him.

Q. Use of Facilities before Completion

The OWNER reserves the right and is required to enter and use certain portions of the constructed facilities before final completion of the whole work to be done under these contracts. However, only those portions of the facilities which have been completed to the ENGINEER'S satisfaction shall be placed in service.

Consistent with the approved progress schedule, CON­ TRACTOR shall cooperate with the OWNER, his agents and the EN­ GINEER to accelerate completion of those facilities, or portions thereof, which have been designated for early use by the OWNER.

R. Codes and Ordinances

In addition to observing limitations of the easements and rights of way, the CONTRACTOR shall confine apparatus, storage of material and construction operations to the limits prescribed by ordinances or permits, or as may be

01041-8 143/2011-05 Rebid directed by the Authority and shall not encumber the job site.

The CONTRACTOR agrees to conform to, comply with and abide by, any and all laws, ordinances, rules and regulations of the Federal Government, State or local government which pertain to or in any way effect the work to be done by the CONTRACTOR, any and all instructions and regulations of the Authority pertaining thereto, including any laws, ordinances, rules, regulations and instructions regarding signs, advertising, fire and/or smoking.

S. Safety Regulations

The CONTRACTOR shall comply with the requirements and standards of all Federal, State and local laws, ordinances, codes, rules and regulations governing safety and health. Protection shall be afforded to all persons having access to the job site.

Nothing in any paragraphs of these Contract Documents shall be construed as relieving the CONTRACTOR from full responsibility for safe prosecution of the work at all times.

T. Hazardous Materials at Job Site

In accordance with the intent of the Federal Occupational Safety and Health Administration Standard Section 29CFR-1910.12, Hazard Communication with effective date of May 25, 1986, the OWNER hereby notifies the CONTRACTOR that work is to be performed on property where the CONTRACTOR'S employees may be exposed to hazardous materials existing on the premises.

There are no chemicals known to be used or stored by the owner.

The OWNER, CONTRACTOR and any subcontractors will each provide or make available to the others and any of them any written hazard communication program required to be maintained with respect to the site and any material safety data sheet and other hazard communication information required to be provided in accordance with Laws and applicable Regulations. CONTRACTOR shall be responsible for coordinating any such required exchange of documents or information between or among Authority, CONTRACTOR and any subcontractors, or any of them. CONTRACTOR shall include the provisions of this paragraph in any subcontract for any part of the work at the site.

01041-9 143/2011-05 Rebid L. POTENTIAL OF EXPOSURE TO RAW WASTEWATER

1. The construction activities required to be performed in conduct of the work will necessitate the interconnection, interception, of existing manhole, sewer pipes and appurtenances. Said manhole, sewer pipes, and appurtenances are conveying all wastes and runoff discharged to the public sewer systems within the area served, which wastes may contain or generate toxic, noxious, oxygen depleting or other liquid or gaseous substances harmful to human beings. The CONTRACTOR shall, therefore, thoroughly instruct all of his personnel and those of any subcontractor or materialsman involved in such work so that practices are observed at all times. He shall also provide all personnel with all tools, clothing and other devices necessary for such safe practice, including appropriate waterproof clothing, respirators, protective sunglasses, mechanical air blowing equipment to pre-ventilate manholes and other chambers, explosive atmosphere detectors, ladders, safety harnesses, ect. No work shall be performed under any unsafe conditions and if same is detected at any time, the CONTRACTOR shall suspend operations immediately, and not resume his activities until remedial measures have been taken or until the unsafe situation has otherwise been completely overcome.

U. Protection from Hazardous Substances and Contaminating Materials

CONTRACTOR shall take all measures to prevent the release, spillage or improper disposal of any hazardous substance or construction or waste materials which may contaminate the wastewater treatment process, equipment, tanks or piping, and the OWNER'S or adjacent properties or the environment or substantially endanger human health. The transportation, handling, storage and use of gasoline, oils, paints, residual cleaning solvents and other hazardous substances or contaminating materials by CONTRACTOR or any subcontractor shall be in such a manner to prevent release, spillage or improper disposal. Should any such hazardous substances or contaminating materials be released, spilled or improperly disposed of by the CONTRACTOR or any subcontractors,

01041-10 143/2011-05 Rebid the CONTRACTOR shall immediately notify the OWNER, notify any applicable environmental agency as required by law, and immediately remedy or remove such substances or materials, and clean and restore the affected areas to a safe condition and to the satisfaction of the OWNER and any applicable environmental agency. The CONTRACTOR shall pay all costs for the remedy or removal of contaminated materials and the proper disposal of them at an approved and permitted site and the restoration of the affected area. The CONTRACTOR shall also be responsible for the payments of and shall indemnify, hold harmless and defend the OWNER, ENGINEER and ENGINEER'S Consultants from all penalties, fines and damage claims resulting from the release, spillage or improper disposal by CONTRACTOR or any subcontractor of any such hazardous substances or contaminating material.

PART 2: PRODUCTS

Not Used

PART 3: EXECUTION

Not Used

End of Section

01041-11 143/2011-05 Rebid THIS PAGE LEFT INTENTIONALLY BLANK

01041-12 143/2011-05 Rebid SECTION 01090

REFERENCES

PART 1: GENERAL

1.01 WORK INCLUDED

A. Where reference is made in these documents to Govern­ ment Specifications or to those of recognized organizations such as ASTM, ASME, etc., the latest editions shall be used.

PART 2: PRODUCTS

A. Not Used.

PART 3: EXECUTION

A. Not Used.

End of Section

01090-1 143/2011-05 Rebid THIS PAGE LEFT INTENTIONALLY BLANK

01090-2 143/2011-05 Rebid SECTION 01170

SURVEYS

PART 1: GENERAL

1.01 Benchmarks are available in the general vicinity of the project location. The CONTRACTOR shall furnish a competent survey crew, under the direction of a PA Licensed Surveyor, for the purpose of performing all necessary surveys required to place off-set stakes, determine elevations, prepare cut sheets, operate laser equipment or to perform similar work required to assure construction at the lines and grades shown on the Drawings, or as required in the field. In addition it shall be the responsibility of the survey crew to replace property corners and property line pins disturbed by construction activities.

1.02 Construction of sewer lines by the use of laser beams shall not negate the field surveying which will still be required to be performed prior to excavation. The CONTRACTOR shall also make the survey crew available to the ENGINEER for checking grades and/or alignments when the ENGINEER deems it necessary to have such assistance.

PART 2: PRODUCT

A. Not Used.

PART 3: EXECUTION

A. Not Used.

End of Section

01170-1 143/2011-05 Rebid THIS PAGE LEFT INTENTIONALLY BLANK

0H70-2 143/2011-05 Rebid SECTION 01200

PROJECT MEETINGS

PART 1: GENERAL

1.01 PROGRESS MEETINGS

A. Purpose: Regular monthly meetings are for the purpose of modifying work schedules and to arrive at an orderly sequence of operations agreeable to the parties of the Contract. Meetings shall serve to resolve conflicts, adjust work arrangements, etc., so that work stoppages and delays may be avoided.

B. Scheduling Additional Meetings: In addition to regularly scheduled meetings, the ENGINEER may schedule a meeting when required by any party to the Contract. The ENGINEER will give to each party written notice of the time and place, and agenda of each such scheduled meeting.

C. Meeting Representation: Each party to the Contract shall be represented at such meetings by a person or persons vested with the authority to make necessary decisions on their behalf, and such decisions shall commit that party to the agreed procedures, sequence of operations and time schedules.

D. Where procedures, sequence of operations, time schedules and other matters have been agreed upon by each party concerned, it shall become binding upon each party to follow and comply with said procedures, sequence of operations, time schedules, and other matters, both as to time performance, and no claim of delay or damages by the CONTRACTOR if he fails to comply therewith will be entertained by the OWNER.

PART 2: PRODUCTS

Not Used.

PART 3: EXECUTION

Not Used.

End of Section

01200-1 143/2011-05 Rebid THIS PAGE LEFT INTENTIONALLY BLANK

01200-2 143/2011-05 Rebid SECTION 01300

SUBMITTALS

PART 1: GENERAL

1.01 WORK INCLUDED

1. Each CONTRACTOR shall submit to the ENGINEER Shop Drawings and information required for the work. All Drawings and information shall contain sufficient data to ascertain compliance with the Contract Documents. Incomplete, inadequate or unidentified submittals will be rejected. The ENGINEER will examine submittals only after they have been properly identified, as described later in this clause, and signed by the CONTRACTOR to indicate that he has reviewed and endorsed them.

2. The ENGINEER will review submittals only for conformance with the design concept of the project and with the information given in the Contract Documents. Review of submittals shall not relieve the CONTRACTOR from responsibility for deviation from the Contract Documents unless specifically noted in the submittal and no exception is taken by the ENGINEER. The CON­ TRACTOR is responsible for confirming and correlating all quantities, dimensions, fabrication details and techniques, installation methods and performance of the work. The CONTRACTOR shall check and verify all field measurements.

3. All submittals must be complete, accurate and provide sufficient detail to indicate item by item compliance with the Contract Documents. The ENGINEER will receive any submittal that the CONTRACTOR cares to present.

4. When shop drawings include wiring diagrams, piping, equipment or other data which must be coordinated with the work of other CONTRACTORS, additional copies of the submittal shall be furnished for review and for distribution by the ENGINEER.

01300-1 143/2011-05 Rebid To facilitate review, the CONTRACTOR shall number consecutively each submittal. This numbering system should be in order of submittal. Any resubmittal required shall have the same number as the original submittal, followed by notation signifying that it is a second (or third, etc.) submittal, e.g. #14 (2nd sub.). In addition, all submittals shall have the following information placed on them by the CONTRACTOR, and review of a particular submittal will be undertaken only if such information is provided: a. Shop Submittal Number b. Deviations: None : As Listed: c. Reference Specification Number d. Reference Drawing Number e. Space Requirement: As Designed Different, as Listed f. Contractor has reviewed and submitted for review Signature ^ Date

Make the corrections indicated on the returned shop drawings and resubmit corrected submittals for final approval, furnishing such other documents that may be needed. No work shown on shop drawings shall be started until same has been returned approved.

Submittal Processing a. To expedite the submittal review process, the Construction team shall process submittals electronically through AEC-Sync; a web-based construction administration software. AEC-Sync is a method to transmit electronic submittals between the subcontractor, contractor, design team, engineers and owner, as opposed to other methods such as email, FTP or paper. AEC- Sync serves as a collaborative web environment, which expedites and organizes the review process and saves substantial resources by minimizing administration, printing, shipping and courier costs.

01300-2 143/2011-05 Rebid b. The GENERAL CONTRACTOR shall allocate $225.00 per month for the use of AEC-Sync within the contract bid. The fee shall be calculated from the start of construction through the 'final completion' date. There is no separate user license as the monthly project fee covers unlimited users per project. The OWNER, ENGINEER and all CONTRACTORS shall utilize this system.

c. AEC-Sync shall provide a training session via web conference for the construction team.

d. PDF mark-up software is included with the AEC-Sync software for all users. No other PDF markup software is required.

e. AEC-Sync shall provide the project an independent electronic archive of all data at the end of the project via FTP or DVD(s).

f. Visit www.AEC-Sync.com or call 800-303-4650 for additional information on AEC-Sync.

B. Instruction Manuals

The CONTRACTOR shall furnish, prior to initial testing, three (3) copies of an indexed maintenance manual on all equipment and suppliers' brochures on all specialty equipment, including performance curves with size, model, figure number, etc., indicated to identify unit furnished. Maintenance manuals are to be of hardback, loose-leaf type and of a durable quality. Each set to include the following:

1. Manufacturer's parts list identified with the make, model and serial number of the equipment furnished.

2. Control and wiring diagrams.

3. Installation, operation, lubrication and maintenance instructions.

4. Manufacturer's recommended spare parts lists.

01300-3 143/2011-05 Rebid The required instruction manuals shall be submitted to the OWNER or ENGINEER for review and approval in the same manner as shop drawings and additions, deletions, or modifications may be required as a result of this review. The materials and equipment for which manuals are required will be determined by the OWNER and/or ENGINEER.

C. Record Drawings

The CONTRACTOR is responsible for maintaining two (2) sets of Record Drawings. One set of the Record Drawings shall be left with the Plant Superintendent at the completion of the project, while the other set shall be delivered to the ENGINEER before application for final payment.

All records shall be kept by the CONTRACTOR for all deviations in location or elevation of any installation from that shown on the Contract Drawings. Record Drawings shall include but not be limited to the following: structural locations, piping locations, equipment locations, revisions to schematic diagrams, etc. Records shall also be kept of any significant changes from approved shop drawings or Contract Drawings. Records shall consist of marked shop or Contract Draw­ ings and shall be submitted to the OWNER at any time upon request.

Each record drawing shall be certified by the CONTRACTOR as an accurate representation of the completed work.

D. Photographs

Each CONTRACTOR shall photograph all work areas of the project. Pertinent to his contract the project representative shall designate areas to be photographed. The photographs shall be dated (month/day/year/time) . Two (2) copies of the photographs shall be submitted monthly to the Authority and will become the property of the Authority. CONTRACTORS shall each provide and 24 photographs each month.

PART 2: PRODUCTS (not applicable)

01300-4 143/2011-05 Rebid PART 3: EXECUTION

3.01 SCOPE OF WORK

The Contractors shall furnish but are not limited to the following submittals:

1. Construction schedule.

2. Schedule of values.

3. Concrete mix.

4. Rebar.

5. Pre-cast concrete structures.

6. Masonry.

7. Aluminum grating.

8. Roofing system.

9. Doors.

10. Coatings.

11. Sewage Grinders.

12. Raw sewage pumps.

13. Hoists.

14. Piping and valves.

15. HVAC equipment.

16. Wire, conduit, boxes, and devices.

17. Transformers.

18. Panelboards.

19. Motor controls.

20. Control panels.

01300-5 143/2011-05 Rebid 21. Lighting fixtures.

22. Flow metering equipment and instrumentation.

23. Standby Generators.

End of Section

01300-6 143/2011-05 Rebid SECTION 01500

TEMPORARY FACILITIES AND CONTROLS

PART 1: GENERAL

1:01 TEMPORARY SERVICES

A. GENERAL: Provide temporary services at the site of the Work throughout the entire period of construction and until the Work of the Contract is completed and the new facilities are placed in operation by the Owner's personnel.

B. TEMPORARY WATER CONTROL:

1. At all times during the construction of work of this Contract maintain the flow of storm water, naturally occurring water and wastewater in existing facilities and channels affected by the Work.

2. Particular attention is directed to the above requirement in regard to the maintenance of flow in existing sewer service connections during removal and replacement of the sewer main.

3. CONTRACTOR assumes risk from floods or other causes, and any damages done to the work in progress or to work completed under Contract. Make repairs and replacements to the satisfaction of the ENGINEER.

4. CONTRACTOR assumes responsibility for damages to property caused by flooding or backflooding of property due to blocking or restriction of storm water passages, natural waterways and wastewater facilities capacity during normal or excessive periods of water flow.

5. At any time do not permit wastewater flow from existing sewers to flow into nearby waterways or to flow on surface areas. Furthermore, should an accidental discharge occur, notify the Department of Environmental Protection immediately.

01500-1 143/2011-05 Rebid 6. The means and methods the CONTRACTOR employs to meet above requirements are at his discretion but will be subject to the ENGINEER'S approval.

PART 2: PRODUCTS

A. Not Used.

PART 3: EXECUTION

3:01 REMOVAL

A. CONTRACTOR shall dismantle (if required) and remove such temporary facilities as required during construction of the project.

End of Section

01500-2 143/2011-05 Rebid SECTION 01501

CONSTRUCTION FACILITIES

PART 1: GENERAL

1.01 Immediately after the Contract No. 2011-04 has been formally executed by the OWNER, the CONTRACTOR shall furnish a separate field office trailer with minimum dimensions of 30' x 8' for the use of the OWNER'S Representatives during the period of construction (Contract Time). The office shall be properly lighted, heated and air conditioned and shall be equipped with a telephone and fax machine (two phone lines) for the use of the OWNER'S Representatives. It shall also be provided with suitable sanitary facilities and equipped with potable water. The costs of all utility services and all service and toll telephone charges shall be paid by the CONTRACTOR. It shall be provided with a plain paper photocopier, a locked, four drawer filing cabinet and each of the following items: desk and chair, drafting table and stool, plan rack (hanging type), table, bookcase and bulletin board. The office shall not be vacated or moved from the construction site until the Contract time expires or approval of the final estimate by the OWNER'S Representative, should the CONTRACTOR not complete the work in the Contract time. The trailer shall be located adjacent to the CONTRACTOR'S office.

1.02 The CONTRACTOR shall provide and make his own arrangements for his field office facilities, change trailers, tool, equipment, material storage and toilet facilities. The CONTRACTOR'S office facilities shall be separate from the OWNER'S Field office facilities.

PART 2: PRODUCT

A. Not Used.

PART 3: EXECUTION

A. Not Used.

End of Section

01501-1 143/2011-05 THIS PAGE LEFT INTENTIONALLY BLANK

01501-2 143/2011-05 SECTION 01550

TRAFFIC CONTROL

PART 1: GENERAL

1.01 Whenever in the ENGINEER'S judgment it is reasonably possible to do so, a minimum of one lane of traffic shall be maintained on all streets, roadways and other traveled ways at all times during construction of this project in order to accommodate the residents of the area as well as emergency fire, ambulance and similar vehicular traffic. Suitable and adequate barricades shall be erected and properly maintained by the CONTRACTOR at all times during the course of construction work to clearly and properly caution and protect traffic and pedestrians from open excavations. An adequate number of flagmen shall be utilized to guide traffic along all areas where work is being performed or where hazardous driving conditions prevail. Advance notice to the OWNER, general public, the School District (for bus routing) and the Municipal Office and shall be given by the CONTRACTOR before actual excavation in any particular area is commenced.

1.02 Where pipe lines and/or other facilities are constructed along Municipal streets, and where construction activities may otherwise impede normal vehicular traffic patterns on said streets, the control of traffic shall be accomplished in accordance with the details set forth in Publication 213 of the Pennsylvania Department of Transportation, the title of which is "Temporary Traffic Control Guidelines Publication".

1.03 The position of work zone signs, erection of signs, sizes of signs, details and configuration of signs, traffic channelizing, tapered lengths/spacing, cones, drums, vertical panels, lighting devices, arrow boards and all flagging conduct and activities shall conform to the details described therein. The location and configuration of traffic control methods shall conform to those graphically illustrated on the appertaining Table 5 and Figures 5 through 23 shown in the publication. The CONTRACTOR shall submit a traffic control plan and procedure (conforming to the above

01550-1 143/2011-05 Rebid referenced Publication 213) to the OWNER and to the Pennsylvania Department of Transportation for approval, prior to commencing with field construction.

PART 2: PRODUCTS

2.01 The CONTRACTOR shall be responsible to furnish all required flags, cones, signs etc. and all items shall meet the requirements of the PA Department of Transportation.

PART 3: EXECUTION

3.01 Reference Section 01551 Barriers and Enclosures.

End of Section

01550-2 143/2011-05 Rebid SECTION 01551

BARRIERS AND ENCLOSURES

PART 1: GENERAL

1.01 CONTRACTOR shall provide all required warning signs, lights and barricades during the course of construction and said facilities shall be maintained by the CONTRACTOR at all times during the course of the construction work to clearly caution and protect traffic and pedestrians from open excavations, unstable filled areas, obstructions and other hazards directly or indirectly resulting from construction activities. Warning signs, barricades and hand rails shall be erected and a sufficient number of high intensity warning lights shall be appropriately located for use at night and at times when visibility is poor.

1.02 Trenches at any and all locations where pedestrian or vehicular traffic hazards would result, shall not be left open during non construction hours, unless they are suitably covered with a steel plate which is adequately anchored and reinforced to sustain traffic loads which may be imposed. All excavations within road rights of way shall be closed overnight and over weekends and marked with a flashing traffic marker to warn motorists and pedestrians. Except in cases of emergencies, no roadways, streets, alley or driveways shall be left impassable overnight.

PART 2: PRODUCTS

A. Not Used.

PART 3: EXECUTION

A. Not Used.

End of Section

01551-1 143/2011-05 Rebid THIS PAGE LEFT INTENTIONALLY BLANK

01551-2 143/2011-05 Rebid SECTION 01570

TEMPORARY EROSION AND SEDIMENT CONTROL

PART 1: GENERAL

1.01 DESCRIPTION

A. The CONTRACTORS shall conduct their activities and shall program trenching and restoration operations in compliance with the Commonwealth of Pennsylvania, Title 25 (Clean Stream Law)Chapter 102(Erosion and Sediment Pollution Control Rules & Regulations) and any rules and regulations by Federal, State, County and/or Municipal law or organization in such a manner as to minimize pollution of the creeks from erosion of the freshly excavated and/or backfilled materials during periods of excavation and surface water runoff. CONTRACTORS shall reduce the area and duration of exposure of all erodible soils by the greatest extent practicable and to that end, hydromulching, reseeding and other specified surface restoration shall be required to closely follow backfilling operations. The type of seeding/ restoration required for the various job locations is listed on the E&S Control Plan Drawing. Where the Erosion and Sedimentation Control Plan calls for runoff devices or the OWNER'S Representative so directs additional installation of controls in the field, such as silt fence, filter fabric socks, waterbars, sediment traps, and/or other means to retard runoff rates shall be installed as specified. Installation of a Pumped Discharge Sediment Trap ("filter bag") or other approved sediment trap arrangements shall also be required to be installed at the discharge of dewatering pumps as detailed on the Erosion and Sedimentation Control Plan. Stream crossings as shown for this project have been approved by the appropriate agencies involved. Specific details related to each crossing are shown upon the Erosion and Sediment Control Plan for this project. Additional crossings, movement of the location and/or changing of the construction details are not permitted without approval from the appropriate agency. Discretion shall be exercised in encroachments during the construction both in and along the creeks such that a minimum of stream disturbance and erosion pollution results. The Soil Erosion and Sediment Pollution Controls deemed as

01570-1 143/2011-05 Rebid adequate or as approved by the County Soils Conservation Service, and the Pennsylvania Department of Environmental Protection are identified in the contract drawings. The CONTRACTOR shall be responsible for all fines, fees, penalties, and subsequent obligations related to violations, etc. imposed upon the OWNER as a result of the CONTRACTOR'S construction activities, methods/procedures and/or the lack of construction activities methods/procedures.

02 APPROVED PLAN

The Contract Drawings contain the deemed as adequate or approved Erosion Sediment Control Requirements pertaining to the project construction.

The CONTRACTOR shall implement and maintain the sediment control or Best Management Practice (BMP) devices as shown upon the Contract Drawings.

The CONTRACTOR shall have available at the project site at all times a copy of the approved plan.

The CONTRACTOR is advised to become thoroughly familiar with the provisions of the Appendix 64, Erosion Control Rules and Regulations, Title 25, Part 1, Department of Environmental Protection, Subpart C, Protection of Natural Resources,- Article III, Water Resources, Chapter 102, Erosion Control.

CONTRACTOR shall secure approved Erosion & Sedimentation Control Plans or other required environmental permits for work outside the indicated NPDES Permit Boundary (limit of disturbance) such as CONTRACTOR dump sites, staging areas, etc.

PRODUCTS

01 SEED AND SOD

Seed, sod, mulches, fertilizer, topsoil, soil conditioner, and other materials shall be as specified within the Contract Document and or the Erosion Sediment Control Plan Drawings.

01570-2 143/2011-05 Rebid 2.02 MATERIAL FOR EROSION AND SEDIMENT CONTROL DEVICES

A. Geotextiles, silt fence, erosion control blankets, surge stone, rip rap, filter bags, silt fence post, and other materials as may be specified on the approved drawings and chain link fence for super silt fence shall be in accordance with the Erosion and Sediment Control Plans and the requirements of Chapter 102 Erosion Protection. Any change from the Erosion and Sediment Control Plans must be approved by the appropriate controlling agency.

PART 3: EXECUTION

3.01 GENERAL REQUIREMENTS

A. Implement all Best Management Practices (BMP's), including General Notes, Sequencing, and Staging of Construction as described on Soil Erosion and Sediment Control Plan.

B. Delineate project boundary limits, clearly marking all pertinent features in the field.

C. Install sediment control or BMP devices as shown upon the Contract Drawings or as directed by the OWNER's Representative prior to initial clearing and grubbing operations.

D. Clear only areas designated on drawings within such time limits as set forth on the Erosion and Sediment Control Plan and as designated by the NPDES Permit Boundary (limit of disturbance) and/or within areas such as rights of ways, easements or work limits as specified herein and as directed by the OWNER'S Representative.

E. Protect excavated material and disturbed areas from erosion into waters or onto adjacent land. Stockpile excavated material on high side of trench.

F. The CONTRACTOR shall assure that the approved erosion and sediment control plan is properly and completely implemented.

G. Until the site achieves final stabilization, the CONTRACTOR shall assure that the best management

01570-3 143/2011-05 Rebid practices are implemented, operated, and maintained properly and completely. Maintenance shall include inspections in a time frame as specified on the Contract and Plans of all best management practice facilities. The CONTRACTOR shall maintain and make available to local Conservation District a complete, written inspection log of all those inspections. All maintenance work, including cleaning, repair, replacement, and/or re-stabilization shall be the responsibility of the contractor and shall be performed immediately. If erosion and sediment control BMP's fail to perform as expected, replacement BMP's or modifications of those installed will be required.

H. Immediately upon discovering unforeseen circumstances posing the potential for accelerated erosion and/or sediment pollution, the CONTRACTOR shall implement appropriate best management practices to eliminate potential for accelerated erosion and/or sediment pollution.

I. Before initiating any revisions to the approved erosion and sediment control plan or revisions to other plans which may affect the effectiveness of the approved E&S Control Plan, the operator must receive approval of the revisions from the local Conservation District.

J. All pumping of sediment laden water shall be through a sediment control BMP, such as a Pumped Discharge Sediment Trap (water filter bag) discharged on a well vegetated (grassy) or onto a stable, erosion resistant area and in strict accordance with the approved Contract Erosion and Sediment Control Plan.

K. Immediately after earth disturbance activities cease, the CONTRACTOR shall stabilize any areas disturbed by the activities as set forth on the Erosion and Sediment Control Plan. During non-germinating periods, mulch must be applied at the specified rates in the Contract and Erosion and Sediment Control Plans. Disturbed areas which are not at finished grade must be stabilized in accordance with the permanent vegetative stabilization specifications.

L. Sediment must be removed from the storm water inlet protection after each runoff event.

01570-4 143/2011-05 Rebid M. Stream crossings require specific measures as described on the Erosion and Sediment Control Plan. Compliance with the guidelines is required. In addition, the 50' buffer areas should be maintained. In buffer areas, clearing, vegetation disturbances, excavation, and equipment traffic should be minimized. Activities such as stacking logs, burning cleared brush, welding pipe sections, refueling and maintaining equipment should be accomplished outside of buffers.

N. Mulch must be applied as specified on the Contract Erosion and Sediment Plan.

0. Erosion control blankets must be installed as specified on the Contract Erosion and Sediment Control Plan

P. Straw mulch shall be applied as set forth on the Contract Erosion and Sediment Control Plan.

Q. Sediment removed from BMP's shall be disposed of in landscaped areas outside of steep slopes, wetlands, floodplains or drainage swales and immediately stabilized, or placed in topsoil stockpiles.

R. The CONTRACTOR shall remove from the site, recycle, or dispose of all building materials and waste in accordance with the Department's Solid Waste Management Regulations at 25 Pa. Code 260.1 et seq., 271.1 et seq. The CONTRACTOR shall not illegally bury, dump, or discharge any building material or waste at the site.

S. Upon completion of earth moving activities and establishment of a 70% uniform perennial vegetated cover, remove all temporary BMP's in accordance with the Contract Plan unless otherwise directed by the OWNER'S Representative.

T. An area shall be considered to have achieved final stabilization when it has a minimum uniform 70% perennial vegetative cover or other permanent non- vegetative cover with a density sufficient to resist sliding, erosion and other earth movements.

01570-5 143/2011-05 Rebid 3.02 STABILIZATION OF DISTURBED AREAS

A. Following initial disturbance, complete permanent or temporary stabilization according to restoration schedule on Erosion and Sedimentation Control Plan.

B. Stabilization:

1. Temporary: Shall consist of temporary seeding, anchored straw mulch, erosion control netting and/or blankets, mulch netting, jute, excelsior blankets, wood chips, stone rip rap and other temporary control BMP's as necessary to implement the intent of the Plans.

2. Permanent: An area shall be considered to have achieved final permanent stabilization when it has a minimum uniform 70% perennial vegetative cover or other permanent non-vegetative cover with a density sufficient to resist sliding, erosion and other earth movements.

3.03 EROSION AND SEDIMENT CONTROL DEVICES

A. Install all BMP devices shown on Drawings, or as directed by Owners Representative and following Standard Details. Maintain sediment control schedule and devices to contain surface drainage and prevent sediment from leaving confines of work site.

B. Silt Fence

1. Definition: Temporary continuous barrier constructed of sediment control geotextile supported by posts, placed at level to grade, used to trap sediment but allow surface runoff to filter through.

2. Construction: See Erosion Sediment Pollution Control Plan Drawings.

3. Maintenance: Remove sediment deposits as required.

a. Areas where construction activities have changed natural contour and drainage runoff: Review daily silt fence locations to ensure effectiveness.

01570-6 143/2011-05 Rebid 1) Where deficiencies exist, install additional silt fences under ESC Inspector's direction.

2) Filter fabric fence should be inspected weekly and after each runoff event.

3) Immediately repair or replace damaged or otherwise ineffective silt fence.

b. Areas where construction activities have not changed natural contour and drainage runoff: Periodically, inspect and repair damage to silt fence to ensure effectiveness.

4. Removal upon notice by OWNER's Representative restoration is complete and acceptable. Fill depressions and restore area following restoration schedule.

C. Super Silt Fence

1. Definition: Temporary continuous barrier of sediment control geotexile placed over chain link fencing, placed at level to grade used to intercept sediment.

2. Construction: See Erosion Sediment Pollution Control Plan Drawings.

3. Maintenance: See silt fence specification.

4. Removal and Restoration: Follow silt fence specification and replace with silt fence when directed by OWNER'S Representative.

D. Rip Rap Stream Bank Protection at Utility Stream Crossing

1. Definition: Placement of ungrouted riprap on stream banks for permanent stabilization at each utility stream crossing.

2. Construction: Follow Standard Detail and as specified below.

a. Install stream diversion in all stream channels regardless of flow per Plan.

01570-7 143/2011-05 Rebid b. Riprap as specified in Section 02230.

3. Restoration: The stream crossing must be completed within 72 hours (from start to finish) including backfilling and stabilization 50' back from the top of the stream.

Control Turf Reinforcement Mat at Utility Stream Crossings

1. Definition: Placement of a rolled erosion control product as specified on Erosion and Sediment Control Plans mechanically formed and/or bonded into the synthetic nettings to produce a permanent three dimensional structure.

2. Construction and restoration shall be in accordance with the Erosion Sedimentation Control Plan and the provisions of Chapter 102 Erosion and Sediment Control.

Stone Outlet Sediment Trap

1. Definition: Temporary basin formed by excavating a depression in ground or by building earth embankment or dike that collects runoff and traps sediment allowing filtered runoff to leave site through stone outlet.

2. Construction and maintenance shall be in accordance with the Erosion Control Plan and the provisions of Chapter 102 Erosion and Sediment Control.

Stone Outlet Structure

1. Definition: Stone berm used in conjunction with earth or other approved material to provide sediment filtering device for runoff and discharge onto well stabilized area.

2. Construction and maintenance shall be in accordance with the Erosion Control Plan and the provisions of Chapter 102 Erosion and Sediment Control.

Stabilized Construction Entrance

1. Definition: Temporary construction entrance constructed of 8" of aggregate on top of roadway geotextile, used to reduce or eliminate tracking of soils materials onto paved streets and other paved areas.

01570-8 143/2011-05 Rebid 2. Location: Install at locations where construction traffic enters and leaves construction site from or onto paved street or paved area.

3. Construction and maintenance shall be in accordance with the Erosion Control Plan and the provisions of Chapter 102 Erosion and Sediment Control.

Inlet Protection

1. Definition: Fabric or Rock device installed in existing storm inlets along paved areas and are used to prevent sediment from entering existing storm drains.

2. Construction and maintenance shall be in accordance with the Erosion Control Plan and the provisions of Chapter 102 Erosion and Sediment Control.

Stream Crossing

1. The Erosion and Sediment Control Plan contains detailed stream crossing measures that are required to be implemented.

2. At locations shown on the construction drawing, the proposed pipe lines will cross a stream. Said crossings shall be accomplished by installing the sewer pipe (as shown on the Contract Drawings) to the specified grade and depth. The sewer pipe shall then be encased in concrete with a minimum thickness of 6" of concrete surrounding the pipe. The concrete encasement of the sewer pipe shall extend between the tops of the stream banks or, where such banks are not evident, a minimum distance of 10 feet beyond the normal stream channel.

3. It is important that the stream crossing be constructed quickly to minimize disturbance in the stream. The stream crossing must be completed within 72 hours (from start to finish) including backfilling and stabilization 50' back from the top of the stream.

4. All stream crossings will require a flume pipe or coffer dam.

5. All stream crossings shall be constructed according to the procedure outlined on the Erosion and Sediment

01570-9 143/2011-05 Rebid Pollution Control Plan. Dewatering of trenches shall be done in accordance with the requirements set forth in these specifications and the Erosion and Sediment Pollution Control Plan and Narrative. Backfill shall consist of the excavated material unless the same is deemed unsuitable by the OWNER's Representative at the time of excavation. A temporary sedimentation control device as shown on the E&S Plan drawing shall also be utilized in the stream during installation of said sewer line crossings.

6. Permanent erosion and sedimentation control devices shall be required along those portions of stream banks disturbed by the installation of the sewer line crossings. The stream crossing must be completed within 72 hours (from start to finish) including backfilling and stabilization 50' back from the top of the stream. Such stabilization shall include control turf reinforcement mat or rip rap as specified and shall be placed along the banks and bottoms of the streams shown on the Contract Drawings.

7. The erosion control turf reinforcement mat shall be North American Green SC 250, C 350 & P 550 and others as may be shown upon the Erosion and Sediment Control Drawing or approved equal, having consistent thickness with fibers evenly distributed over the entire area of the mat. Matt must be secured in place in accordance with manufactures recommendations.

K. WETLAND CROSSING

1. Wetland crossing shall be as specified on the Erosion Sediment Pollution Control Plan Drawings.

3.04 CONSTRUCTION OPERATIONS

A. Follow Sequencing and Staging for Construction notes on Erosion and Sediment Control Plan

B. Implement all Best Management Practices (BMP's), including General Notes, Sequencing, and Staging of Construction as described on Soil Erosion and Sediment Control Plan.

C. Delineate project boundary limits, clearly marking all pertinent features in the field.

01570-10 143/2011-05 Rebid D. Install sediment control or BMP devices as shown upon the Contract Drawings or as directed by the OWNER'S Representative prior to initial clearing and grubbing operations.

E. Clear only areas designated on drawings within such time limits as set forth on the Erosion and Sediment Control Plan and as designated by the NPDES Permit Boundary (limit of disturbance) and/or within areas such as rights of ways, easements or work limits as specified herein and as directed by the OWNER's Representative.

F. Do not violate requirements of Erosion and Sediment Control Permit during construction operations.

G. Pennsylvania Department of Environmental Protection must approve changes to approved Sediment Control Plan.

3.05 FIELD CONDITIONS

A. Immediately notify ENGINEER or the OWNERS Representative if conditions arise in field that renders Drawings, these specifications, or requirement of the approved Erosion and Sediment Control Plan inappropriate or inadequate. ENGINEER will furnish additional Drawings or modifications, when required, which will become part and condition of Erosion and Sediment Control Plan.

End of Section

01570-11 143/2011-05 Rebid THIS PAGE LEFT INTENTIONALLY BLANK

01570-12 143/2011-05 Rebid SECTION 01650

FACILITY STARTUP/COMMISSIONING

PART 1: GENERAL

1.01 WORK INCLUDED

The CONTRACTOR shall provide, complete and ready for use, all of the equipment, machinery, apparatus, motors, drives, tools, charts and other accessories and shall perform such operations and tests, all as specified herein and as indicated on the drawings.

All equipment shall be installed by skilled mechanical erection labor in accordance with manufacturer's instructions. The installation of each equipment item listed shall be inspected, adjusted, tested, approved, and certified as satisfactory by manufacturer's representative. Manufacturer's certificates regarding equipment installation shall be furnished to the OWNER prior to initial treatment facility operations and the conduct of mechanical performance tests described.

PART 2: PRODUCTS (not applicable)

PART 3: EXECUTION

3.01 INSTALLATION

A. Inspection and Tests

Tests shall be performed on all piping, equipment and complete systems. The CONTRACTOR shall provide labor, materials, tools, air, water, power and supplies of any kind required for testing and adjusting of equipment and systems. Each CONTRACTOR is responsible for testing equipment and/or material which he has furnished.

Material or equipment damaged or shown to be defective shall be repaired or replaced to the satisfaction of the OWNER.

All tests shall be made only after notification to and in the presence of the OWNER.

Records shall be kept for each test showing the date, system or equipment tested, method of test, test results and approval signature of the OWNER. Three copies of the test

01650-1 143/2011-05 Rebid records, along with any certificates of final inspection or approval issued by the authorities having jurisdiction, shall be furnished to the OWNER at the successful completion of each test.

B. Start up

Before starting up any system, each piece of equipment comprising a part of the system shall be checked for proper lubrication, drive rotation, belt tension and any other condition which may cause damage to equipment or endanger personnel. A competent service representative trained in servicing the respective equipment shall be present to supervise the start-up and test runs of equipment for which he is responsible.

Test runs shall be made over the full design load range where possible and continue for as long as necessary to demonstrate that systems will operate as designed. During this period all necessary adjustments shall be made, controls checked for proper operation, motors checked for possible overload and the entire system checked for any abnormal condition.

Any building equipment or system placed in temporary operation for testing or for the convenience of the CONTRACTOR during construction and before the OWNER takes over operation shall be properly operated and maintained by the CONTRACTOR.

After test runs have been concluded and systems have been demonstrated to be satisfactory and ready for permanent operation, all pipeline strainers and filters shall be cleaned, air filters cleaned or replaced, valve and pump packings properly adjusted, belt tensions adjusted, drive guards secured in place, lubrication checked and replenished, if required.

All equipment and systems shall be protected against freezing, flooding, corrosion or other form of damage prior to acceptance by the OWNER.

C. Initial Operation and Performance Tests

The CONTRACTOR shall be the coordinator of the start up and performance test activities. Upon completion of all work as well as the installation and adjustment of equipment, the testing of each system in a manner satisfactory to the OWNER, the CONTRACTOR, with his own forces, including such equipment manufacturers and other experts as may be necessary (hereinafter

01650-2 143/2011-05 Rebid collectively referred to as CONTRACTOR'S "Personnel"), shall place the facilities in operation. Operating procedures during said period shall be subject to approval of the OWNER.

D. Manufacturer's Services

After substantial completion and the final performance test, the CONTRACTOR at the request of the OWNER, shall furnish the OWNER with services of respective equipment manufacturer's representatives for instruction of operating and maintenance procedures. Said services shall be for a time period of 8 hours (during the regular work day) for each item of equipment listed on the bid form unless otherwise specified. All other small equipment items shall have 2 hours of on site instruction. Said services shall be additional to those furnished in connection with equipment erection, installation, testing and the correction of deficiencies. Services provided shall consist of furnishing detailed instructions to personnel of the OWNER regarding equipment operation and maintenance after personnel of the OWNER have had an opportunity to become familiar with the equipment.

The OWNER'S intent is to have a structured training program held over a reasonable time period. The CONTRACTOR will set times and dates with manufacturers to provide the training for the time specified above. The training will consist of: (1) presentation and review of the equipment O&M Manuals and (2) classroom and field instruction on equipment operation and maintenance. The OWNER, CONTRACTOR, SUPPLIER and ENGINEER will all sign prepared forms agreeing on the completion of the training.

E. Final Clean Up; Site Rehabilitation

Before finally leaving the site, the CONTRACTOR shall wash and clean all exposed surfaces which have become soiled or marked. CONTRACTOR shall remove from the site of the work all accumulated debris and surplus materials of any kind which result from his operations, including construction equipment, tools, sheds, sanitary enclosures, etc. CONTRACTOR shall leave all equipment, fixtures and work, which he has installed, in a clean condition. The completed project shall be turned over to the OWNER in a neat and orderly condition.

The site of the work shall be rehabilitated or developed in accordance with other Sections of the specifications and the Drawings. In the absence of any portion

01650-3 143/2011-05 Rebid of these requirements, CONTRACTOR shall completely rehabilitate the site to a condition and appearance equal or superior to that which existed just prior to construction, except for those items whose permanent removal or relocation was required in the Contract Documents or ordered by the OWNER.

F. Final Inspection

Final cleaning and repairing shall be so arranged as to be finished upon completion of the construction work.

The ENGINEER will make his final inspection of the work during the progress of final cleaning and repairing, and any portion of the work finally inspected and accepted by the ENGINEER shall be kept clean by the CONTRACTORS, until the final acceptance of the entire work.

When the CONTRACTORS have finally cleaned and repaired the whole, or any portion of the work, they shall notify the EN­ GINEER that they are ready for final inspection of the whole or a portion of the work, and the ENGINEER will thereupon inspect the work. If the work is not found satisfactory, the ENGINEER will order further cleaning, repairs or replacement.

When such further cleaning or repairing is completed, the ENGINEER, upon further notice, will again inspect the work. The "Final Payments" will not be processed until the CONTRACTOR has complied with the requirements set forth and the ENGINEER has made his final inspection of the entire work and is satisfied that the entire work is properly and satisfactorily constructed in accordance with the requirements of the Contract Documents.

End of Section

01650-4 143/2011-05 Rebid SECTION 01700

RIGHTS OF WAY

PART 1: GENERAL

1.01 The proposed construction activities and appurtenances shall be installed along rights of way under the jurisdiction of the OWNER, and the Borough of Glen Osborne. The OWNER has, or will have, a acquired the necessary rights of way for construction of the proposed facilities, however, if the CONTRACTOR desires ingress or egress to the construction site over private properties or land for which the OWNER obtained no such rights of way, the CONSTRACTOR shall make all necessary arrangements. Information regarding rights of way obtained from private property owners is available from the OWNER. Identification of property owners and the location of the respective property lines were obtained from various sources as noted on the plans, and may not be accurately or currently represented. The OWNER has acquired, in most cases, a temporary construction easement suitable for construction of the proposed facilities and a 20' wide permanent easement. The CONTRACTOR is cautioned to work only within the granted easements and to minimize the area of disturbance of his activities. A copy of all individual easement exhibits is available for the contractors so that they have knowledge of all easements and how they affect the work area.

The proposed construction activities may also encroach upon rights of way owned and occupied by the utility companies listed on the plans. Existing utility lines are indicated on the Drawings at locations which have been determined from either field markers or from records on file in the respective utility offices. CONTRACTORS shall conduct the construction work very carefully to avoid disturbance of those utility lines and shall advise his personnel (and those of any subcontractor) the hazards inherent in working near underground gas lines and/or overhead high voltage electric lines. Any and all damages caused to existing utility lines, or resulting from the exposure of, and contact with said lines or from other construction activities, shall be rectified by that CONTRACTOR which is responsible for same.

01700-1 143/2011-05 Rebid PART 2: PRODUCTS

Not Used.

PART 3: EXECUTION

Not Used.

End of Section SECTION 01740

CLEAN UP OF WORK SITE

PART 1: GENERAL

1.01 Immediately after all construction operations have been completed on any section, the CONTRACTOR shall thoroughly clean the area of all excess materials, debris, plant and equipment for which he is responsible. The OWNER'S Project Representative will designate and fix the limits of each "section" of construction area in the field, under each contract for clean-up purposes. While it is intended to cooperate with the CONTRATOR in establishing such section limits, it shall be required that clean-up activities reasonably progress with construction progress. The determination of what is reasonable shall be made by the ENGINEER. The CONTRACTOR shall also restore to its original condition and to the satisfaction of the OWNER'S Project Representative, all grounds, fences, lawns, driveways, streets, roadways, banks, ditches, and all other areas and shall leave the premises in a neat and operable condition.

1.02 All sewer lines and manholes shall be thoroughly flushed and cleaned and all dirt, construction materials, sediment and other materials shall be completely removed from the system prior to connection of all services and operation of the sewers.

PART 2: PRODUCTS

A. Not Used.

PART 3: EXECUTION

A. Not Used.

End of Section

01740-1 143/2011-05 Rebid THIS PAGE LEFT INTENTIONALLY BLANK

01740-2 143/2011-05 Rebid SECTION 01741

DUST AND MUD CONTROL

PART 1: GENERAL

1.01 Dust control palliatives shall be utilized where and when necessary to satisfactorily maintain roads, streets, alleys, berms and other traveled ways for vehicular traffic. In addition, the accumulation of mud and/or dirt from the excavation, backfill and trenching operations shall be cleaned off the surfaces of traveled ways by machines and/or hand labor as frequently as is necessary to properly maintain the roadways and minimize construction nuisance and traffic safety problems.

PART 2: PRODUCTS

A. Not Used.

PART 3: EXECUTION

A. Not Used.

End of Section

01741-1 143/2011-05 Rebid THIS PAGE LEFT INTENTIONALLY BLANK

01741-2 143/2011-05 Rebid SECTION 01800

SUBSTANTIAL COMPLETION

PART 1: GENERAL

1.01 The CONTRACTOR is hereby notified and alerted the Contract Technical Specifications are specific to construction of new facilities and appurtenances with site restoration throughout the whole of the work area, and to that end, the interpretation for Substantial Completion for this Contract is a point where the whole of the work for all items specified in Division 1 through Division 16 inclusive, herein, have reached a point whereby the OWNER recognizes that all parts of the specified work have progressed for utilization for the purposes which it is intended. The intention of this specification is the newly constructed facilities function for their intended purpose for the OWNER and all areas of construction are restored back to use for their intended purpose for the OWNER, Government Body/Agency and Property Owners who have granted rights of way to permit this project to go forward.

PART 2: PRODUCTS

A. Not Used.

PART 3: EXECUTION

A. Not Used.

End of Section

01800-1 143/2011-05 Rebid THIS PAGE LEFT INTENTIONALLY BLANK

01800-2 143/2011-05 Rebid DIVISION 2 - SITE WORK

SECTION 02000

SITE WORK

PART 1: GENERAL

Under this Division the CONTRACTOR shall furnish complete all materials, labor, plant, utilities and equipment necessary to perform work related to clearing, excavation, backfill, site drainage, and site restoration work, all as shown on the drawings or specified.

1.01 WORK INCLUDED

A. All work shall be performed in accordance with the requirements of the Contract Documents and the General Conditions of the specifications and all materials and equipment furnished shall conform to those descriptions and requirements. All work shall be constructed complete.

B. The CONTRACTOR shall be responsible and liable for all property damage and bodily injury that may result from his damaging or disturbing any structures, facilities, utility or process pipe lines, electric conduits, sewers, etc., and for all damages incurred as a result of his construction activities. He shall restore same to their original condition as soon as is reasonably possible after such damage is incurred.

PART 2: PRODUCTS

A. Not Used.

PART 3: EXECUTION

A. Not Used.

End of Section

02000-1 143/2011-05 Rebid THIS PAGE LEFT INTENTIONALLY BLANK

02000-2 143/2011-05 Rebid SECTION 02040

SITE PREPARATION

PART 1: GENERAL

A. Certain work to be performed will require clearing. The CONTRACTOR shall cut, clear and remove all brush, sapling, scrub and other wild growth along the route of the pipe lines. No trees shall be cut or pruned, however, without the specific approval and prior designation for cutting, by the OWNER. It is the intent of these specifications to minimize the removal of trees and, therefore, only those which will positively prevent the application of reasonable construction methods and procedures will be permitted to be removed. Clearing and brushing shall be confined to the limits of the rights of ways, easements and project site and shall be kept to a practicable minimum. Existing stumps and stumps of trees which are removed shall not be ground down, but shall be completely removed. The CONTRACTOR shall make such alternative arrangements as may be necessary for the removal and disposition of the various brush, scrub growth, stumps, saplings and tree limbs and trunks so directed to be cut and removed, shall be completely removed from the site of the work. No such debris shall be included in any backfill and as part of the clean-up work shall be required to be removed and transported away from the site to the contractors dump site.

B. Selective pruning of trees will be permitted to allow operation of the Contractor's equipment. Trees shall be pruned neatly, and the scars from pruning or other damage by the contractor's equipment shall be covered with a preservative. Prune tree branches to retain their spread to height ratio and retain their natural character. Trees excessively, and or improperly pruned shall be removed and replaced with comparable size tree at the CONTRACTORS expense.

C. Before general excavation, all topsoil over the sites of excavation and/or backfill, shall be stripped and stored in a manner to minimize soil erosion until construction is completed. CONTRACTOR shall protect the surrounding site areas from soil erosion by

02040-1 143/2011-05 Rebid installing fabric fence or straw bales at the perimeter of the area disturbed. Installation of straw bales and fabric fence and other erosion and sedimentation pollution control measures shall be in accordance with the requirement of the County Soil Conservation Service.

D. CONTRACTOR shall remove all salvageable surface items in the area to be excavated. CONTRACTOR shall properly separate, classify, store, protect, and preserve such materials and items for use in backfilling, resurfacing, replanting, restoring, or otherwise replacing the area of construction to its original conditions prior to construction, except as may hereinafter be noted. In cultivated or landscaped areas, all shrubbery, hedges, and small trees in the area of construction shall be carefully removed, stored, and preserved for reuse upon completion of construction, unless authorized otherwise by ENGINEER. Large trees which cannot be safely transplanted or reasonably replaced shall be left standing unless permission is specifically granted by the ENGINEER to remove the tree.

PART 2: PRODUCT

Not Used.

PART 3: EXECUTION

Not Used.

End of Section

02040-2 143/2011-05 Rebid SECTION 02050

DEMOLITION

PART 1: GENERAL

1.01 WORK INCLUDED

A. CONTRACTOR for Contract 2011-04 Glen Osborne Railroad Avenue Pump Station shall decommission the existing pump station as identified in the Contract Documents and as noted on the Contract Drawings. Decommissioning shall include the proper removal and disposal of all wet wells, dry wells, pumps, pipe, valves, supports, controls, cables, conduits and all other materials that comprise the pump station. All raw sewage shall be removed from the structure and the structure shall be disinfected prior to disposal. Demolition shall commence upon the new pump station being activated and following connection of the tributary sewers to the new system. All above-ground facilities shall be demolished. All existing buried structures shall have the top 4 feet concrete sections/walls removed' and disposed by " the CONTRACTOR to the Contractor's dump site. The remaining buried structures shall be backfilled with compacted select fill material. The sites shall be graded to facilitate proper drainage followed by fertilizer, seed and mulch.

B. CONTRACTOR for Contract 2011-04 Glen Osborne Railroad Avenue Pump Station shall also remove manholes as identified in the Contract Drawings, Existing gravity sewers and force main sewers shall be flushed clean, filled with non-shrink grout and abandoned in place. The top 4 feet of manhole walls shall be removed and disposed by the CONTRACTOR to the Contractor's dump site. The remaining buried manhole sections shall be backfilled with compacted select fill material. The sites shall be graded to facilitate proper drainage followed by fertilizer, seed and mulch.

1.02 RELATED WORK

A. Temporary E&S Control: Section 01500

02050-1 143/2011-05 Rebid B. Dust and Mud Control: Section 01741

C. Excavating, Backfilling, and Compacting: Section 02220

D. Soil Treatment: Section 02910

1.03 EXECUTION:

A. Not used.

End of Section

02050-2 143/2011-05 Rebid SECTION 02080

BYPASSING SEWAGE

PART 1: GENERAL

1.01 The CONTRACTOR shall provide all plant, supervision, labor and materials to bypass sewage around the existing manhole section that the new sewer line connects into. Pumps and bypass lines shall be of adequate capacity to handle the sewage flow plus additional flow that may occur during a rainstorm. The CONTRACTOR is cautioned that the estimated flows do not include contributions from any infiltration or inflow that may exist at the time of the work. The existing flows include those from upstream collection components that contribute to the subject sanitary sewer mains or manhole facilities.

1.01 By-pass pumping shall consist of flow diversion as necessary to prevent back-ups creating damage or nuisance and where the testing and/or sewer replacement is in progress. By-pass shall be performed by pumping the existing flow from upstream to downstream of the stretch of sanitary sewer involved in the particular operation, after obtaining approval from the ENGINEER. The CONTRACTOR shall provide and operate all pumps, hoses, and other conduits of adequate capacity which are necessary to prevent back-up. By-pass pumping, when required, shall continue until the particular item or work which is being performed in the section of Sewer involved has been completed.

1.02 In no case will by-pass pumping be permitted at times other than and during hours of investigation and rehabilitation.

1.03 Raw sewage spillage caused by equipment malfunction shall be cleaned and disinfected by the CONTRACTOR using disinfectants approved by the ENGINEER. Under no circumstances shall the CONTRACTOR allow the discharge of sewage into existing storm drain system or onto the ground.

1.04 The CONTRACTOR shall be liable for all damages which result from sewage flows not properly maintained

02080-1 143/2011-05 Rebid during the progress of the work, including all damages to private property which occur as a direct or indirect result of inadequate control of the sewage flow while the bypass operation is ongoing.

PART 2: PRODUCT

A. Not Used.

PART 3: EXECUTION

A. Not Used.

End of Section

02080-2 143/2011-05 Rebid SECTION 02140

DEWATERING

PART 1 GENERAL

1.01 WORK INCLUDED

A. The CONTRACTOR shall provide and maintain in operation suitable and adequate pumping and/or well point equipment for completely dewatering any and all excavations in such a manner as to permit the successful installation of the proposed improvements. No improvement shall be permitted to be constructed or installed in an excavation in which water flows or is pooled.

PART 2 PRODUCTS

A. Not Used.

PART 3 EXECUTION

A. Not Used.

End of Section

02140-1 143/2011-05 Rebid THIS PAGE LEFT INTENTIONALLY BLANK

02140-2 143/2011-05 Rebid SECTION 02150

SHORING

PART 1: GENERAL

1.01 WORK INCLUDED

A. The CONTRACTOR shall be responsible for the adequate sheeting, shoring, and/or bracing of any excavation required for the completion of his work.

B. Shoring, sheeting and bracing shall be according to all OSHA Standards and be designed by a registered professional engineer to withstand all loads superimposed thereon to protect existing or proposed structures, pipelines, or other facilities, or where required to prevent injury to personnel working in the excavation. All excavations which present a hazard to personnel working in the trench because of embankments, stockpiling of excavated materials along the top of the trench, etc., shall be provided with adequate sheeting, shoring and bracing.

PART 2: PRODUCTS

A. Not Used.

PART 3: EXECUTION

A. Not Used.

End of Section

02150-1 143/2011-05 Rebid THIS PAGE LEFT INTENTIONALLY BLANK

02150-2 143/2011-05 Rebid SECTION 02151

ANCHORING AND BLOCKING

PART 1 GENERAL

A. All Pressure Pipe Lines shall be adequately blocked and anchored to prevent the pipeline from pulling apart under pressure.

All bends in excess of 10 degrees, plugs, caps, tees, wye branches, and fire hydrants shall be blocked or anchored. Concrete blocking shall conform to the standards shown in the Standard Details SD-2-045 and SD-2-046.

Lugged fittings and tie rods, clamps, collars, restrained joints and anchoring fittings may be substituted in lieu of concrete blocking when specified in the Contract Drawing or after having received approval from the OWNER'S Representative.

PART 2 PRODUCTS

A. See Concrete Section 03300

PART 3: EXECUTION

A. Not Used.

End of Section

02151-1 143/2011-05 Rebid THIS PAGE LEFT INTENTIONALLY BLANK

02151-2 143/2011-05 Rebid SECTION 02210

SUBSURFACE EXPLORATION

PART 1: GENERAL

1.01 SITE CONDITIONS

A. Limitations of Subsurface Information Indicated on Drawings:

1. Certain information regarding the reputed presence, size, character and location of existing underground structures, pipe lines and electrical and facilities has been indicated on the Drawings for the benefit of the OWNER. There is no certainty of the accuracy of this information, and the location of underground structures indicated may be inaccurate, and other obstructions than those indicted may be encountered.

2. The CONTRACTOR hereby distinctly agrees:

a. That neither OWNER nor the ENGINEER isresponsible for the correctness or sufficiency of the information given;

b. That in no event is this information to be considered as a part of the Contract;

c. That the CONTRACTOR shall have no claim for delay or extra compensation or damage against the OWNER or the ENGINEER on account of incorrectness of information given; or on account of insufficiency or absence of information regarding obstruction either revealed or not revealed by the Drawings; and

d. That the CONTRACTOR shall have no claim for relief from any obligation or responsibility under the Contract, in case the location, size or character of any pipe, electrical or signal facility or other underground structure is not as indicated on the Drawings, or in case any pipe, electrical or

02210-1 143/2011-05 Rebid signal facility or other underground structure is encountered that is not indicated on the Drawings.

Digging Test Pits:

1. In locations where required by the ENGINEER, or indicated on the Contract Drawings, dig test pits to determine the location and elevation of existing subsurface utility pipelines, electrical facilities or structures. Dig such test pits in the presence of an authorized representative of the OWNER of the subsurface utility pipelines, electrical facilities or structures. The CONTRACTOR is further advised that no excavation, pipe laying or other work is permitted at above referenced locations without the presence or approval of an authorized representative of the OWNER of the subsurface utility.

2. Digging test pits in locations required by the ENGINEER or indicated on the Drawings will be classified as Miscellaneous Unclassified Excavations and Backfill.

3. Test pits or other miscellaneous excavation dug to obtain information on subsurface conditions or underground obstructions without written requirement of the ENGINEER will be at the CONTRACTOR'S expense.

4. Each test pit excavation shall be assumed to be 10 feet long by 8 feet deep by 2 feet wide minimum.

AIR/VACUUM TEST HOLE SUBSURFACE UTILITY LOCATION

1. In locations required by the ENGINEER or indicated on the Contract Drawings, the CONTRACTOR shall locate buried utilities by means of non destructive digging equipment insuring the integrity of subsurface utility lines as no hammers, blades or heavy mechanical equipment shall come in contact with the utility being uncovered and the location and elevation is determined.

02210-2 143/2011-05 Rebid 2. Each Air/Vacuum Excavation shall be assumed to be 10 feet long, 5 feet deep by a width adequate to verify the elevation and location of the utility being investigated.

3. Required by the ENGINEER or indicated on the Drawings will be classified as Miscellaneous Unclassified Excavations and Backfill.

4. Excavations to obtain information on subsurface conditions or underground obstructions without written requirement of the ENGINEER will be at the CONTRACTOR'S expense.

PART 2: PRODUCTS

Not Used.

PART 3: EXECUTION

Not Used.

End of Section

02210-3 143/2011-05 Rebid THIS PAGE LEFT INTENTIONALLY BLANK

02210-4 143/2011-05 Rebid SECTION 02220

EXCAVATING, BACKFILLING, AND COMPACTING

PART 1: GENERAL

1.01 WORK INCLUDED

The CONTRACTOR shall make personal examination of the site in which the improvements are to be installed and determine for himself the extent and character of any work that may be encountered. All excavations shall be unclassified and no extra payment will be made for hand excavation or for rock, shale, masonry, etc., encountered in construction. There shall be no blasting on this project.

The CONTRACTOR shall provide adequate and suitable means of shoring and/or bracing to prevent failure of any excavation wall and to protect his personnel working in the excavation.

All open excavation which presents a hazard to personnel or equipment on the construction area shall be adequately barricaded and posted with battery operated warning lights, signs, etc., as required by any local, state or federal regulations governing same, or by any published company policy or regulation of the OWNER.

Should the CONTRACTOR'S operations impair foundations for new or existing structures, he shall provide Class C concrete underpinning piers or supports for such structures at no additional cost to the OWNER.

No frozen or excessively wet material will be permitted to be used as backfill. Suitable or selected backfill material shall be kept separated from the unsuitable types. If the CONTRACTOR allows suitable backfill material from his excavation to become frozen or excessively wet or mixed with unsuitable material, he shall not be allowed to use it as backfill material and he will be required to bring in material from an outside source at no additional cost to the OWNER.

02220-1 143/2011-05 Rebid All excavation materials not used in backfill, or final grading operations shall be hauled from the site and disposed of by the CONTRACTOR at his own expense. He shall not dispose of such material on the site of the work without the permission of the OWNER.

PART 2: PRODUCTS

Not Used.

PART 3: EXECUTION

3.01 EXCAVATION AND BACKFILL FOR STRUCTURES

Excavation for all structures shall be made to the lines and grades as shown on the plans, and in the case of concrete structures, the excavation shall be made far enough from the final lines of the structure to afford ample room for setting and removing forms for dewatering purposes and for other construction needs.

Machine excavation shall be permitted to within 3 inches of the bottom of footings, floors and foundations but the final 3 inches shall be shaped with hand shovel to insure attainment of correct final grades which are free from loose, shattered, spongy, or other unsatisfactory foundation conditions. Any foundation areas which are overcut or disturbed by the CONTRACTOR'S operations shall be cleaned and backfilled to foundation grade with concrete conforming to these specifications.

Excavation for manholes or similar structures may be performed with non-vertical banks except where such excavation will undermine adjacent facilities or structures, or where such excavation will violate private property outside the property lines established for this work. All inlets and discharge piping within the area of the manhole excavation shall be installed in concrete cradle and the cradle shall extend a minimum of three feet and as far into the pipe trench as necessary to protect the pipe to where standard trench conditions are reached.

Backfill around structures shall not be placed until approval is received from the OWNER'S representative

02220-2 143/2011-05 Rebid at the site. No backfill will be permitted to be placed against newly poured concrete walls until the concrete has attained the specified 28-day strength. Backfill around structures shall be placed uniformly in successive layers around the entire structure to preclude the possibility of nonuniform loading for the exterior wall. In this regard, the maximum permissible differential elevation of backfill at any one time will be four feet.

Backfill around all structures and in all trenches shall be carried to the grade indicated on the drawings or to that grade indicated on the drawings or to that grade existing before the installation of the improvement, unless otherwise indicated on the drawings or specified hereafter.

Compaction of the backfill around structures shall be accomplished by the use of adequately weighted rollers except that within three feet of any building wall, only approved mechanical tampers shall be used. Backfill material which is to be rolled shall be spread and compacted in layers not to exceed eight inches (compacted thickness). Rollers shall be of a design approved by the OWNER'S representative at the site. The thickness of the layers of backfill material which are spread by bulldozer and compacted by the bulldozer tracks, or which are to be tamped in place shall not exceed four inches. No stones larger in any dimension than the thickness of the compacted layers specified will be permitted in the backfill material. Fill areas and trench backfill under roadways shall be compaeted to Proctor Density of 95%.

3.02 OPEN EXCAVATION

Except where otherwise shown on the plans, all pipelines shall be constructed in open trenches. All excavation shall be unclassified and no extra payment will be made for rock, boulders, shale, timbers, logs, old foundations, masonry, or other natural or artificial materials encountered in the trenching operations. There shall be no blasting.

The depth of trenches shall be such that the location of the proposed pipes will conform with the lines and grades shown on the plans or as revised and

02220-3 143/2011-05 Rebid established by the OWNER'S representative in the field during construction. The shape of all trenches above the pipe zone, trench sidewall supports both above and within the pipe zone, the construction methods employed, the general protection requirements, the general excavation requirements, the general trenching requirements, and the minimum requirements for trench shoring, shall conform with the regulations set forth under Subpart P, "Excavation, Trenching and Shoring" published as part of the Safety and Health Regulations for Construction by the U. S. Department of Labor, as amended. No trenching excavation work shall be performed which is not in accordance with those regulations.

The shape of the trenches in the "pipe zone" (which shall be construed to be that portion of the trench between the trench bottom and an elevation 1 foot above the top of the pipe), shall conform to the configuration identified as "Typical Bedding" on the contract drawing. The CONTRACTOR is herein advised that if trench widths in the pipe zone exceed the outside diameter of the pipe plus two feet, and if the OWNER'S representative determines that such excessive widths will result in structural loadings for which the pipe is not designed, he shall be required to bed the pipe on concrete cradle as directed by the OWNER'S representative at no additional cost to the OWNER.

The CONTRACTOR shall shape trenches which are located adjacent to existing aboveground or underground struc­ tures and/or facilities or in other confined areas, so that such structures and facilities are properly protected against damage or disturbance from settlement or displacement. Adequate sheeting, shoring and/or bracing shall be installed and maintained to provide such protection and the CONTRACTOR shall be responsible for all damages resulting to such proposed and existing structures, pipelines, and/or facilities as the result of his failure to use and maintain adequate trench wall supports, as well as a result of any other construction activities. The bottoms of all trenches shall be excavated to a depth of 0.5 ft. below the bottom of the proposed lines to accommodate the bedding hereinafter specified.

02220-4 143/2011-05 Rebid Materials excavated from trenches shall be stored or deposited within the rights-of-way established for this work, unless the CONTRACTOR secures, in writing, permission from adjacent property owners to use their property for this purpose.

Where muck, quicksand, soft clay, swampy or other material is encountered in the trench bottom, which in the opinion of the OWNER'S representative is unsuitable for pipe foundation subgrade or backfill, such material shall be removed to a depth satisfactory to the OWNER'S representative. The trench shall then be backfilled to grade with acceptable material, mechanically compacted in successive layers. For the removal and replacement of such unsuitable materials, to a depth greater than the 6" below the bottom of the pipe, and when authorized by the OWNER'S representative, the CONTRACTOR shall be reimbursed on the basis of the invoiced unit cost of the delivered material times the actual measured unit quantity installed times a multiplier of 1.15.

The OWNER'S representative may require that sheeting, shoring and/or bracing installed for trench excavation be left in place in order to protect adjacent facilities or structures. Where such is not required in the Detailed Specifications, or in the Plans, the CONTRACTOR will be reimbursed in accordance with the Changes of Contract Price section of the General Conditions. All other sheeting may be salvaged when the removal of same will not present a hazard to the adjacent facilities or to the safety of the CONTRACTOR'S personnel. The CONTRACTOR shall be fully responsible and liable for any improper or premature removal of sheeting, shoring or bracing and any and all personnel or property damages resulting therefrom.

The depth of trench for pipelines shall be such that pipe in its installed position will comply with the lines and grades shown on the plans, or as revised and established by the OWNER'S representative in the field during construction.

02220-5 143/2011-05 Rebid 3.03 PIPE BEDDING AND PIPE ZONE BACKFILL MATERIAL

Where rock is encountered at the bottom of the trench and where ductile iron and flexible material pipelines are installed, piping shall be supported on a granular material such as 2B limestone or 2B gravel complying with the gradation and classification f the Pennsylvania Department of Transportation or similar material approved by the OWNER's representative with a minimum depth of 0.5 ft. below the bottom of the pipe installed for the full width of the trench. For flexible pipe, said material shall further be required to be placed in the entire pipe zone area of the trench to an elevation 1 ft. above the top of the pipe. For ductile iron pipe the bedding material shall extend to the pipe spring line. The above requirement has precedence over KLH Standard Detail SD-2-001 Pipe Zone Detail For Ductile Iron Pipe. No slag material is permitted. The bedding and backfill material shall then be choked as required by the OWNER'S representative with approved material in sufficient quantities to prevent the migration of surrounding soils into the bedding and backfill. The material shall be placed in the pipe zone in such a manner as to not disturb, displace, or otherwise misalign the installed lines. Bedding material shall be installed to support precast concrete manholes and precast concrete vaults.

3.04 BACKFILL MATERIAL ABOVE THE PIPE ZONE

Backfilling of trenches located under the proposed building and in roadways, parking areas, driveways and other traveled ways shall be backfilled between the pipe zone and the base of the roadway or structure with approved crushed stone material. No slag material shall be permitted as select backfill material.

The CONTRACTOR shall limit daily trench excavation to a length of pipe placement and backfilling that can be completed the same day.

The width of all trenches shall not exceed the maximum of four feet or the pipe diameter plus two feet, as measured from the bottom of the respective pipe trench to a horizontal plane located one foot above the top of pipe. In the event that the CONTRACTOR'S construction

02220-6 143/2011-05 Rebid methods/activities result in a trench wider than the pipe diameter plus two feet within that pipe zone, he shall install concrete bedding or encasement or shall make such other provisions as may be directed by the ENGINEER to assure the structural integrity of the pipe. Where excavation exposes the bottom of proposed trenches where very soft or other unstable pipe foundation materials exist, the CONTRACTOR will be directed to overcut or stabilize/overcut and the CONTRACTOR shall be compensated for the additional excavation in accordance with the provisions specified in the General Conditions. Polyvinylchloride sewer pipes and ductile iron pipe having restrained joints shall be installed at the locations identified in the contract drawings on bedding material with a minimum depth of 6", which material shall conform to the specifications set forth hereinafter.

The material excavated during trenching and other construction operations shall be used as backfill at locations where there is no permanent improvement. Said material shall be used for the full depth of trench to the finished ground surface where the ground is unimproved. At all locations, the entire depth within the backfilled area shall be thoroughly compacted in layers. Backfill material in trenches above the pipe zone at all locations, shall be placed in lifts not exceeding eight inches in thickness and shall be thoroughly and mechanically compacted by the use of vibratory or reciprocating tamping equipment or may be placed in lifts not exceeding three feet in thickness and shall be thoroughly and mechanically compacted by use of vibratory hoe pack for the full depth of trench. Special backfill material (select backfill is required in trenches under existing streets, alleys, roads, traveled ways, road shoulders or berms and driveways. In the event that the CONTRACTOR desires to employ the use of special vibratory and/or heavy duty machinery for that purpose, such methods will be approved by the OWNER'S representative, subject to demonstration by the CONTRACTOR that satisfactory end results can be attained.

Unsatisfactory trench settlements occurring within 18 months after completion of the work shall be the

02220-7 143/2011-05 Rebid responsibility of the CONTRACTOR at no extra cost to the OWNER.

3.05 EMBANKMENT AND FILLS

A. FILL PROCEDURES 1. Embankments and fills to be included in this work shall be constructed to the lines and grades shown on the plans. 2. Where newly placed material abuts old material in the embankment, the old material shall be cut or broken by discing, plowing, scarifying or bulldozing until it shows the characteristic colors of undried material. The bulldozer shall then work on both old and new material in such a manner as to thoroughly bond them together. 3. During the dumping and spreading operations of the materials for the embankment or fill, the CONTRACTOR shall maintain at all times a force of men sufficient to remove roots, grass, trash and branches from the rolled fill section and these materials shall be removed from the embankment and burned or otherwise disposed of in a manner satisfactory to the ENGINEER. 4. The surface of the fill or embankment shall have the optimum water content required for compaction, as determined by the CONTRACTOR'S soils expert. 5. The fill and/or embankment shall be built up in ap­ proximate horizontal layers of the maximum thickness indicated in the compaction method or method hereafter specified across its full length and width. The layers shall be spread uniformly and shall have a slope of approximately 1% to the outside of the embankment to facilitate surface drainage during placement operations. 6. The entire surface of the embankment or fill shall be maintained at all times in such a condition that construction equipment can travel over any part and at no time shall separate pieces of equipment track each other. 7. Compaction shall be accomplished by one of the following methods, the first of which shall be used where practical and possible.

B. COMPACTION METHOD NO. 1

Fill material shall be spread in uniform layers not to

02220-8 143/2011-05 Rebid exceed 6" after compaction.

02220-9 143/2011-05 Rebid Tamping rollers having staggered, uniformly spaced knobs and equipped with suitable cleaners, shall be used for compacting each layer. The projecting face area of each row and the number and spacing of the knobs shall be such that the total weight in pounds of the roller and ballast, if distributed over the equiv­ alent area of one row of knobs parallel to the axis, will not be less than 250 pounds per square inch and preferably not more than 500 pounds per square inch. Each layer of material shall be compacted by passing the specified roller over the entire surface the _number of times required to obtain 50% coverage as determined by the size and spacing of the roller feet or knobs, and assuming that no part of the layer being compacted is covered by a roller knob more than once.

If, in the opinion of the ENGINEER, additional rolling is required to obtain optimum compaction, the CONTRAC­ TOR shall perform the same at no additional cost to the OWNER. The design and operation of tamping rollers shall be subject to the approval of the ENGINEER and he shall have the right at any time during the prosecution of the work to direct such alterations or repairs as may be found necessary to secure the optimum compaction of the earth fill materials.

C. COMPACTION METHOD NO. 2

Fill material shall be spread in uniform layers not to exceed 4 inches after compaction. The CONTRACTOR will be permitted to employ a heavy bulldozer for spreading such material. The bulldozer shall weigh not less than 10 tons and be equipped with cleated tracks. In compacting the embankment, the bulldozer tracks or treads shall cover the entire surface of each layer at least once. Compaction of the embankment with the bulldozer shall continue until the maximum compaction has been secured.

02220-10 143/2011-05 Rebid D. COMPACTION METHOD NO. 3

This method is intended for use only in confined areas too small for the use of tamping rollers or bulldozers. Material shall be spread in layers not to exceed 4" depth before compaction and then thoroughly compacted by means of mechanical tamping. Hand tamping will not be approved as a substitute for mechanical tamping.

It is contemplated that this method shall be used in pipe trenches, under and around pipe passing through embankments and to heights of 2 feet above such pipe, and adjacent to manholes and structures. Particular care shall be taken in these areas to obtain compaction at least equal to that obtained by Method No. 1 of the previously specified methods.

End of Section

02220-11 143/2011-05 Rebid THIS PAGE LEFT INTENTIONALLY BLANK

02220-12 143/2011-05 Rebid SECTION 02500

PAVING AND SURFACING

PART 1: GENERAL

1.01 WORK INCLUDED

A. CONTRACTOR shall furnish all equipment, plant, labor, and materials required for the construction of paving and surfacing required of the Contract and shall include furnishing and installing all materials required to complete the project as described in the Plans and Specifications. Contract drawings identify existing and proposed paving. At proposed paving areas the CONTRACTOR shall construct new paved roads and driveways in accordance with all applicable specifications. It is anticipated the construction activities will ultimately result in the existing paving deterioration and therefore the existing paving areas shall be restored with new paving either by milling and topping, restoring the base at excavated areas and resurfacing, or constructing new road paving at locations where the total road bed has been destroyed.

B. The CONTRACTOR and his surety will continue to be liable for all latent defects. However, the surety is liable only until the performance/maintenance bond is released. The ENGINEER will determine when a defect is a latent defect. The CONTRACTOR shall satisfactorily repair or correct latent defects, at no expense to the OWNER. If the defects cannot be satisfactorily repaired or corrected, provide reimbursement for any expenses or damages incurred by the OWNER because of the defects.

C. The CONTRACTOR shall remove, renew, restore, and repair damage to any part of the work, occurring before acceptance, which is due to the action of the elements or any other cause. Repair such work, in accordance with the terms and conditions of the contract, at no expense to the OWNER except if the damage is due to unforeseeable causes beyond the control of the CONTRACTOR, as determined by the ENGINEER.

D. The CONTRACTOR shall furnish all plant, labor, equipment, barricades, warning and protective devices to protect the new construction and paving within the limits of work at all times for local plant traffic. CONTRACTOR shall submit time schedule for work to be performed.

02500-1 143/2011-05 Rebid E. The CONTRACTOR shall furnish all plant, labor, tools equipment, barricades, warning and protective devices required to protect the paving courses by erecting and maintaining said barricades to prevent vehicular traffic from the new surface courses after placement of materials to permit adequate stability and adhesion of the aggregate.

F. All distribution and trucks used under this contract shall be properly cleaned and shall meet the requirements of and be equipped as specified by the Pennsylvania Department of Transportation and shall be calibrated by a recognized engineering firm. A certified calibration chart shall accompany the distributor at all times. All distributors shall be equipped with a tachometer or an approved metering device and asphalt sampling containers for test samples.

G. Mixing Plant, hauling equipment, pavers and rollers shall be suitable to complete all required work in accordance with the requirements of Pennsylvania Department of Transportation Section 400 of Publication 408, current edition, as amended.

H. CONTRACTOR shall provide all hauling equipment required or necessary to move pavers, rollers or chipping equipment from street to street as a part of those items specified in the form of proposal.

PART 2: PRODUCTS

2.01 BITUMINOUS ASPHALT PAVING

A. All materials furnished, supplied, delivered or used under this contract shall be in accordance with PennDOT Publication 408, current edition, as amended, or as specified herein and the CONTRACTOR will be required to certify that the material used under these contracts shall meet these specifications.

B. Coarse aggregate will be slag, gravel or stone manufactured from approved sources as listed in Bulletin No. 14, (Publication No. 34), "Aggregate Producers" current edition.

C. Fine aggregate for bituminous mixtures will be manufactured from approved sources as listed in Bulletin No. 14, (Publication No. 34), "Aggregate Producers" current edition.

02500-2 143/2011-05 Rebid D. Bituminous material shall be manufactured from approved sources and meet the requirements of Bulletin No. 25, (Publication No. 37), "Specifications for Bituminous Materials" current edition.

E. Bituminous concrete mixtures shall be manufactured as approved and specified in Bulletin No. 27, (Publication No. 27), "Design Procedures/Specifications, Special Bituminous Mixtures" current edition, and be from approved sources as listed in Bulletin No. 41, (Publication No. 41), "Producers of Bituminous Mixtures" current edition.

F. All equipment used in milling asphalt and mixing, hauling, spreading, rolling, chipping, applying liquid asphalt and tools necessary to perform and complete all work herein specified shall be in accordance with the requirements of PennDOT Publication 408 dated 2007 as amended.

G. All material furnished, delivered or applied shall comply with the requirements of Section 106 "Control of Material" of Publication 408 dated 2007 as amended.

H. Materials required to meet PennDOT's specifications shall be tested in accordance with the requirements of Publication 408 dated 2007 as amended.

I. Brooming and Cleaning and Bituminous Tack Coat

1. Brooming and cleaning shall be performed in locations requiring subsequent leveling, binder, or wearing courses.

2. Brooming and cleaning shall be as specified in Publication 408, Section 400 "Flexible Pavements". All unsuitable material shall be disposed of by the CONTRACTOR at a site secured by the CONTRACTOR.

3. The bituminous tack coat shall be furnished and applied to existing wearing surfaces in locations requiring subsequent leveling, binder, or wearing courses.

4. The bituminous tack coat shall be applied with an approved distributor as specified in Publication 408, Section 460 "Bituminous Tack Coat".

5. The tack coat shall be Class AE-T Emulsified Asphalt. CONTRACTOR shall submit a certified

02500-3 143/2011-05 Rebid affidavit that material complies with PennDOT Publication 408, Section 460.

6. The bituminous tack coat shall be applied at the rate of 0.07 to 0.10 gallons per square yard on all surfaces of the existing bituminous pavement to be resurfaced.

Superpave 25.0mm Base Course

1. The Superpave 25.0mm Base Course material shall be furnished and placed in locations as specified herein and by the ENGINEER/OWNER's Representative.

2. Keyways shall be cut at limits of work.

3. CONTRACTOR shall furnish, place and roll Base Course constructed of a minimum four inches (4"), as measured after compaction, of Superpave 25.0 mm Base Course. Asphalt mix design shall be as follows: Superpave 25.0mm Base Course 0.3 to 3.0 million ESAL's, PG 64-22, 4" depth. The Superpave 25.0 mm Base Course shall conform to PennDOT Publication 408, 2007 edition as amended, Section 409.

Superpave 9.5mm Fine-Grade Wearing Course

1. The Superpave 9.5mm Fine-Grade Wearing Course shall be furnished and placed as specified herein and by the ENGINEER/OWNER'S Representative.

2. CONTRACTOR shall furnish and place, and roll a Wearing Course asphalt mix design as follows: Superpave 9.5mm Fine-Grade Wearing Course 0.3 to 3.0 million ESAL's, PG 64-22, SRL H, rolled and compacted to a finished depth of one and one half inches (1 1/2"), as measured after compaction. The Superpave 9.5 mm Fine-Grade Wearing Course material shall conform to PennDOT Publication 408, 2007 edition as amended, Section 409. Material shall be placed on the prepared roadway/formed curb surface as specified and meeting the requirements of Publication 408.

02500-4 143/2011-05 Rebid 2.02 STONE SUB BASE

A. All stone utilized to construct the access/driveway sub base shall be limestone. All stone gradation shall meet 7AASHTO specifications. Sub base shall consist of the installation of a geotextile fabric Phillips Supoc 8 NP or approved equal, an 8 inch base course consisting of 5 1/2 inches of No. 3 stone, 2 inches of No. 57 stone and 1/2 inch choke course of No. 8 stone.

PART 3: EXECUTION

3.01 CONSTRUCTION REQUIREMENTS

A. All paving removed, damaged or destroyed during the construction of this work shall be replaced in kind equivalent to or greater then that existing before construction. Where damage is within two feet of the curb or edge of roadway, replacement shall be to that curb or paving edge.

B. The CONTRACTOR is cautioned that damage caused by tracked equipment on any finished road, street, driveway, sidewalk, etc. surface outside of the trench area will be restored by the CONTRACTOR at his cost.

C. Prior to the placing of any new bituminous material, all exposed vertical joints must be cleaned and primed with a uniform coating of bituminous material, Class E-6 (AASHTO SS-1 or CSS-1), E-8 (AASHTO SS-lh), Class AE-T applied in two or more applications, or of the class and type designated for bituminous course.

D. All bituminous material shall be installed and compacted by methods and with equipment approved by the Pennsylvania Department of Transportation.

E. When all paving and compaction is completed all joints shall be sealed using AC-20 Asphalt Cement or with Emulsions El, E6 or E8. This application shall be a minimum of six inches in width. All bituminous material shall be installed and compacted by methods and with equipment approved by the Pennsylvania Department of Transportation.

F. The CONTRACTOR shall protect newly paved areas keeping traffic off of the area until adequate curing and stability is attained and as directed by the ENGINEER.

02500-5 143/2011-05 Rebid G. All painted lines and markings shall be installed according to the Commonwealth of Pennsylvania Department of Transportation Specifications, Section 962, and all other applicable sections. Stop bars shall be painted each side of the entrance gate.

H. Railroad Avenue Pump Station Access - Non-Rigid Paving. All non-rigid bituminous surface paving shall be in accordance with the requirements of the Pennsylvania Department of Transportation Publication 408.

1. Sub base shall consist of the installation of a geotextile fabric Phillips Supoc 8 NP or approved equal, an 8 inch base course consisting of 5 1/2 inches of No. 3 stone, 2 inches of No. 57 stone and 1/2 inch choke course of No. 8 stone.

2. The base course shall be two (2) courses 4 inches compacted Superpave 25.0 mm base course material placed in one compacted layer.

3. The surface course shall be two inches (2") compacted Superpave 9.5 mm fine-grade wearing course. Seal edges with hot bituminous liquid.

End of Section

02500-6 143/2011-05 Rebid SECTION 02609

DETECTABEL MARKING TAPE

PART 1: GENERAL

1.01 The CONTRACTOR shall furnish and install magnetical detectable tape. Marking tape shall be detectable with conventional location equipment and therefore shall be encased in aluminum foil or other similar material.

1.02 The marking tape shall be minimum three (3) inch width and shall be installed two (2) feet above the pipe and along the pipe line installed.

1.03 Marking tape shall be vividly colored in accordance with standard industry color standards. Tape shall be marked "Gravity Sewer Line" at gravity sewers, "Intermittent Pressure Sewer" at force Mains and "Waterline" at water lines, storm sewer, gas, or electric above those buried lines.

PART 2: PRODUCTS

2.01 Marking tape shall be as manufactured by the Terra Tape or an approved equal.

PART 3: EXECUTION

Not Used.

End of Section

02609-1 143/2011-05 Rebid THIS PAGE LEFT INTENTIONALLY BLANK

02609-2 143/2011-05 Rebid SECTION 02730

PIPED WASTEWATER SEWER

PART 1: GENERAL

1.01 RELATED WORK

A. Excavating Backfilling and Compacting: Section 02220

B. Manholes: Section 02731

1.02 QUALITY ASSURANCE

A. Design Criteria:

1. Use one type and class of pipe in continuous line of sewer between structures, unless otherwise indicated on the Drawings. 2. Use pipe and fittings designed to withstand imposed trench loadings and conditions at the various locations.

1.03 SUBMITTALS

A. Shop Drawings and Product Data: Submit completely dimensioned shop drawings, catalog cuts and such other data as required to provide complete descriptive information for the following:

1. Sewer Pipe and Fittings 2 . Piping Specialties 3. Service Connection Pipe and Fittings

B. Certificates:

1. Certified records or reports of results of shop tests, such records or reports to contain a sworn statement that shop test have been performed as specified. 2. Manufacturer's sworn certification that pipe will be manufactured in accordance with specified reference standards for each pipe type.

02730-1 143/2011-05 Rebid 1.04 PRODUCT DELIEVERY, STORAGE AND HANDLING

A. Transport, handle and store pipe materials and the associated materials specified herein, in the manner recommended by the respective materials manufacturers so as to prevent damage and defects to their respective materials.

1.05 SITE CONDITIONS

A. Environmental Requirements:

1. Keep trenches dewatered until pipe joints have been made and concrete cradle and encasement (as required) have cured. 2. Do not lay pipe in water or on bedding containing frost. 3. Do not lay pipe when weather conditions are unsuitable for pipe laying work, as determined by the ENGINEER.

PART 2: PRODUCTS

2.01 DUCTILE IRON PIPE FOR GRAVITY SEWERS

A. Ductile Iron Pipe: Provide pipe which is permanently marked with the manufacturer's trademark, size, and conforming to Pressure Class 350.

1. The Pipe shall be centrif ugally cast in metal molds or sand-lined molds, for water or other liquids as described in the specifications published by the American Water Works Association ANSI/AWWA C151/A21.51. 2. Fittings shall conform to the applicable provisions of ANSI/AWWA/C110/A21.10 and ANSI/AWWA C111/A21.11. 3. Joints shall generally be of the push-on type. The manufacturer shall furnish a sworn statement that the inspection and all of the specified tests have been made and that the results comply with the above stated specification standards. 4. All pipe and fittings shall be coated and shall be provided with a cement lining in accordance with the latest revision of the ANSI/AWWA C104/A21.4 specification.

02730-2 143/2011-05 Rebid 5. The push-on type joints shall be of the single rubber gasket molded to be positioned in an annular recess in the pipe or fitting and shall compress radically to form a positive seal and shall be shaped so that the gasket is locked in place against displacement. Joints shall conform to those provisions set forth in the ANSI/AWWA/C111/A21.11 specifications, which are applicable to the push-on type. All lubricants and gaskets and any required special tools for construction of the pipeline shall be furnished by the pipe manufacturer. 6. All necessary accessories including lock ring, bolts, etc., shall be furnished and installed to accommodate the restrained and/or mechanical j oints. 7. Pipe and fittings shall be similar and equal to those products manufactured by Atlantic States Cast Iron Pipe Co., American Cast Iron Pipe Company or U.S. Pipe and Foundry Company.

2.02 POLYVINYL CHLORIDE (PVC) GRAVITY SEWER PIPE

Diameters 6 inch through 10 inch for gravity sewers.

A. Solid Wall Polyvinyl Chloride (PVC) Pipe: Provide pipe which is permanently marked with manufacturer's trademark, size and conforming to ASTM D-1784 and class 12454-B, 12454-C or 13364-B PVC compound.

1. Pipe, Solid Wall, Size 6 through 15 Inch Diameters: Type SDR-35 conforming to ASTM D 3034 requirements, or Type PS-46 conforming to ASTM F- 679 requirements for pipe sizes 18 inch to 27 inch diameter. All pipe to be bell and spigot type furnished in lengths of approximately thirteen feet (13').

2. Fittings: Commercially manufactured molded fittings made from PVC compounds having a cell classification of 12454-B, 12454-C, or 13343-C as defined in ASTM Specification D 1784.

02730-3 143/2011-05 Rebid 3. Joints: Push-on style joint, with elastomeric gasket, conforming to ASTM D 3212 requirements for joint design; gasket conforming to ASTM F 477 requirements for material specifications, providing a watertight seal.

a. Pipe bell design shall incorporate the gasket locked in a grove so as to prevent gasket displacement when pipes are joined.

2.03 DUCTILE IRON PIPE FOR PRESSURE SEWER

A. Ductile Iron Pressure Sewer Pipe: Provide pipe which is permanently marked with the manufacturer's trademark, size and pressures sewers (Force Mains) shall be fabricated conforming with the ANSI A21.50 and A21.51 specifications, Thickness Class 52.

1. The ductile iron pipe shall be finished with a double cement mortar lining coated per ANSI A21.4 and shall be coated with a standard bituminous coating.

2. Fittings shall also be fabricated of ductile iron conforming to ANSI A21.10 or A21.53 (short body) (gray iron fittings are not acceptable). All pipe fittings shall be furnished with a double cement mortar lining per ANSI A21.4. Fittings shall be rated for at least 350 pounds per square inch (psi) service.

3. Pressure Sewers shall be anchored and/or blocked at all locations where bends and/or changes in profile or alignment exceed 10°; concrete blocking and anchoring shall be as specified with Section 02151. Reference KLH Standard Detail SD- 2-045 and SD-2-046.

1.01 POLYVINYL CHLORIDE (PVC) PIPE FOR PRESSURE SEWERS (THREE INCH DIAMETER AND LARGER) ."

A. Pressure Sewer (Force Main) Pipe shall meet the requirements of AWWA C900 Polyvinyl Chloride (PVC) Pressure Pipe and shall be Class 200 pipe meeting the requirements of DR14. Provide pipe which is permanently marked with the manufacturers trademark, and size.

02730-4 143/2011-05 Rebid 1. All pipe shall be suitable for use as pressure conduit. Provisions must be made for expansion and contraction at each joint with an elastomeric ring. The bell shall consist of an integral wall section with a locked in solid cross section elastomeric ring which meets the requirements of ASTM F-477. The bell section shall be designed to be at least as hydrostatically strong as the pipe wall and meet the requirements of AWWA C900. Sizes and dimensions shall be as shown in the Contract Drawings.

2. Standard laying lengths shall be 20 feet (plus or minus 1") for all sizes. At least 85% of the total footage of pipe of any class and size shall be furnished in standard lengths. The remaining 15% can be furnished in random lengths. Random lengths shall not be less than 10 feet long. Each standard and random length of pipe shall be tested to four times the class pressure of the pipe for a minimum of 5 seconds. The integral bell shall be tested with the pipe.

3. Fittings shall be Pressure Class 350 and be fabricated of Ductile Iron conforming to the latest revision of ANSI/AWWA/C110/A21.10 or A21.53 (short body) (gray iron fittings not acceptable. All pipe fittings shall be furnished with a double cement mortar lining per ANSI/AWWA/C104/A21.4 specifications.

4. All Fitting and Valves shall be installed with retaining glands (Megalugs or an approved equal).

5. Force mains shall be anchored and/or blocked at all locations where bends and/or changes in profile or alignment exceed 10°; concrete blocking and anchoring shall be as specified in Section 02151. Reference KLH Standard Detail SD- 2-045 and SD-2-046.

02730-5 143/2011-05 Rebid PART 3: EXECUTION

3.01 INSPECTION

A. Inspect each section of pipe and each pipe fitting before laying in conformance with the inspection requirements of the appropriate referenced standard.

B. Remove rejected products from the project site.

3.02 PREPARATION

A. General Requirements:

1. Clean piping interior prior to laying pipe and following pipe laying.

2. Keep open ends of piping and pipe attachment openings capped or plugged until actual connection or actual pipe testing. Prevent water and debris from washing into the pipe.

3. Excavate trenches in rock at least 25-feet in advance of pipe laying. Protect pipe ends from blasting, if blasting is allowed in the Project.

B. Earthwork: Perform earthwork for sewer installation as specified in Section 02220.

3.03 SEWER CONSTRUCTION METHODS

A. General Requirements: Use proper and suitable tools and appliances for the proper and safe handling, lowering into trench and laying of pipes.

1. Lay pipe proceeding upgrade true to line and grades given. Lay bell and spigot pipe with bell end upgrade. Lay tongue and groove pipe with groove end upgrade.

2. Exercise care to insure that each length abuts against the next in such manner that no shoulder or unevenness of any kind occurs along inside bottom half of pipe line.

3. No wedging or blocking permitted in laying pipe unless by written order of Engineer.

02730-6 143/2011-05 Rebid 4. Before joints are made, bed each section of pipe full length of barrel with recess excavated so pipe invert forms continuous grade with invert of pipe previously laid. Do not bring succeeding pipe into position until the preceding length is embedded and securely in place.

5. Dig bell holes sufficiently large to permit proper joint making and to insure pipe is firmly bedded full length of its barrel.

6. Walking or working on completed pipe line, except as necessary in tamping and backfilling, is not permitted until trench is backfilled one-foot deep over top of pipes.

7. Take up and relay pipe that is out of alignment or grade, or pipe having disturbed joints after laying.

8. Take up and replace with new, such in place pipe sections found to be defective. No additional compensation paid for replacement work.

9. Bedding materials and concrete work for pipe bedding as specified in the Contract.

B. Pipe Laying and Joining: Perform pipe laying and joining in strict accordance with manufacturer's installation instructions, reference standards as included, and such additional requirements as specified herein.

1. Make joints absolutely watertight and immediately repair detected leaks and defects. Methods of repair subject to Engineer's approval.

2. Laying/Joining Ductile Iron Pipe: Installation and joint assembly according to AWWA C 600, and as follows:

a. Where necessary to field cut pipe use approved pipe cutter, milling cutter or abrasive wheel saw.

02730-7 143/2011-05 Rebid 3. Laying/Joining Specified Types of Plastic Pipe: Installation and joint assembly according to ASTM D. 2321 requirements and bedding materials as specified herein.

3.04 FIELD QUALITY CONTROL

A. General Requirements: Conduct tests specified herein so that each pipe line stalled in the Project is tested to the Engineer's satisfaction.

1. Provide tools, materials (including water and temporary fittings), apparatus and instruments necessary for pipe line testing.

2. Conduct tests in the presence of and to the satisfaction of the ENGINEER.

3. A testing schedule.

4. A listing of equipment intended to be used, including general information on the pump, pressure gauge, pressure relief and water meter.

5. Certification that the pressure gauge has been calibrated to 0.1 psi.

6. Maintain testing records on a form provided by the ENGINEER and the CONTRACTOR, shall be required to certify that all such testing has conformed with the specified test conditions and requirements.

B. Testing Equipment:

1. Use air compressing apparatus equipped with a control panel with necessary piping, control valves and gauges to control air flow rate to piping test section; and to monitor air pressure within piping test section and air pressure within test section seal plugs. To prevent accidental overloading of piping test section, provide air compressing apparatus with an approved pressure relief device set to relieve at ten psi.

02730-8 143/2011-05 Rebid 2. Provide an extra pressure gauge of known accuracy to frequently check test equipment and apparatus.

3. Air testing equipment and associated testing apparatus subject to Engineer's approval.

4. Provide GO-NO-GO Mandrel and incidental equipment for Deflection Test. Mandrel to conform to following requirements:

a. Cylindrical in shape with not less than nine arms spaced evenly around the mandrel.

b. Minimum contract length of mandrel arms with pipe wall not less than the nominal diameter of the pipe being tested.

c. Mandrel diameter 95 percent of inside pipe diameter.

Cleaning Prior to Test: Before tests are conducted, flush piping including sewers, branches and service connections until free of all forms of dirt and construction debris.

1. The water for the flush cleaning operation shall be from the CONTRACTOR'S source.

2. A plug shall be installed in the new sewer connecting into the existing sewer system to preclude any water and debris from the flushing operations from entering the existing sewer system.

3. CONTRACTOR shall be responsible to remove and dispose of all flushing water, debris, dirt, etc., from the new sewer system.

4. New sewer shall remain plugged until the new sewer system is accepted by the OWNER.

Gravity Sewer Line Acceptance Test: After a section of sewer and its service connections is constructed between adjacent manholes, backfilled and successfully cleaned, perform line acceptance test as specified herein.

02730-9 143/2011-05 Rebid Where sewers are constructed in a location and at an elevation where the ground water elevation is 4 feet (vertically) higher than the test section of pipe, said constructed sewer pipe(s) shall be hydrostatically tested by measuring the rates and/or volume of flow of infiltration into the pipeline through the pipe joints and/or pipe walls.

The C0NTR7AT0R shall furnish and install such weiring devices as is required for that purpose, subject to the prior approval of the ENGINEER. All sewers so tested by measuring the rates and/or volumes of water infiltrating into the constructed sewer (as a result of external hydrostatic pressure imposed by ground water) shall be required to comply with such test results which indicate that those rates are less than a flow of 100 gallons per inch diameter of sewer line per mile of pipe per day. Those sewers which admit infiltration of ground water at rates in excess of the parameter, regardless of the differential in elevation between the sewer pipe and the ground water, shall be reconstructed or shall be sealed in a manner satisfactory to the ENGINEER.

All sewer pipes not subjected to latent external hydrostatic ground water pressure shall be tested by including low pressure air, internally, into the pipe. Said test shall not be performed until the backfill has been in place at least 10 days. Air shall be slowly introduced into the section of pipe to be tested, until the air pressure is raised to approximately 4.0 psi and the test pipe section is stabilized for 2 minutes without drop. The pressure shall then be slowly decreased to 3.5 psi to 3.0 psi shall be compared to the required time to decide if the rate of air loss is allowable. Minimum holding times required by the pipe diameter are shown in Gravity Pipe Air Test Requirements, Table 1. In the event loss does occur before the minimum time displaced in the table below or more than 0.5 psig, appropriate repairs or reconstruction shall be made and, the test procedure shall be rerun until the test criteria as displayed in the Gravity

02730-10 143/2011-05 Rebid Pipe Air Test Requirements, Table I, is successfully accomplished.

4. In the event the ENGINEER approves the application of internal low pressure air test where ground water elevations prevail higher than the top of the sewer pipe being tested, 0.5 psi per foot of hydrostatic head above the top of the sewer pipe shall be added to the test pressure.

5. The CONTRACTOR shall lamp each section of sewer pipe between manholes by providing a light at one end; the ENGINEER/OWNER'S field representative will observe the pipe at the other end. Sewers not constructed on uniform line and grade and, therefore, not showing a full circle of light during lamping, shall be rejected.

6. All gravity sewer pipes shall also be tested for pipe deflection. Said tests shall not be performed until the backfill has been in place for at least thirty (30) days; maximum acceptable deflection shall be 5% of the vertical internal diameter. Said testing may be performed with a deflectometer, or an ASTM approved mandrel for the specified pipe diameter. Deflection testing equipment shall be required to receive the prior approval of the ENGINEER.

E. Force Main (Pressure Sewer) Line Acceptance Test: After the pipe line had been constructed, restrained, anchored and blocked, backfilled and successfully cleaned, Perform line acceptance test specified herein.

1. A hydrostatic test shall be conducted at a pressure of a minimum of 150 pounds per square inch at any point of testing. The time period of said test shall be not less than two hours and the pressure shall not vary by more than plus or minus 5 psi during the entire period of the test. All air shall be completely expelled from the section of line to be tested, prior to application of the test pressure.

02730-11 143/2011-05 Rebid 2. No section of pipeline will be accepted if, as a result of the aforementioned hydrostatic test, leakage is greater than an amount determined by the following formula:

L = SD (P)0-5 133,200

L: Allowable leakage, gallon per hour S: Length of pipe tested, feet D: Diameter of pipe, inches P: Average test pressure, pounds per square inch

3. If the testing of any section of line discloses leakage greater than the amount, the CONTRACTOR shall, at his sole expense, locate the problem and make all necessary repairs and retest until the pipeline conforms with the specified allowance. Any and all visible leaks which are detected shall also be repaired, regardless of the amount of leakage.

4. All force main shall also be hydrostatically tested for leakage after installation is completed. Said testing shall be performed in accordance with the applicable sections of the AWWA C600 standards. Each section of pipe to be tested shall be slowly filled with water during which time air shall be expelled from the pipeline through the air release valves (where high points in the line exist at which there are no air release valves, CONTRACTOR shall install corporation cocks for the purpose) . After all air is expelled, the air release devices shall be closed and line pressures shall be raised to the test pressure directed by the ENGINEEER. Test pressures shall be 1.5 times the expected working pressure predicted upon the elevation of the lowest point in the line, corrected to the elevation of the test gauge. Any joint, fittings, valves, cracked pipe or other appurtenances revealing leakage during the pressure test shall be corrected, after which the pressure test shall be rerun. Pressure tests shall be conducted for a 30 minute time period.

02730-12 143/2011-05 Rebid 5. After performance of the successful pressure test, a leakage test shall be performed over a duration period of two hours at a pressure to be determined by the ENGINEER. Leakage is defined as the quantity of water supplied to the test section of pipe, which is required to maintain pressure within 5 psig of said test pressure during the entire testing period. Pipe construction so tested shall be deemed to have failed the leakage test if the leakage resulting is greater than 10 gallon per inch diameter per mile of pipe per day.

Repair and Retest: When sections of sewer fails to meet test requirements specified previously:

1. Determine source or sources of leakage. 2. Repair or replace defective material, if as result of improper workmanship, correct such. 3. Take up and relay pipe sewer line section that has more than the maximum allowable deflection. 4. Conduct additional test required to demonstrate that sewer line meets specified test requirements.

The OWNER reserves the right to retest at his expense, any piping throughout the duration of the Construction Period.

1. CONTRACTOR shall make repairs as Work of this Contract to piping found defective by such Owner conducted tests.

02730-13 143/2011-05 Rebid Table 1 Minimum Specified Time Requirement for a 0.5 psig Pressure Drop for Size and Length of Pipe

Specification Time for Length (L) Shown, minis Pipe Length (L) Time for Minimum Diameter For Longer Time In. Minimum Length minis Time ft. S/L

100 ft. 150 ft. 200 ft. 250 ft. 300 ft. 350 ft. 400 ft. 450 ft. 4 1:53 597 0.190/L 1:53 1:53 1:53 1:53 1:53 1:53 1:53 1:53 6 2:50 398 0.427/L 2:50 2:50 2:50 2:50 2:50 2:50 2:51 3:12 8 3:47 298 0.760/L 3:47 3:47 3:47 3:47 3:48 4:26 5:04 5:42 10 4:43 239 1.187/L 4:43 4:43 4:43 4:57 5:56 6:55 7:54 8:54 12 5:40 199 1.709/L 5:40 5:40 5:42 7:08 8:33 9:58 11:24 12:50 15 7:05 159 2.671/L 7:05 7:05 8:54 11:08 13:21 15:35 17:48 20:02 18 8:30 133 3.846/L 8:30 9:37 12:49 16:01 19:14 22:26 25:38 28:51 21 9:55 114 5.235/L 9:55 13:05 17:27 21:49 26:11 30:32 34:54 39:16 24 11:20 99 6.837/L 11:24 17:57 22:48 28:30 34:11 39:53 45:35 51:17 27 12:45 88 8.563/L 14:25 21:38 28:51 36:04 43:16 50:30 57:42 64:54 30 14:10 80 10.683/L 17:48 26:43 35:37 44:31 53:25 62:19 71:13 80:07 33 15:35 72 12.926/L 21:23 32:19 43:56 53:52 64:38 75:24 86:10 96:57 36 17:00 66 15.384/L 25:39 38:28 51:17 64:06 76:55 89:44 102:34 115:23

NOTE Reprinted from ASTM 1417-92

End of Section

02730-14 143/2011-05 Rebid SECTION 02731

MANHOLES

PART 1: GENERAL

1.01 WORK INCLUDED

A. The CONTRACTOR shall furnish and install where shown on the drawings, precast concrete, manholes. The CONTRACTOR shall consult KLH Standard Detail SD-2-007, and SD 2-010, and bound with this contract specification for the details of construction. Manhole diameters shall be 4'-0" diameter unless noted otherwise. All manholes having inside drop connections shall be 5'-0" inside diameter.

1.02 RELATED WORK

1. Excavation, Backfilling and Compaction, Section 02220 2. Piped Wastewater Sewer, Section 02730 3. Division 3 Concrete

1.03 QUALITY ASSURANCE

A. Source Quality Control:

1. Maintain uniform quality of products and component compatibility by using the products of one manufacturer for precast reinforced concrete manholes.

2. Obtain certificate of construction compliance with ASTM C 478 from the precast reinforced concrete manhole manufacturer. Submit this certificate as part of required submittals.

3. Obtain certificate of material compliance with ASTM A 48, Class 30 tensile strength from the manhole frame and cover manufacturer. Furnish certification that tensile test bars were from same pour as castings. Submit the certificate as part of required submittals.

02731-1 143/2011-05 Rebid 04 SUBMITTALS

Shop Drawings and Product Data:

1. Submit manufacturer's published detail drawings, modified to suit design conditions if required, and CONTRACTOR prepared drawings as applicable, for each product specified herein.

2. Submit manufacturer's description literature and specifications for each product specified herein. Include installation information.

Certificates:

1. Certified records or reports of results of shop tests, such records or reports to contain a sworn statement that shop tests have been made as specified.

2. Manufacturer's sworn certification that components and products will be manufactured in accordance with specified reference standards for components and products.

3. Manufacturer's sworn certification that manhole frame and cover tensile test bars were poured from the same iron as castings they represent.

05 DELIVERY, STORAGE AND HANDLING

Transport and handle precast reinforced concrete manhole components, and other products specified herein, in a manner recommended by their respective manufacturers to prevent damage and defects. Through- wall lifting holes are not permitted in manhole component construction.

Store precast reinforced concrete manhole components in accordance with their manufacturer's recommendations to prevent joint damage and contamination. Exercise such care in storage of other specified products as recommended by their respective manufactures.

06 SITE CONDITIONS

Environmental Requirements

02731-2 143/2011-05 Rebid 1. Do not set or construct manhole bases on subgrade containing frost.

PART 2: PRODUCTS

2.01 BASIC MATERIALS

A. Cast-In-Place Concrete Products: Formwork, Reinforcement, and Cast-In-Place Concrete conforming requirements of Division 3-Concrete.

B. Waterproofed Mortar: Mortar material composition shall meet the requirements of ASTM C 270, for Type M mortar with waterproofing admixture included.

1. Acceptable Manufacturers:

a. Medusa Cement Company; Medusa Waterproofing Paste or Power. b. Grace Construction Materials; Hydratite c. Chem-Master Corporation; Hydrolox d. Or Equal.

C. Epoxy Bonding Compound: Provide a high-modulus, low viscosity, moisture insensitive epoxy adhesive having the following characteristics.

1. Mix Ratio: 100 percent solids, two-component; mixed one part by volume component B to two parts by volume component A. 2. Ultimate Compressive Strength; 13,000 psi after cure at 73 degrees F. and 50 percent relative humidity determined in accordance with ASTM D 695. 3. Acceptable Manufacturers: Sika Corporation: Sikadur Hi-Mod. Euclid Chemical Company; No. 452 Epoxy System. A.C. Horn, Inc., Epoxtite Binder. Or Equal.

D. FRAMES AND COVERS

1. Standard Manhole frames and covers shall be heavy duty cast iron designed for AASHTO Highway Loading Class H-20 and to fit the precast top section of the manhole; frame shall be anchor bolted to conical top section or slab. The frame

02731-3 143/2011-05 Rebid and cover for the manhole will be fabricated of cast iron and conform to the details of KLH SD 2¬ 019. Frames and covers shall be NEEHAN R-1753 with self sealing lids. The covers shall having lettering identifying the "OWNER and SEWER" shall be cast in the cover as applicable. Four H" anchor bolts shall be provided for each frame. The final setting of manhole castings shall be such that they conform with the existing ground slopes and shall be set to exclude surface water. Contact surfaces of frames and covers shall be machined so that covers rest securely in the frames. Frames and covers shall be coated with a corrosion resistant bitumastic material which shall be smooth and durable and will not chip off.

Watertight Manhole Frames and Covers shall be Neenah R-1755-F2 complete with Neoprene Gasket, bronze tightening bolt and channel locking bar or an approved equal. Frame and cover shall conform to the details of KLH SD-2-020. Frames and covers shall be machined so that covers rest securely in the frames. Frames and covers shall be coated with a corrosion resistant bitumastic material which shall be smooth and durable and will not chip off. The covers shall have lettering identifying the "Owner and Sewer" or "Owner and Water".

Manhole base constructed with cast-in-place concrete shall conform to the American Concrete Institute's Standard 614. The entire interior surface area of the concrete base shall have a steel trowel finish. The bottom section of the precast barrel section shall be completely encased with Class "A" concrete for a distance of 6 inches above the crown of the incoming sewer pipe, or a minimum of 12 inches above the bottom of the precast section. The precast barrel against which the concrete is being deposited shall be "wetted" before placing the concrete and the joint between the barrel wall and the freshly placed concrete shall be worked with a steel trowel to minimize shrinkage cracking which may occur. The slump of the concrete used for encasement shall not exceed 2 inches.

02731-4 143/2011-05 Rebid E. PIPE CONNECTIONS

1. Sanitary sewer pipe connections shall be watertight and shall be installed during the precasting process and shall as manufactured by A-Lok or an approved equal. See Standard Details for specific pipe connector.

F. LADDER BARS

1. Ladder bars shall be twelve inches wide on twelve inch centers cast in the manhole wall at the time that the concrete barrel section is made; steps shall be ASTM A 615 deformed steel reinforcing bar completely encapsulated in grade 49108, ASTM D 401 Polypropylene Compound, Type II; MA Industries Inc. or equal.

G. COATINGS

1. The exterior surface of all manholes, and other concrete vaults shall be coated and waterproofed with two coats of bitumastic material or coal tar. Each coat shall have a minimum dry film thickness of 8 mils.

H. CONCRETE SEALANT

1. Concrete Sealant shall be used between joints at precast concrete manholes. Material shall be flexible Butyl Resin Sealant meeting the requirements of Federal Specifications SS-S-210 (210A), AASHTO M-198B, and ASTM C-990-91. Material shall be ConSeal or an approved equal.

2.02 PRECAST REINFORCED CONCRETE MANHOLE COMPONENTS

A. Materials and Construction: Conforming to requirements specified in ASTM C 478 except as follows:

1. Concrete: Composition and compressive strength conforming to ASTM C 478 except use Type II or Type III cement in manhole components and increase compressive strength to 4500 psi (at 28 days) in precast bases.

02731-5 143/2011-05 Rebid 2. Casting and Curing: Wet cast and steam curing process in accordance with Section 3.6.11 and 3.7.2 of AWWA C 302.

3. Manhole Steps: Factory installed in manhole components, prealigned vertically, spaced on equal centers, and located the minimum distance from ends of risers and top sections as indicated on Drawings.

4. Manhole Component Seals: Manhole component joints factory formed for self-centering concrete to concrete bearing employing a flexible Butyl Resin Sealant.

5. Manhole Component Design: Designs shall conform to ASTM C 478. Base, tapered and straight riser section, and top sections dimensions and diameters, not consistent with ASTM C 478, are as indicated on Drawings.

6. Lifting Holes and Lugs: Through-wall lifting holes not permitted in manhole component construction. Factory-install lifting keys or lugs integrally in manhole components.

B. Precast Bases and Riser Sections: Design, materials and construction as specified previously.

C. Pipe Openings: Custom preformed during manufacturing in each base and riser section requiring a pipe opening. Preform the opening to accommodate the type of pipe and pipe opening seal required.

1. Prefabricated Pipe Opening Seals: Resilient gasket type, conforming to requirements specified in ASTM C 923.

D. Precast Top Sections: Designs as required by the Drawings, and of materials and construction as specified herein, except additional and differing requirements as follows:

1. Hold Down Bolt Inserts: Factory cast the inserts in the top section with four (4) % inch threaded inserts or slotted inserts to accommodate manhole frame hold down bolts. Provide threaded inserts

02731-6 143/2011-05 Rebid of three inches depth and designed for an ultimate load in tension of 12,500 pounds. Inserts factory plugged for shipping. Coordinate insert locations in the top sections to match the bolt hole locations in the manhole cover frames.

2. Flat Slab Tops: Thickness versus diameter is as indicated on the Drawings. Tops factory formed to properly accept and support required manhole cover frame and properly formed underside to join the top section to the riser section in a matching joint.

3. Eccentric Cone Tops: Provide precast tops of the same minimum wall thickness and with same area of circumferential steel reinforcement as riser sections.

E. Precast Grade Rings: Leveling and adjusting units of three inches or four inches thickness and of materials and construction as specified. Provide precast grade rings with hold down bolt holes matching location of bolt holes in manhole cover frame. The design shall provide for full bearing of manhole cover frame.

2.03 OPTIONS IN PRODUCTS

A. Manhole Construction Options: The option is permitted to construct one type of manhole in the Project of the following types; except where required otherwise on Drawings.

1. All-precst reinforced concrete manhole components.

2. All-precast reinforced concrete manhole components except manhole base. Base of cast-in- place concrete construction.

3. Manhole base constructed with cast-in-place concrete shall conform to the American Concrete Institute's Standard 614. The entire interior surface area of the concrete base shall have a steel trowel finish. The bottom section of the precast base shall have a steel trowel finish. The bottom section of the precast barrel section shall be completely encased with Class "A"

02731-7 143/2011-05 Rebid concrete for a distance of 6 inches above the crown of the incoming sewer pipe, or a minimum of 12 inches above the bottom of the precast section. The precast barrel against which the concrete is being deposited shall be "wetted" before placing the concrete and the joint between the barrel wall and the freshly placed concrete shall be worked with a steel trowel to minimize shrinkage cracking which may occur. The slump of the concrete used for encasement shall not exceed 2 inches.

4. Precast reinforced concrete grade rings used as manhole cover frame leveling units in any of the above manhole construction options.

PART 3: EXECUTION

3.01 INSPECTION

A. Inspect precast reinforced concrete manhole components in accordance with requirements of ASTM C 478 regarding repairable defects and defects subject to rejection by the ENGINEER.

3.02 PREPARATION

A. Keep pipe and manhole interiors cleared of debris as construction progresses.

B. Earthwork: Perform earthwork for manhole installation as specified in Section 02220.

3.03 MANHOLE CONSTRUCTION METHODS

A. Cast-In-Place Manhole Base: Construct in accordance with design and dimensions indicated on Drawings. When necessary to construct wider or deeper manhole bases than indicated or specified, build such bases as required by the ENGINEER.

1. Form and pour concrete in accordance with requirements of Division 3 - Concrete. Additional requirements as follows:

a. Vibrate poured concrete using mechanical vibrator of a type and design approved by

02731-8 143/2011-05 Rebid ENGINEER. Use vibrators of type capable of transmitting vibration to concrete in frequencies of not less than five thousand impulses per minute.

b. Form and pour joint monolithically in manhole base top to match joint of adjoining precast riser section. Use template as obtained from precast concrete manhole component manufacturer of manhole components used in the Project.

2. Install sewer piping in cast-in-place manhole bases prior to pouring the concrete.

a. Apply Epoxy Bonding Compound in accordance with manufacturers instructions to pipe at base connection prior to pouring the concrete.

b. Install PVC Waterstop on pipes entering and leaving manhole base prior to pouring concrete. Install PVC Waterstop in accordance with manufacturer's written instructions.

2. Use Class A (4000 psi) concrete as specified in Section 03300, unless indicated otherwise on Drawings.

B. Precast Concrete Manhole Bases: Install bases on a 6- inch deep compacted layer of aggregate meeting requirements of Bedding as specified in Section 02220.

1. When using Prefabricated Pipe Opening Seals for connecting pipes into manholes, and such seals create an annular space on interior and exterior of manhole wall pipe openings after pipe connection is made, fill such annular spaces with Preformed Plastic Sealing Compound.

a. Tightly caulk sealing compound into annular spaces in a manner to completely fill the spaces and render the installation watertight.

02731-9 143/2011-05 Rebid b. Following sealing compound installation, trowel compound surface smooth and flush with interior face of manhole.

Length of Pipe Connections into Manholes:

1. Use pipes no longer than five feet in length when connecting into manholes through Prefabricated Pipe Opening Seals. 2. For all other pipe connections into manholes, use pipes of such length that a pipe joint is provided at the outside edge of manhole base or wall as applicable. Also use pipes no longer than 6 feet in length of first pipe joined thereto.

Concrete Channel Fill: Field pour and form concrete channel fill for each manhole base except in the case where precast bases are used, factory preformed channels may be provided.

1. Form inverts directly in concrete channel fill.

2. Accurately shape invert to a semi-circular bottom conforming to inside of connecting pipes, and steel trowel finish to a smooth dense surface.

3. Make changes in size and grade gradually.

4. Make changes in direction of entering sewer and branches to a true curve of as large a radius as manhole size will permit.

5. In terminal manholes, install concrete channel fill formed channel extending from down stream pipe opening directly across the base to future pipe opening on upstream side of the base.

6. Make slopes gradual outside the invert channels.

7. Use Class B (3000 psi) concrete as specified in Section 03300, unless indicated otherwise on Drawings.

8. When precast bases with preformed channels are used, fill the annular space at the pipe connections, on both sides of the wall, with non-

02731-10 143/2011-05 Rebid shrink non-metallic grout as specified in Section 03600.

9. The size and depth of the inverts will vary to suit the size of the pipe used and shall have a height of at least 6 inches higher than the springline or to the top of the inlet pipe, which ever is higher.

Manhole Wall Erection: Provide precast reinforced concrete straight riser, tapered riser and top sections necessary to construct complete manholes. Fit the different manhole components together to permit watertight jointing and true vertical alignment of manhole steps.

1. Install flexible butyl resin between joints in accordance with the manufacturer's recommendations.

Lifting Recess Sealing: Seal with properly designed tapered rubber plugs. Drive plugs into recesses in such manner to render them completely water and air tight. Sealing of lifting recesses with grout not permitted.

Frame and Cover Installation: Where required, make final adjustment of frame to elevation using materials selected under Contractor Options In Products.

1. Set precast grade rings, bricks or concrete masonry units in Waterproofed Mortar. Wet, but do not saturate concrete masonry units and precast grade rings immediately before laying. Saturate brick immediately before laying.

2. Precast grade ring: Pre-set to proper plane and elevation using wedges or blocks or cementitiuos material not exceeding the joint thickness. No more than four wedges or blocks per grade ring permitted. Incorporate wedges or blocks in fresh mortar in a manner to completely encase each. Crown fresh mortar to produce squeeze-out between grade rings. Tool exposed joints with appropriately shaped tool and compact mortar edge into joints. Clean off excess mortar prior to initial mortar set.

02731-11 143/2011-05 Rebid 3. Concrete Masonry Leveling Unit: Lay segmental concrete masonry units to line and in radial courses with completely filled mortar joints. Flush cut exposed horizontal and vertical joints on manhole interior and exterior. Leave exterior surface ready for parging.

4. Brick Leveling Units: Lay brick to line and in header courses. Lay each course to stagger one half brick over previous course. Completely fill joints and make close joints not exceeding H inch on inside face of manhole. In making closures, use no portion of a brick less than the width of a brick, and whenever practical use whole brick laid with long side at right angles to inside face of manhole wall. Finish brick work with long side at right angles to inside face of manhole wall. Finish brick work with neatly struck and pointed joints. Clean brick work by removing mortar smears and drippings.

5. Parge the outside of finished brick or concrete masonry leveling units with a minimum of H thick waterproofed mortar.

6. Bolt manhole frames in place on manhole top section, or leveling units with a minimum of H inch thick preformed plastic sealing compound on bearing surface of manhole frame. Remove excess sealing compound squeeze-out after manhole frame is bolted in place.

7. Use bolts of sufficient length to properly pass through leveling units, if any, engage full depth of manhole top section inserts and allowing enough threaded end to pass thourgh manhole frame to properly tighten nut and washer. Tighten manhole frame bolts after mortar has cured.

H. Plugging Pipe Openings: Plug pipe openings in manholes where such openings are required for future pipe connections.

Use masonry units and waterproofed mortar laid up to prevent deterioration.

02731-12 143/2011-05 Rebid Install such materials to meet exfiltration limits and to allow future removal without damage to manhole.

I. Drop Manholes: Construct in accordance with Type indicated in Standard Details or bound in the Contract Drawings. Use the same type pipe and fittings in drop connection as used in the sewer line from which drop connection is made.

3.04 FIELD QUALITY CONTROL

A. General: After erection of the manholes, connection of the sewers, and placement of the backfill to approximately the finished ground elevation, each manhole shall be vacuum tested for water tightness. 1. Conduct tests in presence of, and to complete satisfaction of the ENGINEER.

2. Should a manhole not satisfactorily pass testing, discontinue manhole construction in the Project until that manhole does test satisfactorily.

3. Provide tools, materials (including water), equipment and instruments necessary to conduct the manhole testing specified herein.

a. Vacuum Testing Equipment:

1) Use vacuum apparatus equipped with necessary piping, control valves and gauges to control air removal rate from the manhole and to monitor vacuum.

2) Provide an extra vacuum gauge of known accuracy to frequently check test equipment and apparatus.

3) Vacuum testing equipment and associated testing apparatus are subject to ENGINEER'S approval.

4) Provide seal plate with vacuum piping connections for inserting in manhole frame.

4. Prior to testing, clean manholes thoroughly and seal openings, both to the complete satisfaction

02731-13 143/2011-05 Rebid of the ENGINEER. Seal openings using properly sized plugs.

5. Perform testing with frames installed. Include the joint between the manhole and manhole frame in the test.

6. The CONTRACTOR may elect to make a test for his own purposes prior to backfilling. However, conduct tests of the manholes for acceptance, only after the backfilling has been completed.

B. VACUUM TEST PROCEDURE:

1. Perform vacuum testing in accordance with the testing equipment manufacturer's written instructions. 2. Draw a vacuum of ten inches of mercury and close the valves.

3. Consider manhole acceptable when vacuum does not drop below nine inches of mercury for the following manhole sizes and times:

a. Four foot diameter - 60 seconds. b. Five foot diameter - 75 seconds. c. Six foot diameter - 90 seconds. d. Seven foot diameter - 105 seconds.

C. Repair and Retest: Determine source or sources of leaks in manholes failing acceptable limits.

1. Repair or replace defective materials and workmanship, as is the case, and conduct such additional Manhole Acceptance Tests and such subsequent repairs and retesting as required until manholes meet test requirements.

2. Materials and methods used to make manhole repairs shall meet with ENGINEER'S approval prior to use.

3. Make repairs, replacements and retests at no increase in Contract Price.

End of Section

02731-14 143/2011-05 Rebid SECTION 02820

SITE FENCE AND GATES

PART 1: GENERAL

1.01 WORK INCLUDED

A. The CONTRACTOR shall furnish and install, at the locations shown on the Contract Drawings, as specified or as directed, new chain link fencing as required for the proper completion of the work included under this Contract.

B. In general, this work shall include the furnishing and erecting of new fencing, barbed wire, posts, fittings and concrete footings, including all necessary labor, tools, materials and appurtenances. The installation shall be complete in all respects and ready for use and operation. The CONTRACTOR will be responsible for all incidental details and for any special construction necessary to complete the work in an acceptable manner.

C. Fence System inclusive of all post, fabric and other components damaged during removal shall be replaced with new materials.

D. The CONTRACTOR shall provide all labor, materials and appurtenances necessary for installation of the fencing system defined herein.

E. Like items of materials provided hereinafter shall be the end products of one manufacturer in order to achieve standardization for appearance, maintenance and replacement.

1.02 SUBMITTALS

A. Shop Drawings: Submit layout of fencing and gates with dimensions, details and finishes of components, accessories and post foundations.

B. Product Data: Submit manufacturers catalog cuts.

C. Submit manufacturer's samples of PVC coating.

D. Color samples.

02820-1 143/2011-05 Rebid PART 2: PRODUCTS

2.01 GENERAL

A. All equipment and materials furnished under this Section shall be new, suitable for the conditions of service to which they will be subject and equal to the best of their respective classes. Grade and quality shall meet the applicable cited specifications and standards.

B. Quality Assurance

1. The CONTRACTOR shall provide laborers and supervisors who are thoroughly familiar with the type of construction involved and materials and techniques specified.

C. Product Handling And Storage

1. Upon receipt at the job site, all materials shall be checked to ensure that no damages occurred during shipping or handling. Materials shall be stored in such a manner to ensure proper ventilation and drainage and to protect against damage, weather, vandalism and theft.

2.02 MANUFACTURER

A. Products from qualified manufacturers who have five years or more experience in manufacturing chain link fence proj ects.

2.03 CHAIN LINK FENCE FABRIC

A. PVC Vinyl coated over galvanized steel core wire per ASTM F668. Wire to the have 75,000 psi tensile strength. The selvage of the fence fabric shall be knuckled at the bottom and twisted at the top.

B. Fence Fabric shall be Class 2a - Extruded and Adhered (Bonded) 11 gauge steel core (8 gauge finished) x 2"

mesh.

C. Color to be selected by owner.

2.04 PVC COATED STEEL FENCE FRAMEWORK A. Group 1C steel pipe per ASTM F 1043, haveing a minimum, yield strength of 50,000 psi. External coating type B zinc with organic overcoat 0.9 oz/ft2 minimum zinc.

02820-2 143/2011-05 Rebid Internal coating type B or type D with an 81% nominal zinc pigmented coating 0.3 mils minimum thickness. All coatings to be applied after welding.

Pipe shall be straight, true to section and conform to the following weights:

Pipe size Group 1C Outside Diameter Weight lbs./ft. 1 5/8" 1.84 1 7/8" 2.28 2 3/8" 3. 12 2 7/8" 4 . 64 3 1/2" 5.71 4" 6.56 6 5/8" 8 5/8"

B. Polymer coating shall match fabric according to ASTM F934 and shall be either PVC 10 mils minimum or polyester 3 mils minimum coating.

2.05 PVC COATED STEEL FENCE FRAMWORK

A. Post and rail sizes shall be the following:

Heavy Construction:

Fence Line Terminal Top, Brace, Middle or Height Post Post Bottom Rail

7' 2 3/8 2 7/8" 1 5/8

2.06 PVC COATED HARDWARE

A. Chain link fence fittings per ASTM F626. All ferrous metal fittings to be galvanized. All fittings to be steel. All fittings are coated to match fabric and pipe color per ASTM F934.

B. The exterior surface of the fittings shall be polymer coated with a minimum 6 mil and a maximum 15 mil thickness. Color coating material and thickness may be at the option of the manufacturer.

C. Tie wires shall be aluminum, minimum 9 gauge plus PVC coating.

D. Barbed Wire shall be zinc coated steel, double strand, 13 gauge, twisted line wire with aluminized steel, 4 point barbs, spaced approximately 5" on center. Barbed wire to be coated as per ASTM F 1665.

02820-3 143/2011-05 Rebid E. Bottom tension wire shall be zinc, 9 or 7 gauge steel core having a tensile strength of 75,000 psi as per ASTM. A817. PVC coating per ASTM F 1664.

2.07 PVC COATED STEEL SWING GATES

A. Chain link swing gates - ASTM F900.

B. Pipe, fabric and hardware to match adjacent fencing.

C. Gate to have welded corners. Welds to be finished with cold galvanizing compound and touched up with colored touch up paint to match the color of the pipe and fabric system.

D. Outside gate framework to be a minimum of 1 7/8" OD. Interior bracing to be 1 7/8" OD.

E. Gate post dimensions are as follows:

Width of gate frame up to and including 6' wide - 2 7/8" OD Over 6' up to and including including 12' wide - 4" OD Over 12' up to and including 18' wide - 6 5/8" OD Over 18' up to and including 24' wide - 8 5/8" OD

Note: the above dimensions are per leaf. For double swing gates use the proper post per leaf.

F. Single swing gates receive a fork type latch capable of being pad locked.

G. Double swing gates shall have a strong arm latch.

H. Add gate holdbacks as necessary.

2.08 PVC COATED SLIDE GATES

A. Chain link slide gates - ASTM - 1184. Fabric to match adjacent fencing.

1. Overhead slide gates shall include required beam clearance. The overhead beam, trolleys and guides are be vinyl coated as available.

2. Cantilever slide gates shall have a galvanized steel frame and utilize external rollers.

2.09 BARBED WIRE

A. Fencing shall include 3 strand barbed wire on support

02820-4 143/2011-05 Rebid arms. Barbed wire support arms shall withstand a load of 250 pounds applied vertically to outermost end of arm. Barbed wire support arms shall be installed as recommended by the manufacturer. Support arms shall be anchored to the posts in a manner to prevent easy removal with hand tools. Attachment shall be with 3/8 inch plain rivets or at the contractor's option with low velocity explosive driven studs. Two anchors per arm will be required. Wire will be pulled taut and attached to the arms with clips or other suitable mean to prevent easy removal.

2 . 10 TOP RAIL

A. Top rail shall be shall be of the same material and coating identified with the fabric and posts.

B. Rails shall be of heavy construction and 1-5/8" in diameter.

2.11 BRACE RAIL

A. A Brace rail shall be located at mid height of the fence at terminal posts only - 1 at each end and two at each corner.

PART 3: INSTALLATION

3.01 EXAMINATION

A. Examine areas and conditions before proceeding with installation. Verify that clearing, earthwork pavement work and any other conditions that may affect the proper placement of the fence are complete by others. Do not begin installation until final grading is completed by others, unless given permission to proceed by the owner, architect or superintendant.

B. Fence corners are to be located by others. Owners shall also mark private utilities. A PA One Call shall be made for public utilities.

C. Install chain link fence to comply with ASTM F567 and more stringent requirements if specified.

3.02 INSTALLATION

A. Fence shall be erected by skilled mechanics in accordance

02820-5 143/2011-05 Rebid with the best practice of the trade and in accordance with the chain link fence manufacturer and ASTM F-567.

B. All posts to be set in concrete footers.

C. Fencing shall not be hung until concrete has cured for 7 days. Consideration will be given to shorter cure times for use of high-early or reinforced concrete types.

D. Space line posts an equal distance of 10 feet maximum center to center of posts.

E. Set terminal posts at the beginning and end of each continuous length of fence and where abrupt changes in grade or direction of fence occur (30° or more).

F. Post excavation: Drill or hand excavate holes for posts to diameters and spacing indicated, in firm, undisturbed or compacted soil. Diameter and depth of footings are as follows:

1. The diameter shall be 4 times the largest cross section or diameter of the fence post. The depth shall be 24" for 4" high and an additional 3" in depth for each additional foot in fence height up to a maximum of 4' deep for 15' high fence. Should solid concrete be encountered the depth of the hole shall be 3 times the post diameter with the hole diameter 1" larger than the largest cross section of the post.

G. Post setting: Set posts in concrete footers. Footer shall extend 6" deeper then the bottom of the post. Protect portion of post above ground from concrete splatter. Verify that posts are plumb, aligned and at correct height and spacing. Crown the concrete to shed water with a 2" crown. An alternative method is to leave the footing 2" low and cover with sod, blacktop or other materials.

H. Concrete shall be 1:2:4 mix with a minimum 28 day compressive strength of 3000 psi.

I. To install posts in a solid concrete pad or wall core drill or place a sleeve. The diameter of the hole should be 1" larger than the largest cross section of the post. The depth of the hole should be 3 times the post diameter with a 6" minimum depth. Grout shall be non shrink, nonmetallic, premixed, factory packaged, non staining, non corrosive, nongaseous complying with ASTM C1107. Provided grout recommended by manufacturer for exterior

02820-6 143/2011-05 Rebid applications.

3.03 FRAMEWORK

A. Securely attach all rails and tension wire to terminal and line posts.

3.04 FABRIC

A. Install fabric on security side and attach so that fabric remains in tension after pulling force is released. Leave approximately 2" between finish grade and bottom selvage. Attach fabric with wire ties to line posts at 15" on center and to rails, braces and tension wire at 24" on center. Thread tension bar through fabric and attach to terminal posts with bands spaced maximum of 15" on center.

3.05 ACCESSORIES

A. Barbed Wire - Uniformly space parallel rows of barbed wire on security side of fence. Pull wire taut and attach to each extension arm.

3.06 GATES

A. Install gates including any required hardware and holdbacks.

3.07 TOUCH UP

A. Use touch up paint provided by the manufacturer as needed.

3.08 CLEANING

A. Clean up debris and remove from the site.

3.09 TOLERANCES

A. Posts shall be straight and plumb with a 1/4 inch vertical tolerance after the fabric has been stretched.

B. Fencing and gates shall be true to line with no more then a 3 inch deviation from established centerline between line posts.

C. Vertical clearance between strands of barbed wire shall be less then 6 inches.

02820-7 143/2011-05 Rebid D. Slide gates shall be no more then 4 inches from the ground surface.

E. Swing gates shall be no more then 2 inches from the ground surface.

End of Section

02820-8 143/2011-05 Rebid SECTION 02910

SOIL TREATMENT

PART 1: GENERAL

A. Not Used.

PART 2: PRODUCTS

A. Not Used.

PART 3: EXECUTION

3.01 FINAL GRADING

All areas disturbed by the CONTRACTOR'S operation, in­ cluding those areas used for storage of excavated material, equipment, etc., shall be brought up to within 4 inches of the final grade indicated on the drawings by the methods therein before specified. In general, the grade shall slope away from the installed or existing structures to drainage ditches or culverts. Those areas which are not occupied by structures or pavement shall be thoroughly loosened by harrowing or discing and then raked by hand and all stones, over 1 inch, rubbish or debris shall be removed. Topsoil shall then be uniformly spaced in piles and distributed by an approved method.

The CONTRACTOR shall supply any additional topsoil required over and above that salvaged from the site in order to maintain a minimum of 4 inches, of depth over the entire area defined above if the area is to be seeded, or 4 inches of depth is the area to be sodded or planted. Any surface irregularities shall be corrected to prevent formation of low places where surface water may pool. Topsoil shall not be placed when the subgrade is frozen or when it is excessively wet or dry and shall not be handled when in a frozen or muddy condition.

3.02 TOP SOIL

The CONTRACTOR shall obtain topsoil from a local garden supplier or nurseryman for locations where existing topsoil is not of adequate quantity and

02910-1 143/2011-05 Rebid quality. The cost of furnishing and placing all such topsoil shall be included in the price bid for the respective pipe items.

Texture Classifications of top soil shall be in accordance with the Textural Classification System developed by the U.S. Department of Agriculture. Acceptable topsoil textures shall be within the following acceptable ranges, sand - 12% to 60%, silt- 15% to 65%, and clay - 0% to 23%, organic content shall be 4% minimum. Only soil additives approved by the OWNERS Representative shall be used to achieve the specified top soil quality.

3.03 SEEDING

All areas which are disturbed by construction operations, including equipment and materials storage, and which are not occupied by a roadway or permanent structure, shall be seeded with grass seed as follows:

After the topsoil has been properly distributed, lime in the form of raw ground limestone shall be applied in an amount to be determined from an analysis of the soil by a qualified soil sampling service; then one week after the lime has been spread, fertilizer shall be added. Fertilizer in the amount of 5-10-5, nitrogen phosphorus and potash, respectively, shall be spread at the rate of 30 lb. per 1000 sq. ft. after which a 1/4 in. layer of peat moss or mushroom manure shall be added. The entire area shall then be properly tilled and hand-raked to a smooth, even grade. All stones and dirt clods over 1 in. diameter shall be removed from the topsoil.

Permanent seeding shall consist of a mixture of 88% Kentucky 31 tall fescue and 12% red top, sown at the rate of 2 pounds per 1000 square foot. The area shall then be lightly brushed or raked to provide slight covering over the seed, after which it shall be lightly rolled in two directions.

All seeded areas shall be kept constantly wet to a depth of 3 in. for 10 days immediately after seeding. All areas which do not show prompt catch of grass shall then be reseeded as required. In any event, the

02910-2 143/2011-05 Rebid CONTRACTOR shall insure a good final stand of grass as specified above, and he shall maintain the seeded areas until the lawn, as such, is free from bare spots and off color areas and until final acceptance of the entire project.

Sowing may be done mechanically, by hand, or by an ap­ proved method of hydroseeding. In the latter case, alternate means of fertilizing in combination with seeding will be permitted on inaccessible areas and upon approval of methods by the OWNER'S representative. Mulching material shall be in accordance with the recommendation of a local recognized nurseryman approved by the OWNER'S representative.

End of Section

02910-3 143/2011-05 Rebid THIS PAGE LEFT INTENTIONALLY BLANK

02910-4 143/2011-05 Rebid DIVISION 3 - CONCRETE

SECTION 03010

CONCRETE WORK

PART 1: GENERAL

1.01 WORK INCLUDED

A. The CONTRACTOR shall furnish all material, equipment, labor, services, etc., to complete and install all concrete work throughout this Contract as specified and/or as indicated on the working drawings and called for in the Contract Documents.

B. All concrete, grout and all ingredients including water shall be as approved by the ENGINEER.

C. The CONTRACTOR shall be responsible to utilize an independent commercial concrete testing laboratory. The independent laboratory shall be approved by the ENGINEER during the shop drawing approval process prior to the need for concrete testing. The CONTRACTOR shall be required to coordinate with the approved laboratory, the making and testing of all concrete cylinders required. Ail costs for testing shall be borne by the CONTRACTOR.

D. The CONTRACTOR shall notify the independent commercial testing laboratory designated by the OWNER at least 24 hours in advance of each concrete pour and no concrete shall be placed until the design mix, shop drawings and reinforcement have been reviewed and approved.

E. During progress of construction the preparation and testing of cylinders shall be conducted by the designated laboratory to determine whether the concrete being produced complies with the specifications.

F. The CONTRACTOR shall make provision for the installation and casting into the concrete of all sleeves, anchor bolts, equipment supports, conduit, frames, drains, curb angles or other appurtenances indicated on the drawings or described herein. All

03010-1 143/2011-05 Rebid anchor bolts shall be installed in substantial accord with the details shown on the drawings.

G. All piping, equipment and appurtenances supported by concrete foundations shall be installed with said foundations securely doweled to floors in such a manner as to prevent disturbance from vibration. The size of the foundation shall be dependent on the respective equipment. For foundations projecting 6 inches or more above the floor, dowels shall consist of one (1) No. 6 bar per square foot of foundation unless otherwise recommended by the equipment manufacturer.

H. The final setting, grouting and alignments of all equipment shall be done by qualified and experienced personnel in strict conformity with the respective manufacturer's recommendations.

I. 02 SPECIAL CONDITIONS

A. Any change in configuration or design of the concrete foundations and/or structural elements which is required to accommodate any construction procedure or operation shall be done only on approval of the ENGINEER, and at no additional cost to the OWNER. The CONTRACTOR shall accompany any request for a design change, with calculations prepared by a qualified registered professional ENGINEER which shall show the effect of the proposed changes on the elements to be revised and on all supporting elements.

B. If directed by the OWNER, in lieu of the testing lab making slump test, a slump test shall be made by the CONTRACTOR in the presence of and under the supervision of the OWNER'S representative at the site.

C. When construction joints are indicated on the drawings, they are located to permit free shrinkage of the concrete back to restrained "L" or "T" joints. These construction joints shall not be relocated without the approval of the ENGINEER.

D. The CONTRACTOR shall show the location of all construction joints on the reinforcing supplier's submitted drawings. Any change in location or any deviation from the requirements indicated on the drawings or in the specifications will be considered

03010-2 143/2011-05 Rebid for approval at that time if so requested by the CONTRACTOR.

E. Construction joints in floors shall be located near the middle span of slabs, beams, or girders unless a beam intersects a girder at this point, in which case the joints in the girder shall be offset a distance equal to twice the width of the beam. In this last case provision shall be made for shear by use of inclined reinforcement.

F. In the event the CONTRACTOR desires to place construc­ tion joints in locations other than those shown on the drawings, he shall show the location of all construction joints on the reinforcing supplier's submitted drawings at which time they will be considered for approval. All keyways shall be as shown on KLH SD-3-003 as applicable.

G. Where a horizontal construction joint is to be made, any excess water or laitance shall be removed from the surface after the concrete is deposited. Before depositing of concrete is resumed the hardened surface shall be removed, and cement grout deposited to a thickness of one inch (1") on top of the concrete to be bonded.

H. All joints in structures designed to hold water or to exclude water shall be provided with approved water stops. Six inch ribbed PVC waterstops equal to Greenstreak #724 shall be utilized. In locations where new concrete must bond and seal to existing concrete, Greenstreak Hydrotite/Leakmaster waterstops shall be installed.

I. 03 INSTRUCTIONS FOR LAB TESTING OF CONCRETE

A. GENERAL

1. This work is intended to cover all phases of concrete control, testing and inspection necessary to assure an in-place concrete of high structural quality and durability. The concrete to be used in this project shall be ready-mixed concrete in conformity with ASTM Designation C94 (latest revision) except as revised or amended hereinafter.

03010-3 143/2011-05 Rebid PREPARATION OF FIELD SPECIMENS

1. During the progress of construction, tests shall be made by the testing laboratory to determine whether the concrete being produced complies with the standards of quality specified.

2. A set of concrete field specimens shall consist of three 6" diameter x 12" long cylinders made and cured by the testing laboratory representative in accordance with Method of Making and Curing Concrete Compression and Flexure Test Specimens in the Field, ASTM Designation C31. Concrete shall be sampled in the field for each day's pour as follows:

a. 2 sets of first 25 cy or fraction thereof except as stated hereinafter

b. 1 set for each additional 50 cy or fraction thereof after the first 25 cy

c. 1 set for structural placements under 10 cy in one day

d. A minimum of 3 sets for pours greater than 25 cy (total required)

3. All cylinders shall be tagged numerically, such tag indicating date of pour, exact location in the work at which each load represented by the cylinders is located and the delivery ticket number of the load from which the specimen was made.

4. The ENGINEER and/or OWNER reserves the right to alter the number of cylinders made and/or broken from that shown in the preceding paragraphs.

TESTING OF FIELD SPECIMENS

1. Testing of each set of concrete cylinders shall be accomplished in accordance with Standard Method of Tests, ASTM Specification Designation C39.

a. 1 cylinder of each set at age 7 days

03010-4 143/2011-05 Rebid b. 1 cylinder of each set age 28 days c. 1 cylinder of each set at the direction of the ENGINEER

2. The CONTRACTOR shall submit for approval a design mix for all concrete proposed for use. The mix shall be prepared by an approved testing laboratory. Compressive strength of at least four (4) test specimens of the design mix shall indicate 5% higher than the 28-day strength specified.

3. Slump tests shall be conducted regularly during construction. The CONTRACTOR shall furnish a slump test cone as per ASTM C-39. Air contents of concrete samples for each compressive test shall be performed in accordance with either ASTM C-231, ASTM C-173, or ASTM C-138. Upon completion of tests, results shall be submitted to the ENGINEER, with copies to the CONTRACTOR. The test reports shall include the exact location in the work at which the batch represented by the test was deposited.

4. The strength of the concrete in place will be considered potentially deficient if it fails to comply with any requirements which control the strength of the concrete, including but not necessarily limited to the following conditions:

Low compressive strength as designated above.

Reinforcing steel size, quantity, strength, position, or arrangement at variance with the plans and specifications.

Concrete which differs from the required dimensions or location in such manner as to reduce the strength or adversely affect appearance of the completed structures.

Curing methods are unsatisfactory.

Inadequate protection of concrete from extremes of temperature during early stages of hardening and strength development.

03010-5 143/2011-05 Rebid Mechanical injury such as load stresses, heavy shock and excessive vibration; construction fires; accidents or premature removal of formwork likely to result in deficient strength.

Poor workmanship likely to result in deficient strength or undesirable appearance.

5. Additional testing may be required, to be paid for by the CONTRACTOR, when the strength of the structure is considered potentially deficient. Core tests may be required, in accordance with ASTM C-42; at least three (3) representative cores 2-inches in diameter shall be taken when the concrete in place is considered potentially deficient. Concrete work judged inadequate shall be replaced at the CONTRACTOR'S expense.

6. Air testing equipment shall be furnished by the CONTRACTOR.

D. Tests for Watertightness

1. All concrete structures which are designed or intended to hold water shall be tested for watertightness in the following manner.

a. After the structure has been completed, all drain valves and other valves or openings into the tanks shall be closed and all stop plank openings, etc., shall be sealed or plugged so as to be made watertight. Any leaking valves shall be conditioned or repaired so that they are watertight. The basin shall then be filled with water to the approximate average flow line and left to stand 24 hours to permit the concrete to absorb any moisture, after which time the basin level shall be brought up to the average flow line and readings shall be taken by means of hook gauge as to the exact depth of water in the basin. The basin shall stand thus for 24 hours and a reading shall then be taken.

03010-6 143/2011-05 Rebid b. At the beginning of the test, a flat pan shall be floated in the basin containing approximately one inch (1") depth of water. The exact depth of the water in the pan shall be measured. At the conclusion of the test, the amount of water that has been lost or gained by the pan shall be determined in a similar manner in order to determine the amount of precipitation or evaporation from the surface of the tank or basin to be tested.

2. The maximum allowable loss for the basin that will be permitted will be 0.25 percent of the volume of the water in the basin. However, any damp places, leaks or other locations indicating seepage shall be repaired. All structures requiring water tests shall not be backfilled until after the test has been completed, so that the locations of any or all points where leakage may occur will be visible. The ENGINEER shall be consulted prior to filling tanks without backfill in place.

PART 2: PRODUCTS

A. Not Used.

PART 3: EXECUTION

A. Not Used.

End of Section

03010-7 143/2011-05 Rebid THIS PAGE LEFT INTENTIONALLY BLANK

03010-8 143/2011-05 Rebid SECTION 03100

CONCRETE FORMWORK

PART 1: GENERAL

1.01 WORK INCLUDED

All formwork shall be as required in "Recommended Practice for Concrete Formwork" (ACI 347), except as revised or modified hereafter.

Forms shall conform to the shape, lines, grades and dimensions of the concrete as called for on the drawings. All lumber used for forms shall be thoroughly cleaned and treated with an approved form oil. Lumber used in forms for exposed surfaces shall be dressed to a uniform thickness and shall be free from loose knots or other defects. For unexposed surfaces and rough work, undressed lumber, free of nails and clean of hardened concrete or other foreign material may be used. Lumber once used in forms shall have nails withdrawn, and surfaces to be in contact with concrete shall be thoroughly cleaned before being used again. Forms for all exposed concrete shall be carefully built to produce the contour and design indicated. Care shall be taken to assure that all form joints are truly vertical or horizontal. No sloping joints will be accepted.

Form sheathing for exposed surfaces may be composed of tongue and groove lumber, shiplap, plywood, concrete form board, or steel. Steel lining on wood lagging will not be permitted. Tongue and groove shiplap when used shall conform to the American Lumber Standards for No. 2 boards. Plywood used for sheathing or lining shall be Grade B-B, exterior or better, as described in the Commercial Standards of the Douglas Fir Plywood Association. The forms used shall produce a concrete surface with "abrupt" irregularities less than 1/4-inch and gradual irregularities less than 1/2-inch in 5 feet.

Forms shall be sufficiently tight to prevent leakage of mortar. They shall be properly braced or tied together so as to maintain the desired position and shape during and after placing concrete and so they will not tremble or distort in a high wind.

03100-1 143/2011-05 Rebid Temporary openings shall be provided at the base of wall forms and at other points where necessary to facilitate cleaning and inspection immediately before depositing concrete.

Embedded metal rods of a design approved by the ENGINEER shall be used for internal form ties. They shall be so designed and arranged that when the forms are removed, no metal shall be within 3/4-inch of any concrete surface. The ties used shall be manufactured in such a way that installation will not necessitate a hole in the form larger than the tie rod.

No form or form support shall be removed from the formed surface for at least 24 hours. Forms shall be removed in such a manner as to insure the complete safety of the structure. Responsibility for the removal of forms shall be with the CONTRACTOR. However, the following minimum requirements shall be adhered to:

a. Forms shall not be removed until the concrete has attained 80% of the specified 28-day strength.

b. In cold or inclement weather the requirement for removal of forms shall be as stated in the Section 3300 under "Placing Concrete in Cold Weather".

c. Forms for supporting reinforced concrete roofs or floors shall not be removed nor form supports slackened for a period of 28 days unless the CONTRACTOR can produce satisfactory evidence that the concrete has attained the specified 28 day strength characteristic.

d. Portions of the structure which will be subject to construction loads or backfill shall have attained sufficient strength to withstand these loads and the CONTRACTOR may be required to produce evidence that such strength has been attained.

e. No construction loads exceeding the structural design loads shall be supported upon any unshored portion of the structure under construction. Evidence that the concrete has attained a strength sufficient for the above conditions shall consist of reports of compression tests made on job cured cylinders. The cost of such tests shall be borne by the CONTRACTOR.

03100-2 143/2011-05 Rebid In case the CONTRACTOR shall remove any form or slacken any supports before the above conditions have been met, the concrete elements may be condemned even though there is no apparent defect.

PART 2: PRODUCTS

A. Not Used.

PART 3: EXECUTION

A. Not Used.

End of Section

03100-3 143/2011-05 Rebid THIS PAGE LEFT INTENTIONALLY BLANK

03100-4 143/2011-05 Rebid SECTION 03200

CONCRETE REINFORCEMENT

PART 1: GENERAL

A. Not Used

PART 2: PRODUCTS

2.01 REINFORCING BARS

Reinforcing bars shall conform to the requirements of the "Standard Specifications for Deformed Billet Steel Bars for Concrete Reinforcement" (ASTM A615). Reinforcing bars shall be Grade 60.

2.02 FABRIC WIRE

Welded wire fabric for concrete reinforcement shall be electrically welded wire fabric of cold drawn wire conforming to "Specification for Welded Steel Wire Fabric for Concrete Reinforcement" (ASTM A185).

PART 3: EXECUTION

3.01 SCOPE OF WORK

Reinforcement shall be accurately formed to the dimensions indicated on the drawings. Stirrups and tie bars shall be bent around a having a diameter not less than two times the minimum thickness of the bar, except for hooks. Bends for other bars shall be made around a pin having a diameter not less than six times the minimum thickness, except for bars larger than one inch (1"), in which case the bends shall be made around a pin of eight bar diameters. All bars shall be bent cold.

Metal reinforcement shall not be straightened or rebent in a manner that will injure the material. Bars with kinks, or bends not shown on the drawings, shall not be used. Heating of the reinforcement will not be permitted.

Metal reinforcement shall be placed in accordance with ACI 318-95, except as otherwise noted herein and accurately positioned in accordance with the information on the drawings.

03200-1 143/2011-05 Rebid Protective concrete cover shall be as required in Paragraph 7.14 of 318-95. Reinforcement shall be secured against displacement by using annealed iron wire ties or suitable clips at intersections, and shall be supported by concrete or metal supports, spacers, or metal hangers. Metal reinforcement before positioned, shall be free from loose mill and rust scale and from coatings, including ice, that destroy or reduce the bond. Where there is delay in depositing concrete, reinforcement shall be reinspected and cleaned when necessary.

All laps of wire mesh shall be one width of wire spacing and adjoining sheets shall be securely tied together with No. 14 tie wire, one tie for each two running feet. At laps, wires shall be staggered and tied in such a manner that they cannot slip.

End of Section

03200-2 143/2011-05 Rebid SECTION 03300

CAST-IN-PLACE CONCRETE

PART 1: GENERAL

A. Not Used

PART 2: PRODUCTS

2.01 PORTLAND CEMENT

Portland Cement shall conform to the Standard Specifications for Portland Cement of the American Society for Testing Materials, Serial Designation C- 150, Type I or Type III. All cement shall be obtained from one source. Different brands of cement will not be permitted, except as previously specified. All cement shall be stored in a suitable manner to protect the cement from dampness in a manner to be easily inspected and to permit easy identification of each shipment. Facilities shall be provided for inspection and sampling of stored cement being used. The cement shall be rejected if it fails to meet any of the requirements of these specifications.

2.02 ADMIXTURES

All admixtures shall be approved by the OWNER, if he so desires, and shall be added to the concrete in strict accordance with the recommendation of the manufacturer. An air entraining admixture shall be added to all concrete for structures subjected to freeze-thaw conditions, such as sidewalks, outside liquid containing or liquid conveying vessels, concrete walls and roofs exposed to weather, etc. Admixture shall be added to the concrete to produce a 5% air content in Class A concrete and 6% air content in Class B concrete. Air content shall not vary more than 1% from the specified amount. An admixture similar to Type B or Type D, ASTM Standard C-494, shall be added to all Class A or Class B non-air entrained concrete unless other wise approved by the ENGINEER and shall be optional with Class C. This admixture shall contain no calcium chloride or triethanolamine. Densifying retarders as manufactured by Sika Chemical Company, Master Builders Company or Dewey & Almy Corporation will be considered, provided the CONTRACTOR obtains the approval of the OWNER for the type to be used prior to the making of the trial mixes and further provided that they meet the requirements hereinafter specified.

03300-1 143/2011-05 Rebid 2.03 WATER

Water used in mixing and curing concrete shall be fresh, clean and free from injurious amounts of sewage, oil, acid, alkali, organic matter or other deleterious substances. Water shall be approved for human consumption.

2.04 CONCRETE AGGREGATE

Concrete aggregate shall conform to the "Specifications for Concrete Aggregate", ASTM Designation C-33, except as revised. If requested, aggregate shall be certified by an independent commercial testing laboratory to show compliance with the above-mentioned Specifications.

Fine Aggregates: Only clean natural sand shall be used. Artificial or manufactured sand will not be acceptable.

Coarse Aggregates: Coarse aggregate shall consist of crushed stone conforming to the following limits:

Sodium Sulfate - 10% Maximum Loss L.A. Abrasion Test - 35% Maximum Loss Crushed Particles - 45% Minimum Loss

The sizes of coarse aggregate for the three types of concrete being used in this work as described hereafter, as follows:

Concrete ASTM Size Number

Class A 467 or 57 Class B 67 Class C 2

The CONTRACTOR must utilize a crushed Limestone mix. Random samples of concrete delivered to the site will be washed to inspect the character of the coarse aggregate. At random selection aggregate samples taken at the construction site will be tested.

2.05 STORAGE

Cement and aggregates shall be stored in such a manner as to prevent deterioration or contamination with foreign

03300-2 143/2011-05 Rebid matter. Fine and coarse aggregate shall be stored separately and in such a manner as to avoid segregation. Cement which has become caked, partially set, or otherwise deteriorated, or any material which has become damaged or contaminated, shall be rejected for use.

2.06 CONCRETE MIXES

Minimum Maximum W/c Ratio Cement 28-Day Strength Slump Type Maximum Factor Characteristics In Inches

Class A 0.45 6 4000 psi 3+ Class B 0.45 6-3/4 4500 psi 3+ Class C 0.59 5 2800 psi 3+

PART 3: EXECUTION

3.01 SCOPE OF WORK

All concrete which is to retain or exclude water and intended to be watertight shall be Class A. Class B concrete shall be used in walls and slabs 6 inches or less in thickness. It shall also be used or forming channels in the bottom of flumes and other similar structures and for closing openings in walls around pipes. Class C concrete shall be used for pipe cradle backfill, or as shown on the drawings. Class A concrete shall be used at all other locations.

Concrete shall be mixed and delivered in accordance with the requirements of "Standard Specifications for Ready-Mixed Concrete" (ASTM Designation C-94) and/or as modified by these specifications. During a continuous pour, the interval between loads shall not be greater than twenty minutes, or in any case be so great as to allow the concrete in place to become partially hardened. Water used to flush the mixer or agitator between loads shall not be allowed to become a part of any concrete in the work.

When the temperature is below 4 0°F, adequate equipment shall be provided for heating the component materials of the concrete so that the concrete being deposited can be maintained at a temperature of 50DF minimum to 90DF maximum. When the air temperature is above 90L7JF, and adequate means of cooling the concrete mix shall be provided.

03300-3 143/2011-05 Rebid Truck mixers shall be revolving drum type and shall be equipped with a mixing water tank. Only the prescribed amount of mixing water shall be placed in the tank for any one batch, unless the tank is equipped with an approved device by which the amount of water added to each batch can be readily verified by the ENGINEER.

Delivery tickets shall be prepared for each load of ready-mixed concrete delivered. The batch plant operator shall prepare the ticket. The drivers of the trucks shall deliver the tickets to the OWNER'S representative at the site at the time of the delivery. The tickets shall contain the following information:

(a) Number of yards delivered on this truck (b) Quantities of materials in the batch (c) The time at which the truck left the batching plant (d) The time at which the cement was added (e) The outdoor temperature in the shade (f) The numerical sequence of the delivery (g) Date

Placing of the concrete shall be done in accordance with ACI Standard 304, "Recommended Practice for Measuring, Mixing and Placing Concrete", Except as modified or revised by these Specifications.

Before depositing concrete all debris shall be removed from the space to be occupied by the concrete. Forms, if constructed of lumber, shall be thoroughly secured' in position. Water shall be removed from the space to be occupied by the concrete before concrete is deposited.

Concrete shall be handled from the transporting vehicle in such a way as to prevent the separation or loss of the ingredients. Under no circumstances shall concrete that has partially hardened be deposited in the work. Concrete shall be deposited in the forms as nearly as practical in its final position to avoid rehandling. It shall be so deposited as to maintain, until the completion of the unit, a plastic surface approximately horizontal. Forms for walls or thin sections of considerable height shall be provided with openings or other devices that will prevent segregation and accumulation of hardened concrete on the forms or on the metal reinforcement above the level of the concrete.

03300-4 143/2011-05 Rebid Where concrete is conveyed to chutes, the equipment shall be of such size and design as to insure a continuous flow in the chute. The chutes shall be of metal, or metal-lined, and if two or more lengths are used, they shall have approximately the same slope. The slope shall not be less that one vertical to two horizontal and shall be such as to prevent the segregation of the ingredients. The discharge end of the chute shall be provided with a baffle plate to prevent segregation. If the distance of the discharge end of the chute above the surfaces of the concrete is more than three times the thickness of the layer being deposited, or more than 4 feet above the surface of the concrete, a spout or "elephant trunk" shall be used, and the lower end maintained as near to the surface of deposit as practical. When the operation is intermittent, the chute shall discharge into a hopper. The chute shall be thoroughly cleaned before and after each run and the debris from any water used shall be discharged outside the forms.

Before depositing new concrete on or against concrete which has hardened and to which it is to bond, the forms shall be retightened. The surface of the hardened concrete shall be roughened in a manner that will not leave loosened particles of aggregate to damaged concrete at the surface. It shall be thoroughly cleaned of foreign matter and laitance, and saturated with water. To insure an excess of mortar at the junction of the hardened and the newly deposited concrete, the cleaned and saturated surfaces, including inclined surfaces, shall be first thoroughly covered with a coating of mortar or neat cement grout against which the new concrete shall be placed before the grout has attained its initial set.

Concrete during and immediately after depositing shall be thoroughly compacted by means of vibration. The number of vibrators used shall at all times be subject to the approval of the OWNER. The concrete shall be thoroughly worked around the reinforcement, and around embedded fixtures and into the corners of the forms. Attention is directed to the fact that manhole bottoms, pipe cradle and encasement and similar concrete work are required to be thoroughly vibrated.

The accumulation of water on the surface of the concrete due to water gain, segregation, or other causes, during placement and compacting, shall be prevented as far as possible by adjustment in the mixture. Provision shall be made for the removal of such accumulated water so that under no circumstances will concrete be placed in such accumulation.

03300-5 143/2011-05 Rebid To minimize the formation of laitance, great care shall be exercised to disturb the concrete as little as possible while it is being deposited. Upon completion of a section of concrete, all laitance shall be entirely removed before work is resumed. The CONTRACTOR shall submit to the OWNER, prior to start of work, the details of procedures he proposes to minimize and control the development of shrinkage cracks.

At least 24 hours must elapse after depositing concrete in the walls before depositing it in beams, girders, or slabs supported thereon. Beams and girders shall be considered as part of the floor system and shall be placed monolithically therewith.

Concrete shall be placed in cold weather in accordance with "Recommended Practice for Cold Weather Concreting" (ACI 306) except as modified or revised by these specifications.

Before placing concrete during cold weather, the forms shall be free from frost and ice.

During those seasons of the year (after the first frost in the fall and until the daily mean temperature in the spring reaches 40°F for three successive days) when freezing temperatures can be anticipated, the CONTRACTOR shall maintain facilities to keep the concrete from freezing for at least 72 hours after placing.

When the daily mean temperature drops below 40°F for more than one day, the concrete shall be maintained at a temperature of 55°F for Class B concrete and 50°F for Class A or Class C concrete for a minimum of five days. During this period concrete and adjacent form surfaces shall be kept moist at all times. When heated enclosures are to be provided, care shall be taken to provide adequate space around the outer edges and top of the concrete structure to permit circulation of the heated air so that neither freezing nor excessive heating of these extremities can occur. All facilities for protection and heating must be on hand before the concrete is placed.

After the required protection period is over, the heat shall be removed gradually and uniformly so that there will be a temperature differential of no more than 40°F over any 24 hour period.

Forms shall not be removed from the concrete surfaces during the protection period stipulated above, the forms shall

03300-6 143/2011-05 Rebid not be removed for a period of three days during those seasons of the year previously specified when the difference between the daily high and low temperatures may reasonably be expected to exceed 40°F.

Concrete shall be placed in hot weather in accordance with "Recommended Practice for Hot Weather Concreting" (ACI 305) except as modified or revised by these specifications.

At air temperatures of 90°F or above, concrete should be kept as cool as possible during placing and curing. Concrete surfaces shall be wet cured in accordance with ACI 305 specifications for hot weather curing. After the period of wet-curing, a suitable heat-reflecting plastic membrane or white-pigmented curing compound may be used -- or immediate membrane curing.

If, after stripping of forms, any concrete is found to be not formed as shown on the Drawings, or is out of alignment or level, or shows a defective surface, it shall be considered as not conforming with the intent of these specifications and shall be removed and replaced by the CONTRACTOR at his expense unless the OWNER grants permission to patch the defective area, in which case patching shall be done as hereinafter described.

Defects that require replacement or repair are those that consist of honeycomb, damage due to stripping forms, loose pieces of concrete, surface holes caused by bolts and ties, excessive ridges at form joints and bulges due to movement of the forms. Ridges and bulges shall be removed by chipping, tooling or grinding on finished surfaces. Honeycomb and other defective concrete shall be chipped out, the chipped openings having sharp edges and shaped so that the mortar filling will be keyed in place. All holes shall be kept thoroughly moistened for several hours before mortar filling is placed.

Imperfections, bolt and tie-rod holes, and chipped-out honeycomb areas to be repaired shall be filled with dry patching mortar composed of one part of Portland Cement to two parts of regular concrete sand (volume measurement) and just enough water so that, after the ingredients are mixed thoroughly, the mortar will stick together on being molded into a ball by slight pressure of the hands, and will not exude free water. Mortar repairs shall be placed in thin layers and thoroughly compacted by suitable tools. Care shall be taken in filling rod and bolt holes so that the entire depth of the hole is completely filled with compacted mortar. "EMBECO", or equal, shall be added to

03300-7 143/2011-05 Rebid all patching mortar in an amount as recommended by the manufacturer for the mix to be used except for unpainted, exposed surface.

End of Section

03300-8 143/2011-05 Rebid SECTION 03345

CONCRETE FINISHING

PART 1: GENERAL

A. Not Used

PART 2: PRODUCTS

A. Not Used

PART 3: EXECUTION

3.01 SCOPE OF WORK

All concrete surfaces shall be finished by experienced finishers as specified as soon after placing the concrete as conditions will permit. The placing of concrete and the removal of forms shall be scheduled so that finishing the surfaces can be completed before the concrete reaches a final hard set. No cement plaster or cement brush coats will be acceptable.

The CONTRACTOR shall refer to Division 9 and ascertain which concrete surfaces require coatings or linings and shall adhere to the requirements of Division 9 for surface finish and preparation.

Formed concrete surfaces which are to be coated or lined or exposed to view shall be finished by removing the forms as early as is practical, immediately removing the form ties to a depth of at least one inch beneath the surface, and pointing up the holes and filling all cavities and depression with a wood float or trowel. Cement mortar shall not be applied except to fill holes or cavities. Fins, form marks, projections and uneven spots shall be removed by rubbing or grinding the surfaces. The entire surface of the concrete shall then be thoroughly drenched with water and rubbed with a carborundum brick or other approved abrasive until all fins, joint marks and mortar spots have been eliminated and a smooth finish of uniform texture and appearance has been produced. Similar finishes on exterior exposed building and tank walls shall be carried one foot below finished grade. All exposed concrete surfaces (except stair treads and platforms) shall be required to present a smooth and uniform surface, and in this regard, the CONTRACTOR is advised to commence with finishing work,

03345-1 143/2011-05 Rebid immediately after forms can be removed, so that same can be accomplished with a minimum of difficulty.

The tops of all exposed walls and steps, except as otherwise specified or shown on the plans, are to be finished with cement mortar consisting of one part Portland Cement and two and three-fourths parts of sand. For this work the CONTRACTOR shall use only capable experienced cement finishers by trade. The mortar is to be placed to a depth of one inch (1") on the surface of the concrete before it has set, removing the excess by means of a straight edge and then it is to be troweled to a hard, smooth finish by means of wood trowels and final surface must be perfectly smooth and leveled or graded as shown by the plans.

Unformed concrete surfaces shall be struck off to establish grade and floated with a wood float until all irregularities are removed. Where required, the surface shall then be troweled either with a wood trowel or a steel trowel, depending on the finish requirement of the area to be troweled, until a smooth dense finish is obtained. Troweling of the floated surface shall not be done until all excess water has evaporated.

All interior floors and platforms which are exposed to view in the final design shall receive a steel trowel finish.

All concrete stairs and sidewalks shall receive an application of 1/2 pound per square foot of silicon carbide grit. Surfaces receiving grit shall be finished with a wood float to provide a non-skid walking surface. No curing wax shall be used on non-skid finishes.

Protection against loss of moisture from the surface of the concrete shall be accomplished by keeping the surface continuously wet. One of the following methods shall be used:

Surface remaining in contact with the form

The covering with burlap or cotton mats kept continuously wet and covered with polyethylene plastic

Continuous sprinkling of the exposed surfaces

No curing compounds shall be used on any surfaces to which pneumatic mortar is to be applied, or on which any other type of concrete mortar, paint or chemical waterproofing coating

03345-2 143/2011-05 Rebid is to be used. They may be used in other places, however, upon the approval of the compound and the location by the OWNER.

During hot weather curing shall be as specified in the section under "Placing Concrete in Hot Weather".

When bonding compound is noted on the drawings, it shall be "Sika dur Hi-Mod", a two component epoxy-resin system, manufactured by Sika Chemical Corporation, or approved equal.

End of Section

03345-3 143/2011-05 Rebid THIS PAGE LEFT INTENTIONALLY BLANK

03345-4 143/2011-05 Rebid SECTION 03361

FLOOR HARDENER

PART 1: FLOOR HARDENER

1.01 GENERAL

A. All interior concrete floor surfaces and electrical equipment pads not scheduled for floor treatment shall be treated with a ready to use colored cementitious dry-shake surface hardener.

B. Related Sections: Cast in Place Concrete: Section 03300.

C. Field Sample:

1. Install at Project site or pre-selected area of building an area for field sample, minimum 4 feet by 4 feet (1.2 m by 1.2 m), using specified surface hardener system.

2. Apply material in strict accordance with manufacturer's written application instructions.

3. Field sample will be standard for judging workmanship on remainder of Project.

4. Maintain field sample during construction for workmanship comparison.

5. Do not alter, move, or destroy field sample until Work is completed and approved by the OWNERS representative.

6. Contractor shall obtain written approval of field sample before start of material application, including approval of aesthetics, color, texture, and appearance.

PART 2: PRODUCTS

2.01 MATERIALS

A. The dry shake surface hardener shall be a non metallic hardener similar, or equal, to Master Builders

03361-1 143/2011-05 Rebid Technologies Mastercron as manufactured by BASF Building Systems Shakopee, MN 55379, 1-800- 433-9517.

B. The Mastercron shall be of a color selected by the owner.

C. Ready-to-use cementitious, dry-shake floor hardener that utilizes specially treated, sized, and graded aggregate designed to improve wear and impact resistance to concrete floors when evenly distributed and finished over freshly leveled and floated concrete.

PART 3: EXECUTION

3.01 SURFACE PREPARATION

A. Protect adjacent Work areas and finish surfaces from damage during surface hardener system application.

B. After concrete base has been placed, immediately screed, then bullfloat or highway straightedge surface. Allow bleed water to rise to surface.

C. Early moisture loss and rapid setting around perimeter of slab are typical. The CONTRACTOR shall monitor this closely for proper timing of floating operation.

3.02 APPLICATION

A. The floor hardener shall be applied in accord with the manufacturer's recommendations.

B. Do not apply dry-shake into bleed water. If excessive bleed water is present, remove standing water by dragging hose across surface or using squeegee or other approved method.

C. After water sheen has disappeared and just before initial set, float surface of slab "open" with mechanical float fitted with float blades.

D. If more than 1.0 pound per square foot (4.9 kg/m2) of total surface hardener will be applied per manufacturer recommendation, apply material in 2 or more applications.

03361-2 143/2011-05 Rebid E. Apply and float 1/2 to 2/3 of total amount of surface hardener on first application, and apply remaining portion on subsequent applications. Do not apply more than 1.0 pound per square foot (4.9 kg/m2) in 1 pass. Use automatic spreader for efficient, economical, and precise method of applying surface hardener.

F. Apply first application of uniform distribution of surface hardener using automatic spreader. Where application of surface hardener will be performed by hand or square-tip shovel, apply each pass perpendicularly to previous application to ensure complete coverage.

G. Once surface hardener has absorbed sufficient moisture, surface will somewhat darken. Float and incorporate surface hardener into surface with floating machine equipped with float blades or with wooden bullfloat.

H. As floating of first surface hardener application proceeds, follow immediately with subsequent application as recommended.

I. If used, once second surface hardener has absorbed sufficient moisture, and surface darkens, float surface a floating machine equipped with float blades or wooden bullfloat. Hand-float edges with wood floats or darbies.

J. Without delay, evenly apply remaining portion of surface hardener. Float surface again with clip-on float shoes. Reprofile if needed. If desired, pan float, followed by finish troweling. Do not use pan floats to incorporate surface hardener into base concrete; however, pan floats may be used for final floating to achieve flatter floors. Hand-float edges with wood or laminated canvas-resin floats or derbies. Do not use magnesium floats, which can lead to discoloration.

3.03 TROWELING

A. If required, troweling shall be performed as directed per the manufacturer's recommendations.

03361-3 143/2011-05 Rebid 3.04 CURING

A. All surfaces where floor hardeners are applied shall be properly cured and sealed as per the manufacturer's recommendations.

B. When surface will not be marred by foot traffic, apply membrane curing compound approved by surface hardener manufacturer.

C. After drying, protect hardened surface by covering with scuff-proof, non-staining builder paper.

D. Keep floors covered and free of traffic and loads for minimum of 10 days after completion.

E. Maintain ambient temperature at 50 degrees F (10 degrees C) or above during curing period.

F. Do not water or moist cure, or cure with polyethylene.

3.05 JOINTS

A. After minimum of 90 days, apply semi-rigid epoxy joint filler in non-dynamic control and saw-cut construction joints. Place joint filler per joint filler manufacturer's instructions.

3.06 CLEANING

A. Clean wet surface hardener material from tools and equipment with water. Remove cured materials mechanically.

B. Clean up and properly dispose of debris remaining on Project site related to application.

C. Remove temporary coverings and protection from adjacent Work areas.

3.07 PROTECTION

A. Protect surface from damage and staining during construction.

03361-4 143/2011-05 Rebid B. Protect surface from freezing for 24 hours after application.

C. Protect surface of patching mortar prior to installation of finish topping from damage by use of plywood or other suitable protection course until Substantial Completion.

End of Section

03361-5 143/2011-05 Rebid THIS PAGE LEFT INTENTIONALLY BLANK

03361-6 143/2011-05 Rebid SECTION 03410

PRE-CAST CONCRETE ROOF PLANKS

PART 1 GENERAL

A. Pre-cast concrete roof slabs shall be designed and manufactured to meet the loadings and span requirements for the installation in which they are proposed. Roof slabs shall fit over the supports in a neat manner leaving a smooth even finish uniform in texture and color.

PART 2 PRODUCTS

A. Pre-cast concrete roof slabs shall be manufactured from Portland cement and an approved lightweight aggregate. In no case shall slabs be designed for less than 48 pounds per square foot superimposed live load. Roofing system weight is 5 pounds per square foot. Openings for drains ventilators and vents shall be formed in the slabs before pre-casting and field cutting of the openings greater than 3" will not be permitted.

B. The CONTRACTOR'S attention is directed to the fact that the underside of the roof slabs will be exposed to view and it is the intent of the specifications that the exposed slabs be uniform in texture. Slabs shall have no dense finish, be free from air holes, honeycombing or areas that have been noticeably patched with mortar.

C. The CONTRACTOR shall provide the manufacturer with all applicable loadings including all loads imposed be mechanical equipment and proposed piping to be supported from the roof planks.

PART 3 EXECUTION

3.01 SCOPE OF WORK

A. Not used,

End of Section

03410-1 143/2011-05 Rebid THIS PAGE LEFT INTENTIONALLY BLANK

03410-2 143/2011-05 Rebid SECTION 03600

GROUT

PART 1: GENERAL

1.01 RELATED WORK

A. Cast-In-Place Concrete: Section 03300

1.02 QUALITY ASSURANCE

A. Manufacturer's Qualifications:

1. Grout manufacturer shall finish the Engineer with current independent laboratory test results indicating the grout as non-shrink from the time of placement; indicating no expansion after final set, ASTM C 827; indicating 4, 000 psi strength developed with a trowelable mix within 24 hours, ASTM C 109; and indicating placement time based on initial set of not less than 60 minutes, ASTM C 191.

2. Test Results, as supplied by the grout manufacturer, shall indicate that in projects of similar scope and size, the effective bearing area was between 95 and 100 percent.

B. Laboratory Test of Grout: Perform test of sand/cement grout in accordance with ASTM C 1019.

1. Prior to placing grouts prepare trial batches of the proposed grout mixes for approval.

2. During production grout operation, perform grout test for each 5000 square feet of masonry.

1.03 REFERENCES

A. American Concrete Institute:

1. ACI 308, Recommended Practice for Curing Concrete 2. ACI 530, Specification for Masonry Structures.

03600-1 143/2011-05 Rebid B. American Society for Testing and Materials:

1. ASTM C 33, Specification for Concrete Aggregates

2. ASTM C 150, Specification for Portland Cement

3. ASTM C 191; Test Method for Time of Setting of Hydraulic Cement by Vicat Needle.

4. ASTM C 476; Specification for Grout for Reinforced and Non-Reinforced Masonry.

5. ASTM C 827; Test Method for Early Volume change of Cementitous Mixtures.

6. ASTM C 1019; Method for Sampling and Testing Grout.

1.04 DELIVERY, STORAGE AND HANDLING

A. Prevent moisture damage and contamination of materials.

B. Store materials in undamaged condition with seals and labels intact as packaged by the manufacturer.

1.05 PROJECT CONDITIONS

A. Protect against high and low temperatures and unfavorable environmental conditions in accordance with American Concrete Institute standards for placement of concrete.

PART 2: PRODUCTS

2.01 MATERIALS

A. Non-Shrink Non-Metallic Grout: A factory premixed material containing no corrosive irons, aluminum, chemicals, or gypsums and complying with the following limitations.

1. Grouts containing water reducers, accelerators, or fluidfiers shall have no drying shrinkage greater than the equivalent sand cement and water mix when tested according to ASTM C 596.

03600-2 143/2011-05 Rebid 2. Grout shall exhibit no shrinkage before initial set and show no expansion after set when tested according to ASTM C 827.

3. Initial set of grout shall occur in not less than 60 minutes according to ASTM C 191 Test.

4. Use Type II (Sulfate Resistant) cement for grout applications in contact with sewage.

5. Acceptable Manufacturer: U.S. Grout Corporation, FIVE STAR, or equal.

B. Epoxy Based Grout: A moisture insensitive, solvent- free, high solids, high-modulus, and epoxy-resin grout formulated of epoxy component and selected silicia aggregate in a pre-proportion package. Grout properties as follows:

1. Compressive Strength, ASTM D 695: Minimum 12,000 psi in 28 days at 73 degree Fahrenheit ambient and material temperature.

2. Flexural Strength, ASTM D 790: Minimum 3,800 psi in 28 days at 73 degrees Fahrenheit ambient and material temperature.

3. Tensile, Shear Strength, ASTM D 638: Minimum 1, 500 psi in 28 days at 73 degrees Fahrenheit ambient and material temperature

4. Acceptable manufacturers:

a. Sika Corporati9on; Sikadur Grout-Pak. b. L & M Construction Chemicals; EPOGROUT. c. The Euclid Chemical Company; Poly-Patch. d. Or Equal.

2.02 GROUT QUALITY

A. Non-Shrink Grout: Use ready-mix type requiring only the addition of water. Do not add other materials. Water requirement proportions shall conform to manufacturer's specification for desired mix consistency.

03600-3 143/2011-05 Rebid PART 3: EXECUTION

3.01 PREPARATION

A. Forming

1. Use forming procedures that allow proper and complete placement of grout.

2. Anchor Support elements so no movement is possible.

3. Remove supports only after grout has hardened.

4. Pre-treat wood forms with forming oils so that they do not absorb moisture.

B. Preparation of Surface:

1. General: A clean surface to be grouted to be free of oil, grease, laitance, dirt and other contaminates. Remove loose material Remove rust, paint, and oil from metal components in contact with grout.

2. Non-shrink Grout: Perform additional surface preparation in accordance with manufacturer's instructions.

3.02 MIXING

A. Equipment: Use power operated mechanical mixer of sufficient capacity.

B. Time:

1. Non-Shrink Grout: In accordance with manufacturer's instructions.

2. Epoxy Base Grout: In accordance with manufacturer's instructions for preconditioning and two-component mixing.

3.03 PLACING

A. Epoxy Based Grout: Place in accordance with manufacturer's instructions.

03600-4 143/2011-05 Rebid B. Non-Shrink Non-Metallic Grout: Perform grout placement in accordance with the recommendations of ACI and the manufacturer's published specifications for mixing and placing. Place Non-Shrink Non-Metallic Grout only where indicated on Drawings.

End of Section

03600-5 143/2011-05 Rebid THIS PAGE LEFT INTENTIONALLY BLANK

03600-6 143/2011-05 Rebid DIVISION 4 - MASONRY

SECTION 04100

MORTAR AND MASONRY GROUT

PART 1: GENERAL

A. Not Used.

PART 2: PRODUCTS

2.01 MORTAR

A. The CONTRACTOR shall use the mortar mixture listed below and add "Omicron" mortar proofing, Masterbuilders, or equal, in accordance with manufacturer's recommendation.

1 part - Portland Cement, ASTM C-150, Type I 1 part - Lime Putty 6 parts - Clean sharp river sand - ASTM C-144

2.02 WATER

A. Water intended for use in mixing mortar shall be clean and free of deleterious amounts of acids, alkalis and organic materials. Some potable waters contain appreciable amounts of soluble salts such as sodium and potassium sulfate. The salts can contribute to efflorescence later. Also a water containing sugar would retard the set. Thus, the water should be fit to drink, but investigated if it contains alkalis, sul­ fates or sugars.

2.03 STORAGE AND HANDLING

A. Cement and lime shall be delivered in unbroken con­ tainers plainly marked with manufacturer's label and stored off ground in weather tight enclosure.

B. Sand shall be stored to prevent contamination with other materials.

04100-1 143/2011-05 Rebid PART 3: EXECUTION

A. Not Used

End of Section

04100-2 143/2011-05 Rebid SECTION 04150

MASONRY ACCESSORIES

PART 1: GENERAL

A. Not Used.

PART 2: PRODUCTS

2.01 BLOCK REINFORCING

A. No. 8 gauge galvanized cold rolled drawn steel wire, ASTM A-82, Truss design, width as required for wall width prefabricated corners. "Dur-o-Wall" or equal. Place in two block bed joints above openings and every 16 inches throughout remainder of walls, 6 inches minimum lap. Width of reinforcing determined by wall thickness: 8 inches for 10 inch walls and 10 inches for 12 inch walls, etc.

2.02 WALL TIES

A. Wall ties where required shall be designed for use in combination with the continuous block reinforcing and shall be adjustable. Ties shall be hot dip galvanized. Use one tie for each 1.77 sq. ft. of wall area.

B. Horizontal and vertical spacing shall not exceed 16". Ties shall be Dur-o-Eye or equal.

PART 3: EXECUTION

A. Not used.

End of Section

04150-1 143/2011-05 Rebid THIS PAGE LEFT INTENTIONALLY BLANK

04150-2 143/2011-05 Rebid SECTION 04200

UNIT MASONRY

PART 1: GENERAL

1.01 WORK INCLUDED

A. The work consists of furnishing and labor, materials, accessories, and equipment necessary install the unit masonry in the areas shown on the drawings and as specified.

PART 2: PRODUCTS

2.01 CONCRETE BLOCK

A. ASTM C-90, load bearing block, uniform color and texture, any block not matching others to be removed.

B. Architectural Concrete Block - Building exterior walls shall be architectural concrete masonry units as manufactured by R.I. Lampus, Co., or equal. Units shall be split face style in size indicated on the mortar shall be colored to match the block. CMUs shall be made in normal weight aggregates complying with ASTM C-331. Special shapes shall be provided as required for corners, jambs, control joints and lintels. CMUs shall be manufactured to comply with ASTM designation C-90 Grade N. Weep holes shall be in exterior base course vertical joints every second block. Block to be stored dry with faces protected. Clean block per suppliers recommendation at completion of project.

PART 3: EXECUTION

3.01 WORKMANSHIP

A. No masonry is to be laid in temperatures under 40 degrees F unless suitable means for heating materials and for protecting the work against cold and frost are provided. In no case shall the masonry be laid in temperatures below 40 degrees F unless the means of accomplishing the above are approved by the ENGINEER. Anti-freeze ingredients will not be allowed in the

04200-1 143/2011-05 Rebid mortar. Provision shall be made to protect masonry against freezing for at least 40 hours after being laid.

Exposed surfaces of masonry walls shall be kept clean of mortar droppings during construction. when work is not in progress tops of walls are to be kept covered with non-staining covers, weighted down. On resumption of work, top of surface shall be cleaned of all loose mortar and foreign matter and wetted down, if required.

Concrete masonry units shall be smooth textured, free from chips, spalls. Install loose steel or reinforced concrete block lintels as indicated on drawings. Bed frame anchors in mortar joints, fill solidly against door frames with mortar. Rack all concrete joints. Fit masonry tight against, around pipe sleeves, conduit; and against ceiling structures.

Align base course properly on the floor slab. Masonry units shall be laid plumb with level courses and accurate joints and to dimensions shown. Special units shall be used where required for corners, returns, openings and offsets. Care shall be taken at all openings to assure that all exposed returns of masonry units are of same texture as the corresponding wall and present a smooth surface. Particular care shall also be exercised at these points to obtain uniform and level joints.

1. Keep the cove base tight to the slab if vinyl floor tile is to be installed. For thicker flooring, raise cove base units to the desired height.

Make all unit cuts, including those for bonding, holes, boxes, etc., with motor-driven masonry saws, using either an abrasive or diamond blade. Cut neatly and locate for best appearance.

Provide adequate lighting for masonry work by placing all lighting a reasonable distance from the wall for even illumination. Do not use trough lighting.

Install wall reinforcement in all concrete block walls. Install reinforcement in first and second bed

04200-2 143/2011-05 Rebid joints, 8 inches apart, immediately above lintels and below sills at openings, in bed joints at 16 inch intervals elsewhere. Extend reinforcement in second bed joint above or below openings 2 feet beyond jambs. Make all other reinforcement continuous (minimum lap, 6 inches) except to control joints indicated on drawings.

1. Install reinforcement with minimum 5/8" mortar cover on face sides, Tie all intersecting walls and corners with appropriate prefabricated device.

H. CONTRACTOR shall brace uncompleted walls during construction to prevent injury to personnel or damage to adjacent structures. Damaged work to be replaced, restored, or repaired as required by ENGINEER.

I. Dirt, mortar stains, etc., shall be removed upon completion of masonry work. No wire brushing will be permitted. A dilute solution of muriatic acid and water will be allowed for block walls, provided it is promptly and thoroughly removed with water.

3.02 BUILT-IN WORK

A. All anchors, grounds, plugs, electrical work, spandrel waterproofing, flashings, expansion and control joints and all other incidental work shall be built in.

B. Fill in solid behind door frames at head and jambs.

C. Provide caulking spaces 1/4" wide by 3/4" deep around wall openings.

D. Fill hollow masonry units directly under wall- supported beams, lintels, steel joints, girders with concrete. Fill hollow masonry units receiving anchor bolts for plates completely with concrete.

04200-3 143/2011-05 Rebid 3.03 WATER PROOFING

A. Upon completion of the masonry work, the exterior surfaces shall receive two applications of Sein Silicone sealer or equal. The water repellent shall be applied according to the Manufacturer's recommendations.

End of Section

04200-4 143/2011-05 Rebid SECTION 04210

CAPS AND SILLS

PART 1: GENERAL

1.01 WORK INCLUDED

A. Caps and sills where specified in the Contract Drawings shall be precast reinforced concrete constructed in substantial accordance with the details shown on the Contract Drawings as indicated by the detailed wall sections.

PART 2: PRODUCTS

2.01 MATERIALS

A. Concrete and reinforcing used for the construction of the sills shall conform to the applicable portions of Division 3, "Cast-in-Place Concrete". The units shall be cast in suitable specially lined forms such that a dense, smooth appearing surface is obtained. All exposed faces of the caps and sills shall have a permanent surface uniform in color and texture. Individual pieces shall not be more than 8'-0" in length. Samples of the caps and sills shall be submitted to the Engineer for approval and all units used shall have the same color, finish and texture as the samples approved.

2.02 DRAWING REQUIREMENTS

A. Before fabrication of the caps and sills the CONTRACTOR shall submit scaled drawings of each type of coping and sill appropriately marked for setting. Corresponding numbers shall be given the units and the approved drawings shall be used in setting the sills on the job.

04210-1 143/2011-05 Rebid PART 3: EXECUTION

3.01 SETTING

A. The caps and sills shall be set accurately, true to line, level and plumb in a bed of mortar with open dry vertical joints to the exact dimensions of the approved drawings. The vertical joints shall be caulked on the face with -oakum, then filled with Portland cement grout of a 1:1 mix. After the grout has set, the vertical joints shall be filled on the top with an approved elastic caulking compound, similar or equal to Monolastic Meric as manufactured by Tremco Company, then the oakum shall be removed and the face joints pointed up with mortar.

End of Section

04210-2 143/2011-05 Rebid DIVISION 5 - METALS

SECTION 05120

STRUCTURAL STEEL

PART 1: GENERAL

1.01 WORK INCLUDED

Installation shall be in accordance with details shown on the plans and/or the Fabricator's approved shop drawings.

CONTRACTOR shall field check all dimensions prior to fabrication and installation and shall be responsible for same.

PART 2: PRODUCTS

2.01 MATERIALS

• A. Steel shall be in accordance with AISC Section 1.4.1 ASTM A-36.

B. Bolts shall be in accordance with AISC Section 1.4.4, high strength bolting, ASTM 325.

2.02 REFERENCES

A. All references are made to the American Institute of Steel construction, (AISC) "Specification for Design, Fabrication and Erection of Structural Steel for Building", as adopted February 12, 1969.

B. Welding shall be in accordance with AISC Section 1.4.5 Welding electrodes shall conform to E70 Series ASTM A233 (latest revision).

C. Design connections shall be in accordance with AISC Section 1.15 and 1.16.

D. Welding design shall be in accordance with AISC Section 1.17.

E. Fabrication shall be in accordance with AISC Section 1.23.

05120-1 143/2011-05 Rebid F. Erection shall be in accordance with AISC Section 1.25.

PART 3: EXECUTION

3.01 CONNECTIONS

A. Structural connections shall be so detailed as to provide equivalent strength to members joined so that completed structural frame shall have sufficient rigidity against main and secondary stresses, wind load, etc., and to prevent excessive deflections which could cause cracking or settlement of structural material supported by frame.

B. All shop connections and fabrication shall be welded. All field connections shall be bolted, unless otherwise shown on the drawings.

End of Section

05120-2 143/2011-05 Rebid SECTION 05331

ALUMINUM GRATING

PART 1: GENERAL

1.01 WORK INCLUDED

Installation shall be in accordance with details shown on plans and/or the manufacturer's approved shop drawings.

CONTRACTOR to field check all dimensions prior to installation and shall be responsible for same.

All handrail, stairs, ladders, etc., shall conform to the requirements of OSHA specifications and criteria except where those requirements are exceeded by these specifications and drawings.

PART 2: PRODUCTS

2.01 MATERIALS

Gratings and binding strips shall be Alcoa - Alloy No. 6063-T6. Frames, anchors and supports shall be Alloy No. 6063-T6. Grating shall be similar or equal to Ohio Gratings, Inc., Kerrigan Roll-Lock, or approved equal.

PART 3: EXECUTION

3.01 SCOPE OF WORK

Approval of the ENGINEER, in writing, shall be obtained by the CONTRACTOR prior to his ordering the grating. CONTRACTOR shall design, furnish and install all supports required for grating if required. Supports shall not interfere with other structures or equipment.

The grating shall be of the type that can be made in panels of the width and length appropriate to the opening shown on the drawings. No grating will be accepted that is less than 1-1/2" in height. The grating, when supported as indicated on the drawings, shall be capable of supporting a live load of at least 250 lbs. per square foot with an ample factor of safety.

Openings shall be left in grating where required for passages of pipes, gate stems, equipment supports and other

05331-1 143/2011-05 Rebid devices. These gratings shall be so constructed as to permit their removal without disturbing the pipes or other devices passing through them. All openings in the gratings which require cutting of more than three main bars, of a side and end bar, shall be finished in the same manner as the end of the grating panel.

Where gratings are to be erected upon bearing walls or upon concrete slabs, beams or floors, an approved anchor bearing support with appurtenances shall be placed in the concrete so as to receive the gratings. Where gratings are to be supported upon structural steel members, no additional supports will be required. However, the proper aluminum clips shall be furnished to anchor the gratings to the members.

Surfaces of aluminum bearing angles in contact with concrete or structural steel surfaces in contact with aluminum shall be painted with a heavy coating of asphalt or other bitumastic paint prior to installation.

End of Section

05331-2 143/2011-05 Rebid SECTION 05400

METAL FRAMING

PART 1 GENERAL

A. Not used.

PART 2: PRODUCTS

A. Not used.

PART 3: EXECUTION

3.01 INSTALLATION OF HOLLOW METAL FRAMES

A. Install hollow metal units and accessories in accordance with the final shop drawings and manufacturer's data and as herein specified.

B. Setting Masonry Anchor Devices:

1. Provide masonry anchorage devices where required for securing hollow metal frames to in-place concrete or masonry construction.

2. Set anchorage devices opposite each anchor location, in accordance with the anchorage device manufacturer's printed instructions. Leave drilled holes rough, not reamed and free from dust and debris.

C. Placing Frames: Except for frames located at in-place concrete or masonry place frames prior to the construction of enclosing walls and ceilings. Set frames accurately in position, plumbed, aligned and braced securely until permanent anchors are set. After wall construction is completed, remove temporary braces and spreaders leaving surfaces smooth and undamaged. In masonry construction, locate 3 wall anchors per jamb at hinge and strike levels. Building-in of anchors and grouting of frames is included in the 4A Series of these Specifications.

End of Section

05400-1 143/2011-05 Rebid THIS PAGE LEFT INTENTIONALLY BLANK

05400-2 143/2011-05 Rebid SECTION 05450

METAL SUPPORT SYSTEMS

PART 1: GENERAL

1.01 WORK INCLUDED

Installation shall be in accordance with details shown on plans and/or the manufacturer's approved shop drawings.

CONTRACTOR to field check all dimensions prior to installation and shall be responsible for same.

PART 2: PRODUCTS

2.01 LINTELS

Materials - ASTM A36 Steel. Provide one (1) 4"x 4" x 5/16" angle for each 4" of wall thickness over openings in masonry walls unless otherwise indicated on the drawings. Lintels shall bear on solid masonry a minimum of 8 inches, but bearing stresses shall not exceed the following limits:

Brick - 250 psi Concrete - 500 psi Concrete block or tile - 70 psi

PART 3: EXECUTION

A. Not Used.

End of Section

05450-1 143/2011-05 Rebid THIS PAGE LEFT INTENTIONALLY BLANK

05450-2 143/2011-05 Rebid SECTION 05500

METAL FABRICATIONS

PART 1: GENERAL

1.01 WORK INCLUDED

This work includes furnishing and installing hatchways where indicated on the drawings.

PART 2: PRODUCTS

2.01 HATCHWAY COVERS

All access doors and aluminum hatchways shall be Type J or Type JD as manufactured by The Bilco Company, New Haven, CT, or equal. Sizes indicated on contract drawings. Door leaf shall be 1/4" aluminum diamond pattern plate to withstand a live load of 300 pounds per square foot. Channel frame shall be 1/4" aluminum with an anchor flange around the perimeter. Door shall be equipped with heavy forged brass hinges, stainless steel pins, spring operators for easy operation and an automatic hold open arm with release handle. A snap lock with removable handle shall be provided on all exterior hatchways. A 1-1/2" drainage coupling shall be located in the front right corner of the channel frame and CONTRACTOR shall install 1-1/2" Sch 80 PVC drain. Hardware shall be cadmium plated. Factory finish shall be mill finish with bituminous coating applied to exterior of the frame. Installation shall be in accordance with manufacturer's instructions. Manufacturer shall guarantee against defects in material or workmanship for a period of five years.

PART 3: EXECUTION

A. Not Used

End of Section

05500-1 143/2011-05 Rebid THIS PAGE LEFT INTENTIONALLY BLANK

05500-2 143/2011-05 Rebid SECTION 05520

ALUMINUM HANDRAILS AND RAILING

PART 1: GENERAL •

1.01 WORK INCLUDED

A. Aluminum handrailing shall be installed at all locations indicated on the drawings. All aluminum handrailing throughout the plant shall be identical including that furnished with equipment. A 4" extruded aluminum toe plate shall be furnished for all horizontal runs of handrailing as indicated on the drawings.

PART 2: PRODUCTS

2.01 ALUMINUM HANDRAILING

A. All aluminum handrailing rails and posts shall be fabricated from aluminum pipe alloy 6063-T6, 1.890" 0. D. and 1.61" I.D. All other aluminum parts shall be fabricated from 6061 extruded aluminum and F514.0 aluminum casting. Joints shall be welded by the TIG hellarc process using 5356 alloy filler wire. All welds shall be ground smooth to a satin finish. Provide clear calumilite finish 204R1. Corner joints shall be hand forged to form rounded corners (1-inch minimum radius) and completely smoothed up during the grinding process.

B. All exterior aluminum railing components shall be clear Satin-Anodized finish on all exposed surfaces. All interior aluminum railing components shall be clear Satin finished and waxed.

C. Extruded aluminum toe plates, 4-inches high shall be furnished on all railings. The toe plates shall be Alloy 6063-T6 and shall be bolted to the posts of the railing with U-straps. A continuous extruded groove will be furnished in the back of the toe plate to permit attachment directly to the posts without exposed bolts on the front face of the toe plate.

05520-1 143/2011-05 Rebid PART 3: EXECUTION

3.01 INSTALLATION

A. Posts shall be anchored to supporting structures as follows:

1. Slab 8" or less - Anchor plates cinch anchored to floor.

2. Walls, stairs and slabs greater than 8 inches in depth, aluminum pipe ferrules 6 inches long.

3. Steel Framing - anchor plate welded or bolted to steel framing member.

4. Removable - see detail on contract drawing.

B. Field connections shall be made with blind rivets and/or self-drilling screws. All field joints shall be connected with concealed splicing pins or pipe.

C. Posts and rails shall be all in the same plane. There shall be no projections or irregularities to present a hazard or prevent a user from sliding his hand continually along the top horizontal.

D. Rigidity - Post spacing shall not exceed 6'-0" center to center for level railing and 5'-0" center to center for slope or stair railing. Posts shall be a single unspliced pipe length. Lower rails shall be a single, unspliced length between posts. Top rails shall be continuous whenever possible, and a single, unspliced length shall, where possible, be attached to a minimum of three posts. All shall be rigid and completely free of play at all joints and attachments.

E. For all installations, provisions must be made to drain water from the railing system to prevent damage caused by freezing of entrapped water. When posts are mounted into concrete or when bends or elbows occur at low points, weep holes of 15/64" minimum diameter must be drilled at the lowest possible elevations.

End of Section

05520-2 143/2011-05 Rebid DIVISION 6 - WOOD AND PLASTICS

SECTION 06100

ROUGH CARPENTRY

PART 1: GENERAL

1.01 DESCRIPTION OF WORK

Definition: Rough carpentry includes carpentry work not specified as part of other sections and which is generally not exposed, except as otherwise indicated.

1.02 Without intending to limit and/or restrict the volume of work required by this Section of the Specifications and the applicable drawings, the work generally consists of:

a. Do all laying out of all General Contract Work and cooperate with the trades in the location and performance of their work.

b. Furnish and install all grounds, blocking, wood furring, rough framing, bracing required for the proper execution of the work.

c. Furnish and install wood curbs and blocking for roofing at gravel stops and other required areas.

d. Furnish and install all items of rough hardware such as spikes, nails, bolts, screws and other metal fastenings.

e. Provide all glazed or plastic window coverings required throughout the operation to give adequate protection during inclement weather. Maintain all enclosures good condition as long as required and when no longer necessary, remove same from the premises.

f. Provide temporary ramps, stairs, barricades, dust barricade batten doors, and similar items required during construction.

g. Install all doors, windows and door hardware furnished under other Sections.

06100-1 143/2011-05 Rebid PART 2: PRODUCTS

2.01 Lumber, General: (All lumber shall be treated).

Factory-mark each piece of lumber with type, grade, mill and grading agency, except omit marking from surfaces to be exposed with transparent finish or without finish.

Nominal sizes are indicated, except as shown by detail dimensions. Provide actual sizes as required by PS 20, for moisture content specified for each use.

a. Provide dressed lumber, S4S, unless otherwise indicated.

b. Provide seasoned lumber with 19% maximum moisture content at time of dressing.

Concealed Boards: Where boards will be concealed by other work, provide lumber of 19% maximum moisture content (S- DRY) and of the following species and grade:

a. Southern Pine No. 2 Boards (SPIB), or any species graded construction Boards (WCLB or WWPA) .

Miscellaneous Lumber: Provide wood for support attachment of other work including cant strips, bucks, nails, blocking, furing, grounds, stripping and similar members. Provide lumber of sizes indicated, worked into shapes shown, and as follows:

a. Moisture Content: 15% maximum for lumber items not specified to receive wood preservative treatment.

Grade: Construction Grade light framing size lumber of any species or board size lumber as required. Provide construction grade boards (RIS or WCLB) or No. 2 boards (SIPB OR WWPA).

Plywood - Trademark: Identify each plywood panel with appropriate APA trademark.

Concealed Plywood: Where plywood will be concealed by other work, provide C-D Plugged/INT-APA.

Plywood backing panels: for mounting electrical for other equipment, provide fire retardant treated plywood panels with grade designation APA C-D Plugged Int. with exterior glue.

06100-2 143/2011-05 Rebid 2.02 MISCELLANEOUS MATERIALS:

Fasteners and Anchorages: Provide size, type material and finish as indicated and as recommended by applicable standards, complying with applicable Federal Specifications for nails, staples, screws, bolts, nuts, washers and anchoring devices. Provide metal hangers and framing anchors of the size and type recommended by the manufacturer for each use including recommending nails. Where rough carpentry work is exposed to weather, ground contact, or in area of high relative humidity, provide fasteners and anchorages with a hot-dip zinc coating (ASTM A 153).

PART 3: EXECUTION

3.01 DELIVERY AND STORAGE: Keep materials dry at all times. Protect against exposure to weather and contact with damp or wet surfaces. Stack lumber and plywood and provide air circulation within stacks.

3.02 JOB CONDITIONS

Coordination: Fit carpentry work to other work; scribe and cope as required for accurate fit. Correlate location of furring, mailers, blocking, grounds and similar supports to allow proper attachment of other work.

3.03 INSTALLATION OF HOLLOW METAL FRAMES

Install hollow metal units and accessories in accordance with the final shop drawings and manufacturer's data and as herein specified.

Setting Masonry Anchor Devices: Provide masonry anchorage devices where required for securing hollow metal frames to in-place concrete or masonry construction.

Set anchorage devices opposite each anchor location, in accordance with the anchorage device manufacturer's printed instructions. Leave drilled holes rough, not reamed and free from dust and debris.

Placing Frames: Except for frames located at in- place concrete or masonry place frames prior to the construction of enclosing walls and ceilings. Set frames accurately in position, plumbed, aligned and braced securely until permanent anchors are set. After wall construction is completed, remove

06100-3 143/2011-05 Rebid temporary braces and spreaders leaving surfaces smooth and undamaged. In masonry construction, locate 3 wall anchors per jamb at hinge and strike levels. Building-in of anchors and grouting of frames is included in the 4A Series of these Specifications.

3.04 INSTALLATION OF DOORS

Fit metal doors accurately in their respective frames, within the following clearances:

Jambs and Head 3/32" Meeting Edges, Pairs of Doors 1/8" Bottom - 3/8" where no threshold Bottom at threshold

Final adjustments: Check and readjust all operating finish hardware items in hollow metal work just prior to final inspection. Leave work in complete and proper operating condition. Remove and replace defective work, including doors of frames which are warped, bowed or otherwise damaged.

Application of Hardware: Receive, store and be responsible for all furnished hardware. Properly tag and index all keys. Apply hardware in accordance with manufacturer's instructions, fit accurately, apply securely and adjust carefully. Use care not to injure work when applying hardware.

End of Section

06100-4 143/2011-05 Rebid DIVISION 7 - THERMAL PROTECTION

SECTION 07210

MASONRY BLOCK INSULATION

PART 1: GENERAL

1.01 WORK INCLUDED

Certain concrete block walls and wall cavities between block and brick and acoustical block and brick shall be insulated after construction with foam insulation propelled with compressed air as identified on the construction drawings.

1.02 Foam Insulation System shall meet ASTM E-84 for fire safety, ASTM E-119 Fire Wall Rating, DOE © (4) HUD 6-1-4 for density, DOE (e) (8) HUD 6.2.2 for water absorption, and DOE (e) (11) HUD 6.2.5 for shrinkage.

PART 2: PRODUCTS

2.01 MANUFACTURERS

Foam Insulation System shall be Core-Fill 500 manufactured by Tailored Chemical Products, Inc. or an approved equal and application installation shall be in accordance with the manufacturers written specifications.

PART 3: EXECUTION

A. Not used.

End of Section

07210-1 143/2011-05 Rebid THIS PAGE LEFT INTENTIONALLY BLANK

07210-2 143/2011-05 Rebid SECTION 07211

INSULATION BOARD

PART 1: GENERAL

1.01 WORK INCLUDED:

A. Extruded polystyrene (XPS) insulation board.

1.02 DELIVERY, STORAGE, AND HANDLING

A. Protect insulation materials from physical damage and from deterioration by soiling, and other sources. Store inside and in a dry location, or, wipe surface dry the extruded polystyrene insulation before installing. Comply with manufacturer's written instructions for handling, storing, and protecting during installation.

B. Protect foam plastic insulation as follows:

1. Do not expose to sunlight, except to extent necessary for period of installation and concealment.

2. Protect against ignition at all times. Do not deliver plastic insulating materials to Project site before installation time.

3. Complete installation and concealment of plastic materials as rapidly as possible in each area of construction.

4. When installing black/dark (non-white) tapes and/or waterproofing/air barrier membranes over extruded polystyrene insulation, avoid prolonged sun exposure of such surfaces. Provide daily final finish covering or temporary white opaque covering over black/dark (non-white) surfaces to avoid possible solar heat damage.

07211-1 143/2011-05 Rebid PART 2: PRODUCTS

2.01 MANUFACTURERS

A. Insulation Board shall be manufactured by Owens Corning Insulating Systems, LLC or an approved equal and application installation shall be in accordance with the manufacturer's written specifications.

2.02 MATERIALS

A. Insulation Board: Owens Corning Insulation Board.

1. Type: Foamular 250 Extruded Polystyrene Insulation. 2. Material: High-density (1.601b/cu.ft.) 3. Compliance: ASTM C578, Type IV. 4. Thickness: 3/4 inch. 5. Thermal Resistance, R-Value, 75 degrees F Mean Temperature, 1-inch thickness, ASTM C518: 5.0 degrees F-ft2-hr/Btu. 6. Water Vapor Transmission Rate, 75 degrees F, 50 percent Relative Humidity, ASTM E96: 1.1 perm. 7. Compressive Strength, 10 Percent Deflection, 1- inch Thickness. ASTM D1621: minimum 25 psi. 8. Fire Characteristics, ASTM E84: Flame Spread, 5; Smoke developed, 45 to 175. 9. Maximum Recommended Service Temperature: 165 degrees.

2.03 ACCESSORIES

A. Adhesive: As approved by manufacturer. B. Fasteners: Type and size in accordance with manufacturer's instructions. C. Insulation Board Tape: As approved by manufacturer.

PART 3: EXECUTION

3.01 EXAMINATION

A. Examine areas to receive insulation board. Notify Engineer of conditions that would adversely affect installation. Do not proceed with installation until unsatisfactory conditions are corrected.

07211-2 143/2011-05 Rebid 3.02 SURFACE PREPARATION

A. Ensure surfaces are clean, dry, and flat. Ensure surfaces are free of honeycombs, fins, and foreign material that could impede adhesive bond or damage insulation board.

3. 03 INSTALLATION

A. General:

1. Install insulation board in accordance with manufacturer's instructions. 2. Apply adhesive in accordance with adhesive manufacturer's instructions. 3. Seal insulation boards around window and door openings with insulation board tape.

B. Foundation Perimeter:

1. Apply insulation boards to walls using common masonry fasteners, adhesive, or both after water­ proofing or damp proofing has cured. Seal penetration area around fasteners. 2. Place backfill soil directly in contact with insulation board. Do not leave boards exposed above grade line.

C. Masonry Walls - Cavity Walls:

1. Install insulation board across walls, starting at bottom of wythe. 2. Secure insulation board between joint reinforcement or wall ties. Install subsequent courses with staggered joints. 3. Provide 1" air space between insulation board and brick veneer. 4. Install brick walls.

3.04 PROTECTION

A. Protect installed insulation board from damage until covered by other material.

End of Section

07211-3 143/2011-05 Rebid THIS PAGE LEFT INTENTIONALLY BLANK

07211-4 143/2011-05 Reb SECTION 07250

FIRE STOPS

PART 1: GENERAL

1.01 WORK INCLUDED

All pipe, duct, conduit penetrations through floors, walls, finished ceiling and unfinished ceiling shall be fire stopped.

Fire stop system shall be UL Listed and shall be: one part ready to use silicone elastomer, two part liquid silicone elastomer that foams and expands when mixed to fill penetrations.

PART 2: PRODUCTS

2.01 MANUFACTURERS

Fire Stop System shall be Dow Corning or approved equal and application installation shall be in accordance with manufacturers written specifications.

PART 3: EXECUTION

A. Not Used.

End of Section

07250-1 143/2011-05 Rebid THIS PAGE LEFT INTENTIONALLY BLANK

07250-2 143/2011-05 Rebid SECTION 07260

UNDER-SLAB VAPOR BARRIER

PART 1: GENERAL

1.01 SUMMARY

A. Products Supplied Under This Section

1. Vapor Barrier, seam tape, mastic, pipe boots for installation under concrete slabs.

1.02 REFERENCES

A. American Society for Testing and Materials (ASTM)

1. ASTM E 1745-97 (2004) Standard Specification for Plastic Water Vapor Retarders Used in Contact with Soil or Granular Fill Under Concrete Slabs

2. ASTM E 154-88 Standard Test Methods for Water Vapor Retarders Used in Contact with Earth Under Concrete Slabs

3. ASTM E 96-95 Standard Test Methods for Water Vapor Transmission of Materials

4. ASTM E 1643-98 Standard Practice for Installation of Water Vapor Retarders Used in Contact with Earth or Granular Fill Under Concrete Slabs

B. American Concrete Institute (ACI)

1. ACI 302.1R-04 Vapor Barrier Component (plastic membrane) is not less than 10 mils thick

1.03 SUBMITTALS

A. Quality Control / Assurance

1. Independent laboratory test results showing compliance with ASTM & ACI Standards.

2. Manufacturer's samples, literature

07260-1 143/2011-05 Rebid 3. Manufacturer's installation instructions for placement, seaming and pipe boot installation

PART 2: PRODUCTS

2.01 MATERIALS

A. Vapor Barrier

1. Vapor Barrier must have the following qualities

a. Water Vapor Transmission Rate ASTM E 96 0.006 WVTR or lower

b. Water Vapor Barrier ASTM E 1745 Meets Class A (Plastics)

2. Vapor Barrier Products

a. Stego Wrap 15-mil Vapor Barrier by Stego Industries LLC

b. Premoulded Membrane with Plasmatic Core by W.R. Meadows.

c. Zero-Perm by Alumiseal.

d. Approved Equal

2.02 ACCESSORIES

A. Seam Tape

1. Tape must have the following qualities:

a. Water Vapor Transmission Rate ASTM E 96 0.3 perms or lower

2. Seam Tape

a. Stego Tape by STEGO INDUSTRIES LLC, San Juan Capistrano, CA (877) 464-7834

B. Vapor Proofing Mastic

1. Mastic must have the following qualities:

07260-2 143/2011-05 Rebid a. Water Vapor Transmission Rate ASTM E 96 0.3 perms or lower

2. Mastic

a. Stego Mastic by STEGO INDUSTRIES LLC, San Juan Capistrano, CA (877) 464-7834

C. Pipe Boots

1. Construct pipe boots from vapor barrier material, pressure sensitive tape and/or mastic per manufacturer's instructions.

PART 3: EXECUTION

3.01 PREPARATION

A. Ensure that subsoil is approved by ENGINEER.

1. Level and tamp or roll aggregate earth base.

3.02 INSTALLATION

A. Install Vapor Barrier/Retarder:

1. Installation shall be in accordance with manufacturer's instructions and ASTM E 1643-98.

a. Unroll Vapor Barrier/Retarder with the longest dimension parallel with the direction of the pour

b. Lap Vapor Barrier/Retarder over footings and seal to foundation walls.

c. Overlap joints 6 inches and seal with manufacturer's tape.

d. Seal all penetrations (including pipes) per manufacturer's instructions.

e. No penetration of the Vapor Barrier/Retarder is allowed except for reinforcing steel and permanent utilities.

07260-3 143/2011-05 Rebid f. Repair damaged areas by cutting patches of Vapor Barrier/Retarder, overlapping damaged area 6 inches and taping all four sides with tape.

End of Section

07260-4 143/2011-05 Rebid SECTION 07550

SBS MODIFIED BITUMEN ROOFING SYSTEM

PART 1: GENERAL

1.01 WORK INCLUDED

A. The CONTRACTOR shall install new SBS Modified Bitumen roofing system as shown in the contract drawings and shall be SBS Modified Bitumen Roofing Systems as manufactured by Firestone Company, Tamco Incorporated or U.S. Intec Company to match other Water Treatment Plant roofing projects.

B. CONTRACTOR shall furnish and install vapor barrier, Dens-Deck (mechanically attached) and 2 plies of Type IV felt (hot mopped), polyisocyanurate insulation (hot mopped) H" HDWF recover board (hot mopped), install 2 ply SBS Modified Bitumen Roof System.

C. CONTRACTOR shall furnish and install all metal copings and parapet wall flashings, clean and prepare surfaces to receive new copings and flashings. Roof is to be warranted for 20 years to be free from defects in material and workmanship that cause it to leak.

1.02 GENERAL NOTES

A. Preceding job start up, contractor shall decide to his satisfaction that all specifications contained here-in are workable.

B. CONTRACTOR shall perform all work by competent, trained, and properly equipped personnel in strict accordance with good roofing practices and applicable industry standards.

C. CONTRACTOR shall observe all published safety prevention policies and practices relating to application of roofing system and related work. All federal, state and local codes shall be followed.

07550-1 143/2011-05 Rebid D. CONTRACTOR shall follow application, safety, etc. information as published in the most current edition of the Manufacturer's Modified Bitumen Roofing System Technical Specifications.

1.03 SECTION INCLUDES

A. Substrate preparation. B. Wood nailer installation C. Membrane installation D. Membrane flashing installation.

1.04 RELATED SECTIONS

A. Section 06100 - Rough Carpentry B. Section 07900 - Joint Sealers

1.05 REFERENCES

A. National Roofing Contractors Association (NRCA) Roofing and Waterproofing Manual.

B. Sheet Metal Air Conditioning Contractors National Association, Inc. (SMACNA) - Architectural Sheet Metal Manual

C. MRCA 1986 - Safety in Torch Welding Modified Bitumen Roofing

1.06 DEFINITIONS

A. Firestone: Firestone Building Products Co., Headquarters, 525 Congressional Blvd., Carmel, IN 46032-5607

B. Tamco: TAMKO Inc. P.O. Box H, 4500 Tamko Drive, Frederick, MD 21702

C. U.S. Intec.

D. American Society for Testing and Materials (ASTM): 1916 Race St., Philadelphia, PA 19103.

07550-2 143/2011-05 Rebid E. Roofing Terminology: Refer to ASTM D 1079 for definition of terms related to roofing work not otherwise defined in this Section.

F. Equiviscous Temperature (EVT): Bitumen temperature at 75 centipoise for mechanical applicator and at 125 centipoise for hand mopping.

1.07 SYSTEM DESCRIPTION

A. Description

1. Cap Sheet Type: SBS FR 2. Base Sheet: SBS Base 3. Recover Borad: H\ HDWF 4. Insulation Type: Polyisocyanurate 5. Vapor Barrier: 3/8" Minimum Dens-Deck, 2 ply Type IV

6. Deck Type: Concrete

1.08 SUBMITTALS

A. Product Data: 1. Submit copies of Manufacturer's Technical Information Sheets (TIS) for all products used on this project.

B. Samples:

1. Submit samples of roof membrane products.

C. Application Information:

1. Submit copy of Manufacturer's application specification.

2. Letter or certificate from Manufacturer attesting that roofing contractor is currently licensed by Manufacturer.

D. Warranty: Submit warranty sample.

1.09 QUALIFICATIONS

A. Manufacturer:

07550-3 143/2011-05 Rebid 1. Company specializing in manufacturing the roofing membrane specified in this Section with 10 years of manufacturing experience.

2. System supplier must have ISO 9002 certified.

B. Applicator:

1. Shall be a current Manufacturer's Licensed Contractor. 2. Shall have at least five years experience in installing specified system.

1.10 REGULATORY REQUIREMENTS

A. Conform to applicable local building code requirements.

B. Underwriters Laboratories, Inc. (UL): Class A Fire Hazard Classification.

C. Factory Mutual Research Corporation (FM) : Roof Assembly Classification with FM Construction Bulletin 1-28 and 1-29, meeting minimum requirements of FM 1-9-.

1.11 QUALITY INSPECTION/OBSERVATION

A. Inspection by Manufacturer: Provide a final inspection of the roofing system by a Technical Representative employed by roofing system manufacturer.

1. Technical Representative shall not perform any sales functions. 2. CONTRACTOR shall complete any necessary repairs required for issuance of warranty.

B. Inspection by Owner: The owner or owners representative shall provide full-time inspection of referenced project. CONTRACOR shall provide access to project at all times to the owners representative.

1.12 PRE-INSTALLATION CONFERENCE

A. Before start of roofing work, attend a conference to discuss the proper installation of materials. Attendees shall include all parties directly affecting

07550-4 143/2011-05 Rebid work of this Section. A list of subcontractors, if any shall be provided prior to this conference.

1.13 DELIVERY, STORAGE AND HANDLING

A. Deliver products in manufacturer's original containers dry, undamaged, seals and labels intact and legible.

B. Store all materials clear of ground and moisture with weather protective covering. Store roll goods on end.

C. Keep all combustible materials away from ALL ignition sources.

1.14 ENVIRONMENTAL REQUIREMENTS

A. Install roofing membrane only when surfaces are clean, dry, smooth and free of snow or ice.

B. Do not apply roofing membrane during inclement weather or when ambient conditions will not allow proper application. Consult Manufacturer's Technical Specifications on cold weather application.

1.15 WARRANTY

A. Type/Term:

1. Provide 20 year manufacturer's Roofing System Warranty. Warranty shall include membrane, roof insulation, and membrane accessories.

2. Provide a separate Insulation Warranty (Insulation Warranty). Warranty term shall coincide with Roofing System Warranty.

B. Coverage:

1. Roofing System Warranty:

a. Limit of Liability: No Dollar Limitation b. Scope of coverage:

1) Repair any leak in the Modified Bitumen Roofing System caused by the ordinary wear and tear of the elements, manufacturing defect in material, and

07550-5 143/2011-05 Rebid the workmanship used to install these materials.

2 . Insulation Warranty:

a. Limit of liability: No Dollar Limitation b. Scope of coverage:

1) Provide replacement for insulation that warps, bows, or destabilizes to the point of causing a roof leak as a result of any manufacturing defect.

PART 2: PRODUCTS

2.01 NAILERS FOR FLANGES AND ROOF ACCESSORIES

A. Description: Structural Grade No. 2 or better Southern Pine, Douglas Fir, or Exterior Grade plywood. All wood shall be pressure treated for rot resistance.

1. Nailer width: Minimum 3 H in. (nominal) wide or as wide as the nailing flange of each roof accessory. 2. Nailer thickness: Thickness of roof insulation.

B. Reference Standards:

1. Southern Pines: PS 20; SPIB Grading Rules. 2. Western Woods: PS 20; WWPA Grading Rules. 3. Plywood: PS 1; APA Grade Stamps.

4. Pressure preservative treatment: AWPB LP2.

2.02 MANUFACTURERS- MEMBRANE MATERIALS

A. Firestone Modified Bitumen Roof System I- S31- M

Approved Equals: UTamkS Inteo 107Fc BFS250FR-2BFS-RR I

2.03 MEMBRANE MATERIALS

A. Description: granule surfaced roofing membrane consisting of a specially formulated fire retardant styrene-butadiene-styrene (SBS) polymer modified asphalt compound, reinforced with 190 g/sq. m (5.6 oz/sq. yd) non-woven polyester mat enhanced with

07550-6 143/2011-05 Rebid continuous glass fiber strands in the machine direction conforming to the following physical properties.

1. Nominal Thickness: 150 mils (3.8 mm) 2. Nominal Weight: 91 lb/100 sq ft (4443 g/sq/ m) 3. Approximate Coverage: 100 sq. ft (9.3 sq. m) 4. Tensile Strength: @73° F (25° C) MD: 78 lb/in XMD: 65 lb/in (MD: 13.6 kN/m XMD 11.4 kN/m) 5. Elongation: @ 73° F (25° C) MD: 59% XMD: 74% 6. Dimensional Stability: MD:-0.2% XMD: 0.2% 7. Low Temperature Flexibility: - 15° F (-26° F)

B. Reference Standard: ASTM D 6164-98 Type 1, Grade G.

C. Product/Producer: SBS FR Modified Bitumen Cap Sheet Membrane by Firestone or approved equal.

2.04 BASE SHEET MATERIALS

A. Description: Fine mineral surfaced base ply consisting of a styrene-butadiene-styrene (SBS) polymer modified asphalt, reinforced with a strong fiberglass mat conforming to the following physical properties.

1. Nominal Thickness: 90 mils (2.2 mm) 2. Nominal Weight: 54 lb/100 sq. ft (2635 g/sq. m) 3. Approximate Coverage: 150 sq. ft. (13.9 sq. m) 4. Tensile Strength: @73° F (25° C) MD: 64 lb/in XMD: 58 lb/in (MD: 11.2 kN/m XMD 10.1 kN/m) 5. Elongation: @ 73° F (25° C) MD: 5% XMD: 5% 6. Dimensional Stability: MD:-0.1% XMD: 0.2% 7. Low Temperature Flexibility: - 15° F (-26° F)

B. Reference Standard: ASTM D 6163-98a Type 1, Grade S

C. Product/Producer: SBS Base Modified Bitumen Base Sheet by Firestone or approved equal.

2.05 ROOF INSULATION PRODUCTS

A. Base Layer Polyisocyanurate Roof Insulation

1. Description: Roof insulation consisting of closed cell polyisocyanurate foam core and a perforated black glass reinforced mat laminated to the face.

07550-7 143/2011-05 Rebid 2. Reference Standards:

a. FS HH-I-1972/Gen. b. FS HH-I-1973/3 c. ASTM C 209 - Water Absorption d. ASTM E 96 - Water Vapor Transmission of Materials e. ASTM D 1621 - Compressive Strength f. ASTM D 1622 - Density g. ASTM D 2126 - Dimensional Stability. h. ASTM E 84 - Flame Spread

3. Product/Producer: ISO 95+ Polyisocyanurate Insulation by Firestone or approved equal.

Intermediate Layer Tapered Polyisocyanurate Roof Insulation

1. Description: Roof insulation consisting of closed cell polyisocyanurate foam core and a perforated black glass reinforced mat laminated to the face.

a. Thickness: .5" 1) Nominal Size: 48 in. x 48 in. 2) System Slope: 1/8" : 12"

2. Reference Standards:

a. FS HH-I-1972/Gen. b. FS HH-I-1973/3. c. ASTM C 209 - Water Absorption. d. ASTM E 96 - Water Vapor Transmission of Materials e. ASTM D 1621 - Compressive Strength f. ASTM D 1622 - Density g. ASTM D 2126 - Dimensional Stability h. ASTM E 84 - Flame Spread

3. Product/Producer: ISO 95+ Polyisocyanurate Insulation by Firestone or approved equal.

Top Layer Wood Fiber Roof Insulation

1. Description: Uniform density roof insulation consisting of interlocking fibers produced by

07550-8 143/2011-05 Rebid mechanical fiberizing. The board is treated on the top to reduce asphalt absorption.

2. Top Layer:

a. Nominal Thickness: 0.5" b. Nominal Size: 48" x 48"

3. Reference Standards:

a. FS LLL-I-535B b. ASTM C 208 Class C - Water Absorption, Linear Expansion. c. ASTM C 209 - Water Absorption, Linear Expansion. d. ASTM C 165 - Compressive Strength.

4. Product/Producer: FiberTop Wood Fiber Insulation by Firestone or approved equal.

2.06 BASE FLASHINGS

A. Description: Two (2) ply system consisting of a base ply and a SBS cap sheet.

B. Reference Standard: ASTM D 5147

C. Product/Producer:

1. Base Ply: SBS Base, by Firestone 2. SBS Cap Sheet: SBS FR Cap Sheet Modified Bitumen Membrane, by Firestone.

2.07 ASPHALT PRIMER

A. Description: Asphaltic primer suitable for use with asphalt roofing over concrete and for insulation installation.

B. Reference Standard: ASTM D 41.

2.08 ASPHALT BITUMEN

A. Description: Site-melted or tanker-delivered petroleum asphalt type as specified in Roof Membrane System.

1. For flood coat: Type IV

07550-9 143/2011-05 Rebid 2. EVT Measurement: ASTM D 4402

3. Source: US produced

B. Reference Standard: ASTM D 312.

C. Product/Producer:

1. Trumbull Asphalt 2. Approved Equal D. Follow all industry and manufacturer requirements for heating, storage, and handling of asphalt.

2.09 CANTS

A. Description: Non-flammable perlite cants, with 45 degrees face slope and minimum 5" face dimension.

1. Required at all angle changes, greater than 45 degrees between the vertical surface and horizontal plane.

2. Cant strips shall be set in hot steep asphalt, roofing mastic, or mechanically attached with acceptable fasteners and plates.

B. Reference Standard: ASTM C 209

2.10 TAPERED EDGE STRIPS

A. Description: Non-flammable perlite taper strips.

B. Reference Standard: ASTM C 209

2.11 VAPOR BARRIER MATERIALS

A. Roof Board 1. Description: DENS-DECK Gypsum Roof Board, a non­ structural, glass mat-faced, silicone treated gypsum core panel.

a. Top layer: 1) Nominal Thickness: As required to meet flute spanability. 2) Nominal Size: 48" x 96"

2. Reference Standards:

07550-10 143/2011-05 Rebid ASTM C 1177

3. Product/Producer: Firestone 3/8" Minimum Dens-Deck Insulation or approved equal.

B. Vapor Barrier Membrane Materials

1. Description: A high-performance, asphalt coated, fiberglass reinforced roofing ply sheet. a. Tensile Strength: Minimum 44 lb./in. (7.7 kN/m) when tested either machine or cross machine direction.

2. Reference Standard:

a. ASTM D 2178-97 Type IV b. ASTM D 5147

3. Product/Producer:

a. PLY IV Glass Fiber Ply, by Firestone or approved equal.

2.12' ASPHALT FLASHING CEMENT/ASBESTOS-FREE

A. Description: Asphalt-based flashing cement, asbestos- free

B. Reference Standard: ASTM D 4586

2.13 LEAD FLASHING

A. Description: Soft lead sheet, weighing at least 3 lbs/sq.ft.

PART 3: EXECUTION

3.01 EXAMINATION

A. Verify that surfaces and site conditions are ready to receive work.

B. Examine roof deck to determine that it is sufficiently rigid to support roofers and their mechanical equipment and that deflection will not strain or rupture roof components or deform deck.

07550-11 143/2011-05 Rebid C. Verify deck is clean and smooth, free of depressions, waves, or projections, properly sloped to insure drainage. Examine substrate to determine that surface is in a suitable condition for roofing work. Do not start roof application until defects have been corrected.

D. Verify roof openings, curbs, pipes, sleeves, ducts, and vents through roof are solidly set, and cant strips, wood nailing strips and reglets are in place.

E. The condition of surface to receive roof insulation shall be firm, clean, smooth and dry.

3.02 PROTECTION OF OTHER WORK

A. Protect metal, glass, plastic, and painted surfaces within wind-borne range of bitumen application. Protect neighboring work, properties, cars, and persons from spills and wind-borne bitumen.

3.03 MATERIAL STORAGE AND HANDLING

A. Keep all adhesives, sealants, primers and cleaning materials away from all sources of ignition.

B. Consult container labels and Material Safety Data Sheets (MSDS) for specific safety instructions.

3.04 WOOD NAILER LOCATION AND INSTALLATION

A. Total wood nailer height shall match the total thicknes of insulation being used and shall be installed with a 1/8" gap between each length and at each change of direction.

B. Wood nailers shall be firmly fastened to the deck. Mechanically fasten wood nailers to resist a force of 200 lbs. per lineal foot.

3.05 VAPOR RETARDER

A. Over the deck install a 2-ply vapor retarder.

1. Install minimum thickness required for flute spanability of Dens-Deck, mechanically attached to the steel deck using Stainless Steel Fasteners,

07550-12 143/2011-05 Rebid Olympic Minimum #14, Length shall be sufficient to penetrate deck as required.

2. Install asphalt primer to the Dens-Deck, install 2 plies of Firestone Ply IV in a solid mopping of Asphalt. Apply a final glaze coat over the Ply IV sheet to insure against voids. Insure that all penetrations and edge conditions are sealed to prevent moisture and air drive into the roofing system.

3. Install Firestone Insulation in a manner that will not compromise the vapor retarder integrity.

3.06 ROOF INSULATION APPLICATION: GENERAL

A. Install only as much insulation as can be covered with the completed roofing system before the end of the day's work or before the onset of inclement weather.

B. Seal deck joints, where needed, to prevent bitumen drippage.

C. Lay roof insulation in courses parallel to roof edges.

D. Neatly fit insulation to all penetrations, projections, and nailers. Insulation shall be fit tightly, with gaps not greater than W. All gaps greater than W shall be filled with acceptable insulation. Under no circumstances shall the roofing membrane be left unsupported over a space greater than H". Tapered insulation shall be installed around roof drains so as to provide proper slope for drainage. Miter roof insulation edges at ridge, valley and other similar non- planar conditions.

E. When installing multiple layers of insulation, all joints between layers shall be staggered at least 6 in.

3.07 INSULATION ATTACHMENT

A. Base Layer: Firestone or approve equal ISO 95+ GL 2" B. Intermediate Layer: Firestone or approved equal Tapered ISO 95+ GL .5" C. Top Layer: W FiberTop Wood Fiber Firestone or approved equal

07550-13 143/2011-05 Rebid 1. Attachment: Asphalt Attach

3.08 INSULATION APPLICATION

A. Base Layer:

1. Attach insulation using maximum 4' x 4' board size set in 25 to 30 lbs/100 sq. ft. mopping of hot Type IV asphalt to the base layer of insulation.

2. Apply asphalt at EVT +/- 25°F. If EVT is unknown, apply at the following temperatures.

a. Type III 400 to 425°F b. Type IV 425 to 450°F

3. Do not apply asphalt or insulation if asphalt temperature is below that specified.

4. Do not heat to or above flash point, or 525°F.

a. Do not heat between 500-525°F for more than 4 hours.

b. Maximum storage temperature: 325°F

B. Intermediate Layer: 1. Attach insulation using maximum 4' x 4' board size set in 25 to 30 lbs/100 sq. ft. mopping of hot Type IV asphalt to the base layer of insulation.

2. Apply asphalt at EVT +/- 25°F. If EVT is unknown, apply at the following temperatures:

a. Type III400 to 425°F b. Type IV425 to 450°F

3. Do not apply asphalt or insulation if asphalt temperature is below that specified.

4. Do not heat to or above flash point, or 525° F

a. Do not heat between 500-525°F for more than 4 hours. b. Maximum storage temperature: 325°F.

07550-14 143/2011-05 Rebid C. Top Layer:

1. Attach FiberTop V HDWF Board using maximum 4' x 4' board size set in 25 to 30 lbs/100 sq.ft. mopping of hot Type IV asphalt to the base layer of insulation.

2. Apply asphalt at EVT +/- 25° F. If EVT is unknown, apply at the following temperatures:

a. Type III400 to 425°F b. Type IV425 to 450°F

3. Do not apply asphalt or insulation if asphalt temperature is below that specified.

4. Do not heat to or above flash point, or 525°F.

a. Do not heat between 500-525°F for more than 4 hours.

b. Maximum storage temperature: 325°F.

3.09 ROOF MEMBRANE SYSTEM

A. Description

1. Base Ply: SBS Base 2. Base Ply Attachment: Hot Mopped 3. Cap Sheet: SBS FR 4. Surfacing: White or Gray Granule 3.10 PHASED CONSTRUCTON

A. Phased construction will not be permitted on this proj ect.

1. Multi-ply systems may have the interplay modified bitumen sheet exposed up to 14 days before installing the cap sheet.

3.11 ASPHALT PRIMER APPLICATION (Dens-Deck Surface)

A. Do not dilute unless recommended by producer.

B. Apply by brush, spray, or roller.

1. Apply at a rate of H to 1-1/4 gal/100 ft2

07550-15 143/2011-05 Rebid 2. Allow to dry before work resumes on primed area.

3.12 ASPHALT APPLICATION

A. Apply asphalt at EVT +/- 25°F. If EVT is unknown, apply at the following temperatures:

1. Type IV 425 to 475°F.

B. Do not apply asphalt or ply sheets if asphalt temperature is below that specified.

C. Do not heat to or above flash point, or 525°F, whichever is greater.

1. Do not heat between 500-525°F for more than 4 hours.

2. Maximum storage temperature: 325°F.

D. Apply by machine or hand mopping..

3.13 MEMBRANE APPLICATION A. Starting at the low point, embed one ply of SBS FR in a full mopping on Type IV asphalt at a rate of approximately 25 lbs/100 sq.ft. A 1/16" to 1/2" flow of hot asphalt should be seen coming from side laps. SBS FR shall have minimum 3" side laps and 6" end laps. Keep sheet free of wrinkles, buckles and fish mouths. Rolls will need to be unrolled and allowed to relax and may require Brooming in colder weather, below 50°F, in order to eliminate voids and obtain proper embedment.

B. Apply matching granules to areas of asphalt "bleed-out" while the asphalt is still hot.

3.14 BASE SHEET APPLICATION

A. Starting at the low point of the roof, embed one ply of SBS Base Sheet in a uniform solid mopping of asphalt. Embed the full width of SBS Base Sheet in a full mopping of Type IV asphalt to the substrate at a rate of approximately 25 lb/100 sq. ft. A minimum of 1/2" maximum flow of hot asphalt should be seen coming from the side laps. Keep sheet free of wrinkles, buckles, and fish mouths. Brooming in may be required to eliminate voids and obtain proper embedment.

07550-16 143/2011-05 Rebid 3.15 BASE FLASHINGS

A. Base flashings may be mopped or torched directly to non combustible surfaces that have been primed. Combustible surfaces require the application of a mechanically fastened base sheet prior to the application of the base flashing cap sheet.

B. Base flashings may be adhered to Base Sheet using Manufactured Modified Bitumen Flashing cement.

C. Where flashing laps onto field cap sheet, the lap area shall be completed by heat fusing in accordance with Manufacturer's requirements.

Note: When torching granulated Modified Bitumen sheet, areas such as end laps, base flashings, and patches that have granules on receiving surface embed granules in underlying sheet. Embed granules with a hot trowel by heating surface and troweling-in all granules until a uniform black surface coated with compound is achieved in lap area. Any area of the sheet not protected with a granule surface should be dressed with additional loose granules or patched with an additional piece of granule surfaced modified.

3.16 EDGE METAL

A. Edge Metal and/or Coping

1. Description: Provide prefabricated .040 gauge Aluminum with Kynar finish in manufacturers standard colors to be selected by owner.

3.17 FIELD QUALITY CONTROL

A. Field inspection and testing will be performed as required by manufacturer and owner's representative.

B. Correct identified defects or irregularities.

3.18 CLEANUP

A. Remove bituminous markings from finished surfaces.

07550-17 143/2011-05 Rebid B. In areas where finished surfaces are soiled by work of this Section, consult manufacturer of surfaces for cleaning advice and conform to their instructions.

C. Remove excess materials, trash, debris, equipment and parts from the Work.

D. Repair or replace defaced or disfigured finishes cause by work of this Section.

3.19 PROTECTION

A. Protect building surfaces against damage from roofing work.

B. Where traffic must continue over finished roof membrane, protect surfaces.

End of Section

07550-18 143/2011-05 Rebid SECTION 07900

JOINT SEALERS

PARTI: GENERAL

1.01 DESCRIPTION OF WORK

The required new applications include, but are not necessarily limited to, the following:

A. Walkway joints subject to foot traffic.

B. Exterior building wall joints, including masonry and metal.

C. Flashing and fascia joints.

D. Miscellaneous concrete construction joints.

E. Interior floor, wall, ceiling, door and other miscellaneous joints.

F. Equipment and isolation joints.

G. Gasketing for assembly of components.

1.02 GENERAL PERFORMANCE

Except as otherwise indicated, joint sealers are required to establish and maintain airtight and waterproof continuous seals on a permanent basis, within recognized limitations of wear and aging as indicated for each application. Failures of installed sealers to comply with this requirement will be recognized as failures of materials and workmanship.

PART 2: PRODUCTS

2.01 ELASTOMERIC SEALANTS

A. Two Component Polysulfide Sealant: (To be basis sealant used throughout except as otherwise covered.) Polysulfide-based, 2-part elastomeric sealant, complying with FS TT-S-00227, Class A, Type 2 (non-sag) unless Type 1 recommended by manufacturer for application specified.

07900-1 143/2011-05 Rebid 1. Modified Sealant: Where required, at contaminated surfaces or at bituminous joint fillers, used "Modified Two-Component Polysulfider Sealant", provide manufacturer's compatibility in application indicated.

Products offered by manufacturers to comply with the requirements include the following:

Hornflex and Vertiseal; W. R. Grace & Company Synthacalk GC-5 Series; Pecora Corp. Donolastic 2-part; Sonneborn/Contech, Inc. Lasto-Meric; Tremco Mfg. Co. Thiotok Sealant; Tock Brothers, Inc.

2. Optional Sealant: CONTRACTOR may, at his option, provide "Dymeric" sealant by Tremco, in lieu of specified above, provided manufacturer furnishes certification that sealant performance is equal to or better in every respect and is recommended for the application shown.

3. Non Traffic Bearing Joints: This sealant to be used for all exterior masonry and cast-in-place concrete joints in vertical surfaces and masonry relief angles, and horizontal surface not subject to pedestrian or vehicular traffic; and all interior control and expansion joints in masonry walls or where masonry abutts dissimilar materials.

B. Two Component Polyurethane Sealant: Polyurethane -based, 2-part elastomeric sealant, complying with FS TT-S- 00227, Class A, Type 1 (self-leveling) unless Type 2 recommended by manufacturer for application specified.

1. Where self-leveling grade/type is required, provide sealant with cured modulus of elasticity at 100% elongation of not more than 150 psi (ASTM D 412 test procedure), and Shore A hardness of not less than 55 (ASTM D 2240) . Where nonsag grade/type is required provide sealant with cured modulus

07900-2 143/2011-05 Rebid of elasticity at 100% elongation of not more than 75 psi and Shore A hardness of 20 to 30.

2. Bituminous Modification: Where joint surfaces contain or are contained with bituminous materials, provide manufacturer's modified type sealant which is compatible with joint surfaces (modified with coal tar or asphalt as required).

C. Traffic Bearing Joints: This sealant to be used for all joints in walks and pavement with the contract limits. This shall include joints in all floor decks not to receive a floor finish, all exposed concrete slabs on grade.

2.02 NON ELASTOMERIC SEALANTS

A. Butyl Rubber Sealant: Polymerized butyl rubber and inert fillers (pigments), solvent-based with minimum 75% solids, non-sag consistency, tack-free time of 24 hours or less, paintable, non-staining; complying with FS TT- S-001657.

B. Performed Butyl Rubber Sealant: Performed ribbon or tape (coiled with release paper) or vulcanized butyl/polyisobutylene and inert fillers (pigments), solvent-based with minimum 95% solids, non-sag consistency, tack-free time of 24 hours or less, paintable, nonstaining, either with or without reinforcement thread or fabric to prevent stretch (as required by Installer to facilitate proper application).

C. Products offered by manufacturers to comply with the requirements include the following:

Hornseal; W. R. Grace Butyl Rubber BC-158; Pecora Chemical Butyakauk; Sonneborn Butylseal; Och Brothers Tremco 4 0 0; Tremco

D. Interior Sealant: This material to be used for interior use where elastomeric sealants are not required.

E. Single-Component Silicon Rubber Sealant: Except as otherwise indicated, provide manufacturer's standard,

07900-3 143/2011-05 Rebid non-modified, one-part silicon-rubber-based, air-curing, nonsag, elastomeric sealant; complying with either ASTM C 920 Type S, Class 25 Grade NS, or FS TT-S-001543A Class A Type Non-sag.

F. Porous Bond Type: Where indicated and where sealant- bond surfaces are porous or noncompatible with acid-type sealant, provide manufacturer's nonacid, "low modulus" type; with fully cured modulus of elasticity Shore A hardness, minimum elongation and minimum tensile strength as required for project application. G. Nonporous Bond Type: Where indicated and where sealant bond surfaces are nonporous and compatible with acid type sealant, provide manufacturer's acid type with "mid-to-high" fully cured modulus of elasticity Shore A hardness as required for project application; with adhesion in peel of 20 lb. per in. and 10% maximum loss of bond to substrate (ASTM C 794) and tear resistance of not less than 30 lb. per in. (ASTM D 624) .

H. Sanitary Interior Type: Where indicated and where applied in high humidity or wet service, provide manufacturer's mold/mildew resistant, acid type sealant for application to nonporous sealant bond surfaces.

I. Performed Compressible Foam Sealant: Provide manufacturer's standard open cell, flexible foam strip of polyurethane or other weather resistant foam, saturated with butylene or other nondrying liquid sealant/adhesive, to a formulation which will form a paintable watertight joint at 50% compression, without staining, migrating, hardening or other performance failure.

1. Products offered by manufacturers to comply with the requirements include the following:

Poly-Tite: Sandell Manufacturing

Install foam sealants where tops of nonload bearing walls abut the underside of structural decks.

2.03 JOINT FILLERS

A. Self Expanding Cork Joint Filler: Provide resilient and non extruding type premolded cork units complying with ASTM D 1752, Type III; FS HH-F-341, Type II, Class C; or AASHTO M 153, Type III.

07900-4 143/2011-05 Rebid B. Cork Joint Filler: Provide resilient and non extruding type premolded cork units complying with ASTM D 1752, Type II; FS HH-F-341, Type II, Class B; or AASHTO M 153, Type II.

C. Sponge Rubber Joint Filler: Provide resilient, non extruding, open cell type premolded rubber, gray to match concrete, complying with ASTM D 1752, Type I: FS HH-F-341, Type II, Class A; or AASHTO M 153, Type I.

D. Bituminous and Fiber Joint Filler: Provide resilient and non extruding type premolded bituminous impregnated fiberboard units complying with ASTM D 1751; FS HH-F- 341, Type I; or AASHTO 213.

E. Bituminous Joint Filler: Provide resilient and non extruding type premolded bituminous composition of organic fiber or granulated cork, between 2 bituminous felt liners, complying with ASTM D or D 1751, AASHTO M 33 or M 213, or (if fiber type) FS HH-F-341, Type III.

F. Closed Cell PVC Joint Filler: Provide flexible expanded polyvinyl chloride complying with ASTM D 1667, Grade VE 41 BL (3.0 psi compression deflection); except provide higher compression deflection grades as may be necessary to withstand installation forces and provide proper support for sealant, if any.

G. Closed Cell (Semi Rigid Plastic Joint Filler) : Provide semi rigid, compressible, nonstaining closed cell plas­ tic joint filler, recommended by manufacturer where low modulus of elasticity is required, but suitable for retaining poured concrete.

H. Expanded Polyethylene Joint Filler: Provide flexible, compressible, closed cell, polyethylene of not less than 10 psi compression deflection (25%); except provide higher compression deflection strength as may be necessary to withstand installation forces and provide proper support for sealants; surface water absorption of not more than 0.1 lbs. per sq. ft.

I. Open Cell Polyurethane Joint Filler: Provide flexible, highly compressible, open cell polyurethane foam of not less than 1.3 lbs. per cu. ft. density and not less than 2 psi compression deflection (25%), with not more than 10%

07900-5 143/2011-05 Rebid compression set for 25 hours at 50% compression (ASTM D 3574 test methods).

2.04 MISCELLANEOUS MATERIALS

A. Joint Cleaner: Provide type of joint cleaning compound recommended by sealant or caulking compound manufacturer, for all joint surfaces to be cleaned.

B. Joint Primer/Sealer: Provide type of joint primer/sealer recommended by sealant manufacturer for joint surfaces to be primed or sealed.

C. Bond Breaker Tape: Provide polyethylene tape or other plastic tape as recommended by sealant manufacturer to be applied to sealant contact surfaces where bond to substrate or joint filler must be avoided for proper performance of sealant. Provide self adhesive tape where applicable.

D. Sealant Backer Rod: Provide compressible rod stock of polyethylene foam, polyurethane foam, polyethylene jacketed polyurethane foam, butyl rubber foam, neoprene foam or other flexible, permanent, durable nonabsorptive material as recommended by sealant manufacturer for back up of and compatibility with sealant. Where used with hot applied sealant, provide heat resistant type which will not be deteriorated by sealant application temperature as indicated.

PART 3: EXECUTION

3.01 INSPECTION

Installer must examine substrates, (joint surfaces) and conditions under which joint sealer work is to be performed, and must notify CONTRACTOR in writing of unsatisfactory conditions. Do not proceed with joint sealer work until unsatisfactory conditions have been corrected in a manner acceptable to Installer.

3. 02 JOINT PREPARATION

Clean joint surfaces immediately before installation of gaskets, sealants or caulking compounds. Remove dirt, insecure coatings, moisture and other substrates which could interfere with seal of gasket or bond of sealant or caulking compound. Etch concrete- and masonry joint surfaces as recommended by

07900-6 143/2011-05 Rebid sealant manufacturer. Roughen vitreous and glazed joint surfaces as recommended by sealant manufacturer.

Prime or seal joint surfaces where indicated and where recommended by sealant manufacturer. Confine primer/sealer to areas of sealant bond; do not allow spillage or migration onto adjoining surfaces.

3.03 INSTALLATION

Comply with manufacturer's printed instructions except where more stringent requirements are shown or specified and ex­ cept where manufacturer's technical representative directs otherwise.

Set joint filler units at depth or position in joint as indicated to coordinate with other work, including installation of bond breakers, backer rods and sealants. Do not leave voids or gaps between ends of joint filler units.

Install sealant backer rod for liquid applied sealants, except where shown to be omitted or recommended to be omitted by sealant manufacturer for application indicated.

Install bond breaker tape where indicated and where required by manufacturer's recommendations to ensure that liquid applied sealants will perform as intended.

3.04 CURE AND PROTECTION

Cure sealants and caulking compounds in compliance with manufacturer's instructions and recommendations, to obtain high early bond strength, internal cohesive strength and surface durability. Advise CONTRACTOR of procedures required for cure and protection of joint sealers during construction period, so that they will be without deterioration or damage (other than normal wear and weathering) at time of substantial completion. Cure and protect sealants in a manner which will minimize in­ creases in modulus of elasticity and other accelerated aging effects. Replace or restore sealants which are damaged or deteriorated during construction period.

End of Section

07900-7 143/2011-05 Rebid THIS PAGE LEFT INTENTIONALLY BLANK

07900-8 143/2011-05 Rebid DIVISION 8 - DOORS AND WINDOWS

SECTION 08100

METAL DOORS AND FRAMES

PART 1: GENERAL

1.01 DESCRIPTION OF WORK

A. Extent of metal doors and frames is shown on drawings and generally includes the following:

1. All exterior metal doors shall be insulated with steel frames.

2. Installation of doors, frames and hardware is under Section 6 - Rough Carpentry.

1.02 SUBMITTALS

A. Product Data: Submit manufacturer's specifications for fabrication and installation, including data substantiating that products comply with requirements.

B. Shop Drawings: Submit for fabrication and installation of steel doors and frames. Include details of each frame type, elevations of door design types, conditions at openings, details of construction, location and installation requirements of finish hardware and reinforcements and details of joints and connections. Show anchorage and accessory items. Comply and coordinate with final hardware schedules.

1. Provide schedule of doors and frames using same reference numbers for details and openings as those on contract drawings.

1.03 DELIVERY, STORAGE AND HANDLING

A. Deliver hollow metal work cartoned or crafted to provide protection during transit and job storage. Coordinate delivery schedule with the General Contractor and the Installer.

08100-1 143/2011-05 Rebid B. Inspect hollow metal work with the Installer upon delivery for damage. Minor damages may be repaired provided finish items are equal in all respects to new work and acceptable to Professional and Installer; otherwise, remove and replace damaged items as directed.

PART 2: PRODUCTS

2.01 QUALITY ASSURANCE AND MATERIALS

A. Provide doors, frames and anchorage complying with Steel Door Institute "Recommended Specifications; Standard Steel Doors and Frames" (SDI-100) and as herein specified.

B. Manufacturer: Provide steel doors and frames by a single firm specializing in production of this type of work.

C. Standard of quality shall be units as manufactured by CECO Door Products, Inc. as follows:

D. Doors shall be seamless, constructed of two sheets of cold rolled steel stretcher level quality, with vertical 12 gage, channels. Face sheets shall be welded to edge channels with joints smooth and invisible.

E. Door and other frames shall be 16 gage galvanized with corners mitered, face welded and ground smooth.

F. All doors shall be reinforced for all hardware installation required.

G. Door glass shall be polished glass, Type III, Kind A,

Form 1, quality qll, clear and polished. Type M3, square mesh.

08100-2 143/2011-05 Rebid 2.02 SHOP APPLIED PAINT

A. Primer: Rust inhibitive enamel or paint, either air drying or baking, suitable as a base for specified finish paints. Paint galvanized surfaces with zinc dust oxide primer.

PART 3: EXECUTION

3.01 INSTALLATION OF METAL DOORS

A. Provide door manufacturers installation procedure recommendations to the installer.

1. Fit metal doors accurately in their respective frames, within the following clearances:

2. Jambs and Head 3/32"

3. Final adjustments: Check and readjust all operating finish hardware items in hollow metal work just prior to final inspection. Leave work in complete and proper operating condition. Remove and replace defective work, including doors of frames which are warped, bowed or otherwise damaged.

4. Application of Hardware: Receive, store and be responsible for all finished hardware. Properly tag and index all keys. Apply hardware in accordance with manufacturer's instructions, fit accurately, apply securely and adjust carefully. Use care not to injure work when applying hardware.

5. Protection and Completed Work: Advise CONTRACTOR of proper procedures required for protection of installed units from damage or deterioration until acceptance of work.

a. Finished Doors: Refinish or replace any part of assemblies damaged during manufacturing and shipment.

End of Section

08100-3 143/2011-05 Rebid THIS PAGE LEFT INTENTIONALLY BLANK

08100-4 143/2011-05 Rebid SECTION 08710

ADMINISTRATION BUILDING/LABORATORY ADDITION

FINISH HARDWARE

PART 1: GENERAL

1.01 RELATED DOCUMENTS

A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this section.

1.02 SUMMARY:

A. Include all labor and materials for furnishing and delivering F.O.B. job site all architectural hardware required for adequately and satisfactorily equipping all doors and movable parts throughout the building except for such items as listed under hardware in other sections.

B. Door Hardware for Steel Doors and Frames:

1. Door hardware shall be shipped by hardware supplier to aluminum door and frame manufacturer for installation into doors and frames.

1.03 RELATED WORK SPECIFIED ELSEWHERE

A. Steel Doors and frames are specified in another Division 8 section.

1.04 QUALITY ASSURANCE

A. All products of a similar nature shall be the products of a single manufacturer.

B. Hardware herein specified and scheduled has been selected from following manufacturers as established criteria for type, function, finish and quality. Unless otherwise specified, hardware equal to this criteria will be considered when submitted in conformance with contract documents.

1. Butt Hinges.... Hager 2. Locks and latches.SARGENT MFG 3. Cylinders..SARGENT MFG 4. Exit devices ... SARGENT 5. Door closers ...LCN

08710-1 143/2011-05 Rebid 6. Kickplates ....ROCKWOOD 7. Floor door stops ...ROCKWOOD 8. Weatherstrip.NATIONAL GUARD 9. Thresholds...NATIONAL GUARD

C. Any description or schedule shown in this section is intended to indicate general quality and type of hardware required for particular opening listed but such description or schedule shall not be construed to denote that no other items of hardware will be required for proj ect.

D. Should it be determined that hardware as specified in certain locations, due to detail or size of members to which hardware is to be applied, is unsuitable, provide in lieu thereof proper hardware, similar in operation, equivalent to type specified, sizes specified being considered minimum.

E. Sizes and Weight: Size, weight and quality specified for all hardware is to be considered minimum acceptable.

1.05 SUBMITTALS

A. Samples:

1. If requested by ENGINEER, submit samples for approval.

2. Include one (1) representative piece of each item requested, properly tagged for intended use.

3. Samples will be retained by ENGINEER until work is nearly completed and then be fully incorporated in proj ect.

B. Descriptive Literature:

1. Submit catalog cuts of hardware included in schedule to facilitate approval.

2. Include, besides descriptive information, gauge, metal sizes, and all other pertinent information.

08710-2 143/2011-05 Rebid 3. Deviation from hardware specified herein in respect to submission of items of lesser quality, material or function, will be cause for rejection of supplier.

C. Physical Templates and Schedules:

1. Submit six (6) copies of architectural hardware schedule listing all hardware items required.

2. Include proper markings and locations.

3. Physical templates required by other subcontractors to be purchased by subcontractor requiring same.

4. Furnish special lock boring jigs or other special devices required for proper installation of hardware.

1.06 PRODUCT DELIVERY, HANDLING AND STORAGE

A. Packing and Marking:

1. Pack items of hardware in boxes, each box plainly marked, listing items enclosed and opening for which intended.

2. Provide proper type and number of screws for each item of hardware.

B. Protection: General Contractor is responsible for necessary protection of all items of architectural hardware to insure that knobs, handles, pulls, push plates, panic bolts, and all other hardware are properly covered so as to protect finish until completion of building.

1.07 COORDINATION

A. General Contractor: Provide architectural hardware supplier with approved shop drawings for metal doors and frames to enable hardware supplier to verify dimensions of materials to be furnished.

1. Notify hardware supplier of any changes in shop drawings which would affect hardware items.

B. Make hardware for metal frames, metal doors and plastic doors to template.

08710-3 143/2011-05 Rebid C. Furnish paper templates and approved copies of hardware schedule to metal door and frame manufacturer and wood door manufacturer.

1.08 CODES AND REGULATIONS

A. Hardware listed or furnished shall meet requirements of federal, state, local and other codes having jurisdiction.

B. Remove any item furnished or installed item that does not meet code requirements and substitute proper item at no additional cost to Owner.

C. Allow suitable credit to Owner for hardware deleted to meet codes.

D. Hardware supplier shall furnish all hardware necessary to meet applicable codes whether indicated on listing or not.

PART 2: PRODUCTS

2.01 MATERIALS

A. Product Specifications:

1. Butt Hinges:

a. Provide continuous type hinges where required.

2. Locks and Latches:

a. Locks and latches used in conjunction with this project shall function as identified in the Door Schedule with US32 finish.

b. Lock faces: Beveled, rounded or rabbeted as required.

c. Strikes: ANSI Type

d. Locks and latches on labeled doors:

1). Meet all U.L. requirements.

08710-4 143/2011-05 Rebid 2). Provide use of a fusible link to prevent manipulation of latchbolt through lever handle during extreme heat. e. SUBSTITUTES Cylinders: no substitute. f. All cylinders as manufactured by SARGENT.

1). Furnish with proper cams and expansion or blocking rings to suit lock with which it is to be used.

Exit Devices: a. All exit devices, product of one manufacturer, with pulls and trim as scheduled. All exit devices, listed under "Panic Hardware" in accident equipment list of Underwriters' Laboratories. Cases, rods, trim and all exposed portions of devices to be SARGENT 90 Series with US 32 finish.

Door Closers: a. LCN Door closers, manufactured of alloy used in cylinders of high pressure hydraulic devices and machined to accuracy. Arms, dropforged steel for extra strength. Rack and pinion, precision machined alloy steel, heat treated, with rack teeth cut to precise standards. Spindle bearing surfaces, induction hardened. Springs, heat treated and oil tempered after winding for longer life. Oil seals, spring loaded with low friction unit oil seal. Valves, non-critical separate precise controlling of closing and latching speeds. b. Back check valve, furnished where indicated, fully adjustable, non-critical separate precise controlling of closing and latching speeds. c. All door closers, product of one manufacturer. d. The following are acceptable equals: NO SUBSTITUTES

08710-5 143/2011-05 Rebid 5. Kick Plates and Armor Plates:

a. Kick plates: as manufactured by Rockwood, with US32 lifetime finish.

1) . 10" high x .050 inch thick, US32D finish.

2) . Two (2) inches less in width than door on stop face (except six (6) inches less at doors with vertical rod exit devices).

3) . One (1) inch less in width than door on hinge face.

b. Furnish with oval head sheet metal screws, SS finish.

6. Floor Door Stops:

a. Floor-Mounted, ROCKWOOD.

7. Weatherstrip:

a. Head and jamb: SURFACE Type 160 VA x proper size.

b. Sill: SURFACE Type 101VA x proper size.

c. Manufacturer: NATIONAL GUARD.

8. Thresholds:

a. 425, type as scheduled.

b. Manufacturer: NATIONAL GUARD.

2.02 KEYING AND KEY CONTROL SYSTEM

A. Upon completion of project, when directed by Owner through Owner's Representative, manufacturer shall deliver permanent cores direct to Owner. Owner or his authorized representative will replace temporary cores with permanent cores.

B. Furnish Nickel Silver Cut Keys As follows:

08710-6 143/2011-05 Rebid 1. Change keys - minimum 3 for each cylinder. Actual number of cut keys to be determined by the Owner at the time of final keying. Hardware supplier to allow for ample keys.

2.03 FINISHES As Specified and Scheduled.

2.04 FASTENINGS

A. Mount hardware to hollow metal doors and frames using machine screws of size and type to suit conditions encountered.

B. Where thru-bolts are specified, scheduled and/or used they shall consist of machine screws and sleeve nuts or machine screws and grommet nuts of proper size and length to suit conditions encountered. Screw and nut heads shall be closed type without through holes. Screw body, end of screw body and/or threads exposed in any fashion on either face of doors will not be acceptable.

C. Anchor thresholds using galvanized expansion shields or lead tamp-ins and flat head stainless steel machine screws.

PART 3: EXECUTION

3.01 INSPECTION

A. Examine specifications, drawings and job conditions to determine quantities and types of hardware required to complete project.

B. Except for items of hardware specifically furnished under other sections of specifications, furnish and install all items of hardware required to complete project, providing such items of type and quality suitable for service required and comparable to adjacent hardware.

C. Assure that all hardware furnished fits part of work for which it is intended. Check details, other drawings and field conditions to assure hardware meets conditions of work in various locations.

3.02 INSTALLATION

A. Contractor, install all hardware required under this section. Include cost of installation in proposal.

08710-7 143/2011-05 Rebid B. Install hardware in accordance with best trade practice, exercising care not to damage adjacent work. Repair or replace damaged work to satisfaction of Architect.

C. Set thresholds in bed of sealant.

D. Location of Hardware: Unless otherwise indicated, specified or required to conform to handicapped requirement.

3.03 SCHEDULE

A. Follow Hardware Set Numbers List Required Per Opening:

Railroad Avenue Pump Station 7' x 3' Insulated Steel Door /Steel Frame, Flush Panel

(1 required) 3 Hinge 1191 BB HA 1 Exit Device Mortice Type Exit Device US32 SAR 9900 with ETL Trim 1 Closer 14 60 ADA Compliant LCN 1 Perimeter Seal 160 NG 1 Sweep 101 NG 1 Saddle Threshold 425 (mill alum) x 72" NG 1 Protection Plate 10" High x 0.050" US32 RO

End of Section

08710-8 143/2011-05 Rebid DIVISION 9 - FINISHES

SECTION 09900

PAINTING

PART 1: GENERAL

1.01 SCOPE OF WORK

The CONTRACTOR shall provide all materials, scaffolding and other equipment and services required to prepare the surfaces, and to coat the specified tanks, structures, piping and equipment as set forth in the following specifications. The CONTRACTOR shall be responsible for the final finish on all structures, piping and equipment. Some items are expected to be delivered with no finish, some with prime coat only, and some with the final finish intact.

No claim by the CONTRACTOR as to the unsuitability of any material specified, or his inability to produce first-class work with the same, will be entertained unless such a claim is made, in writing, at the time his proposal is submitted.

A complete job of surface finishing shall be done whether or not every item or surface is specifically mentioned, except where items are specified to be painted or finished the same as specified for similar work.

All CONTRACTORS are given the opportunity to review the facilities to determine for themselves the scope and conditions of this work.

PART 2: PRODUCTS

2.01 MATERIALS

Refer to Table I of this section.

PART 3: EXECUTION

3.01 INSTALLATION

A. Qualifications, Conditions, and Dryness

Coatings and linings shall be applied only by ex­ perienced and qualified applicators of the particular coatings

09900-1 143/2011-05 Rebid and linings specified. The applicator is cautioned that coatings and linings must be applied in accordance with the procedures recommended by the manufacturer as to surface preparation and interval between coatings. Failure to do so may result in improper bonding. All coatings and linings shall be applied in strict accordance with the manufacturer's recommendations. In all instances, the prime coat must be compatible with the finish coats. Color charts and finish specifications and schedules must be submitted to the OWNER'S representative for selection and approved before the finish is purchased. Where discrepancies or conflicts occur between the manufacturer's recommendations and these specifications, they shall be referred to the OWNER'S representative for the project resolution prior to application of the material.

Equipment delivered to the site with a finish coat shall be inspected for scratches or mars and shall be retouched with a compatible coating after removing any rust by wire brushing. Equipment such as panels, cabinets, pumps, etc., delivered to the site with a finished coat, and in good condition, will require no further coating when the color scheme matches the interior color scheme. If the equipment does not match the color scheme selected by the OWNER, it shall be refinished in a suitable color with an approved coating. Equipment finishes which are marred, stained, or damaged during the construction, testing or start-up operation shall be repaired to the satisfaction of the OWNER prior to the final acceptance of work.

If the surfaces are not in proper condition for painting, the CONTRACTOR shall notify the OWNER before proceeding with the work. The application of paint to any surface shall be considered as acceptable of its condition to the CONTRACTOR.

Before any coating or lining is applied to the surface, that surface shall be dry, clean, smooth and free of dust, dirt, oil, grease, mortar, etc. All coatings and linings shall be evenly spread and, if applicable, thoroughly brushed out. No coats shall be applied until the preceding coat is either dry or has been allowed to cure in complete accordance with the coating manufacturer's instruction. No coatings or linings shall be applied on the outside work in extremely cold, frosty, foggy or damp weather. Coatings and linings shall be applied only if the temperature of the surface to be coated is about 50 degrees F or at the temperature required by the manufacturer. All exterior work shall be allowed to dry from

09900-2 143/2011-05 Rebid two to four days, before the next coat is applied and for interior work, at least 24 hours shall be allowed for each coat. The drying time herein stated shall be waived if the manufacturer recommends otherwise.

Where there is any question as to the dryness of surfaces, the CONTRACTOR shall test them with a modern dampness machine in the presence of the OWNER'S representative for the proj ect.

The manufacturer of the paint or coating shall furnish the OWNER written certification that the surface preparation has been performed in accordance with the requirements of the specification or more stringent manufacturer recommendations; that all specified coats of paint or coating have been applied and that the required film thickness have been produced.

The CONTRACTOR shall maintain a log of each day's work activities, surface temperature, air temperature and humidity and general weather description. The log must be delivered to the OWNER prior to final payment.

The dry film thickness and uniformity of the paint coatings shall be measured using an Elcometer or Microtest gauge which shall be supplied by the CONTRACTOR and available for use at the site. The OWNER reserves the right to use a low voltage holiday detector to check the finished paint film's integrity.

All coating materials shall be delivered to the project site in unbroken containers bearing the manufacturer's brand and name, and they shall not be opened until the ENGINEERS have verified the above mentioned and the quantities of coating materials involved. All containers shall be properly stored for protection from moisture, outside adulteration and vandalism.

It shall be the responsibility of each CONTRACTOR or subcontractor performing field coating work to safeguard the work of other CONTRACTORS, and if any such work is spotted, marred or otherwise damaged, such damage shall be repaired by the CONTRACTOR to the satisfaction of the OWNER. The CONTRACTOR shall recognize that coatings and linings are subject to deterioration or combustion due to excessive heat or fire. He shall not store combustible materials in proximity to the coatings. If coatings or linings are protected from procedures which involve the possibility of flame or sparks, he shall provide supervision to immediately extinguish fires resulting from combustion of the protective material.

09900-3 143/2011-05 Rebid Hardware and accessories, fixtures and similar items placed prior to coating application shall be removed or protected during such operation and replaced on completion of painting.

Succeeding applications of coatings shall be tinted lightly to permit identification.

Covering of the coated surface shall be complete. When color, stain, dirt or undercoats show through final coat, the work shall be covered by additional coats until the area is of uniform color and appearance and coverage is complete.

The CONTRACTOR shall, without cost to the OWNER, refinish any portion of the work which shows undue deterioration or discoloration within a year of the time the finish was applied.

B. Coating Systems

The coating system for this work is described in Table I, attached at the end of this section.

C. Surfaces to be Coated

The following surfaces are to be coated in accordance with these specification.

1. All new ferrous metal surfaces.

2. All new ferrous metal surface requiring repair of factory finish.

3. All new ferrous metal surfaces which are shop primed by others.

4. All new exposed electrical conduit.

5. All new ferrous metal surfaces which are exposed to wetting or submergence in water.

6. All new interior concrete block or concrete wall surfaces.

7. All new exposed copper.

09900-4 143/2011-05 Rebid 8. All new PVC piping.

9. All exterior surfaces of concrete manholes vaults, and wetwells.

D. Surfaces not to be Coated

The following surfaces shall not be painted or coated unless so specified elsewhere in these Specifications:

1. Finish hardware

2. Chrome plate steel, or brass

3. Stainless Instrument Tubing

4. Factory finished equipment

5. Concrete floors.

3.02 LABELS AND COLOR CODES

Piping and equipment listed in Table II shall follow a color code. Piping shall and labeled as indicated below. Piping shall be labeled with flow directional arrows. Labels to be similar and equal to those manufactured by Zeston, Inc.; Fords, New Jersey; or Style 1 by W. H. Brady Co, Milwaukee, Wisconsin. Concrete walls shall be two colors, the first four feet from the floor a dark color selected by the OWNER and the remaining wall and ceiling surface to be off white.

TABLE II - COLOR CODE

Piping System Label Color

Drain D Black Potable Water PO Dark Blue Raw Sewage RS Dark Gray Seal Water SW Light Blue

09900-5 143/2011-05 Rebid Table 1 - Sherwin-Williams Coatings Systems

A. Metal Surfaces

1.0 Intermittent or Continuous Immersion Service

Surface Preparation: SSPC-SP5 Near White Blast Only

First Coat Hi-Mil Sher-Tar Part A - B69B40 Part B - B69V40 20 mils DFT

Total 20 mils DFT

2.0 Non-immersion service (Ferrous metal including equipment, hollow metal doors and frames, structural steel, steel stairs, railings, process piping, pipe hangers, supports, etc. and all other interior and exterior ferrous metal).

Surface Preparation: SSPC-SP3 Power Tool Clean, degloss followed by a solvent cleaning with a non-hydrocarbon containing industrial grade cleaner.

First Coat: ProCryl Universal Acrylic Primer 4 mils DFT B66-310 series

Second Coat: SherCryl HPA 3 mils DFT B66-300 series (gloss) B66-350 series (semi-gloss)

Total 7 mils DFT

Aluminum/galvanized surfaces (all other non-ferrous metals)

Surface Preparation: Power wash with 2000 - 5000 PSI. Remove all dirt, grease, and oils. Use only non-hydrocarbon containing industrial grade cleaner.

First Coat: ProCryl Universal Acrylic Primer 2 mils DFT B66-310 series

Second Coat: SherCryl HPA 2.5 mils DFT B66-300 series (gloss) B66-350 series (semi-gloss) Total 4.5 mils DFT

09900-6 143/2011-05 Rebid Table 1 - Sherwin-Williams Coatings Systems

A. Metal Surfaces (cont)

4.0 Ferrous Metal Pipe - delivered unpainted to the job site

Surface Preparation: SSPC-SP3 Power Tool Clean, degloss followed by a solvent cleaning with a non-hydrocarbon containing industrial grade cleaner.

First Coat: ProCryl Universal Acrylic Primer 4 mils DFT B66-310 series

Second Coat: SherCryl HPA 3 mils DFT B66-300 series (gloss) B66-350 series (semi-gloss)

Total 7 mils DFT

Pipe - delivered bituminous coated

Surface Preparation: SSPC-SP3 Power Tool Clean, degloss followed by a solvent cleaning with a non-hydrocarbon containing industrial grade cleaner.

First Coat: ProCryl Universal Acrylic Primer 4 mils DFT B66-310 series

Second Coat: SherCryl HPA 3 mils DFT B66-300 series (gloss) B66-350 series (semi-gloss)

Total 7 mils DFT

Anchor bolts and other treated areas subject to rusting

Surface Preparation: SSPC-SP3 Power Tool Clean, degloss followed by a solvent cleaning with a non-hydrocarbon containing industrial grade cleaner.

First Coat: ProCryl Universal Acrylic Primer 4 mils DFT B66-310 series

Second Coat: SherCryl HPA 3 mils DFT B66-300 series (gloss) B66-350 series (semi-gloss)

Total 7 mils DFT

09900-7 143/2011-05 Rebid Table 1 - Sherwin-Williams Coatings Systems

B. Concrete Ceiling, Walls, and Concrete Block Surfaces

1.0 All new interior non-immersed concrete walls and ceilings unless indicated otherwise

Surface Preparation: Free of grease, dirt, paint, oil, tar, glaze, laitance, efflorescence, loose mortar.

First Coat: Heavy Duty Block Filler 10 mils DFT B42W46 Second Coat: Waterbased TileClad 4 mils DFT B73-100/B73V100 Third Coat: Waterbased TileClad 2 mils DFT B73-100/B73V100 Total 16 mils DFT

2.0 New concrete block, interior surfaces

Surface Preparation: Surface should be free of dirt, grease, and oil

First Coat: Heavy Duty Block Filler 14 mils DFT B42W46 Second Coat: Waterbased TileClad 4 mils DFT B73-100/B73V100 Third Coat: Waterbased TileClad 2 mils DFT B73-100/B73V100 Total 20 mils DFT

C. Miscellaneous Services

1.0 Copper Surface (if required).

Surface Preparation: Must be free of dirt, grease, and oil. Wash surface with a non-hydrocarbon containing industrial cleaner.

First Coat: DTM Wash Primer 1 mil DFT B71Y1 Second Coat: SherCryl HPA 3 mils DFT B66-300 series (gloss) B66-350 series (semi-gloss] Total 4 mils DFT

09900-8 143/2011-05 Rebid C. Miscellaneous Services (cont)

2.0 P.V.C. Pipe, Interior and Exterior

Surface Preparation: scuff sand to degloss surface. Wash surface with water.

First Coat: SherCryl HPA 2 mils DFT B66-300 series (gloss) B66-350 series (semi-gloss) Second Coat: SherCryl HPA 2 mils DFT B66-300 series (gloss) B66-350 series (semi-gloss) Total 4 mils DFT

3.0 All aluminum set in concrete only.

Surface Preparation: Surface should be free of grease, oil, and dirt. Scuff sand and clean with a non-hydrocarbon containing industrial cleaner.

First Coat: DTM Wash Primer 1 mil DFT B71Y1 Second Coat: SherCryl HPA 3 mils DFT B66-300 series (gloss) B66-350 series (semi-gloss) Third Coat: SherCryl HPA 3 mils DFT B66-300 series (gloss) B66-350 series (semi-gloss) Total 7 mils DFT

End of Section

09900-9 143/2011-05 Rebid THIS PAGE LEFT INTENTIONALLY BLANK

09900-10 143/2011-05 Rebid DIVISION 11 ~ EQUIPMENT

SECTION 11300

PUMP STATION EQUIPMENT

PART 1: GENERAL

1.01 SCOPE OF WORK

A. All equipment supplied in Division 11 is also subject to the requirements of all other divisions.

B. The CONTRACTOR shall provide the manufacturer with the information from other divisions so that they may comply with applicable divisions.

C. The CONTRACTOR shall provide the manufacturer with the relevant contract drawings.

D. Contract drawings and specifications for all equipment have been prepared in accordance with information provided or published by certain MANUFACTURER/SUPPLIER as applicable to the design concepts of the project. The CONTRACTOR and his MANUFACTURER/SUPPLIER shall be responsible to review the concepts presented herein and on the contract drawings and agree by his bid that any deviations, adjustments, alternations or replacements from the plans or specifications as deemed by his MANUFACTURER/SUPPLIER be at the expense of the CONTRACTOR or his MANUFACTURER/SUPPLIER.

1.02 REFERENCES NEEDED BY MANUFACTURER

A. The following examples illustrate where references are needed by the manufacturers to assist the CONTRACTOR in meeting all Contract requirements. Other specific requirements will exist.

B. Drawings are needed to ensure the equipment does not exceed space allocated.

C. Division 1 is needed for information on motors, shop drawings and maintenance manuals.

D. Division 9 is needed for primers, painting and coatings. All equipment will be given a final paint coat in the field.

11300-1 143/2011-05 Rebid Division 15 is needed for piping, valves, headroom clearances, valve accessibility, etc.

PART 2 PRODUCTS

A. Not used.

PART 3: EXECUTION

A. Not used.

End of Section

11300-2 143/2011-05 Rebid SECTION 11301

ELECTRIC MOTORS

PART 1: GENERAL

1.01 WORK INCLUDES

A. This section covers the general requirements for the design, fabrication and testing of electric motors used on the various pieces driven equipment.

B. Additional detailed requirements are provided in the section for the driven equipment.

1.02 QUALITY ASSURANCE

A. The manufacturer shall have not less than three (3) consecutive years of experience in the design, construction, testing and operation of motors of the type and size required.

B. Motors shall be designed and constructed in accordance with all applicable codes and standards including:

1. National Fire Protection Association (NFPA) 2. National Electrical Code (NEC) 3. National Electrical Safety Code (NEC) 4. National Electric Manufacturers Association (NEMA) 5. Institute of Electrical and Electronic Engineers (IEEE) 6. Occupational Safety and Health Administration (OSHA)

1.03 SUBMITTALS

A. Shop drawings shall include dimensional data, full load amps, locked rotor amps, acceleration them, NEC starting code, NEMA design designation, insulation rating, minimum efficiency and minimum power factor.

B. Efficiency and power factor shall be guaranteed values and shall be for motor loading at 1/4, 1/2, 3/4 and full.

11301-1 143/2011-05 Rebid C. Provide recommended maximum KVAR size information for power factor correction capacitors.

PART 2: PRODUCTS

2.01 GENERAL

A. Motors shall be squirrel cage induction type, NEMA Design B with normal torque and low starting current, except where special torque or speed characteristics are required by the driven equipment or the specifications.

B. Motor insulation shall be Class "F" or higher temperature rated, however, the motor design shall not exceed the temperature limitations of Class "F" insulation.

C. All motors shall have rotatable conduit boxes to permit conduit entrance at four (4) 90 degree positions.

D. As a minimum, the motor shall meet the current standards of MGI-12.53 A and B of the NEMA code.

E. Motors shall be standard production devices and shall .not be specially selected to meet requirements.

2.02 EFFICIENCY & POWER FACTOR

A. All motors 1HP and larger shall be classified as premium energy efficient with copper windings. The nominal efficiency shall always be higher than the minimum.

B. The frequency of starting, use with variable frequency drives, unusual ambient or other operating conditions, etc., shall be taken into account to size the motor for proper operation without overheating.

PART 3: EXECUTION

A. Not Used.

End of Section

11301-2 143/2011-05 Rebid SECTION 11311

RAILROAD AVENUE PUMP STATION SUCTION LIFT PUMPS

PART 1: GENERAL

1.01 SCOPE OF WORK

A. The CONTRACTOR shall furnish and install one factory built base mounted, automatic pump station. The station shall be complete with all equipment specified herein, factory assembled on individual steel bases. Principal items of equipment shall include two vertical mounted, self-priming, centrifugal sewage pumps, V-belt drives, motors, piping, valves, motor control panel, and automatic liquid level control system and spare parts.

B. The specifications and project drawings depict equipment and materials manufactured by The Gorman-Rupp Company. Alternate equipment shall be equivalent to the standards set forth in this section for all equipment specified herein.

1.02 PERFORMANCE CRITERIA

A. Pumps shall be designed to handle raw, unscreened, domestic sanitary sewage capable of passing a 3" solid. Pumps shall have 8" suction connection, and 6" discharge connection. Each pump shall be selected to perform under following operating conditions:

Capacity (GPM) 1210 Total Dynamic Head (FT) 131 Total Dynamic Suction Lift (FT) 13.21 Maximum Repriming Lift (FT) 8 .09 Maximum Static Suction Lift (FT) 11.59 Total Discharge Static Head (FT) 70.7 Minimum Submergence Depth (FT) 2 . 5

B. Power furnished to pumps will be 3 phase, 60 hertz, and 480 volts, 3-wire, maintained within industry standards. Voltages tolerance shall be plus or minus 10 percent. Control voltage shall not exceed 132 volts.

11311-1 143/2011-05 Rebid 1.03 SUBMITTALS

A. Product Data

1. Prior to fabrication, CONTRACTOR shall provide submittal data for review and approval.

2. Submittal shall include shop drawings, electrical ladder logic drawings and support data as follows: Catalog cuts sheets reflecting characteristics for major items of equipment, materials of construction, major dimensions, motor and V-belt drive data, pump characteristic curves showing the design duty point capacity (GPM), head (FT), net positive suction head required (NPSHr), hydraulic brake horsepower (BHP), control panel input power requirements, control panel schematics and layout. Electrical components used in the motor branch and liquid level control shall be fully described.

a. Shop drawings shall provide layout of mechanical equipment and anchor bolt locations for station. Contractor piping connections and station access clearances shall be dimensioned relative to the station centerline. The electrical ladder logic drawings shall illustrate motor branch and liquid level control circuits to extent necessary to validate function and integration of circuits to form a complete working system.

B. Operation & Maintenance Manuals

1. Installation shall be in accordance with written instructions provided by the pump manufacturer. Comprehensive instructions supplied at time of shipment shall enable personnel to properly operate and maintain all equipment supplied.

2. Documentation shall be specific to the pumping equipment supplied and collated in functional sections. Each section shall combine to form a complete system manual covering all aspects of equipment supplied by the manufacturer.

3. The pump station manufacturer shall provide 8 printed copies of the O&M manual and 1 copy on a CD or DVD.

11311-2 143/2011-05 Rebid 4. Electrical schematic diagram of the pump station circuits shall be in accordance with NMTBA and JIC standards. Schematics shall illustrate, to the extent of authorized repair, pump motor branch, control alarm system circuits including interconnections. Wire numbers and legend symbols shall be shown. Schematic diagrams for individual components, not normally repairable by the station operator, need not be included. Elevation views of the door(s) and backplane shall be provided with the submittal.

1.04 QUALITY ASSURANCE

A. The pumps and pump station manufacturer shall be ISO 9001:2000 revision certified.

B. In order to unify responsibility for proper operation, it is the intent of these Specifications that all system components are furnished by the pump manufacturer. The pumps shall be of standard catalog design, totally warranted by the manufacturer.

C. All internal passages, impeller vanes, and recirculation ports shall pass a 3" spherical solid. Smaller internal passages that create a maintenance nuisance or interfere with priming and pump performance shall not be permitted. Manufacturer's certified drawings showing size and location of the recirculation port(s) shall be submitted for approval.

D. Reprime Performance

1. Consideration shall be given to the sanitary sewage service anticipated, in which debris is expected to lodge between the suction check valve and its seat, resulting in the loss of the pump suction leg, and siphoning of liquid from the pump casing to the approximate center line of the impeller. Such occurrence shall be considered normal, and the pump must be capable of automatic, unattended operation with an air release line installed.

2. During unattended operation, the pump shall retain adequate liquid in the casing to insure automatic repriming while operating at its rated speed in a completely open system. The need for a suction check valve or external priming device shall not be required.

11311-3 143/2011-05 Rebid Pump must reprime 20 vertical ft. at the specified speed and impeller diameter. Reprime lift is defined as the static height of the pump suction above the liquid, while operating with only one- half of the liquid remaining in the pump casing. The pump must reprime and deliver full capacity within five minutes after the pump is energized in the reprime condition. Reprime performance must be confirmed with the following test set-up: a. A check valve to be installed down stream from the pump discharge flange. The check valve size shall be equal (or greater than) the pump discharge diameter. b. A length of air release pipe shall be installed between pump and the discharge check valve. This line shall be open to atmosphere at all times duplicating the air displacement rate anticipated at a typical pump station fitted with an air release valve. c. The pump suction check valve shall be removed. No restrictions in the pump or suction piping will prevent the siphon drop of the suction leg. Suction pipe configuration for reprime test shall incorporate a 2 feet minimum horizontal run, a 90 degree elbow and vertical run at the specified lift. Pipe size shall be equal to the pump suction diameter. d. Impeller clearances shall be set as recommended in the pump service manual. e. Repeatability of performance shall be demonstrated by testing five consecutive reprime cycles. Full pump capacity (flow) shall be achieved within five minutes during each cycle. f. Liquid to be used for reprime test shall be water.

Certified reprime performance test results based on Hydraulic Institute Acceptance Level B for mass produced pumps for stock at the published reprime test lift and speed when appropriate, prepared by the manufacturer, and certified by a registered professional engineer, shall be submitted for approval prior to shipment.

11311-4 143/2011-05 Rebid 1.05 MANUFACTURER'S WARRANTY

A. The pump manufacturer shall warrant all equipment to be of quality construction, free of defects in material and workmanship. A written warranty shall include specific details described below.

1. All equipment, apparatus, and parts furnished shall be warranted for five (5) years, except only those items normally consumed in service, such as light bulbs, oils, grease, packing, gaskets, O-rings, etc. The pump station manufacture shall be solely responsible for warranty of all station and all system components.

2. Components failing to perform as specified herein, or as represented by the manufacturer, or as proven defective in service during the warranty period, shall be replaced, repaired, or satisfactorily modified by the manufacturer without cost of parts or labor to the OWNER.

B. The warranty shall become effective upon the acceptance by the OWNER or ninety (90) days after installation, whichever occurs first.

PART 2: PRODUCTS

2.01 PUMP DESIGN

A. Pumps shall be vertical, self-priming centrifugal type, designed specifically for handling raw, unscreened, domestic sanitary sewage. Pump solids handling capability and performance criteria shall be in accordance with requirements listed under PART 1 - GENERAL of this section.

B. Pump casing shall be cast iron Class 30 with integral volute scroll. Casing shall incorporate following features:

1. Mounting feet sized to prevent tipping or binding when pump is completely disassembled for maintenance.

2. Fill port coverplate, 3 1/2" diameter, shall be opened after loosening a positive lock clamp bar assembly. In consideration for safety, cap crew threads must provide slow release of pressure, and

11311-5 143/2011-05 Rebid the clamp bar shall be retained by detente lugs. A non-metallic gasket shall prevent adhesion of the fill port cover to the casing while assuring a reliable seal.

3. Casing drain plug shall be at least 1 1/4" NPT to insure complete and rapid draining.

4. Liquid volume and recirculation port design shall be consistent with performance criteria listed under PART 1 - GENERAL of this section.

Coverplate shall be cast iron Class 30. Design must incorporate the following maintenance features:

1. Retained by hand nuts for complete access to pump interior. Coverplate removal must provide ample clearance for removal of stoppages, and allow service to the impeller, seal, wearplate or check valve without removing suction or discharge piping.

2. A replaceable hard steel wearplate secured to the coverplate by weld studs and nuts shall be AISI 1015 HRS. Wearplate shall be self-cleaning design ensuring that debris is cleared away and does not collect on the impeller vanes.

3. In consideration for safety, a pressure relief valve shall be supplied in the coverplate. Relief valve shall open at 75-200 PSI.

4. Two O-rings of Buna-N material shall seal coverplate to pump casing.

5. Pusher bolt capability to assist in removal of coverplate. Pusher bolt threaded holes shall be sized to accept same retaining capscrews as used in rotating assembly.

6. Easy-grip handle shall be mounted to face of coverplate.

Rotating assembly, which includes impeller, shaft, mechanical shaft seal, lip seals, bearings, seal plate and bearing housing, must be removable as a single unit without disturbing the pump casing or piping. Design shall incorporate the following features:

1. Seal plate shall be Austempered Ductile Iron (ADI) and bearing housing shall be cast iron Class 30.

11311-6 143/2011-05 Rebid Anti-rotation ribs shall be cast into the sealplate to reduce internal wear and maximize component life. Separate oil filled cavities, vented to atmosphere, shall be provided for shaft seal and bearings. Cavities must be cooled by the liquid pumped. Three lip seals will prevent leakage of oil. a. The bearing cavity shall have an oil level sight gauge and fill plug check valve. The clear sight gauge shall provide easy monitoring of the bearing cavity oil level and condition of oil without removal of the fill plug check valve. The check valve shall vent the cavity but prevent introduction of moist air to the bearings. b. The seal cavity shall have an oil level sight gauge and fill/vent plug. The clear sight gauge shall provide easy monitoring of the seal cavity oil level and condition of oil without removal of the fill/vent plug. c. Double lip seal shall provide an atmospheric path providing positive protection of bearings, with capability for external drainage monitoring.

Impeller shall be Austempered Ductile Iron (ADI), two vane, semi-open, non-clog, with integral pump out vanes on the back shroud. Impeller shall be statically or dynamically balanced. Impeller shall thread onto the pump shaft and be secured with a lockscrew and conical washer.

Shaft shall be AISI 4140 alloy steel unless otherwise specified by the engineer, in which case AISI 17-4 pH stainless steel shall be supplied.

Bearings shall be anti-friction ball type of proper size and design to withstand all radial and thrust loads expected during normal operation. Bearings shall be oil lubricated from a dedicated reservoir. Pump designs which use the same oil to lubricate the bearings and shaft seal shall not be acceptable.

Shaft seal shall be oil lubricated mechanical type. The stationary and rotating seal faces shall be silicon carbide alloy. Each mating surface shall be

11311-7 143/2011-05 Rebid lapped to within three light bands flatness (35 millionths of an inch), as measured by an optical flat under monochromatic light. The stationary seal seat shall be double floating by virtue of a dual O-ring design. An external O-ring secures the stationary seat to the sealplate, and an internal O-ring holds the faces in alignment during periods of mechanical or hydraulic shock (loads which cause shaft deflection, vibration, and axial/radial movement). Elastomers shall be viton; cage and spring to be stainless steel. Seal shall be oil lubricated from a dedicated reservoir. The same oil shall not lubricate both shaft seal and shaft bearings. Seal shall be warranted in accordance with requirements listed under PART 1 - GENERAL of this section.

6. Pusher bolt capability to assist in removal of rotating assembly. Pusher bolt threaded holes shall be sized to accept same capscrews as used for retaining rotating assembly.

E. Adjustment of the impeller face clearance (distance between impeller and wearplate) shall be accomplished by external means.

1. Clearances shall be maintained by a four point external shimless coverplate adjustment system, utilizing a four collar and four adjusting screw design allowing for incremental adjustment of clearances by hand as required. Each of the four points shall be lockable to prevent inadvertent clearance increases or decreases due to equipment vibration or accidental operator contact. The four point system also allows for equal clearance gaps at all points between the impeller and wear plate. Requirement of realignment of belts, couplings, etc., shall not be acceptable. Coverplate shall be. capable of being removed without disturbing clearance settings. Clearance adjustment systems that utilize less than four points will not be considered.

2. There shall be provisions for additional clearance adjustment in the event that adjustment tolerances have been depleted from the coverplate side of the pump. The removal of stainless steel tabbed spacers from the rotating assembly side of the pump shall allow for further adjustment as described above.

11311-8 143/2011-05 Rebid 3. Clearance adjustment which requires movement of the shaft only, thereby adversely affecting seal working length or impeller back clearance, shall not be acceptable.

F. An externally removable suction check valve shall be molded Neoprene with integral steel and nylon reinforcement. A blow-out center shall protect pump casing from hydraulic shock or excessive pressure. Removal or installation of the check valve must be accomplished from the top of pump without disturbing the suction piping or completely draining the casing. Sole function of check valve shall be to save energy by eliminating need to reprime after each pumping cycle. Pumps requiring a suction check valve to assist reprime will not be acceptable.

G. Pump shall include flange kit consisting of two ASA spool flanges that shall be one piece cast iron class 30 suitable for attachment to suction and discharge ports. Each spool shall have one 1-1/4" NPT and one 1/4" NPT tapped hole with pipe plugs for mounting gauges or other equipment.

2.02 Serviceability

A. The pump manufacturer shall demonstrate to the engineer's satisfaction that consideration has been given to reducing maintenance costs.

B. No special tools shall be required for replacement of any components within the pump.

2.03 DRAIN KIT

A. Pumps shall be supplied with a drain kit for ease of maintenance. The kit shall contain 10' length of reinforced plastic hose with a female quick connect fitting at one end, and factory installed drain fittings in each pump. Fittings shall include a stainless steel pipe nipple, stainless steel bushing, stainless steel ball valve and aluminum male quick connect fitting.

2.04 SPARE PARTS KIT

A. The following minimum spare parts shall be furnished:

1. One pump mechanical seal 2. Required cover plate O-Ring(s) 3. One rotating assembly O-Ring(s)

11311-9 143/2011-05 Rebid 4. One set of impeller clearance adjustment spacers 5. One V6A71B-1 rotating assembly 6. Two sets of spare v-belts

2.05 UNIT BASES

A. The vertical V-belt unit base for each pump shall comprise a base plate, perimeter flange, and reinforcements. Base plates shall be fabricated of steel not less than 1/4" thick, and shall incorporate openings for access to all internal cavities to permit complete grouting of pump base after installation. Perimeter flange and reinforcements shall be designed to prevent flexing or •warping under operating conditions. Base plate and/or flange shall be drilled for hardware used to secure pump base to concrete pad as shown on the contract drawings. Pump base shall contain provisions for lifting the complete pump unit during shipping and installation.

2.06 CHECK VALVES

A. Each pump shall be equipped with a full flow type check valve with flanged ends and fitted with an external lever and spring. Each valve shall be capable of passing a 3" spherical solid. A 316 stainless steel body ring shall be threaded into the valve port. Valve clapper shall be cast iron, rubber face, and shall swing completely clear of waterway when valve is full open. The seating shall be by a resilient field replaceable ring on the valve disc contacting a bronze or stainless seat ring in the valve body. Hinge pin shall be of 18-8 stainless steel construction and shall be utilized with bronze bushings and packing type seal. Valves shall be equipped with removable cover plate to permit or for complete removal of internal components without removing the valve from the line. Valve shall be rated at 175 psi water working pressure, 350 psi hydrostatic test pressure. Valves other than full flow type or valves mounted in such a manner that prevents the passage of a 3" spherical solid shall not be acceptable

2.07 PLUG VALVES

A. The discharge header shall include a 3-way plug valve to permit either or both pumps to be isolated from the common discharge header. Valves shall have ports designed to pass spherical solids equal to the pumps capability. The plug valve shall be non-lubricated, tapered type. Valve body shall be semi-steel with flanged end connections drilled to 125 pound standard.

11311-10 143/2011-05 Rebid Valve shall be furnished with a drip-tight shutoff plug mounted in stainless steel bearings, and shall have a resilient facing bonded to the sealing surface. Valve shall be operated with a single lever actuator providing lift, turn, and reseat action. The lever shall be equipped with a locking device to hold the plug in the desired position.

2.08 AUTOMATIC AIR RELEASE VALVES

A. An automatic air release valve shall be furnished for each pump designed to permit the escape of air to the atmosphere during initial priming or unattended repriming cycles. Upon completion of the priming cycle or repriming cycle, the valve shall automatically close operating solely on discharge pressure to prevent excess recirculation. Valves shall provide visual indication of valve closure. Valves which require connection to the suction line shall not be acceptable.

B. The air release valve shall be constructed of UV- inhibiting high impact composite polyester containing not less than 30% glass filler. The valve body shall incorporate an internal passageway that allows all debris to pass through the valve chamber between operational cycles, thus making the valve self-cleansing upon sequential cycles. The valve diagrams shall be Buna-N, Fluorocarbon or EPDM, and shall incorporate a polyester mesh sufficient to withstand 250 PSI of pressure.

C. The vertical valve plunger shall be constructed of Acetal and at least 20% PTFE fluorocarbon filler (DuPont Teflon or equivalent). The independent, dual diaphragms and single, vertical valve plunger shall incorporate a media fluid that passes through an orifice and separates the actions of each. This media fluid will impart sufficient energy for each diaphragm to act on the other to cause a metered stroke, allowing for predictable mechanical movement, thus opening and closing the valve smoothly, preventing chatter and harsh ramming forces. Valves with a single horizontal shaft or that do not incorporate straight-through passageways or media-limiting orifices will not be acceptable. The valve "seat" shall permit a prescribed bypass of liquid being pumped to ensure that the valve does not become hydraulically locked in submerged discharge piping configurations.

D. The valve shall employ an externally-adjustable restrictor for applications below four feet of static discharge head. Valves having no means for accurately

11311-11 143/2011-05 Rebid adjust their action, or which require spring selection and lubrication are unacceptable. Being mechanically maintenance-free, provisions for clearing debris in the internal passageway normally associated with valves of this type are incorporated in the valve design and are accessible with only normal hand tools.

E. The valve body shall incorporate passageways having minimal constrictions and no directional course changes integral to the body of the valve. The inlet shall be 1- inch NPT female and the discharge outlet shall be 1-1/4 inch NPT female, assuring that any debris that makes its way through the valve body will have unobstructed passage back to the source. Valves having smaller throughput, bends or turns that restrict or impede flow and create pockets or traps for debris shall not be acceptable. The valve shall be mounted horizontally, 90 degrees to the vertical plunger by means of an integral mounting bracket.

F. Connection of the air release valves to the station piping shall include stainless steel fittings. Pump manufacturer shall supply an adequate length of 1- l/4"reinforced nylon tubing for the discharge off the air release valves. CONTRACTOR shall install the tubing as shown on the drawings.

2.09 GAUGE KIT

A. A gauge kit shall be supplied for each pump. Suction pressure must be monitored by a glycerin-filled compound gauge, and discharge pressure by a glycerin-filled pressure gauge. Gauges to be at least 4 inches in diameter, graduated in feet water column. Rated accuracy shall be 1% of full scale reading. Compound gauge shall be graduated -34 to +34 feet water column minimum. Pressure gauge to be graduated 0 to 230 feet water column minimum.

B. Gauges to be factory mounted on a resilient panel with frame assembly secured to pumps. Gauge installations shall be complete with all hoses and stainless steel fittings, including a shutoff valve for each gauge line at the point of connection to suction and discharge pipes. Gauge panels will be shipped loose for mounting in the field.

2.10 PIPING

11311-12 143/2011-05 Rebid A. Flanged header pipe shall be centrifugally cast, ductile iron, complying with ANSI/AWWA A21.51/C115 and class 52 thicknesses.

B. Flanges shall be cast iron class 125 and comply with ANSI B16.1.

C. Pipe and Flanges shall be threaded and suitable threaded sealant applied before assembling flange to pipe.

D. Bolt holes shall be in angular alignment within H degrees between flanges. Flanges shall be faced with a gasket finish having concentric grooves a minimum of 0.01 inch deep by approximately 0.03 inch wide, with a minimum of three groves on any given surface spaced a maximum of H inch apart.

2.11 DRIVE UNIT

A. Pump motors shall be 75 HP, NEMA Premium Efficient- Invertor duty, horizontal ODP, 1800 RPM, NEMA design B with cast iron frame with copper windings, induction type, with normal starting torque and low starting current characteristics, suitable for continuous service. The motors shall have a 1.15 Service Factor.

B. Drive Transmission

1. Power to pumps transmitted V-belt drive assemblies. The sheave/belt combination shall provide the speed ratio needed to achieve the specified pump operating conditions.

2. Each drive assembly shall utilize at least two V- belts providing minimum a combined safety factor of 1.5. Computation of safety factors shall be based on performance data published by the drive manufacturer.

3. The pump manufacturer shall submit power transmission calculations which document the following:

a. Ratio of pump/motor speed b. Pitch diameter of driver and driven sheaves c. Number of belts required per drive d. Theoretical horsepower transmitted per belt, based on vendor's data e. Center distance between pump or motor shafts

11311-13 143/2011-05 Rebid f. Arc-length correction factor applied to the theoretical horsepower transmitted. g. Service factor applied to established design horsepower. h. Safety factor ratio of power transmitted/brake horsepower.

4. Belt Guards

a. Pump drives to be enclosed on all sides by a guard constructed of fabricated steel or combination of materials including expanded, perforated, or solid sheet metal. No opening to a rotating member shall exceed 1/2".

b. Guards must be completely removable without interference from any unit component, and shall be securely fastened and braced to the pump base.

c. Metal to be free from burrs and sharp edges. Structural joints shall be continuously welded. Rivet spacing on panels shall not exceed five inches. Tack welds shall not exceed four inch spacing.

d. The guard shall be finished with one coat of gray W.R. non-lift primer and one coat of orange acrylic alkyd W.R. enamel in accordance with Color Definitions of ANSI 253.1; Safety Color Code for Marking Physical Hazards.

2.12 FINISHES

A. Pumps and exposed steel framework shall be cleaned prior to painting. Exposed surfaces to be coated with one coat gray W.R. non-lift primer and one coat white acrylic alkyd W.R. enamel. Paint shall be low VOC, alkyd based, high solids, semi-gloss white enamel for optimum illumination enhancement, incorporating rust inhibitive additives. The finish coat shall be 1.0 to 1.2 MIL dry film thickness (minimum), resistant to oil mist exposure, solvent contact, and salt spray. The factory finish shall allow for over-coating and touch up after final installation.

2.13 ELECTRICAL CONTROL COMPONENTS

A. The pump control panel will be tested as an integral unit by the pump manufacturer. The control panel shall also

11311-14 143/2011-05 Rebid be tested with the pumps as a complete working system at the pump manufacturer's facility.

UL Label Requirement

1. Pump controls shall conform to third party safety certification. The panel manufacturer shall be certified to apply a serialized UL label listed for "Enclosed Industrial Control Panels". The enclosure, and all components mounted on the sub-panel or control cover shall conform to UL descriptions and procedures.

Panel Enclosure

1. Electrical control equipment shall be mounted within a NEMA Type 1, steel control enclosure, mounted and attached directly adjacent to the motor control center as shown on the drawings. The intention is that the control enclosure be supplied by the motor control center manufacturer such that the panel is essentially an extension of the motor control center. Dimensionally it shall be the same height and width. Control components shall be mounted on a removable steel back panel secured to enclosure with collar studs.

2. All control devices and instruments shall be mounted using threaded fasteners, and shall be clearly labeled to indicate function.

Secondary Lightning Arrestor:

1. The control panel shall be equipped with a secondary lightning arrestor to minimize damage to the pump motors and control from transient voltage surges. The arrestor shall utilize silicon-oxide varistors encapsulated in a non-conductive housing. The arrestor shall have a current rating of 60,000 Amps, and a Joule rating of 1500.

Pump Start Delay

1. The control circuit for the lag pump shall be equipped with a time delay to prevent simultaneous motor starts.

Phase Monitor:

1. The motor control center shall be equipped to monitor the incoming power and shut down the pump motors when required to protect the motors from 11311-15 143/2011-05 Rebid damage caused by phase reversal, phase loss, high voltage, low voltage, and voltage unbalance. An adjustable time delay shall be provided to minimize nuisance trips. The motors shall automatically restart, following an adjustable time delay, when power conditions return to normal.

G. Control Circuit

1. A normal duty thermal-magnetic circuit breaker shall protect all control circuits by interrupting control power.

2. Pump mode selector switches shall permit manual starting or stopping of each pump individually, or permit automatic operation under control of the liquid level control system. Manual operation shall override all shutdown systems, except the motor overload relays. Selector switches to be heavy duty, 30mm, oil-tight design with contacts rated NEMA A300 minimum.

3. Pump alternation shall be integral to the liquid level controller. Provisions for automatic alternation or manual selection shall also be integral to the liquid level controller.

4. A high pump temperature protection circuit shall override the level control and shut down the pump motors when required to protect the pumps from excessive temperature. A thermostat shall be mounted on each pump casing and connected to a high pump temperature shutdown circuit. If casing temperature rises to a level sufficient to cause damage, the thermostat shall cause the pump shutdown circuit to interrupt power to the motor. A visible indicator located on the control panel door shall indicate motor stopped due to high pump temperature. The motor shall remain locked out until the pump has cooled and circuit has been manually reset. Automatic reset of this circuit is not acceptable.

5. A duplex ground fault receptacle providing 115 VAC, 60 Hz, single phase current, will be mounted on the side of the control enclosure. Receptacle circuit shall be protected by a 15 ampere thermal-magnetic circuit breaker.

6. Wiring

11311-16 143/2011-05 Rebid The pump control panel, as furnished by the manufacturer, shall be completely wired, except for the required field connections.

All wiring, workmanship, and schematic wiring diagrams shall comply with applicable standards and specifications of the National Electric Code (NEC).

All wiring shall be type MTW or THW, 600 volts, color coded as follows:

1) . Line and Load Circuits, AC or DC power Black 2) . AC Control Circuit Less Than Line Voltage Red 3) . DC Control Circuit Blue 4) . Interlock Control Circuit from external source Yellow 5) . Equipment Grounding Conductor Green 6) . Current Carrying Ground White 7) . Hot With Circuit Breaker Open Orange

Control circuit wiring inside the panel, with exception of internal wiring of individual components, shall be 16 gauge minimum, type MTW or THW, 600 volts. Power wiring to be 14 gauge minimum. Motor branch wiring shall be 10 gauge minimum.

Motor branch and other power conductors shall not be loaded above the temperature rating of the connected termination. Wires must be clearly numbered at each end in conformance with applicable standards. All wire connectors in the control panel shall be ring tongue type with nylon insulated shanks. All wires on the sub-plate shall be bundled and tied. All wires extending from components mounted on door shall terminate at a terminal block mounted on the back panel. All wiring outside the panel shall be routed through conduit.

Control wires connected to door mounted components must be tied and bundled in accordance with good commercial practice. Bundles shall be made flexible at the hinged side of the enclosure. Adequate length and flex shall allow the door to swing full open without undue stress or abrasion. Bundles shall be held on each side of hinge by mechanical fastening devices.

11311-17 143/2011-05 Rebid 7. Grounding

a. The manufacturer shall ground all electrical equipment inside the pump control panel to the control panel back plate. All paint must be removed from the grounding mounting surface before making final connection.

8. Equipment Marking

a. Permanent corrosion resistant name plate(s) shall be attached to the control and include following information:

1) . Equipment serial number 2) . Supply voltage, phase and frequency 3) . Current rating of the minimum main conductor 4) . Electrical wiring diagram number 5) . Motor horsepower and full load current 6) . Motor overload heater element 7) . Motor circuit breaker trip current rating 8) . Name and location of equipment manufacturer

b. Control components shall be permanently marked using the same identification keys shown on the electrical diagram. Labels shall be mounted adjacent to device being identified.

c. Switches, indicators, and instruments mounted through the control panel door shall be labeled to indicate function, position, etc. Labels shall be mounted adjacent to, or above the device.

2.14 LIQUID LEVEL CONTROL

A. The manufacturer of the liquid level control system must be ISO 9001:2000 revision certified, with scope of registration including design control and service after sales activities.

B. The level control system shall start and stop the pump motors in response to changes in wet well level, as set forth herein.

C. The level control system shall be capable of operating as either an air bubbler type level control system, submersible transducer type system, or ultrasonic transmitter type system.

11311-18 143/2011-05 Rebid The level control system shall utilize alternation to select first one pump, then the second pump, to run as lead pump for a pumping cycle. Alternation shall occur at the end of a pumping cycle, or in the event of excessive run time.

The level control system shall utilize an electronic pressure switch which shall continuously monitor the wet well level, permitting the operator to read wet well level at any time. Upon operator selection of automatic operation, the electronic pressure switch shall start the motor for one pump when the liquid level in the wet well rises to the "lead pump start level". When the liquid is lowered to the "lead pump stop level", the electronic pressure switch shall stop this pump. These actions shall constitute one pumping cycle. Should the wet well level continue to rise, the electronic pressure switch shall start the second pump when the liquid reaches the "lag pump start level" so that both pumps are operating. These levels shall be adjustable as described below.

1. The electronic pressure switch shall include integral components to perform all pressure sensing, signal conditioning, EMI and RFI suppression, DC power supply and 120 volt outputs. Comparators shall be solid state, and shall be integrated with other components to perform as described below.

2. The electronic pressure switch shall be capable of operating on a supply voltage of 12VDC in an ambient temperature range of -10 degrees C (14 degrees F) through 55 degrees C (131 degrees F) . Control range shall be 0 to 12.0 feet of water with an overall repeat accuracy of (plus/minus) 0.1 feet of water. Memory shall be non-volatile.

3. The electronic pressure switch shall consist of the following integral components: pressure sensor, display, electronic comparators and output relays.

a. The internal pressure sensor shall be a strain gauge transducer and shall receive an input pressure from the air bubbler system. The transducer shall convert the input to a proportional electrical signal for distribution to the display and electronic comparators. The transducer output shall be filtered to prevent control response to level pulsations or surges. The transducer range shall be 0-15 PSI, temperature compensated from -40 degrees C (-40 degrees F) through 85 degrees C (185 degrees F) , with a repeat

11311-19 143/2011-05 Rebid accuracy of (plus/minus) 0.25% full scale about a fixed temperature. Transducer overpressure rating shall be 3 times full scale.

b. The electronic pressure switch shall incorporate a digital back lighted LCD panel display which, upon operator selection, shall indicate liquid level in the wet well, and the preset start and stop level for both lead and lag pump. The display shall include twenty (20), 0.19" high alpha-numeric characters calibrated to read out directly in feet of water, accurate to within one-tenth foot (0.1 foot) , with a full scale indication of not less than 12 feet. The display shall be easily convertible to indicate English or metric units.

c. Level adjustments shall be electronic comparator set-points to control the levels at which the lead and lag pumps start and stop. Each of the level settings shall be easily adjustable with the use of membrane type switches, and shall be accessible to the operator without opening any cover panel on the electronic pressure switch. Controls shall be provided to permit the operator to read the selected levels on the display. Such adjustments shall not require hard wiring, the use of electronic test equipment, artificial level simulation or introduction of pressure to the electronic pressure switch.

d. Each output relay in the electronic pressure switch shall be solid state. Each relay input shall be optically isolated from its output and shall incorporate zero crossover switching to provide high immunity to electrical noise. The "ON" state of each relay shall be indicated by illumination of a light emitting diode. The output of each relay shall be individually fused providing overload and short circuit protection. Each output relay shall have an inductive load rating equivalent to one NEMA size 4 contactor. A pilot relay shall be incorporated for loads greater than a size 4 contactor.

4. The electronic pressure switch shall be equipped with an output board which shall include LED status indicators and a connector with cable for connection to the main unit.

11311-20 143/2011-05 Rebid 5. The electronic pressure switch shall be equipped with pump start delay (s) preset at a fixed delay time of five (5) seconds.

6. Circuit design in which application of power to the lag pump motor starter is contingent upon completion of the lead pump circuit shall not be acceptable.

7. The electronic pressure switch shall be equipped with a simulator system capable of performing system cycle testing functions.

8. The electronic pressure switch shall be capable of controlling liquid levels in either a pump up or pump down application.

9. The electronic pressure switch shall have internal capability of providing automatic alternation, manual selection of pump sequence operation, and alternation in the event of 1-199 hours excessive run time.

10. The electronic pressure switch shall be equipped with a security access code to prevent accidental set-up changes and provide liquid level set-point lock-out.

11. The electronic pressure switch shall be equipped with one (1) 0-33 ft. W.C. input, one (1) scalable analog input of either 0-5VDC, 0-10VDC, or 4-20mA, and one (1) 4-20mA scalable output. Output is powered by 10VDC supply. Load resistance for 4-20mA output shall be 100-400 ohms.

12. The electronic pressure switch shall include a DC power supply to convert 120VAC control power to 12VDC EPS power. The power supply shall be 500 mA (6W) minimum and be UL listed Class II power limited power supply.

13. The electronic pressure switch shall be equipped with an electronic comparator and solid state output relay to alert maintenance personnel to a low liquid level in the wet well. An indicator, visible on the front of the control panel, shall indicate that a low wet well level exists. The alarm signal shall be maintained until the cause for the low wet well level has been corrected and the circuit has been manually reset. A low liquid level condition shall disable both pump motors.

11311-21 143/2011-05 Rebid When the wet well rises above the low level point, both pump motors shall be automatically enabled. Low water alarm shall be furnished with a dry contact wired to terminal blocks.

An alarm silence pushbutton and relay shall be provided to permit maintenance personnel to de-energize the audible alarm device while corrective actions are under way. After silencing the alarm device, manual reset of the alarm condition shall clear the alarm silence relay automatically. The pushbutton shall be oil tight design with contacts rated NEMA A300 minimum.

Air Bubbler System

1. The level control system shall be the air bubbler type, containing air bubbler piping which extends into the wet well. A pressure sensor contained within the electronic pressure switch shall sense the air pressure in this piping to provide wet well level signals for the remainder of the level control system.

2. Two vibrating reed, industrial rated, air pumps shall be furnished to deliver free air at a rate of approximately 5 cubic feet per hour and a pressure not to exceed 7 psi. Liquid level control systems utilizing air compressors delivering greater quantities of air at higher pressures, requiring pressure reducing valves, air storage reservoirs, and other maintenance nuisance items will not be acceptable. A selector switch shall be furnished to provide manual alternation of the air pumps. The switch shall be connected in such a manner that either pump may be selected to operate continuously. The selector switch shall be oil-tight design with contacts rated NEMA A300 minimum.

3. An air bell constructed of PVC 3 inches in diameter shall be provided for installation at the outlet of the air bubbler line in the wet well. The air bell shall have a 3/8" NPT tapped fitting for connection to the bubbler line.

4. An air flow indicator gauge shall be provided and connected to the air bubbler piping to provide a visual indication of rate of flow in standard cubic feet per hour.

11311-22 143/2011-05 Rebid H. Redundant High Water Alarm Float

1. An emergency high water alarm float switch shall be used to alert the OWNER's personnel to a high water level in the wet. Each float shall contain a mercury-free switch sealed in a polypropylene housing, with 30 feet of cord minimum, and polypropylene mounting hardware. Each float switch shall be secured to a weighted PVC chain. The float switch must be wired through an intrinsically safe barrier inside the control panel. Should the water level rise to the "high water alarm" level, the float switch shall energize a 115-volt AC circuit for an external alarm device. An indicator, visible from front of control panel, shall indicate high water level condition exists. The alarm signal shall maintain until wet well level is lowered and alarm circuit is manually reset.

I. Monitoring contacts

1. The following status and alarm contacts shall be provided at a common terminal strip in the control panel. All digital contacts shall be rely isolated dry contacts.

CH-1 Pump 1 CONTROL STATUS CH-2 Pump 2 CONTROL STATUS CH-3 Pump(s) HIGH TEMPERATURE CH-4 Pump 2 FAULT CH-5 Low wet well level CH-6 High wet well level CH-7 SPARE CH-8 SPARE AI-1 Wet level as 4-20 mA from level controller

2.15 VALVES AND PIPING

A. Each pump shall be equipped with a full flow type check valve capable of passing a 3" spherical solid. The valve shall be constructed with flanged ends and fitted with an external lever and spring. 316 stainless steel body ring shall be threaded into the valve port. Valve clapper shall be cast iron, rubber face, and shall swing completely clear of waterway when valve is full open. The seating shall be by a resilient field replaceable ring on the valve disc contacting a bronze or stainless seat ring in the valve body. Hinge pin shall be of 18-8 stainless steel construction and shall be utilized with

11311-23 143/2011-05 Rebid bronze bushings and packing type seal. Valves shall be equipped with removable cover plate to permit entry or for complete removal of internal components without removing the valve from the line. Valve shall be rated at 175 psi water working pressure, 350 psi hydrostatic test pressure. Valves must be capable of passing a 3- inch solid.

B. A 3-way plug valve must allow either or both pumps to be isolated form the force main. Valve shall be capable of passing a 3-inch spherical solid. The plug valve shall be non-lubricated tapered type. Valve body shall be semi- steel with flanged end connections drilled to 125 pound standard. The drip-tight shutoff plug shall be mounted in stainless steel bearings, and shall have a resilient facing bonded to the sealing surface. Valve shall be operated with a single lever actuator providing lift, turn, and reseat action.

C. Piping shall be flanged header pipe, centrifugally cast ductile iron class 53 thickness. Flanges shall be cast iron class 125. Pipe and Flanges shall be threaded and suitable thread sealant applied before assembling flange to pipe.

D. Piping bolt holes shall be angular alignment within H degrees between flanges. Flanges shall be faced with a gasket finish having concentric grooves a minimum of 0.01 inch deep by approximately 0.03 inch wide, with a minimum of three groves on any given surface spaced a maximum of H inch apart.

PART 3: EXECUTION

3.01 INSTALLATION

A. Install, level, align, and lubricate pumps as indicated on the drawings. Installation shall be in accordance with written instructions supplied by the manufacturer at time of delivery.

B. Check motor and control data places for compatibility to site voltage. Install and test the station ground prior to connecting line voltage to station control panel.

C. After all anchor bolts, piping and control connections are installed, completely fill the grout dam in the pump station base with non-shrink grout.

3.02 OPERATIONAL TEST

11311-24 143/2011-05 Rebid A. Prior to acceptance by OWNER, an operational test of all pumps, drives, and control systems shall be conducted to determine if the installed equipment meets the purpose and intent of the specifications. Tests shall demonstrate that all equipment is electrically, mechanically, structurally, and otherwise acceptable; it is safe and in optimum working condition; and conforms to the specified operating characteristics.

B. After construction debris and foreign material has been removed form the wet well, CONTRACTOR shall supply clear water volume adequate to operate station through several pumping cycles. Observe and record operation of pumps, suction and discharge gage readings, ampere draw, pump controls, and liquid level controls. Check calibration of all instrumentation equipment, test manual control devices, and automatic control systems. Be alert to any undue noise, vibration or other operational problems.

3.0 3 MANUFACTURER'S START-UP SERVICES

A. Co-ordinate station start-up with manufacturer's technical representative. The representative or factory service technician will inspect the completed installation and will correct or supervise correction of defects or malfunctions, and instruct operating personnel in proper operation and maintenance procedures. Instruction of operating personnel shall be for two (2) eight 8-hour days.

End of Section

11311-25 143/2011-05 Rebid THIS PAGE LEFT INTENTIONALLY BLANK

11311-26 143/2011-05 Rebid SECTION 11314

INSTRUMENTATION

PART 1: GENERAL

1.01 SCOPE OF WORK

A. The CONTRACTOR shall:

1. Provide a complete instrumentation system as shown on the drawings including all interfaces with equipment and devices furnished under other Sections.

2. Furnish and install the following devices:

a. Magnetic Flow Meter b. Pump Station Flooded Level Switch

3. Employ the services of an instrumentation subcontractor or supplier.

1.02 RELATED WORK

A. Specified elsewhere:

1. 11310 - Sewage Pumps 2. 16010 - Electrical Work -- General 3. 16110 - Raceways 4 . 16120 - Wire 5. 16450 - Grounding

1.03 QUALITY ASSURANCE

A. All the instrumentation work shall be performed or supervised by an instrumentation subcontractor or supplier. The CONTRACTOR shall not act as the instrumentation subcontractor.

B. The instrumentation subcontractor or supplier shall have a permanent sales, installation and maintenance staff. The subcontractor or supplier shall have a long term presence in the local area.

C. Long term presence shall mean a minimum of five (5) continuous years. Local area shall mean the subcontractor or supplier has his main office, warehouse, and maintenance facilities, etc. within 150 miles of the job site.

11314-1 143/2011-05 Rebid 1.04 SUPERVISION

A. The CONTRACTOR shall provide the services of a qualified instrumentation service engineer for each of the devices supplied under this section.

B. After all equipment is installed, the instrumentation service engineer shall direct final wiring connections, perform calibration and provide other startup services as required. A certified test report shall be submitted to the ENGINEER for each instrument stating that the device has been properly installed, tested and calibrated.

C. The instrumentation service engineer shall spend a minimum of 8 hours on the job site during the installation phase and additional hours during the training and demonstration phase. The service engineer shall spend additional time on the job site if required to complete the project.

D. All costs associated with engineering services required for setup, testing, checkout, demonstration, etc. shall be paid by the CONTRACTOR.

1.05 SUBSTITUTIONS

A. The instrumentation system shown on the drawings and specified herein is based on the equipment manufacturers and model numbers specified on the drawings and under the various paragraphs.

1.06 DEMONSTRATION

A. Demonstrate the proper function of equipment furnished under this Section.

B. Demonstration time shall be as required to complete the demonstration.

1.07 TRAINING

A. Provide training for equipment furnished under this Section.

B. Training time shall be for a total of 2 hours. The sessions shall be scheduled at the convenience of the OWNER a minimum of 14 days in advance.

11314-2 143/2011-05 Rebid C. Training shall not be performed until after the demonstration has been satisfactorily completed.

End of Part 1

11314-3 143/2011-05 Rebid PART 2: PRODUCTS

2.01 MAGNETIC FLOWMETER

A. The magnetic flow meter shall utilize pulsed dc type magnetic field to induce voltage in the moving liquid. The electronics unit shall measure the voltage induced in the liquid and produce a 4-20 mAdc signal proportional to flow.

B. The magnetic flow meter shall consist of a flanged carbon steel pipe section with electrodes, coils, etc. for flow sensing and either integral or remote mounted signal converter package as noted below.

C. The units shall be suitable for measurement of municipal wastewater.

D. The flow meters shall provide 0.5% of flow rate accuracy down to flow velocities of 1.3 feet per second and 1% of flow rate accuracy down to flow velocities of 0.7 feet per second. The flow meter shall provide the accuracy specified with five (5) diameters of straight run prior to the centerline of the meter and three (3) diameters of straight run down stream.

E. The flow meter shall be:

NAME DESIGNATION SIZE RANGE ELECTRONICS Railroad Avenue Pump 0-1,500 FIT/FM-100 10" Remote Station GPM Flow

F. The flow meter sensor flanged section shall be located in a full flow portion of the piping system and will be mounted on ANSI Class 150 flanges.

G. The flow meter sensor (primary element) shall have plain (flush) stainless steel electrodes and a Teflon, PFA, or composite elastomer liner.

H. The flow tube and fittings shall be rated for accidental (occasional) submergence to 20 feet for 24 hours (NEMA type 6).

I. Provide stainless steel grounding rings.

11314-4 143/2011-05 Rebid J. The flow meter signal converter (electronics) shall be a microprocessor based device with the following features:

1. Self Diagnostics 2. Self Test Mode 3. Low Flow Cutoff 4. 4-20 mAdc Output into 500 Ohms 5. Superimposed HART Communications 6. Operation on 120 Vac 7. Bi-Directional Flow 8. Flow Display 9. Totalized Flow Pulse 10. Totalized Flow Display

2.02 PUMP STATION FLOODED LEVEL SWITCH

A. The pump station flooded switch for this project shall be:

ID DECSRIPTION

LS-102 Pump Station Flooded Level Switch

B. The level switch shall be a UL recognized device designed to automatically detect a high liquid level.

C. The level switch shall be constructed of PVC or similar corrosion resistant material and be designed for permanent submergence.

D. The level switch contacts shall be mercury free and rated one-half (0.5) amp at 110 VAC/24 VDC, with a mechanical life of one (1) million operations. The contacts shall be field configurable to either normally open or normally closed.

E. The entire level switch assembly shall consist of a NEMA type 4 junction box connected to the level switch via a short section of PVC conduit. The level switch wiring shall terminate inside the junction box.

F. The level switch shall be a Siemens 101GX (B100) or equal.

End of Part 2

11314-5 143/2011-05 Rebid PART 3: EXECUTION

3.01 MAGNETIC FLOWMETER

A. Install, program, test, calibrate and checkout the magnetic flow meter and make wiring connections as shown on the drawings and as recommended by the manufacturer.

B. Training time shall be two (2) hours total.

3.02 PUMP STATION FLOODED SWITCH

A. Install the switch per the manufacturers published recommendations with the activation level being approximately 2" above the floor.

End of Part 3

End of Section

11314-6 143/2011-05 Rebid SECTION 11315

SUMP PUMP

PART 1: GENERAL

1.01 The CONTRACTOR shall furnish and install a sump pump in the Pump Station Pump Room as identified on the Contract Drawings.

PART 2: PRODUCTS

2.01 Sump pumps shall be capable of pumping 50 gpm at 15' TDH. All sump pumps shall be equal to Zeoller Pump Co. submersible type Model 267 "Waste-Mate" with automatic differential float switch. Motors shall be H HP single (1) phase, 115 volt.

PART 3: EXECUTION

3.01 Install the sump pumps in the sump basins as shown complete with check valves and isolation valves and connect to existing discharge piping.

3.02 Float switches shall be adjustable.

3.03 The electrical cord shall be hardwired to a disconnect switch.

End of Section

11315-1 143/2011-05 Rebid THIS PAGE LEFT INTENTIONALLY BLANK

11315-2 143/2011-05 Rebid SECTION 11316

MOTOR CONTROL CENTERS - LOW VOLTAGE

PART 1: GENERAL

1.01 SCOPE OF WORK

A. All work outlined below shall be the responsibility of Contract 2011-04. The motor control center and pump controls defined in section 11311 are to be supplied as a completely tested unit with source responsibility being provided by a single SUPPLIER. The SUPPLIER shall:

1. Provide motor control centers (MCC) complete with plug-on combination starters, reduced voltage solid-state starters, branch circuit breakers, power transformers, pilot devices, etc. as shown on the drawings. The motor control centers for this project include:

a. Railroad Avenue Pump Station MCC-lOO - 600 A

2. Provide the number of sections, active units, spare units, spaces, etc. shown on the drawings and they shall not be reduced. If required, additional sections shall be provided.

B. The CONTRACTOR under Contract 2011-05 Rebid shall install the equipment listed in the section and assist the equipment SUPPLIER with the test, adjustment, checkout, etc. of the equipment. Installation shall include a concrete equipment pad provided by contract 2011-05 Rebid.

1.02 QUALITY ASSURANCE

A. All components shall be designed, manufactured and tested in accordance with the latest applicable standards of NEMA, ANSI and UL 845.

B. The CONTRACTOR shall provide the services of a field engineer or qualified factory representative of the equipment manufacturer to conduct the initial test and checkout of the equipment. The field service engineer shall be on site a minimum of one (1) full day for each site. If additional time is required, all costs shall be paid by the CONTRACTOR.

11316-1 143/2011-05 Rebid C. Testing shall include operation of the equipment in all modes.

D. All costs associated with manufacturers field engineering services required for setup, testing, checkout, etc. shall be paid by the CONTRACTOR.

1.03 DELIVERY, STORAGE AND HANDLING

A. Equipment shall be handled and stored in accordance with manufacturer's instructions. One (1) copy of these instructions shall be included with the equipment at time of shipment.

End of Part 1

11316-2 143/2011-05 Rebid PART 2: PRODUCTS

2.01 MANUFACTURERS

A. Allen-Bradley B. Eaton Cutler-Hammer C. General Electric D. Siemens E. Or Equal

2.02 RATINGS

A. The Motor Control Centers shall be 600-volt class suitable for operation on a three-phase, three-wire, ungrounded, 60 Hz system. The system operating voltage and number of wires shall be as indicated on the drawings.

2.03 CONSTRUCTION

A. Structures shall be totally enclosed, dead-front, free­ standing assemblies. They shall be 90 inches high and 21 inches deep (Not including main circuit breakers) front-mounted units. Structures shall contain a horizontal wireway at the top, 9 inches tall, isolated from the horizontal bus via metal barriers and shall be readily accessible through a hinged cover. Structures shall also contain a horizontal wireway at the bottom, 9 inches tall that is open to the full rear of the structure. Adequate space for conduit and wiring to enter the top or bottom shall be provided without structural interference.

B. Compartments for mounting control units shall be incrementally arranged such that not more than six (6) size one starters can be mounted within each vertical structure. Guide rails shall be provided.

C. 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.

D. All full voltage starter units through NEMA Size 5 and all feeder breakers through 400 Amp shall be of the draw-out type. Draw-out provisions shall include a positive guide rail system and stab shrouds to absolutely ensure alignment of stabs with the vertical bus. Draw-out units shall have a tin-plated stab assembly for connection to the vertical bus. No wiring

11316-3 143/2011-05 Rebid to these stabs shall extend outside of the draw-out unit. 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. All control wire to be 14 AWG minimum.

E. All draw-out units shall be secured by a spring-loaded, quarter turn, indicating type fastening device located at the top front of the unit. With the exception of the dual-mounted units, each unit compartment shall be provided with an individual front door.

F. 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 reinsertion of the unit while in the "ON" position. Padlocking facilities shall be provided to positively lock the disconnect in the "OFF" position with up to three (3) 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.

2.04 BUS

A. Each structure shall contain a main horizontal tin- plated copper bus, with minimum ampacity of 600 amperes or as shown on the drawings. The horizontal bus shall be rated at 65 degrees C temperature rise over a 40 degrees C ambient in compliance with UL standards. Vertical bus feeding unit compartments shall be tin- plated 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 or as shown on the drawings. Both vertical and horizontal bus shall be fully rated; but shall not be tapered. Vertical bus shall not be reduced rated via center feeding, and be fully rated, top and bottom, from centerline bus.

B. The vertical bus shall be completely isolated and insulated by means of a labyrinth design barrier. It shall effectively isolate the vertical buses to prevent

11316-4 143/2011-05 Rebid any fault-generated gases to pass from one phase to another. The vertical bus shall include a shutter mechanism that will allow the unit stabs to engage the vertical bus every 6 inches and provide complete isolation of the vertical bus when a unit is removed.

C. Buses shall be braced for 65,000 amperes RMS symmetrical.

D. A tin-plated copper ground bus shall be furnished firmly secured to each vertical section structure and shall extend the entire length- of the motor control center. The ground bus shall be located in the bottom horizontal wireway.

E. Each structure shall contain tin-plated vertical ground bus rated 300 amperes. The vertical ground bus shall be directly connected to the horizontal ground bus via a tin-plated copper connector. Units shall connect to the vertical bus via a tin-plated copper stab.

2.05 WIRING/TERMINATIONS

A. Wiring shall be NEMA Class I, Type B.

2.06 MOTOR CONTROLLERS

A. Combination starter units shall be full-voltage non- reversing, unless otherwise shown, and shall utilize Motor Circuit Protectors.

1. Each combination unit shall be rated 42,000 AIC symmetrical at 480 Volt. The motor circuit protector (MCP) shall provide adjustable magnetic protection and be adjustable to 1700% motor nameplate full load current to comply with NEC requirements. All MCP combination starter units shall have a "tripped" position on the unit disconnect and a push-to-test button on the MCP. Type MCP motor circuit protectors through size 4 shall include transient override feature for motor inrush current.

B. Motor Starters

1. Magnetic starters through NEMA Size 9 shall be equipped with double-break silver alloy contacts. The starter must have straight-through wiring. Each starter shall have a minimum of four (4) normally open auxiliary contacts.

11316-5 143/2011-05 Rebid Coils shall be of molded construction through NEMA Size 9. All coils to be color-coded through size 5 and permanently marked with voltage, frequency and part number.

Solid-State Overload Relay

a. Provide a solid-state overload relay for protection of the motors.

b. The overload relay shall provide high accuracy through the use of state-of-the-art microelectronic packaging technology. The relay shall be suitable for application with NEMA Size 1 through Size 7 motor starters.

c. The overload relay shall be modular in design, be an integral part of a family of relays to provide a choice of levels of protection, be designed to directly replace existing electromechanical overload relays, and be listed under UL Standard 508.

d. The overload relay shall have the following features:

i. Self-powered ii. Class 10, 20 or 30 fixed tripping characteristics iii. Manual or automatic reset iv. Phase loss protection. The relay shall trip in 2 seconds or less under phase loss condition when applied to a fully loaded motor v. Visible trip indication vi. One normally open and one normally closed isolated auxiliary contact vii. Test button that operates the normally closed contact viii. Test trip function that trips both the normally and normally closed contacts ix. A current adjustment range of 3.2:1 or greater x. Ambient temperature compensated xi. Ground fault protection. Relay shall trip at 50% of full load ampere setting

NEMA Size 00 through 2 starters shall be suitable for the addition of at least six (6) external auxiliary contacts of any arrangement normally

11316-6 143/2011-05 Rebid open or normally closed. Size 3 through 8 starters shall be suitable for the addition of up to eight (8) external auxiliary contacts of any arrangement normally open or normally closed.

5. Each starter shall be equipped with a fused control power transformer, two (2) indicating lights, elapsed time meter, Hand-Off-Auto (HOA) selector switch, and four (4) normally open contacts, unless otherwise scheduled on the drawings. A unit-mounted device panel shall have space to accommodate six (6) 30 mm oil-tight pilot-control devices or indicating ammeters or voltmeters. Control power transformers shall be sized to supply all of the control loads shown on the schematic drawings. Oversized transformers may be required, especially on exhaust/intake fan applications, where multiple electric control dampers are supplied from the motor starter.

6. Reduced voltage, solid-state (RVSS) motor starters shall be furnished where indicated. The starter construction shall be modular with separately replaceable power and control sections. The power section shall consist of six back-to-back SCR's rated 208 to 480 volts, 50/60 hertz. The SCR's shall have a minimum repetitive peak inverse voltage rating of 1400 volts at 480 volts. The enclosed operating temperature range shall be 0 to 40 degrees C at altitudes up to 2000 meters without derating.

7. RVSS starting modes shall be selectable soft start, current limit, or full voltage. Soft starting the pump shall include an adjustable initial torque value of 0 to 90 %. The acceleration ramp shall be adjustable from 0 to 30 seconds. The starter shall include a selectable kick start providing a current pulse at start. Kick start level shall be adjustable from 0 to 90% of locked rotor torque. Kick start time shall be adjustable from 0 to 2 seconds. Current limit mode shall provide means for limiting the starting current to a programmable value between 50 and 600% of full load current. Full voltage start shall provide across the line starting with a ramp time of less than 0.25 seconds.

8. RVSS ramp time shall be dependent on pump torque requirements. The starter shall provide smooth acceleration and deceleration, which approximates the flow rate of a centrifugal pump. The starter's

11316-7 143/2011-05 Rebid microcomputer shall analyze motor variables and generate control commands, which will minimize surges in the system. Pump stop time shall be adjustable from 0 to 120 seconds. Pump control provides reduced hydraulic shock.

9. When the start ramp time is complete, the RVSS shall energize an integral bypass contactor. When in the bypass mode, the bypass contactor shall carry the motor load to minimize internal heating in the electrical enclosure.

10. The RVSS shall include protective features: Communication fault, control temperature, excess starts/hour, stall, jam, line fault, open gate, overload, overvoltage, phase reversal, power loss, underload, undervoltage, shorted SCR, open bypass and voltage unbalance.

11. For each RVSS, an integral electronic overload relay equipped with thermal memory shall be included and shall utilize three phase current sensing. Adjustments shall include trip current, service factor and 10, 15, 20 or 30 trip class.

12. Each RVSS shall include an adjustable jam trip protection setting, adjustable between 0-1,000% of the nominal motor current with a delay time adjustment of 0-99 seconds.

13. RVSS stall protection shall sense that the motor is not up-to-speed at end of ramp and shall shut down after a user-selected delay time has elapsed. Stall delay shall be adjustable from 0-10 seconds.

14. RVSS fault diagnostics shall be displayed on the starter and shall include temperature fault, line fault, open gate and power loss.

15. The RVSS shall include a keypad and display on the front of the control module. The display shall be equipped with a built-in four line, 16 character backlit LCD. The LCD displays metering, faults and parameter settings in English. Faults shall display in English and fault code. A fault buffer shall store the last five faults. Metering capabilities shall include: Three phase current, three phase voltage, power factor, motor thermal usage, wattmeter, kilowatt hours, and elapsed time meter. Digital parameter adjustments shall be made using the keypad.

11316-8 143/2011-05 Rebid 16. Each RVSS shall be furnished with a display and keypad mounted to the door of the control panel. The door mounted display will duplicate the functions of the starter display and allow the operator to monitor or change parameters without opening the control panel door.

2.07 OVERCURRENT DEVICES

A. All circuit breakers rated over 100 amperes shall be manually operated thermal-magnetic, molded-case type with solid state trip units and shall incorporate rating plugs sized as shown on the single line diagram.

B. Circuit breakers rated 100 amperes or less shall be standard thermal-magnetic type sized as shown on the single line diagram.

C. Circuit breaker with a solid state trip mechanism shall be equipped with the following adjustable settings:

1. Long time ampere rating 2 . Long time delay 3. Short time ampere rating 4 . Short time delay 5. I2T 6. Instantaneous ampere rating (Excluding Main CB's 7 . Ground fault pickup 8 . Ground fault delay 9. Ground I2T

D. All circuit breakers shall be rated for a minimum of 42,000 amperes rms symmetrical available fault current.

E. Circuit breakers shall be lockable in the OFF position and have a defeatable door interlock.

2.08 INCOMING FEEDER TERMINATIONS AND DEVICE

A. Incoming cables shall terminate within the motor control center on a termination point. Main lug terminations shall have adequate dedicated space for the type and size of cable used and the lugs shall be compression-type with anti-turn feature.

2.09 METERING

A. The incoming mains shall be provided with a microprocessor based solid state power quality meter to monitor total power use, complete with CT's, PT's,

11316-9 143/2011-05 Rebid protective devices, etc., as needed.

Power quality meters shall be have the following minimum listings and/or certifications:

1. Safety: UL 61010A-1, EN 610101. 2. Accuracy: ANSI C12.20 Class 0.2, IEC/EN60687 0.2 for revenue meters. 3. EMC: FCC Part 15 Subpart B Class A immunity.

4. IEC Standards: 50081-2, 61000-3, 61000-4, & 61000¬ 6.

5. Meter shall be supplied suitable for standard 120/240 Vac, 110/250 Vdc inputs, or low voltage 24-48 Vdc as required or indicated on the drawings.

6. Current inputs for each channel shall be from standard instrument current transformers.

7. The analog current input shall be converted to 1024 samples per cycle with a delta-sigma converter digitally filtered down to 256 samples per cycle for anti-aliasing. 8. Meter burden shall be less than 10 milliohms. 9. Overload withstand capability shall be a minimum of 500A for 1 second, non-repeating. 10. Input range capability shall be 0.005 to 20 amperes.

Voltage inputs for each channel shall allow for connection into circuits with the following parameters:

1. Input range of 600V L-L, 347V L-N direct connected. 2. PT primary input of 120 volts to 500,000 volts. 3. Nominal full-scale value of 700 volts rms. 4. Input impedance of 2 mega ohms. 5. The analog voltage input shall be converted to 1024 samples per cycle by means of a delta sigma converter and digitally filtered down to 256 samples per cycle for anti-phasing.

11316-10 143/2011-05 Rebid D. Meter shall be capable of monitoring, displaying, and communicating the below true rms minimum information where applicable with the accuracy as indicated of read or calculated values based on 3 to 300% full scale. Meters shall be suitable for installation in single phase, two or three wire systems or in three phase, three or four wire systems.

1. AC current (amperes) in A, B and C phase, 3-phase average, Neutral (N) and Ground (G) . A total of five (5) current inputs shall be provided. Accuracy of all current inputs shall be 0.05% reading, +/- 0.01% of full scale. Provide neutral and ground current transformers. The 5 ampere current inputs shall withstand 40 amperes continuous and 300 amperes for 1 second. Current transformer ratios shall be selectable.

2. AC voltage (volts) for A-B, B-C and C-A, phase average, A-N, B-N and C-N, average phase to N, and N to G. Accuracy of all voltage inputs shall be +/- 0.1% reading, +/-0.05% maximum of full scale. Capable of metering up to 600 volt without external Potential Transformers (PTs) and up to 500 kV with appropriate PTs.

3. Real Power (Watts), Reactive Power (vars), Apparent Power (VA), for each phase and system. Accuracy +/- 0.10% reading and +/- 0.0025% full scale.

4. Forward/ indication shall be provided.

5. Accumulated, Incremental and conditional measurement for Real Energy (WH), Reactive Energy (VARH), Apparent Energy (VAH) for each phase and system. Accuracy +/- 0.10% reading and +/- 0.0025% full scale. Forward/Reverse and Net difference indication shall be provided.

6. Frequency (Hz) Accuracy +/- 0.01 hertz.

7. Demand values including present, running average, last complete interval and peak for System Current (Amperes). Demand values including present, running average, last complete interval, peak and coincident with peak kVA and kW demand for System

11316-11 143/2011-05 Rebid Real Power (Watts), System Reactive Power (vars), and System Apparent Power (VA).

8. Power Factor for both Displacement only 60-cycle fundamental Watts to VA and Apparent total Watts to total vars including harmonics for A, B and C phase and 3 phase average. Accuracy +/- 0.10% at unity PF and +/-0.30% at 0.5 PF.

9. Current percent Total Harmonic Distortion (THD) in A, B and C phase and N.

10. Voltage percent THD in A-B, B-C and C-A phase, A¬ N, B-N and C-N.

11. K-Factor (sum of the squares of harmonic currents times the square of their harmonic numbers).

12. Transformer Derating Factor (1.414 divided by the Crest Factor) .

13. Crest Factor (ratio of peak current to rms current).

14. CBEMA (ITIC) curve data.

15. Flicker data.

16. Nines (9's) availability data.

17. Power Quality Index.

E. Meter shall provide the following sampling capabilities:

1. A/D technology, sampling at 1024 samples per cycle.

2. Over-sampling and quantizing filtering to eliminate false signal noise.

3. ITIC representation of power events.

4. DV/dt triggers for sub-cycle oscillatory transients.

11316-12 143/2011-05 Rebid 5. Six (6) MHz / one (1) MHz capture of impulsive transients.

6. Waveform recorded at 256 standard samples per cycle.

7. Three-phase voltage and neutral-to-ground fast transient capture.

8. Absolute threshold and dV/dt triggering.

F. Meter shall provide the following advanced analysis features:

1. Calculation of harmonic magnitudes and phase angle for each phase voltage and current through the 85th harmonic.

2. Waveforms shall be available in non-volatile memory and retrievable via file transfer protocol (ftp) in COMTRADE file format over the Internet network.

3. Historical Trending: Historical trend logging for graphical viewing from the Local display or from an embedded WEB server. The graphical views of historical data shall support both pan and zoom functions. All standard metering parameters shall be logged as part of the standard meter functionality including minimum, maximum and average for each metered parameter. The minimum and maximum readings shall be based on 200ms calculations. The averages shall be calculated over the user selected time interval period. Minimum storage capacity for standard trend plots shall be as follows:

a. One-minute intervals for 9 days. b. Sixty-minute intervals for 540 days. c. Data storage up to 512 MB.

4. Time of Use Monitoring: Time of use monitoring shall include:

a. Four rate periods for time of use revenue metering. b. Total rate independent of time of use.

11316-13 143/2011-05 Rebid c. Up to 4 rate schedules (weekdays and weekends).

5. Energy Profile; Energy profile data shall include recording of real and reactive energy forward, reverse, net and absolute sum as well as apparent energy (KVAH). Up to eight (8) status inputs shall be configurable as energy accumulators for counting KYZ pulse inputs. These readings shall be stored over a configurable interval from 1 to 60 minutes as well as in daily and weekly totals. Storage capacity shall be as follows:

6. Sixty-two (62) days of fifteen (15) minute interval energy and pulse interval data. (Fixed interval capacity shall equal 5,952 intervals configurable from 1 to 60 minutes).

a. Three hundred and seventy-two (372) days of 1 day accumulated energy and pulse interval data. b. Two Hundred and eight (208) weeks of one (1) week accumulated energy and pulse interval data.

7. Event Triggers: Meters shall have a quantity of five (5) types of configurable event triggers consisting of 1) Out of limits, 2) Demand overload, 3) ITIC, 4) Sub-Cycle disturbance and 5) Fast Transient. These triggers shall permit pickup, reset and pickup delay to be user configurable. When a trigger occurs, actions shall include Performance monitoring (Nines (9s) analysis, Capturing Waveform, Capture all metered parameters, and ability to send by email and/or activate a relay output. The meter graphic display shall flash an LED to annunciate the alarm condition and an audible alarm shall be available. The following trigger options shall be included:

a. Out of limits - one hundred and five (105) triggers. b. Demand overload - Ten (10) triggers. c. ITIC curve display sag or swell voltage events - Eight (8) triggers. d. Fast transient - dV/dt and absolute per phase. e. Sub-cycle disturbance - dV/dt and absolute.

11316-14 143/2011-05 Rebid 8. Event Logging: The meter or embedded WEB Server shall allow the user to view a list of triggered events along with any captured parameters, event details, and triggered waveforms. In addition, a separate event log shall include logging of activities including acknowledged triggers, new minimum and maximum events, and systems operations, such as resets. The size of each event log shall be virtually unlimited based only on the memory option selected.

9. ITIC Analysis Plot: The meter or embedded WEB Server shall include a graphic display of the Information Technology Industry Council (ITIC) plot with counts of disturbances and transients that have occurred. The ITIC plot shall organize events into eight (8) distinct disturbance zones corresponding to the severity of the event and a ninth (9th) zone for transients. A pass/fail count shall be displayed to indicate how many events are outside the ITIC limits. Operator clicking of any counter in the ITIC WEB page shall link the user to the event view and display all triggered events in the selected zone making it easy to view disturbance waveforms associated with the ITIC plot.

10. Sag/Swell and Waveform recording: Sixty (60) cycles of waveform shall be recorded at 256 samples per cycle including 30 cycles of pre and post event data. The embedded WEB server shall be capable of supporting viewing of all triggered waveforms one channel at a time and shall include the ability to zoom and to scroll horizontally using a slider bar. Waveforms shall be stored in non-volatile flash memory using industry standard COMTRADE format. Waveforms shall be automatically sent out as COMTRADE attachments to an email following an event, or shall be retrievable from a ftp directory structure from the meter's memory.

11. Minimum and Maximum values for the following parameters:

a. Voltage L-L and L-N b. Current per phases c. Apparent Power Factor and Displacement Power Factor

11316-15 143/2011-05 Rebid d. Real, Reactive, and Apparent total Power e. THD voltage L-L and L-N f. THD Current per phase g. Frequency

Meter shall have provisions for a digital Input/Output (I/O) card which shall include:

1. Eight (8) digital inputs - self sourced 24 Vdc. These shall be interrupt driven, allowing for 1ms accuracy of digital events time stamps when utilizing local NTP server. Inputs shall be configurable for demand synch, and pulse counting. Inputs selected for pulse counting shall be scalable. Interval by interval pulse recordings shall be maintained in the memory and shall be capable of being displayed graphically.

2. Three (3) relay outputs - 5A maximum form C continuous, 380Vac maximum, 125Vdc maximum. Outputs shall be suitable for KYX or alarm annunciation. Relay outputs shall have the following minimum ratings:

a. Make: 30A, 30 Vdc, 120-240 Vac. b. Break: 5A, 30 Vdc, 120-240 Vac. c. Resistive load: 0.5A, 125Vdc; 0.25A, 250 Vdc. d. Mechanical Operations: 1,000,000 no-load and 100,000 under rated voltage and current. e. Output Relay when event triggered shall be capable of operating in timed, normal or latched mode. f. Two (2) solid state outputs - 80 mA maximum continuous, 30 Vdc maximum.

Meter shall be provided with multiple communications ports and protocols, including the following minimum capability:

1. RS-232 2. RS-485 3. RJ-45 10/100 baseT Local Ethernet Configuration Port for local WEB server connection 4 . Modbus RTU 5. Modbus TCP

11316-16 143/2011-05 Rebid 6. HTML web pages 7. File transfer protocol (ftp) 8. Ethernet TCP/IP

The meter shall have a graphical display with the following features:

1. Backlight LCD remote graphics display with 320 x 240 pixels.

2. Capable of being mounted to the Meter base unit or remote mounting of display up to 2000 ft away with capability of displaying up to 16 base units or complete Meters.

3. A set of screens including real time data, trend lots, waveform views and ITIC plot.

4. Allow basic device setup and password protected resets.

5. An audible alarm to annunciate alarm conditions.

The WEB server shall provide the user with remote WEB access to all the metered, trend and waveform information. The WEB server shall include real time monitored information in both numeric and graphical visual formats.

The meter shall be cable of providing the graphically display of the following main meter menu Screens:

1. Meter providing:

a. Volts: L-L and L-N, and average b. Frequency c. Current and average phase A, B, and C, N & G

2. Power Screen providing:

a. Energy b. Demand c. Power Factor

11316-17 143/2011-05 Rebid 3. Quality Screen providing:

a. Total Harmonic Distortion (THD) of volts and current b. Flicker c. Percent Nines (9s) reliability

4 . Events screen providing:

a. Latest events b. Enabled Triggers c. Historical Events

5. Set up screen providing:

a. View set-up b. Edit set-up c. Login d. Logout

L. The metering shall be complete with a meter and panel mounted display.

2 . 10 ENCLOSURE

A. The type of enclosure shall be in accordance with NEMA standards for type 1A with gasketed doors. All enclosing sheet steel, wireways and unit doors shall be gasketed.

B. Each section shall be furnished with a sufficient number of infra-red inspection ports so that a complete inspection may be performed on the equipment without requiring the removal of any panels or the opening of any access doors.

2.11 NAMEPLATES

A. Each unit shall have a 1.0 x 2.5-inch engraved nameplate. The lettering shall be 3/16-inch high, black on a white background.

2.12 FINISH

A. The motor control center shall be given a phosphatizing pretreatment. The paint coating shall be a polyester urethane, thermosetting powder paint. Manufacturer's

11316-18 143/2011-05 Rebid standard color shall be used. All structural steel and panels will be painted.

B. The control center finish shall pass 600 hours of corrosion-resistance testing per ASTM B 117.

End of Part 2

11316-19 143/2011-05 Rebid PART 3: EXECUTION

3.01 FACTORY TESTING

A. Representative motor control centers shall have been tested in a high power laboratory to prove adequate mechanical and electrical capabilities.

B. All factory tests required by the latest ANSI, NEMA and UL standards shall be performed.

C. A certified test report of all standard production tests shall be supplied.

3.02 FIELD QUALITY CONTROL

A. Provide the services of a qualified factory-trained manufacturer's representative to assist the CONTRACTOR in installation and startup of the equipment. 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. Rig the MCC 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 connections.

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.

11316-20 143/2011-05 Rebid C. Provide three (3) copies of the field startup report.

3.03 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. Provide three (3) copies of the manufacturer's representative's certification.

3.04 TRAINING

A. Provide a training session for up to five (5) owner's representatives for one (1) normal workday at the job site.

B. A manufacturer's qualified representative shall conduct the training session.

C. The training program shall consist of the following:

1. Review of the MCC single line drawings and schedules.

2. Review of the factory record shop drawings and placement of the various cells.

3. Review of each type of starter cell, components within, control, and power wiring.

4. Review contactor coil replacement and contact replacement procedures.

5. Discuss the maintenance timetable and procedures to be followed in an ongoing maintenance program.

6. Provide three-ring binders to participants complete with copies of drawings and other course material covered.

11316-21 143/2011-05 Rebid 3.05 EXAMINATION

A. Fully inspect shipments for damage and report damage to manufacturer and file claim upon shipper, if necessary.

B. Supply overload relay heater ratings that are properly sized and coordinated for each motor starter unit.

C. The CONTRACTOR shall verify NEC clearances as dictated on the contract drawings prior to installation. Verify UL labeling of the assembly prior to installation.

3.06 INSTALLATION

A. The CONTRACTOR shall follow the installation instructions supplied by the manufacturer.

B. Control wiring shall be as shown on the contract drawings except as modified by the approval and submittal process. Interface all local and remote devices into the control wiring and operational systems for each load.

3.07 FIELD ADJUSTMENTS

A. Perform field adjustments of the short circuit and overload devices as required by the coordination study, being performed by others to place the equipment in final operating condition.

End of Part 3

End of Section

11316-22 143/2011-05 Rebid SECTION 11550

RAILROAD AVENUE PUMP STATION SUBMERSIBLE SEWAGE GRINDER

PART 1: GENERAL

1.01 SUMMARY

A. This section of the specification describes the sewage grinder and motor controller. The equipment shall be installed as shown on the plans, as recommended by the supplier, and in compliance with all OSHA, local, state, and federal codes and regulations.

1.02 REFERENCES

A. Grinder shall, as applicable, meet the requirements of the following industry standards:

1. American Society for Testing and Materials (ASTM) A 36: Standard Specification for Carbon Steel Plate

2. American Society for Testing and Materials (ASTM) A 536-84: Standard Specification for Ferritic Ductile Iron Castings

3. American Iron and Steel Institute (AISI) 303 Stainless Steel

4. American Iron and Steel Institute (AISI) 304 Stainless Steel

5. American Iron and Steel Institute (AISI) 4130 Heat Treated Alloy Steel

6. American Iron and Steel Institute (AISI) 4140 Heat Treated Hexagon Steel

7. Rockwell C

1.03 SUBMITTALS

A. Shop Drawings

1. Supplier shall submit eight sets of shop drawings. Shop drawings shall include equipment

11550-1 143/2011-05 Rebid descriptions, specifications, dimensional and assembly drawings, parts lists, and job specific drawings.

B. Closeout Submittals

1. Supplier shall submit three sets of Operation and Maintenance manuals. The manuals shall include equipment descriptions, operating instructions, drawings, troubleshoot techniques, a recommended maintenance schedule, and the recommended lubricants.

1.04 QUALITY ASSURANCE

A. Qualifications

1. Qualified suppliers shall have a minimum 5 years experience at manufacturing, support systems, two-shafted grinding equipment and motor controls with a minimum of 400 installations with similar equipment. Supplier shall provide a list of names and dates of installations for verification by the Engineer of Owner's Representative.

B. Regulatory Requirements: Motor controllers shall, as applicable, meet the requirements of the following Regulatory Agencies.

1. National Electrical Manufacturer's Association (NEMA) Standards

2. National Electric Code (NEC)

3. Underwriters Laboratory (UL and cUL)

1.05 DELIVERY, STORAGE AND HANDLING

A. The equipment shall be packaged in containers constructed for normal shipping, handling and storage.

B. The containers shall provide adequate protection for the equipment in a dry indoor environment between +40°F(+4.5°C) and 1000F(+37.8°C) until time for installation

11550-2 143/2011-05 Rebid 1.06 IDENTIFICATION

A. Each unit of equipment shall be identified with a corrosion resistant nameplate, securely affixed in a conspicuous place. Nameplate information shall include equipment model number, serial number, supplier's name, and location.

PART 2: PRODUCTS

2.01 MANUFACTURERS

A. Support system, grinder, and motor controller shall be in compliance with these specifications and plans and shall be supplied by one of the following manufacturers:

1. JWC Environmental® Channel Monster® grinder model No. CMD1810-XDS2. 0, rated for 2.4 MGD with an unrestricted discharge.

2. Approved equal

B. Manufacturers requesting to be selected as an approved equal shall submit certified documentation showing compliance with these specifications a minimum of ten (10) days prior to bid opening. Selected equipment manufacturers shall be added to the list of approved manufacturers.

C. The manufacturer must certify that the unit can be returned for maintenance to the factory or a local repair facility. The certification shall include a statement that there will be no charge for repair labor.

2.02 SUPPORT SYSTEM

A. GENERAL

1. The grinder shall be suitable for a slide rail installation. The frame and slide rail assembly shall be fabricated of 304 stainless steel.

11550-3 143/2011-05 Rebid B. COMPONENTS

1. The support frame and additional supports shall be of welded square tube, angle, and plate construction. The construction material shall be 304 stainless steel. Support frame shall be wall mounted, and come with guide rails, lifting bail, and stainless steel lifting chain.

2.03 GRINDER

A. GENERAL

1. Grinder shall include cutters, spacers, shafts, perforated screen drum, bearings and seals, side rails, end housings, covers, reducer, and motor.

2. The grinder shall be of two-shaft design and be capable of continuous operation, processing wet or dry. Bar screens or single-shaft devices utilizing a single rotating cutting bar with stationary cutters shall not be acceptable. Grinders designed with cutter and spacer cartridges rather than individual cutters and spacers, shall not be acceptable.

3. Two-shaft design shall consist of two parallel shafts alternately stacked with individual 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.

4. Rotating perforated screen drums shall consist of a cylindrical perforated sheet, support rings and stub shafts. The rotating drums shall direct all solids toward and into the counter-rotating dual- shaft grinder. The drums shall be driven by the grinder drive mechanism.

B. COMPONENTS

1. Individual Cutters and Spacers

a. The cutting chamber shall be a nominal height of 18 inches.

11550-4 143/2011-05 Rebid b. Cutter shall be an individual disk constructed of ASTM 8620 alloy steel surface ground to thickness of .310-inches +.000/- .001 (7.9 mm +.000/-.003). c. Cutters shall be heat treated to produce a hardness of 60-65 Rockwell C. d. Cutters shall have 11 cam shaped teeth. Tooth height shall not be greater than H- inch (13 mm) above the root diameter of the cutter. e. Spacers shall be an individual disk constructed of ASTM 4130 alloy steel surface ground to a thickness of .319-inches +.001/- .000 (8.1mm +.003/-.000). f. Spacers shall have a hardness of 34-38 Rockwell C. g. Spacers shall have a smooth outside diameter with no tooth profiles.

Shafts a. Shafts shall be constructed from ASTM 4140 alloy steel with a minimum tensile strength of 170,000 PSI (1,172 kPA). b. Shafts shall be measure a nominal 2-inches (51 mm) across flats of hex. c. Shafts shall be hardened to 38-42 Rockwell C.

Intermediate Shaft Supports a. Intermediate shaft supports shall be constructed of ASTM A351 stainless steel, AISI 17-4 stainless steel and SAE 660 bearing bronze. b. Shaft supports shall be lubricated with high temperature marine grade grease at the factory.

11550-5 143/2011-05 Rebid c. Grease fittings on the shaft supports shall be provided for periodic additions of grease.

d. Intermediate shaft supports shall provide additional support to the shafts during severe grinding demands.

4. Seal Cartridges

a. Seal cartridges shall be rated to a maximum of 90 PSI (620 kPA).

b. Seal cartridges shall not require flushing.

c. Dynamic and rotating seal faces shall be constructed of tungsten carbide with 6% nickel binder.

d. 0-rings shall be constructed of Buna-N (Nitrile).

e. Radial and axial loads shall be borne by sealed, oversized, deep-groove ball bearings.

5. Housings and Covers

a. End housings and top cover shall be constructed of ASTM A536-84 ductile iron.

b. End housings shall have integral bushing deflector to guide solids from seal cartridges.

c. Bottom cover shall be constructed of ASTM A- 36 rolled steel.

6. Side Rails

a. Side rails shall be constructed of ASTM A536-84 ductile iron.

b. Drum side rail shall have a UHMW sealing strip for creating an adjustable interface between the side rail and the rotating drum.

11550-6 143/2011-05 Rebid c. Cutter side rail shall have evenly-spaced horizontal slots to increase flow and decrease water head loss through the grinder. Slots shall only be located on the upstream or influent side of the rail and the effluent side of the rail shall be void of slots to allow for unobstructed flow. d. Inside profile of the cutter side rail shall be concave and follow the radial arc of the cutters. e. Clearance between the outside diameter of cutters and concave arc of the cutter side rail shall not exceed 5/16-inch (7.9 mm).

Perforated Screen Drums a. Perforated screen drums shall be constructed of 11 gauge AISI 304 stainless steel with H- inch (6 mm) diameter holes on a 3/8-inch (9.5 mm) stagger. b. Perforated screen drums shall have center ring supports, end flanges, and stub shafts to properly support the perforated screen drum. c. Perforated screen drums shall have no obstructions in center of drum. d. Perforated screen drums shall be electropolished.

Speed Reducer a. Reducer shall be manufactured by Sumitomo Machinery Corporation of America. b. Reducer shall be internal planetary mechanism with trochoidal curved tooth profile. c. Reducer shall be a vertically mounted with 29:1 single reduction.

11550-7 143/2011-05 Rebid d. Reducer shall be grease lubricated.

9. IMMERSIBLE MOTOR

a. The motor shall be explosion proof 5 hp (3.7 kW) , XPNV, 1, 725 rpm, 230/460-volt, 3 phase, 60Hz. Capable of running submerged at a depth of 30 feet.

b. Motor service factor shall be 1.15, the efficiency factor not less than 91% at full load and the power factor not less than 76% at full load.

10. REQUIRED RUNNING TORQUE PER HORSEPOWER (kW)

a. At Momentary Load Peaks: 3,396 in-lbs/hp. (515 Nm/kW).

11. Frame and Supports

a. Frame and/or supports shall provide a method for securing grinder in structure that allows for proper operation.

b. Frame and/or supports shall be constructed of AISI 304 stainless steel.

c. Frame shall provide proper support and interface to prevent unwanted bypass.

2.04 MOTOR CONTROLLER(S)

A. GENERAL

1. The controller shall provide independent control of the grinder.

2. Controller shall be the supplier's standard UL/cUl listed Model PC2200.

3. The controller shall be rated for 5 hp, 460 volts, 3 phase, 60Hz.

11550-8 143/2011-05 Rebid B. OPERATION

1. The controller shall be equipped with a GRINDER ON-OFF/RESET-AUTO three (3) position selector switch.

a. In the OFF/RESET mode the grinder shall not run. In the ON mode the grinder will run.

b. In the AUTO mode the grinder shall start and stop as controlled by a remotely-located dry contact.

c. The grinder shall only be reset by switching the GRINDER ON-OFF/RESET-AUTO switch to the OFF/RESET position.

C. SAFETY FEATURES

1. When a grinder jam condition occurs in the grinder ON or AUTO mode the controller shall stop the grinder, then reverse the grinder rotation to clear the obstruction. If the jam is cleared, the controller shall return the grinder to normal operation. Up to two (2) additional reversing cycles (3 times total) may occur within 30 seconds before the controller de-energizes the grinder motor and activates the grinder fail indicator and relay.

2. If a power failure occurs while a grinder is running, operation will resume when power is restored.

3. If a power failure occurs while the grinder is in a fail condition the fail indicator shall reactivate when power is restored.

4. The controller shall provide overload protection for the motor through an overload relay mounted directly on the grinder starter.

5. Short-circuit protection requires that a properly-sized circuit breaker or fuses be installed by others.

11550-9 143/2011-05 Rebid 6. Controller reset shall be from the local panel controls only.

D. COMPONENTS

1. ENCLOSURE

a. Enclosures shall be NEMA 4X, fabricated of fiberglass-reinforced polyester resins, and shall be suitable for wall mounting. Doors shall have corrosion-resistant hinges and latches.

b. Enclosure shall house the control devices, relays, terminal blocks and reversing motor starters.

2. CONTROL DEVICES

a. Pilot devices shall be mounted on the enclosure front panel door.

b. The controller shall have indicator lights for POWER ON, RUN, and FAIL.

c. Indicator lights shall be of an integral- transformer type with 6 volt lamps. Lamps and the selector switches shall be heavy duty NEMA 4X type.

d. Control transformer shall be protected by two primary fuses and one secondary fuse. The 120 volt secondary shall have one leg grounded.

e. Relay contacts shall be included for GRINDER RUN and FAIL signal outputs. The contact shall be rated 2 amp, 240 VAC, resistive load.

3. MOTOR STARTER

a. Starter shall be a full-voltage reversing type with 120 volt operating coils.

11550-10 143/2011-05 Rebid b. Forward and reverse contactors on the starter shall have both mechanical and electrical interlocks.

c. Overload relays (OL) shall be adjustable so that the range selected includes the FLA (full load amperes) rating and service factor.

2.05 SOURCE QUALITY CONTROL

A. Each grinder and controller shall be factory tested to ensure satisfactory operation.

PART 3: EXECUTION

3.01 INSTALLATION

A. Grinder and motor controller shall be installed in accordance with the supplier's installation instructions, and in compliance with all OSHA, local, state, and federal codes and regulations.

3.02 FIELD QUALITY CONTROL

A. Supplier shall provide the services of a factory- trained representative to check the installation and to start-up each grinder and controller. The factory representative shall have complete knowledge of proper installation, operation, and maintenance of equipment supplied. Representative shall inspect the final installation and supervise a start-up test of the equipment.

End of Section

11550-11 143/2011-05 Rebid THIS PAGE LEFT INTENTIONALLY BLANK

11550-12 . 143/2011-05 Rebid DIVISION 14 - CONVEYING SYSTEMS

SECTION 14600

TROLLEYS AND HOISTS

PART 1: GENERAL

1.01 CONTRACTOR shall furnish and install trolley(s) with hoist(s), for maintenance and removal of equipment in each area as identified in the contract drawings. Each trolley shall be installed on the overhead rails as identified on the contract drawings.

PART 2: PRODUCTS

2.01 MANUFACTURER

A. Hoists and trolleys shall be as manufactured by Yale and as supplied by Keystone Crane & Hoist Company, P.O. Box 916 McMurray, PA 15317 (724-746-5080), or approved equal.

2.02 TROLLEY AND HOIST

A. The Hoist shall be 2-ton capacity chain fall hoist with a lug suspension to the trolley. The hoist shall have a 30 ft. lift at a minimum 8 FPM and shall be equivalent to Budgit Model BEHC0208-30P-4.

B. The hoist shall have a 1 HP motor rated 3 phase, 460V, 60 HZ., 2 button pendant with 15 ft. of Drop. Control Voltage shall be 115V developed from the Hoist Control Panel.

C. The hoist shall be furnished and installed complete with a festooning cable system or tagline from the hoist to the power source at the end of the trolley run. The festoon cable will be carried by an adequate number of festoon gliders riding along the monorail. A festoon stack-up section of adequate length will be utilized to store the festoon gliders.

D. The hoist and all electrical components shall be rated for outdoor duty.

14600-1 143/2011-05 Rebid E. The Trolley shall be of steel construction suitable for mounting to a S12 x 31.8 American Standard Beam and be push type rated 2-ton or an approved equal.

PART 3: EXECUTION

A. Not used.

End of Section

14600-2 143/2011-05 Rebid DIVISION 15 - MECHANICAL

SECTION 15060

PIPE AND PIPE FITTINGS

PART 1: GENERAL

1.01 WORK INCLUDED

A. This section covers furnishing, installing and testing of all piping, tubing, fittings, valves, insulation, accessories and supports, etc.

B. Where piping connects to equipment, particular care shall be taken to see that pipe fittings are suitable for connection to the equipment fittings.

C. All piping shall be erected true to line and grade by skilled mechanics in strict accordance with the Plans, Specifications and approved Drawings.

D. Where walls and piping systems are parallel to one another, the piping shall be grouped or arranged to present a symmetrical appearance.

E. All piping connections to pumps and other equipment shall be made in such a manner as to avoid any strain being transmitted from the piping to the equipment. Flanged piping shall be carefully installed so that the pipe flanges exactly match and are perfectly parallel to the flanged equipment connections.

F. Connections of the piping to the equipment with bolts more than finger tight will not be permitted until the equipment has been leveled, grouted in and the installation inspected and approved by the manufacturer of the equipment. In the event the piping does not exactly match the equipment connections, the piping installation shall be revised until it does match those connections. In the case of flanged connections, it shall be possible to insert the bolts by hand without "springing" the piping. In no event during the erection of the piping, will it be permitted to support the weight of any fitting, valve, piping, etc., from the equipment connections.

G. All piping shall run parallel with the building walls unless otherwise indicated. Diagonal runs will not be permitted. In all walkways, stair and working platform

15060-1 143/2011-05 Rebid areas, a minimum clearance of 6'- 8" from the floor, stair, or platform to the lowest point of the piping or piping accessory shall be maintained.

H. The CONTRACTOR shall be cognizant of the service and design features such as, supports, anchoring, expansion/ contraction and jointing of the piping and valves he proposes to utilize. He shall inform the OWNER of any features which are not compatible with the Drawings at the time such equipment is submitted for approval.

I. All pipe nipples shall be of the same material as the line in which they are installed.

1. 02 PIPELINE CLEANING

A. All piping shall be cleaned, flushed and tested prior to use.

B. All water lines shall be flushed out under full treated water pressure and potable water piping should be flushed with potable water. All filters, control valves and gages shall be removed from lines or bypassed during the blow out period.

C. Following the flow through, all dirt legs and other low points in lines shall be disassembled and all residual material thoroughly removed. All stop valves shall be removed and cleaned.

1.03 TESTING PREPARATION

A. The CONTRACTOR shall furnish all equipment and labor necessary to perform the field tests called for in this specification.

B. The CONTRACTOR shall give ample notice to the OWNER that tests are to be conducted. The OWNER or his rep­ resentative will witness the tests if he wishes.

C. No test shall be performed until all anchors, hangers, supports, test gages, plugs, bulkheads, blanks, etc., are installed. Test shall be made against bulkheads or where permitted by OWNER.

D. When piping is required to be painted, the paint shall not be applied to the pipe joints until the tests are completed.

15060-2 143/2011-05 Rebid E. Safety precautions shall be taken to prevent open ends of piping being in position to cause injury to personnel when blowing out or testing systems.

F. One or more calibrated indicating test gages shall be connected directly to the piping as necessary to coor­ dinate the pressuring operation. The indicating gages shall be visible to the operator controlling the pressure. Pressure gages used shall be dials graduated over a range approximately two times the intended maximum test pressure.

1.04 TESTING METHOD FOR PRESSURE PIPELINES

A. After the pipeline has been properly constructed and flushed, a hydrostatic test shall be conducted at a pressure of a minimum of 150 pounds per square inch at any point of testing. The time period of said test shall be not less than two hours and the pressure shall not vary by more than plus or minus 5 psi during the entire period of the test. All air shall be completely expelled from the section of line to be tested, prior to application of the test pressure.

B. No section of pipeline will be accepted if, as a result of the aforementioned hydrostatic test, leakage is greater than an amount determined by the following formula:

L = SD (P)0-5 133,200

L: Allowable leakage, gallons per hour S: Length of pipe tested, feet D: Diameter of pipe, inches P: Average test pressure, pounds per square inch

C. If the testing of any section of line discloses leakage greater than that amount, the CONTRACTOR shall, at his sole expense, locate the problem and make all necessary repairs and retest until the pipeline conforms with the specified allowance. Any and all visible leaks which are detected shall also be repaired, regardless of the amount of leakage.

1.05 HYDROSTATIC TESTING OF FORCE MAINS

A. All force mains shall be hydrostatically tested for leakage after installation is completed. Said testing shall be performed in accordance with the applicable

15060-3 143/2011-05 Rebid sections of the AWWA C standards. Prior to performance of the testing work the CONTRACTOR shall submit to the ENGINEER the following:

1. A testing schedule.

2. A listing of equipment intended to be used, including general information on the pump, pressure gauge, pressure relief and water meter.

3. Certification that the pressure gauge has been calibrated to 0.1 psi.

B. The CONTRACTOR will provide the water required for testing purposes and shall provide all required temporary fittings to complete testing prior to connection to the existing force main.

C. Each section of pipe to be tested shall be slowly filled with water during which time air shall be expelled from the pipeline through the air release valves (where high points in the line exist at which there are no air release valves, CONTRACTOR shall install corporation cocks for that purpose). After all air is expelled, the air release devices shall be closed and line pressures shall be raised to the test pressure directed by the ENGINEER. Test pressures shall be 1.5 times the expected working pressure predicated upon the elevation of the lowest point in the line, corrected to the elevation of the test gauge. Any joint, fittings, valves, cracked pipe or other appurtenances revealing leakage during the pressure test shall be corrected after which the pressure test shall be rerun. Pressure tests shall be conducted for a 30 minute time period.

D. After performance of the successful pressure test, a leakage test shall be performed over a duration period of two hours at a pressure to be determined by the ENGINEER. Leakage is defined as the quantity of water supplied to the test section of pipe, which is required to maintain pressure within 5 psig of said test pressure during the entire testing period. Pipe construction so tested shall be deemed to have failed the leakage test if the leakage resulting is greater than 10 gallons per inch diameter per mile of pipe per day.

1.06 DISINFECTION

A. All potable water piping installed under this contract shall be disinfected in general accordance with AWWA

15060-4 143/2011-05 Rebid C651-92, subsequent to passing the hydrostatic testing. The CONTRACTOR may elect to utilize either liquid chlorine, sodium hypochlorite liquid or calcium hypochlorite granular or tablet form.

B. Whichever method is selected, the system must indicate that 25 mg/l of free chlorine solution is available at all points in the system for a period of 24 hours. After the 24 hour period the system shall be flushed of the heavily chlorinated water, refilled and a bacteriological test taken. If the initial disinfection fails the procedure shall be repeated until a satisfactory test is determined.

1.07 PIPE SUPPORTS

A. Unless otherwise indicated on the Drawings, maximum spacing of pipe supports for horizontal ductile iron, steel, FRP, hard drawn copper, black iron and cast iron soil pipe piping shall be as indicated on KLH SD-15-001 and/or SD-15-002.

B. PVC, Plastic Pipe, Flexible Hose Copper Tubing, Instrument Air Tubing, Etc., support spacing shall be as follows:

1. 2" and under Continuous support

2. 2-1/2" and above As shown on drawings or as required by manufacturer for service temperature.

C. Provide additional supports where pipe changes direction, adjacent to flanged valves and strainers, at equipment connections and heavy fittings. Provide at least one hanger adjacent to each joint in cast iron soil pipe and grooved end pipe with mechanical couplings.

D. Vertical pipe runs shall be supported and laterally braced at intervals not exceeding 15 feet.

E. Pipe and conduit supports shall be in accordance with the details shown on as indicated on the drawings and applicable sections of USAS B31 "pressure piping". "C" clamps to steel beams will not be allowed.

15060-5 143/2011-05 Rebid PART 2: PRODUCTS

2.01 MATERIALS

A. The CONTRACTOR shall furnish pipe according to the following schedule:

PIPE SCHEDULE SERVICE PIPE TYPE FITTINGS VALVES Raw Sewage Flanged Ductile Flanged and MJ Plug, Swing Check, Iron, B&S Ductile Ductile Iron Sluice Gates Iron Misc. Ductile Iron, SCH. Flanged,DI Socket, Gate, Ball, N/A 80 PVC, C.I.S.P. PVC, Hub Potable Water Flanged Ductile Flanged,DI Socket, Gate Ball, N/A Iron, Copper PVC, Hub

2.02 DUCTILE IRON PIPE AND FITTING

A. General

1. The CONTRACTOR shall furnish, install, lay, joint and test all ductile iron pressure and gravity pipe, fittings, special castings and appurtenant materials and equipment, all as indicated on the drawings and as hereinafter specified.

2. Fittings shall be ductile iron.

3. All piping and fittings shall be furnished in thickness Class 52 unless otherwise indicated on the drawings.

4. Wall penetrations connecting buried outside pipe and inside piping shall consist of sleeves or wall pipes as indicated on the Drawings. Wall pipe is to be installed unless a sleeve is indicated. The wall sleeve or pipe shall terminate at the outside face of the structure penetrated (in the case of the wall pipe, the bell shall be completely encased in the structure). Where sleeves are used, the buried pipe shall extend no greater than 4in. into the wall sleeve unless otherwise indicated or detailed on the drawings. The connecting piping shall be properly blocked or anchored as required to prevent movement under pressure.

B. Standard Specifications

1. All pipe, fittings and accessories shall conform to

15060-6 143/2011-05 Rebid the requirements of the following standard specifications, of the latest revisions, as applicable.

a. A.21.1 ANSI Standards for Thickness Design of Cast Iron Pipe

b. A.21.4 ANSI Standard for Cement-Mortar Lining for Cast Iron Pipe and Fittings for Water

c. A. 21. 6 ANSI Standard for Cast Iron Pipe Centrifugally Cast in Metal Mold, for Water or Other Liquids

d. A. 21.8 ANSI Standard for Cast Iron Pipe Centrifugally Cast In Sand Lined Molds, for Water or Other Liquids

e. A.21.10 ANSI Standard for Cast Iron Fittings 2 in. through 48 in., for Water and Other Liquids

f. A.21.11 ANSI Standard for Rubber Gasket Joints for Cast Iron Pressure Pipe and Fittings

g. A.21.12 ANSI 2 in. and 1-1/4" Cast Iron Pipe Centrifugally Cast in Metal Molds or Sand Lined Molds, for Water and Other Liquids

h. A.21.50 ANSI Standard for the Thickness Design of Ductile Iron Pipe

i. A.21.51 ANSI Standard for Ductile Iron Pipe, Centrifugally Cast in Metal Molds or Sand Lined Molds, for Water or Other Liquids

j. B.16.1 ANSI Standard for Cast Iron Pipe Flanges and Flanged Fittings 25, 125, 250 and 800 lb.

k. DUCITLE IRON PIPE RESEARCH ASSOCIATION STANDARD

1. DIPRA Standard Ductile Iron Pipe Research Association Standard for Flanged Pipe with Threaded Flanges

C. Pipe

15060-7 143/2011-05 Rebid 1. All ductile iron pipe shall be designed in accord­ ance with the above mentioned ANSI A21.50 and shall be manufactured in accordance with ANSI A21.51.

2. Flanged ductile iron pipe shall have a thickness in accordance with the standards of the manufacturer but not less than that specified by the DIPRA Standard.

3. Joints shall be as indicated and herein specified.

4. Pipe for use with sleeve type couplings shall be as specified above except that the ends shall be plain (without bells or beads).

D. Fittings

1. Fittings shall conform to the requirements of the above mentioned ANSI A21.10 and shall be of a pressure classification at least equal to that of the pipe with which they are used.

2. Flanged fittings which are not available under ANSI A21.10 (e.g. laterals, or reducing ells) shall be furnished to conform to the requirements of the above mentioned ANSI B16.1.

3. Mechanical joint fittings shall comply with ANSI/AWWA C153/A21.53.

4. Fittings shall be provided with standard bases where indicated on the drawings.

5. Fittings for use with grooved type couplings shall conform to ANSI B16.1 with the exception of the end preparation which shall be grooved in accordance with the standard of the coupling manufacturer.

15060-8 143/2011-05 Rebid Types Of Joints

1. Joints for ductile iron pipe shall be as hereinafter specified or as indicated on the drawings.

2. Joints for all in ground piping shall be mechanical joint/push on conforming to ANSI A21.ll

3. Mechanical joint pipe and fittings shall be provided with sufficient quantities of accessories conforming to ANSI A21.ll. Bolts shall be of high strength cast iron.

4. Gaskets shall be of a composition suitable for ex­ posure to the liquid within the pipe. Gaskets for process air piping shall be EPDM.

5. Flanges for flanged pipe shall conform to ANSI A21.10, except that any special drilling or tapping necessary to assure correct alignment and bolting will be required.

6. Flanged pipe shall use long hub flanges which shall be screwed on tight at the foundry by machine before they are faced and drilled.

7. Where indicated on the drawings, pipe and fittings shall be furnished with approved lugs or hooks cast integrally for use with bolts or bridle rods and socket clamps to keep pipe from pulling apart under pressure.

Lining And Coating

1. All pipe and fittings shall be lined and coated as specified below:

a- The inside of all ductile iron pipe and fittings unless otherwise noted shall be given a standard thickness cement lining and an asphaltic seal coat in accordance with ANSI A21.4.

b. The inside of all process air service ductile iron pipe and fittings shall be unlined and uncoated.

c. All ductile iron pipe and fittings to be installed underground shall be coated on the outside with the standard bituminous coating

15060-9 143/2011-05 Rebid specified under the appropriate ANSI specification for the pipe and fittings.

d. All ductile iron pipe and fittings to be in­ stalled inside the digesters shall be coated on the inside with a bituminous coating specified under the appropriate ANSI specification for the pipe and fittings. The exterior of the pipe shall be shop primed and field coating according to Division 9 of this specification.

e. All ductile iron pipe and fittings embedded or cast in concrete or exposed on the interior of buildings shall be delivered appropriately lined for the specific use and installed uncoated.

f. Machined surfaces shall be cleaned and coated with a rust preventive coating at the shop immediately after being machined.

Inspection and Testing

1. All pipe and fittings shall be inspected and tested at the foundry as required by the standard Specifications to which the material is manufactured. The CONTRACTOR shall furnish dupli­ cate to the OWNER'S Representative sworn certifi­ cates of such tests. All inspection and testing at the foundry shall be accomplished at no additional expense to the OWNER.

2. Pipes and fittings shall be subjected to a careful inspection and, if requested, a hammer test just before being laid or installed.

Gaskets, Bolts and Nuts

1. Gaskets for all flanged pipe shall be 1/8" thick. Gaskets for pipe diameters 12" and under shall be red rubber ring or full face gaskets. Gaskets for pipe diameters 14" and larger shall be red rubber ring type only. Gaskets for process air service shall be EPDM.

2. Flanged joints shall be made with bolts, bolt studs with nut on each end, or studs with nuts where the flange is tapped. the number and size of bolts shall conform to the same ANSI Standard as the

15060-10 143/2011-05 Rebid flanges. Bolts and nuts shall, except as otherwise specified or noted on the drawings, be Grade B conforming to the ANSI/ASTM Standard Specification for Low Carbon Steel externally and internally threaded standard fasteners, Designation A307-80. Bolt studs and studs shall be of the same quality as machine bolts.

2.03 COPPER PIPE

A. Copper pipe shall consist of seamless copper tubing, Type L, hard temper ASTM B-88 with soldered joint fittings in sizes 2 inches and under. Over 2 inch fittings to be screwed 150 lb. All fittings shall be of copper, bronze or brass.

B. Unions shall be wrought copper with copper to copper ground joint, ASA Standard A40.3. The fittings shall be constructed of bronze, streamlined, solder type, ASA B16.22 or screwed as per ASA B16.3.

C. Approved manufacturers are Bridgeport Brass Company, Mueller Brass Company, Revere Copper and Brass Company and Nibco, Inc.

2.04 COPPER TUBING

A. Copper tubing for underground applications shall be Type K soft copper tubing conforming to ASTM B-88 and B-251. The pipe shall be marked with the Manufacturer's name or trade mark and a mark indicative of the type of pipe. The outside diameter of the pipe and the minimum weight per foot of the pipe shall not be less than that listed in ASTM B-251, Table 11.

2.05 PVC PIPE

A. PVC Pipe shall be rigid, Type I, Grade I, ASTM D-1784, D- 1785 polyvinyl chloride Schedule 80 pipe and shall be as manufactured by Celanese Corporation, Louisville, Kentucky; Ethyl Corporation, Valley Industrial Plastics, Monaca, Pennsylvania; or R & G Sloane, Cleveland, Ohio.

B. Pipe shall be manufactured in accordance with U.S. Department of Commerce Commercial Standard CS-207-60 and ASTM Designation D-543-67.

C. All pipe shall be joined by solvent cement, socket fittings or flanged fittings. Where threaded pipe must be used, it shall be threaded with new threading dies

15060-11 143/2011-05 Rebid which shall not be used for the threading of iron pipe or other metal pipe. Piping, fittings and valves must be manufactured by the same company.

2.06 STEEL/BLACK IRON PIPE

A. This pipe, unless otherwise specified, shall be in accordance with ASTM A-120 and ANSI B36.10. All pipe shall be schedule 40.

2.07 DOUBLE WALL PIPE

A. Steel Carrier/PVC Liner, double wall pipe shall be scheduled 40 steel, black iron, with schedule 80 PVC liner approved for use with No. 2 Diesel Fuel.

2.08 STAINLESS STEEL

A. Stainless Steel Pipe 3" and larger shall conform to the requirements of ASTM A-778 and shall be Schedule 40. Pipe under 3" shall conform to ASTM A-312 specification.

2.09 CAST IRON SOIL PIPE

A. Cast iron soil Pipe and fittings shall be coated inside and out shall conform to the latest issue of ASTM A-74, or comparative Federal Standard WW-P-401, latest revision.

B. Roof leaders and exposed downcomers shall have no hub joints. Buried pipe and downcomers shall have bell and spigot joints.

C. All cast iron soil pipe, fittings and all parts of the clamp assembly used in joining no hub cast iron lines shall comply with the Cast Iron Pipe Standard 301, latest revision.

2.10 PIPE, FITTINGS, AND VALVES FOR INSTRUMENTATION

A. Furnish and install all pipe, fittings, valves, hangers and supports and make all necessary connections for all transmitters and analyzers requiring pressure or sampling connections to the existing water piping system, and for all pneumatic 3 to 15 psig instrument air signals and air supply piping.

B. Provide all pipe hangers and supports, piping, valves and pipe couplings as applicable. Provide a shut-off valve at each pressure tap. All gauge and instrument taps on

15060-12 143/2011-05 Rebid pipe headers shall be 1/2 inch IPS and a Whitey Research Tool Co., Type OK Forged Body Shut-off Valve with 1/4 x 1/2-inch 304 S.S. bushing shall be provided for each tap. The valves shall be angle pattern, Catalog No. 14KDM4- S4A-316, or straight pattern Catalog No. 14DKM4-S4-316 with 1/4-inch male NPT inlet and 1/4-inch Swagelok outlet. Valves and piping for Venturi connections shall be 1/2 inch line size with similar Whitey valves 1/2 inch in size.

C. Unless otherwise specified, furnish 1/4, 1/2 or 3/4 inch OD, Type 304 stainless steel seamless tubing having 0.049 inch wall thickness as indicated on the drawings or as required. Furnish Crawford Swagelok Type 316 stainless steel compression type separable fittings and adapters to make all piping and tubing connections and all connections to instruments or transmitter.

2.11 ACCESSORIES

A. Couplings

1. All couplings on pipe shall be suitably rodded, shall be Style 38 couplings as manufactured by Dresser Industries, Bradford, Pennsylvania. Couplings to have steel middle ring, flanges, track head and rolled thread bolts. Two rubber compounded wedge section gaskets to tightly seal and reset cold flow of the pipe shall be furnished with each coupling. Similar coupling by Smith-Blair, Inc., will be acceptable.

2. All uni-flanges shall be manufactured by the Uni- Flange Corporation from Ductile Iron ASTM Grade 65¬ 45-12 and drilled to ANSI B16.1 125 lb. CLASS. The gasket supplied with the uni-flange shall be SRB (Buna-s).

B. Strainers - Water ("Y" TYPE)

1. Strainers shall be "Y" Type in line self cleaning type. The body shall be 30,000 lb. minimum tensile strength cast iron, ASTM A-278 Class 30. The screens shall have 0.045 inch perforations. Strainers shall be manufactured by Spence Strainer International. Each strainer larger than 1 inch shall be provided with a short nipple and a screwed valve on the blowoff with a hose to the nearest drain.

15060-13 143/2011-05 Rebid C. Unions

1. Unions shall be installed at all locations shown on the drawings and as required for the isolation of all traps, screwed control valves and connections to screwed equipment unless shown otherwise on the drawings.

2. Unions in pipeline 2 inches and smaller shall be ground joint, malleable iron, screwed; 125 psi working pressure.

3. Unions in piping 2-1/2 inches and larger shall be flanged type with gaskets designed for the working pressure of the unions.

4. PVC unions shall be self aligning type as manufactured by Haywood Manufacturing Company, Inc., or Celanese Corp.

D. Hose Bibs And Hydrants

1. Hose bibs for indoor conditions shall be brass ball valves. Furnish Watts backflow preventer for potable water hose bibs.

2. Wall hydrants shall be installed for outdoor service water usage. Wall hydrants shall be of the non freeze box type with T-handle, polished face, hinged locking cover, bronze wall casing and bronze operating parts. The units shall be equal to Series 71500 as manufactured by Josam Manufacturing Co., Michigan City, Indiana, or Zurn Model Z-1305 as manufactured by Zurn Industries, Erie, Pennsylvania.

3. Yard hydrants shall be cast bronze post hydrant with bronze casing, removable bronze operating parts, neoprene plunger, N.P.T. outlet connection, "L" handle and protective aluminum shield. Direct bury hydrants shall have a 4'-0" long below grade barrel. A set screw will be provided to lock operating handle in place. The hydrants shall be minimum 2" inlet and outlet and shall have an adapter for a 1 H" hose. Direct bury hydrants shall be cast in a 2'-0" diameter by 4" thick concrete slab unless indicated. The units shall be equal to Zurn Model Z-1390.

4. All hose bibs and hydrants installed outside shall be equipped with drain and plug, or with a stop and

15060-14 143/2011-05 Rebid drain valve inside. All hose bibs and hydrants unless otherwise specified shall be rated for 150 psig non shock cold water service.

5. Provide plastic tag for nonpotable water sources with statement "NONPOTABLE WATER - DO NOT DRINK".

E. Pressure Gauges

1. Provide pressure gauges at locations indicated on the drawings and as specified. Pressure gauges shall be located such that they can be easily read from floor level or operating platform.

2. Pressure gauges installed in piping shall be located in straight runs of pipe and be provided with shut off cock or valve in sensing line. Compound gauges shall be provided where normal operating pressure is at fluid or gas pressure. Provide extension necks on pressure taps in insulated piping vessels and equipment.

3. If the pressure sensing point location precludes easy reading due to dial size specified, the CONTRACTOR shall furnish a gauge of sufficient size that it can be easily read. Scale divisions for all pressure gauges shall be a maximum of 1 psi for ranges up to 60 psig and a maximum of 2 psi for ranges of 100 psig and 5 psig for ranges of 300 psig and over. All gauges except those for testing shall be USAS Grade "A". Accuracy shall be one percent or better of scale range for middle half of scale and 1-1/2 percent or better for remainder of scale. Scale ranges shall be selected such that normal pressure conditions will fall approximately at mid scale. Scale range shall be wide enough to cover all expected extremes but should not exceed more than 15 psig beyond these extremes. Provide pulsation dampeners on all gauges. Provide isolating seals where fluid can injure gauge.

4. All pressure gauges shall be Bourdon Tube type with minimum of 4-1/2 inch diameter dial, aluminum case, white face with black scale markings, brass or stainless steel movement, phosphor bronze tube and brass or stainless steel socket. Units shall have adjustment provisions for calibration without removing or bending pointer.

15060-15 143/2011-05 Rebid 5. Approved manufacturers are Dresser Industries, Inc. (Ashcroft); H.P. Terice; U.S. Gauge Division, Ametek, Inc., Marshalltown Manufacturing Co.

Quick Coupling

1. Quick coupling shall be OPW Kamloc Quick Couplers as manufactured by Dover Corporation, Cincinnati, OH. Couplings to be furnished as a set, that, is, one adapter and one coupling per fitting. Materials of construction shall be suitable for the fluid.

Wall Penetration Closures

1. Provide wall penetration closures where shown on the drawings. The closures shall be sealed on each face of the wall and unless otherwise noted shall be Link Seal Model "S-316" as manufactured by Thunderline Corporation, Wayne, Michigan. Seals shall be modular mechanical type consisting of synthetic rubber links shaped to continuously fill the annular space between the pipe and the wall opening. The closure shall be watertight when bolts are tightened. Inside diameter of wall opening shall be sized as recommended by the manufacturer to assure a watertight joint.

2. All hardware shall be 316 stainless steel unless otherwise noted on the drawings.

Pipe Insulation

1. The following pipes are to be insulated:

a. Exposed potable water.

2. All exposed pipe insulation shall be John Manville Micro-Lok with AP Jacket, Owens/Corning Fiberglass ASJ/SSL-11, or equal. Pipe insulation shall be installed in accordance with the pipe manufacturer's instructions. Pipe insulation will be painted and coded as specified in Division 9.

3. Insulation thickness shall be as follows:

15060-16 143/2011-05 Rebid 4. Nominal Pipe Diameter Insulation Thickness

1/2 " - 2" 1" 2" - 6" 1-1/2" 6" - 16" 2" Over 16" 2-1/2"

I. Blind Flanges

1. Every blind flange shall be tapped for and include a 2" steel body ball valve. A reducing flange may be substituted for the blind flange. A quick disconnect coupling shall be provided on each ball valve. Ball valve shall be similar or equal to Watts C-7000 with handle.

J. Pressure Regulators

1. Pressure regulators shall be installed as indicated on the drawings. The regulators shall be of the size indicated and shall be suitable for the type of service for which they will be used.

2. Air regulators shall be balanced valve design, self-relieving, piston operated and shall have high pressure spring (10-180 psig), pressure gauge (0¬ 160 psig), and necessary mounting brackets. The regulator shall be Wilkerson Model R-30.

3. Water service regulators shall be ' brass construction - wetted parts, non-relieving, diaphragm operated and shall have pressure gauge (0-160 psig) and necessary mounting brackets. The regulator shall be equivalent to Watts Water Technologies Series 25AUB-Z3.

PART 3: EXECUTION

3.01 JOINING OF PIPES

A. General

1. The joining of pipes shall be in accordance with the system acceptable and recommended by the manufacturer of the piping system. The joining methods herein described and described in the section "Piping and Tubing Materials" are a guide.

2. Threaded piping connections for plastic pipe are not to be used. In the connection of plastic pipe to a metal pipe, flanged connection shall be used.

15060-17 143/2011-05 Rebid Threaded Joints

1. Pipe screw threads to conform to ASA B2.1 Ream Pipe Ends and remove all burrs and chips after cutting and threading. Protect pipe thread during assembly. Apply thread lubricant to make threads as follows: Graphite for vent lines and roof conductors and Teflon Tape for all other services.

Flanged Joints

1. Steel pipe flanges shall conform to USAS B16.G "Steel Pipe Flanges and Flanged Fittings". Steel flanges shall be raised face except when bolted to flat face cast iron flange.

2. Bolting for services up to 500 degrees F shall be ASTM A307 Grade B with square head bolts and heavy hexagonal nuts conforming to USAS B18.2.1 "Square and Hex Bolts" and B18.2.2 "Square and Hex Nuts".

3. Set flange bolts beyond finger tightness with an indicating torque wrench to insure equal tension in all bolts. Tighten bolts such that those 180 degrees apart or directly opposite are torqued in sequence.

4. Gaskets for flat face flanges shall be full face type. Gaskets for raised face flanges shall conform to requirements for "Group I Gaskets" in USAS B16.5. Unless otherwise specified, gaskets shall be 3/32 inch thick of following types:

a. Water (up to 250 degrees F): Red rubber, heavy duty type, by John Crane - Style 555.

b. Plant air: Neoprene type by John Crane - Style 999.

c. Industrial waste, chemical feed, Teflon coated asbestos type by John Crane - Style 11FF, free flow with neoprene insert.

Solder Joints

1. Make up joints with 95 percent tin and five percent antimony (95-5) solder conforming to ASTM B32 "Solder Metal" Grade 95TA. Cut copper tubing so ends are perfectly square and remove all burrs inside and outside. Thoroughly clean sockets of

15060-18 143/2011-05 Rebid fittings and ends of tubing to remove all oxide, dirt and grease just prior to soldering. Apply flux evenly, but sparingly, over all surfaces to be joined. Heat joints uniformly to proper soldering temperature so solder will flow to all uniform fillet around cup of fitting. Flux shall be non acid type. Remove composition discs from solder end valves during soldering.

E. Welded Joints

1. Codes and Standards

a. The latest issue of the following codes and standards shall be applicable to welding of piping:

1) . American Standard Association 9ASA-B31.1

2) . American Society of Mechanical Engineers (ASME)

3) . American Society of Testing and Materials

(ASTM)

4) . American Welding Society (AWS)

5) . Applicable State and Local Regulating Codes covering this work. b. Welders assigned to the work shall be duly qualified in accordance with ASME Section IX Boiler and Pressure Vessel Code for Welder's Qualification proof shall be available on request of the OWNER or his representative.

F. Connections Between Dissimilar Metals

1. Pipe joints connecting dissimilar metals shall be insulating, dielectric connections. Such joints, including dielectric material, shall be rated to withstand the temperature, pressure and the charac­ teristics of the service for which it is to be used, including testing pressure.

15060-19 143/2011-05 Rebid 3.02 INSTALLATION

A. Pipe Erection And Laying

1. Carefully inspect all pipe, fittings, valves, equipment and accessories prior to installation. Any items which are unsuitable, cracked or otherwise defective shall be rejected and removed from the job immediately. All pipe, fittings, valves, equipment and accessories shall have factory applied markings, stampings or nameplates with sufficient data for identification to determine their conformance with specified requirements.

2. Exercise all necessary care at every state of storage, handling, laying and erecting to prevent entry of foreign matter into piping, fittings, valves, equipment and accessories. Do not erect or install any item which is not clean. During construction, until system is fully operational, all openings in piping and equipment must be kept closed at all times except when actual work is being performed on that item or system. Closures shall be plugs, caps, blind flanges or other items specifically designed and intended for this purpose.

3. Run pipe lines straight and true, parallel to building lines with a minimum use of offsets and couplings. Provide only such offsets as may be required to provide necessary head room or clearance and to provide necessary flexibility in pipe lines.

4. Changes in direction of pipe lines shall be made only with fittings or pipe bends. Changes in size shall be made only with fittings. Miter fittings, face or flush bushings, or street elbows shall not be used. All fittings shall be of the long radius type, unless otherwise shown on the drawings or specified.

5. Provide flanges or unions at all final connections to equipment, traps and valves to facilitate dismantling. Arrange piping and piping connections so that equipment being served may be serviced or totally removed without disturbing piping beyond final connections and associated shut off valves.

15060-20 143/2011-05 Rebid 6. Use full and double lengths of pipe wherever possible.

7. Unless otherwise indicated, install all supply piping, including shut off valves and strainers, and other equipment at line size with reduction in size being made only at inlet to control valve. Install supply piping from outlet of control valve at full size to connection of equipment served.

8. All pipe shall be cut to exact measurement and in­ stalled without springing or forcing.

B. Hangers And Supports

1. The requirements of the applicable sections of USAS B31 "Pressure Piping" shall be considered as minimum requirements governing fabrication, installation and support of piping systems except where more specific or stringent requirements are stated herein or shown on the drawings.

2. In general, all pipe larger than 10" in diameter shall be supported from foundations, beams or roofs. Piping smaller than 10" may be supported from or on the building slabs. Pipe hangers shall be in accordance with the details indicated on the contract drawings and in accordance with those manufactured by Fee and Mason, Grinnel, Carpenter and Paterson or equal.

3. All piping and piping connection equipment, including valves, strainers, traps and other specialties and accessories shall be supported in a manner that will not result in or produce objectionable or excessive stress, deflection, swaying, sagging or vibration in the piping or in the building structure either during erection, cleaning, testing or normal operation of the system. Piping shall not be so restrained, however, as to cause it to shake or buckle between supports or anchors or to prevent proper movement due to expansion and contraction. Piping shall be supported at equipment and valve such that they can be disconnected and removed without further supporting the piping. Piping shall not introduce any strains or distortion to the connected equipment.

15060-21 143/2011-05 Rebid 4. Hangers and supports shall be installed complete, including lock nuts, clamps, rods, bolts, couplings, swivels, inserts and required accessory items. Hangers for horizontal piping shall have adequate means of vertical adjustment for proper alignment of pipe and shall be provided with lock nuts. All hangers and supports in direct contact with copper tubing shall be copper plated or plastic coated.

5. Parallel runs of horizontal pipe 3 inches IPS and under may be supported on trapeze type hangers made up of structural shapes and hanger rods. Otherwise, pipe lines shall be supported with individual pipe hangers.

6. Hanger rod diameters shall conform to KLH SD-15- 001.

7. It shall be the responsibility of the CONTRACTOR to coordinate the location and method of support of the piping systems with that of all installations under other Sections of the Specifications. Piping shall be supported in such a manner as to impose no eccentric loading on building structural members. The loading of any hanger or support shall in no case exceed the manufacturer's recommended maximum load.

8. Hangers for insulated piping shall be sized for the O.D. of the pipe insulation or the insulation protection saddle.

C. Draining and Venting

1. Unless otherwise indicated on the Drawings, all horizontal water and gas lines, including run outs and branches, shall pitch or slope to low points to provide for complete drainage, removal of condensate and venting. Pitch, unless otherwise indicated, shall be one inch in 40 feet.

2. Maintain accurate grade where lines are pitched or sloped for venting and drainage. No lines shall have pockets due to changes in elevation unless indicated on the drawings and only then with proper provisions for draining and venting.

3. Provide 3/4 inch globe type drain valves fitted with 3/4 inch hose thread adapter at all low points

15060-22 143/2011-05 Rebid of water piping systems or where indicated on drawings to permit complete or sectionalized draining.

4. Use eccentric reducing fittings on horizontal runs when changing size of lines in order to provide proper drainage and venting. Install plant air lines with bottom of pipe and eccentric reducers in a continuous line; all other liquid lines with top of pipe and eccentric reducers in a continuous line.

5. All vent and drain piping shall be of same materials and construction as specified for the service involved unless specified or indicated otherwise.

End of Section

15060-23 143/2011-05 Rebid THIS PAGE LEFT INTENTIONALLY BLANK

15060-24 143/2011-05 Rebid SECTION 15100

VALVES

PART 1: GENERAL

1.01 WORK INCLUDED

A. Provide all valves as specified herein and as shown on the drawings. Submit for approval by the OWNER, a schedule of all valves indicating the service, size and connections, make, model number and any special features such as chain wheel operators, etc.

B. All packing, gaskets, discs, seats, diaphragms, lubricants, etc., shall conform to recommendations of the valve manufacturer for the intended service.

C. Valves shall be installed with the stems positioned in the horizontal or above the centerlines of the pipe unless otherwise noted on the contract drawings. Operators shall be positioned so that they do not in­ terfere with pedestrian traffic. In passageways or above platforms the minimum clearance between the floor and the lowest protruding point on the valve or operator shall be 6'-8". All valves shall be acces­ sible for operation, maintenance or removal. Valves shall be arranged to open counter clockwise by hand- wheel or lever operation unless otherwise indicated in these Specifications. Valve operators which are 7'-0" or more above the operating floor or platform or that are noted on the contract drawings shall be chain wheel operated. Where necessary for operations as described above, valves shall be bevel or spur gear operated.

D. Provide to the OWNER, one operating wrench for every 10 valves of each type (but not less than two wrenches per type), not equipped with handwheels or levers.

E. All valves shall be manufacturer's standard of the design which the manufacturer recommends for the serv­ ice intended. Each valve shall bear the maker's name or trademark or reference symbol to indicate the serv­ ice conditions for which it is guaranteed. All valves for use with copper tubing shall have solder type

15100-1 143/2011-05 Rebid connections. All screw end valves shall be threaded according to the American Standard for Pipe Threads No. B2.1. Flange end valves shall have connecting end flanges in accordance with the B16.1, Class 125 Series of the American Standards Association for type valves covered in the Standard, and in accordance with the

F. Manufacturer's Standardization Society Standard Prac­ tice for bronze valves corresponding to the maximum pressure and service for which the valve is to be used.

PART 2: PART 2: PRODUCTS

2.01 GENERAL VALVE LISTING

A. Ball Valves - PVC - Ball Valves for installation on PVC piping and tubing systems shall be normal impact, PVC with self lubricating seats. PVC valve shall be used for other services. Socket ends or flanged ends shall be used. Manufacturers: Celanese Corporation, Louisville, Kentucky, Hayward Manufacturing Co., Inc., Elizabeth, New Jersey, Plastintico, Inc., West Caldwell, New Jersey or Plastic Systems, Inc., Santa Ana, California.

B. Ball Valves - Steel - Ball valves for installation on steel lines shall be of all steel construction and true union type. The valves shall be Clayton/Mark Series B790 Petro Union End Ball Valves or approved equal.

C. CHECK VALVES

1. The check valve shall be of the Swing-Flex, full body flanged type, with a domed access cover and only one moving part, the valve disc. The check valve shall be series 508BFMIFBE as manufactured by Val-Matic Valve and Manufacturing Corporation or approved equal. The valve shall be suitable for cold working pressures of 250 PSIG.

2. The valve body shall have a full flow equal to the nominal pipe diameter at any point, through the valve. The seating surface shall be on a 45 degree angle to minimize disc travel. A threaded port with pipe plug shall be provided on the

15100-2 143/2011-05 Rebid bottom of the valve to allow for field installation of backflow actuator without special tools or removing the valve from the line.

3. The top access port shall be full size, allowing removal of the disc without removing the valve from the pipeline. The access cover - shall be domed in shape, to allow the disc to be fully operational in lines containing a high solids content. The cover shall include a tapped port to install stainless steel mechanical indicator.

4. The disc shall be of one piece construction, precision molded with an internal o-ring type sealing surface and contain steel and nylon reinforcements in both the Memory-Flex TM and central disc areas. The flex portion of the disc shall be warranted for twenty-five (25) years. Non-slam closing characteristic shall be provided through a short 35 degree disc stroke and disc return action.

5. The valve shall be supplied with a screw type actuator to allow opening of valve during no-flow conditions. Buna-N seals shall be used to seal the stainless steel stem in a bronze bushing. The back flow device shall be of the rising stem type to indicate position. A T-Handle shall be provided for ease of operation.

6. The valve body and cover shall be constructed ASTM A126, Class B cast iron.

7. The disc shall be Buna-N (BNR), ASTM D2000-BG.

8. The interior and exterior of valve shall be factory coated with a fusion bonded epoxy. The fusion bonded epoxy shall be NSF approved. Brush or spray type two-part epoxies will not be considered.

9. The manufacturer shall demonstrate a minimum of 5 years experience in the manufacture of resilient disc check valves in vertical application with certified performance.

15100-3 143/2011-05 Rebid 10. The manufacturer shall provide proof of performance test. The valve shall be cycle tested with no signs of wear or distortion to the valve disc or seat and shall remain drop tight at both high and low pressures. The test results shall be independently certified.

D. PLUG VALVES

1. Eccentric Plug Valves shall be of the tight closing, resilient faced, non-lubricating variety and shall be of eccentric design such that the valves pressure member (plug) rises off the body seat contact area immediately upon shaft rotation during the opening movement. Valves shall be drop-tight at the rated pressure (175 psi through 12", 150 psi 14" and above) and shall be satisfactory for applications involving throttling service as well as frequent or infrequent on-off service. Valve bodies shall be suitable for 225 psi operating pressure. The valve closing member should rotate approximately 90 degrees from the full-open to full-close position and vice-versa.

2. The valve body shall be constructed of cast iron conforming to ASTM A126, Class B. Body ends shall be:

3. Flanged with dimensions, facing, and drilling in full conformance with ANSI B16.1, Class 125. This includes flange thickness.

4. Mechanical Joint to meet the requirements of AWWA Clll/ANSI A21.11.

5. Grooved ends to meet the requirements of AWWA C606.

6. Eccentric Plug Valves shall have a rectangular shaped port. Port areas for 3"-20" valves shall be a minimum 80% of full pipe area.

7. Valve seat surface shall be welded-in overlay, cylindrically shaped of not less than 90% pure nickel. Seat area shall be raised, with raised area completely covered with weld to insure

15100-4 143/2011-05 Rebid proper seat contact. The machined seat area shall be a minimum of .125" thick and .500" wide.

8. The valve plug shall be constructed of cast iron conforming to ASTM A126, Class B. The plug shall have a cylindrical seating surface that is offset from the center of the plug shafts. The plug shafts shall be integral. The entire plug shall be 100% encapsulated with Buna-N rubber in all valve sizes. The rubber compound shall be approximately 70 (Shore A) durometer hardness. The rubber to metal bond must withstand 75 lbs. pull under test procedure ASTM D-429-73 Method B.

9. Shaft bearings, upper and lower, shall be sleeve type metal bearings, sintered, oil impregnated, and permanently lubricated Type 316 stainless steel conforming to ASTM A743 Grade CF-8M. Thrust bearings shall be Nylatron.

10. Plug valve shaft seals shall be on the multiple V-ring type (Chevron) and shall be adjustable. All packing shall be replaceable without removing the bonnet or actuator while the valve is in service. Shaft seals shall be made of Buna N.

11. Each valve shall be given a test against the seat at the full rated working pressure and a hydrostatic shell test at twice the rated working pressure. Certified copies of individual test shall be submitted when requested. Certified copies of proof-of-design tests shall be submitted upon request.

12. Manual valves shall have worm gear type actuators with hand wheels, 2"square nuts, or chain wheels attached.

13. All eccentric plug valves shall be M&H 1820-02 (flanged), 1820-01 (mechanical joint), or approved equal.

E. SEWAGE AIR RELIEF VALVES

1. Air Release Valves shall be automatic float operated valves designed to release accumulated air from a piping system while the system is in

15100-5 143/2011-05 Rebid operation and under pressure. The capacity and pressure rating of the valve is dependent on the diameter of the precision orifice in the cover.

2. The valve body and cover shall be constructed of ASTM A126 Class B cast iron for working pressures up to 300 psig. The orifice, float and linkage mechanism shall be constructed of Type 304 stainless steel. Non-metallic floats or linkage mechanisms are not acceptable. The orifice button shall be Viton for simple lever valves and Buna-N for compound lever designs.

3. The valve body shall be threaded with 1" N.P.T. inlets and 2" N.P.T. outlets. The body inlet connection shall be hexagonal for a wrench connection. The valve shall have two additional N.P.T. connections for the addition of gauges, testing, and draining.

4. The exterior of the valve shall be coated with a universal alkyd primer. Air Release Valves shall be Series 22.9 as manufactured by Val-Matic Valve & Mfg. Corporation, Elmhurst, IL. USA. or equal.

Pressure Reducing Valves - Water

1. Water pressure reducing valves shall be rated 125 psig and be packless construction and shall have diaphragm to position the main valve and a diaphragm or piston to provide complete main valve balance. The main valve shall be both top and bottom guided. They shall be Leslie Hi- Flo, as recommended by the manufacturer, Leslie Company, Parsippany, New Jersey, or similar valves by Foxboro, Jordan or Rockwell.

General Valve Classification

1. This valve designation applied to a general classification of valves to be used for plant air and water.

2. Valves shall be as follows (or equal):

a. Water 1). Gate Valves

15100-6 143/2011-05 Rebid 2" and smaller - Crane No. 428 UB 2-1/2" and larger - Walworth No. 726-F,Crane No. 465-1/2 2) . Globe Valves 2" and smaller - Crane No. 14-1/2P 2-1/2" and larger - Walworth No. 906F Crane No. 352 3) . Ball Valves - Watts C-7000 SS

b. Raw Sewage 1). Plug Valves

Double Check Valve Assembly (Back Flow Preventer)

1. Double check valve assemblys shall be furnished where shown on the drawings to prevent backflow. The valve assembly shall be Model RP Backflow Preventer as manufactured by Cla-Val Co., Newport Beach, California, Watts Regulator, (No. ' 900 Series), Lawrence, Mass, or Beech unit by Hersey Products, Dedham, Mass. The valve shall be for working pressure of 125 psig. The CONTRACTOR shall securely pipe the "blowoff" to a drain. The reduced pressure principle backflow preventer shall consist of two independently acting spring loaded check valves, an automatically operating pressure differential relief valve, tightly closing shut off valves located at each end of the device and shall be fitted with properly located test cocks. Operation shall be completely automatic. All internal parts of the spring loaded check valves and the pressure differential relief valves must be removable or replaceable without removal of the backflow preventer from the line. The total head loss through the complete backflow preventer assembly shall not exceed 14.2 psi at 50 gpm.

Surge Sewage Relief Valve

1. Sewage Surge Relief Valve shall be of a 90-degree elbow body configuration, with an HHR (Horizontal Inlet, Horizontal Right Outlet) installation arrangement, with a cast iron body containing a securely fastened bronze ring.

15100-7 143/2011-05 Rebid 2. The valve disc will have a resilient replaceable seat firmly held in place by a bronze ring fastened to the disc with screws. In the closed position with line pressures below the spring setting, the valve shall provide droptight closure. The disc movement shall be guided for proper alignment throughout its stroke and provide for full opening of the pipe line area when required.

3. The spring setting shall be adjustable between the system design operating pressure of 113 psig and a maximum of 175 psig. The valve shall be factory set to an opening pressure setting of 130 psi.

4. The valve-normally closed shall open when the system pressure exceeds the spring adjustment setting. Its opening stroke shall be limited to that which is necessary to provide protection against surges exceeding the spring setting. The valve shall close at a slow speed consistent with adjustment of a self-contained oil cushion chamber that is provided with the valve. The cushioning device shall permit a range of adjustment for closing speeds to prevent hammer or bang.

5. External springs shall be enclosed to protective casings and shall be in compression. Springs that appear to be in extension are not permitted. The disc stem bushing shall be bronze capped with a latern-type gland vented to the atmosphere for revealing seal leakage.

6. All Materials and workmanship shall be first class quality throughout, and shall be GA Industries, Inc., Figure Number 625-D or an approved equal.

PART 3: EXECUTION

A. Not Used.

End of Section

15100-8 143/2011-05 Rebid SECTION 15500

VENTILATION, LOUVERS, DAMPERS, & FANS

PART 1: GENERAL

1.01 WORK INCLUDED

A. The CONTRACTOR shall furnish all labor, equipment and materials necessary to install complete and place into operation the heating and ventilation systems.

B. Refer to Division 11 for the requirements that the equipment in this Division must meet the specific requirements of other Divisions and that the CONTRACTOR is responsible for informing manufacturers of these requirements.

C. All fans, exhausters and louvers shall have an aluminum anodized finish. All curbs to be furnished and installed under this Contract.

D. All electrical components for heating and ventilation equipment located where explosive gas may accumulate shall be explosion proof (Class I, Division I, and Group D).

PART 2: PRODUCTS

2 . 01 LOUVERS

A. Louvers meeting the following specifications shall be furnished and installed where shown on the plans and/or as described in schedules. Louvers shall be stationary type with drainable blades in a 6 inch louver frame. Each stationary blade shall incorporate an integral drain gutter and each jamb shall incorporate an integral downspout so water drains to blade end, then down the downspouts and out at the louver sill rather than cascading from blade to blade.

B. Each factory-assembled louver section shall be designed to withstand wind loadings 25 PSF (100.0 MPH wind equivalent). Louver frames, mullions, and section joints shall be adequately supported from the building structure to withstand this same wind loading.

15500-1 143/2011-05 Rebid C. Louver performance data shall be licensed under the AMCA Certified Ratings Program and shall bear the AMCA Certified Ratings Seal. This certified performance data shall include airflow pressure loss and water penetration, and shall demonstrate performance equal to or better than the model specified.

D. All louvers shall permit a minimum free area velocity of 873 fpm at no more then 85% maximum free area velocity.

E. Louvers shall be Greenheck Model ESD-603 drainable type fabricated from 6063T5 aluminum extrusions of 0.081 in nominal wall thickness or an approved equal. Blades shall be positioned at 37° and 45° angles approximately on 6 inch centers. Each louver shall be equipped with a framed, removable, rear-mounted screen of 0.75 inch x 0.051 in expanded, flattened aluminum.

F. Louvers shall be architectural style supplied with Kynar finish with a dry film thickness of 1.2 mils after baking at 450 F. Color to be selected by the OWNER.

G. Louver shall conform to size and performance at respective locations pursuant to Schedule 15500-A.

2.02 MOTORIZED DAMPERS

A. Control dampers meeting the following specifications shall be furnished and installed where shown on plans and/or as described in schedules. Dampers shall consist of: a 16 ga galvanized steel channel frame with 5 inch depth; airfoil shaped, extruded aluminum blades (0.063 inch thick) with metal blade to blade overlap (seal to seal only contact is not acceptable); 0.5 inch diameter plated steel axles turning in acetal bearings; extruded silicone rubber blade seals for 4 00°F maximum temperature; flexible aluminum jamb seals; and external (out of the airstream) blade-to- blade linkage. Damper manufacturer's printed application and performance date including pressure, velocity and temperature limitations shall be submitted for approval showing damper suitable for pressures to 6 inch wg, velocities to 6,000.0 ft/min and temperatures to 250°F. Testing and ratings to be in accordance with AMCA Standard 500. Damper shall

15500-2 143/2011-05 Rebid limit standard air leakage to 6 cfm/ft2 at 4 in wg. Basis of design is Greenheck's model VCD-42 or approved equal.

B. Provide 120 volt - two position spring return- electric actuator with end switch. Actuators to be configured to fail open and shall be externally mounted outside the air stream.

C. Dampers shall be furnished and installed with all Louvers, exhaust fans and ventilation intake hoods.

D. Dampers shall conform to size and performance at the respective locations pursuant to Schedule 15550-A.

2.03 INTAKE GRAVITY VENTILATOR

A. The ventilator shall be a low silhouette for intake of fresh outdoor air by natural gravity or negative pressure.

B. Each unit shall bear a permanently affixed manufacture's nameplate containing the model number and individual serial number.

C. The unit shall have an internal structure made of galvanized steel with the external hood being aluminum with 1" of fiberglass insulation to prevent condensation and dampen sound levels.

D. The bird screen shall be ^ inch mesh mounted horizontally across the intake area of the hood. The insect screen shall be of fine mesh aluminum and fitted to the top of the throat.

E. Damper shall be balanced for minimal resistance to flow and prevent outside air from entering into the building when fan is off.

F. The housing shall be constructed of aluminum, with a one piece spun aluminum wind band with four aluminum tie-down brackets and curb cap having integral deep spun inlet venturi and pre-punched mounting holes to ensure correct attachment to roof. A rubber curb seal shall be installed between fan and the roof curb.

G. Ventilators shall be adjusted according to manufacturer's instructions.

15500-3 143/2011-05 Rebid H. Gravity ventilator shall be supplied as shown on the contract drawings and be equivalent to Greenheck Model GRSI-24 providing 1,520 cfm at a loss of 0.05"w.g.

Schedule 15500-A Railroad Ave. Pump Station Louver and Damper Schedule

ID Description Intake Design Minimum Maximum Louver Damper Air Velocity Free Area Pressure (WxH) (WxH) cfm (fpm) Required Drop (sq.ft)

Model LV- Pump Room Integral 1, 520 926 1. 64 0. 15 ESD-603 104 Exhaust to fan 2 4"x24"

2.04 SIDEWALL EXHAUST FANS (DIRECT DRIVE)

A. Sidewall Exhaust Fan shall be installed where indicated on the contract drawings and schedules and shall be direct drive, axial type sidewall propeller fans.

B. Propellers shall be constructed with fabricated steel, fabricated aluminum, or cast aluminum blades and hubs. A standard square key and set screw or tapered bushing shall lock the propeller to the motor shaft. All propellers shall be statically and dynamically balanced.

C. Motors shall be permanently lubricated, heavy duty type, carefully matched to the fan load and furnished at the specified RPM, voltage, phase, and enclosure.

D. Motor drive frame assemblies and fan panels shall be galvanized steel or painted steel.

E. Drive frame assemblies shall be welded wire or formed channels and fan panels shall have pre-punched mounting holes, formed flanges, and a deep formed inlet venturi. Drive frames and panels shall be bolted construction or welded construction (level 2 & 3 fans only).

F. The axial exhaust or supply fans shall bear the AMCA Certified Ratings Seals for both sound and air

15500-4 143/2011-05 Rebid performance. Fans shall be Model S1-18-436-B3 as manufactured by Greenheck, Schofield, Wisconsin.

G. Sidewall exhaust fans shall conform to size and performance at the respective locations pursuant Schedules 15500-B.

Schedule 15500-B Pump Station Supply and Exhaust Fans

Minimum Fan Max ID Location CFM per SP Model Motor Type RPM Volt Ph Unit BHP Enclosure

Greenheck EF-100 Stairwell Exhaust 1520 0.43 Model: Sl- 0.5 1160 460 3 OPD 18-436-B3

PART 3: EXECUTION

A. Not used.

End of Section

15500-5 143/2011-05 Rebid THIS PAGE LEFT INTENIONALLY BLANK

15500-6 143/2011-05 Rebid SECTION 15505

ELECTRIC HEATING

GENERAL

01 WORK INCLUDED

The CONTRACTOR shall furnish all labor, equipment and materials necessary to install complete and place into operation the unit heaters listed on the drawings and herein.

Units shall be UL listed for safe operation, construction, and performance. Units shall be listed for use in U.S. for commercial and industrial installations.

Refer to Division 11 for the requirements that the equipment in this Division must meet the specific requirements of other Divisions and that the CONTRACTOR is responsible for informing manufacturers of these requirements.

Explosion proof units shall be 60 Hertz models and be Underwriters Laboratories Inc. listed for use in Class I, Division 1, and Group D Hazardous Locations, and shall be rated for National Electrical Code Temperature Code T3B, 165°F.

Unit heaters shall be manufactured under a registered ISO 9002 quality system.

Temperature limitations: Operational: -49°F to 104°F, Storage: -49°F to 176°F, Short term to 248°F

PRODUCTS

01 ELECTRIC UNIT HEATER

Cabinet

1. Units shall have a steel casing. Casing shall be treated to prevent corrosion and painted with a corrosion resistant, polyester powder coat grey- green finish.

15505-1 143/2011-05 Rebid 2. The casing shall consist of two circular steel covers bolted together with the heating element supports

3. The casing shall have four hanging brackets for use with threaded holes for 5/8" threaded rod suspension rods, see section G Mounting.

4- The back cover shall have a depression for motor mounting with opening s for cooling air circulation.

5. An internal shroud shall be provided around the heating element to ensure uniform airflow delivery across the entire face of heating elements. The enclosed motor and fan shall be isolated to minimize vibration and noise level.

6- Supply air shall be drawn and discharged through a side cover with a die formed venturi. Adjustable discharge louvers shall be provided to control the direction of airflow.

Elements

1- Elements shall consist of a nickel-chromium resistance wire surrounded with magnesium oxide and sheathed in steel spiral-finned tubes. Elements shall have kilowatt rating as specified in Schedule 15505-A.

Motors

1. Heaters shall have a single 208/230 volt/60Hz/lPh motor and propeller. The motor shall be totally enclosed, continuous duty, with automatic resetting, thermal overload protection.

2. Propeller fan shall be directly connected to the motor shaft and be statically balanced. Motor mounted to unit with rubber vibration absorbing material.

15505-2 143/2011-05 Rebid Electrical

1. Units shall have built-in contactors and control circuit transformers where required to provide single-source power connection.

2. The unit shall have two sets of contactors to provide for two-stage operation.

3. Built-in fuse blocks and factory-supplied fuses shall be installed on all models where applicable.

4. Heaters shall be designed for a single circuit with elements, motor and control circuits wired in accordance with the latest national electric code or applicable local codes and listed under UL Standard 2021. All three-phase heaters shall have balanced equal phases.

5. A wiring diagram and grounding lug shall be included in each control compartment.

6. Transformers shall be factory installed on all models with 460 volt, 3 phase power supply to permit 230 volt motor operation.

Controls

1. Thermostats shall be wall mounted. Thermostats shall be supplied by the manufactured and installed by the Electrical Contractor unless other wise noted in Division 16.

Mounting

1. Unit heaters shall be mounted for horizontal discharge using either threaded rod, pipe or wall mount bracket.

2. If ceiling suspension is not an option a wall mount bracket shall be used according to the manufactures requirements.

3. Threaded pipe suspension shall be used in conjunction with the pipe adaptor kit supplied by the manufacturer.

15505-3 143/2011-05 Rebid 4. CONTRACTOR shall verify all mounting applications with the Manufacturer to ensure the correct installation of a particular model.

G. Manufacturer

1. All unit heaters designated for use in non classified areas shall be equivalent to Modine PTE series.

PART 3 EXECUTION

3.01 ELECTRIC HEATERS

A. The Electric heaters shall be installed and wired in accordance with the manufacturers recommendations.

Conduits and wire are not shown on the drawings. The contractor shall be responsible for all conduit and wiring.

C, The CONTRACTOR shall install new wiring and junction boxes as needed for the proper installation of all electric heaters.

CONTRACTOR shall follow Division 16 requirements for all wiring and control specification in addition to this specification.

The installation of heaters shall conform to schedule 15505-A.

Schedule 15505-A Railroad Ave. Pump Station Unit Heaters

Air Heat Modine ID Location Btu/Hr kW Flow Throw Amps Model No. (CFM) (FT)

37. 6/ UH101 Pump Room 102,400 30 2, 575 75 PTE 300 19.5

NOTE: All Electric Unit Heaters shall be 480 Volt 3 Phase 60 Hertz

End of Section

15505-4 143/2011-05 Rebid SECTION 15852

GRILLS

PART 1 GENERAL

1.01 WORK INCLUDED

Furnish and install grills on ventilation duct work.

PART 2 PRODUCTS

1.01 Install grills at ventilation ducts. Grills larger then 24" in diameter shall be specially manufactured aluminum architectural grills manufactured by Price Industries, or approved equal.

PART 3: EXECUTION

A. Not used.

End of Section

15852-1 143/2011-05 Rebid THIS PAGE LEFT INTENTIONALLY BLANK

15852-2 143/2011-05 Rebid SECTION 15890

DUCTWORK

PART 1: GENERAL

1.01 WORK INCLUDED

A. Furnish and install ventilation supply and return air duct work where identified in the Contract Drawings and grills as indicated on drawings for the building and elsewhere as shown on the drawings. CONTRACTOR shall submit shop drawing to ENGINEER for approval for duct layout prior to fabrication.

B. Size and general location of ducts is shown on drawings. If it should be necessary to change size of any duct or relocate any duct due to structural conditions, do so in a manner which will not impede air flow or increase noise level of system. Any changes in ductwork shall be approved by the Engineer before being installed.

C. Size ductwork properly in making connections to equipment furnished under this contract. Furnish adapters, transition pieces, etc., as required. Make ductwork connections to air handling equipment with flexible connections at least 3" wide. Material for flexible connections shall be flame and mildew proof neoprene coated glass fiber cloth and shall weight at least 12 ounces per square yard. Apply sealing compound at both joints to prevent air leakage.

D. Ductwork shall be installed in best workmanlike manner. Interior of ducts shall be kept free of ragged edges and other obstructions which impede air flow and increase noise level. Caulk all joints and seams as required to assure that ductwork is airtight. Poor workmanship in this connection will be reason to reject ductwork system until corrected by this contractor at his expense. Ducts shall not rattle or pulsate under operating conditions.

PART 2: PRODUCTS

2.01 MATERIALS

A. Ductwork shall be constructed of galvanized sheet steel of thickness and construction in accordance with appropriate SMACNA Duct Manuals for the systems provided. All ductwork shall be installed in accordance with these

15890-1 143/2011-05 Rebid references which are made a part of this Specification. All exposed ductwork shall be primed by this contractor for finish painting by the Contractor.

B. Ductwork shall also conform to requirements of latest edition of NFPA Pamphlet 90A.

C. All ducts shall be constructed of sheet metal.

D. Horizontal ductwork shall be hung from structure using sheet metal strap hangers spaced no more than 8 feet on centers. Neatness and uniformity of strap hangers is of the essence. Submit shop drawings on strap hangers.

E. All ducts in finished spaces shall be concealed.

F. All hand dampers for balancing of air handling systems shall have quadrant type regulators located in accessible positions. Install where required for balancing air flow in systems.

G. Inside radius of rectangular duct elbows shall be at least 1/2 of dimension of duct in plane of turn. Where structural conditions prevent rounded elbows, and where shown or called for on drawings, install square elbows with turning vanes. Turning vanes shall be manufactured items similar to Barber Colman "Air Turns" or equal. Shop or field fabricated turning vanes will not be acceptable.

H. At all places where inside of ducts may be seen through grilles, etc., paint inside of duct with two coats of flat, black paint. Clean sheet metal surfaces thoroughly before painting.

I. Fire dampers with fusible links shall conform to requirements outlined in NFPA Pamphlet 90A. Furnish fire dampers where required by NFPA. Fusible links shall melt at no less than 200°F. Damper blades shall be 12 gauge black steel. Frames shall be rigid. Bearings shall be non-ferrous. Caulk space between duct and floor or wall where duct passes through with fire resistant materials. Provide access door at each fire damper for purpose of opening damper and replacing fusible link.

J. Access doors in lined ductwork shall be of two panel construction with one inch insulation between panels. Doors shall have two heavy steel butt hinges with tight pins and two heavy aluminum or brass sash locks. Doors shall have steel angle frames. Provide neoprene gaskets

15890-2 143/2011-05 Rebid between doors and frames. Access doors shall be airtight.

2.02 INSULATION

2.03 Insulate all supply and return air ductwork.

A. Ductwork shall be lined with glass fiber duct line 1" thick. Material shall be Owens Corning "Fiberglass" flexible, mat faced duct liner, 2 pound density, fire rating shall be as recommended by NFPA 90A or equal.

B. Carefully adhere lining to clean sheet metal with adhesive recommended by manufacturer for this purpose. Coated side of liner shall face air stream. Coat all exposed edges with adhesive. Duct surfaces over 24" in width shall have liner additionally secured with sheet metal screws and washers or stick clips, applied as recommended by liner manufacturer. Form metal and liner together. Note that duct sizes shown on Drawings are inside sizes. Increase sheet metal duct size in each dimension to compensate for thickness of lining. All adhesives shall be acceptable for use with air temperatures up to 190°F and velocities up to 3000 ft./min.

2.04 Material shall have minimum noise reduction coefficient as follows:

A. Frequency CPS Coefficient 1" Lining

B. 128 .12 C. 256 .38 D. 512 .70 E. 1024 .80 F. 1048 .79

G. Thermal conductivity shall not exceed .25 BTU/(hr.)(sq.ft.) (deg.F) for thickness of 1".

H. Thoroughly coat leading edges of liner with adhesive to prevent flaking.

I. Cap all ducts with sheet metal, screwed on, when they will be left for a period of more than one day during construction.

15890-3 143/2011-05 Rebid PART 3 : EXECUTION

A. Not Used.

End of Section DIVISION 16 - ELECTRICAL

SECTION 16010

ELECTRICAL WORK - GENERAL

PART 1: GENERAL

1.01 CONTRACT DOCUMENTS

A. The General Provisions of the Contract, including General and Supplementary Conditions and General Requirements, apply to the work specified in this section.

B. Carefully examine the General and Electrical Contract Drawings. If any discrepancies occur between the Contract Drawings or between the Contract Drawings and the specifications, report such discrepancies to the ENGINEER in writing and obtain written instructions as to the manner in which to proceed. No departures from the Contract Drawings shall be made without prior written approval of the ENGINEER.

C. The Contract Drawings and these Specifications are complementary; each to the other, and any labor or material called for by either whether or not by both, or necessary for the successful operation of any of the particular types of equipment furnished under this Contract, shall be furnished and installed.

D. The Contract Drawings are intended to indicate only diagrammatically the extent, general character, and approximate locations of the work included. Work indicated, but having minor details obviously omitted, shall be furnished complete to perform the functions intended without extra cost to the OWNER.

E. The CONTRACTOR shall familiarize himself with the other sections of these specifications in order that he may know the electrical requirements of these sections and be prepared to furnish all electrical work and materials required for equipment under those sections.

F. The CONTRACTOR shall, as hereinafter specified, submit a set of record Contract Drawings of electrical work upon completion of the work.

G. The numbers of conductors shown on the Contract Drawings are not necessarily the correct numbers required. As many conductors as required in each case shall be installed.

16010-1 143/2011-05 Rebid 1.02 DESCRIPTION OF WORK

A. The CONTRACTOR shall furnish all labor and materials and perform all work necessary for proper completion, operation and use of the electrical systems as herein specified and as shown on the Contract Drawings.

B. It is the responsibility of the CONTRACTOR that the system is balanced, phased-out, tested, adjusted, fully protected and coordinated.

C. The work shall include, but not necessarily be limited to, furnishing and installing the following items:

1. Temporary Electric 2 . Concrete Work for Electrical 3. Identification (cables, conduit & equipment) 4 . Support Structures 5. Raceways and Wire 6. Duct Banks 7 . Boxes 8 . Grounding 9. Panel boards 10. Transformers 11. Lighting & Lighting Control 12 . Safety Switches 13. Primary Electrical Service 14 . Stand-By Emergency Generator 15. SCADA System Components 16. Custom Controls 17 . Power System Study

D. Furnish and install all components of the listed systems as specified and indicated on the drawings.

1.03 RELATED WORK SPECIFIED ELSEWHERE

1. Section 01040 - COORDINATION 2. Section 01300 - SUBMITTALS 3. Section 01650 - FACILITY STARTUP/COMMISSIONING 4 . Section 02050 - DEMOLITION 5. Division 11 EQUIPMENT 6. Division 15 MECHANICAL

1.04 GENERAL/MECHANICAL CONTRACTOR (CONTRACT 2012-04)

A. Furnish and mount all electric motors and other devices for equipment furnished under the General/Mechanical contract.

16010-2 143/2011-05 Rebid B. Provide installation instructions, wiring diagrams, motor size information, etc. to the Electrical Contractor for all electrical equipment furnished as part of the General/Mechanical contract for installation by the Electrical Contractor.

C. Furnish instrumentation associated with other process equipment as designated on the drawings and specifications; including sensors, transmitters, controllers and recorders. Furnish and install mounting brackets for field mounted sensors and transmitters.

1.05 CONTRACTOR DEFINITION

A. All references to "CONTRACTOR" throughout these Division 16 specifications refers to the CONTRACTOR responsible for the work defined by Contract 2012-05, the Division 16 Specification Sections and the associated Electrical Drawings, except where another Contractor is referred to specifically, for example, General/Mechanical CONTRACTOR.

1.06 PROTECTION OF ELECTRICAL EQUIPMENT

A. Electrical equipment shall be protected from the weather, especially from water dripping or splashing upon it, at all times during shipment, storage and construction.

B. Should any apparatus be subjected to injury by water, it shall be dried out thoroughly and put through a special dielectric test as directed by the manufacturer, at the expense of the CONTRACTOR, or shall be replaced by the CONTRACTOR without additional charge.

C. Electrical equipment shall also be protected from dust, dirt, debris, etc. by suitable care and/or covering until the work is completed and turned over to the OWNER. If any damage is caused by exposure to these hazards, the equipment shall be repaired, cleaned, painted or replaced, as necessary, without additional charge to restore it to its proper condition.

D. The CONTRACTOR shall take necessary precautions to protect his materials and equipment from damage. After completion of his work, the CONTRACTOR shall clean all electrical equipment and enclosures inside and out.

E. The manufacturer shall package all materials for delivery to the job site to prevent damage during shipment, handling and storage prior to installation.

16010-3 143/2011-05 Rebid F. All materials including conduit shall be stored in a clean dry building or trailer. Materials shall not be stored on the ground with plastic cover to shed the elements.

G. Storage or installation of electrical equipment inside buildings or structures prior to completion of a watertight roof is not acceptable. Conduit may be installed if all open ends are sealed watertight at the end of each day's work.

1.07 COORDINATION

A. These specifications and accompanying drawings are mutually explanatory and anything required by one but not by the other shall be considered as required by both. Where the requirements differ or are contradictory between the various parts of the specifications, different drawings or parts of drawings or between the drawings and the specification, the more restrictive (larger size, greater rating, more options, etc.) shall apply.

B. Drawings indicate diagrammatically the desired arrangement and the approximate location of principal conduit, wiring, apparatus and equipment. Runs of conduit and locations of equipment are shown distorted on drawings to avoid confusion. The CONTRACTOR shall verify measurements, access openings dimensions, equipment space requirements, etc., on the job site. The entire installation shall be made in a manner to avoid obstructions, to preserve headroom, keep openings clear and to overcome local difficulties and interference with structural conditions and with other trades.

C. If installed work interferes with the work of others, it shall be corrected by the CONTRACTOR.

D. Pre-occupation of a space by a Contractor does not give the CONTRACTOR the right to the space. All work must be coordinated with other Contractor's and trades in advance of installation.

E. The work under this section of the Specifications shall be performed so that the progress of the entire project, including all trades, shall not be delayed nor interfered with. Material and equipment shall be installed as fast as conditions will permit.

16010-4 143/2011-05 Rebid F. The electrical work shall be coordinated with the other trades to avoid any conflicts of equipment. Any conflicting conditions shall be resolved with the ENGINEER before installation.

1.08 EQUIPMENT INTERFACE COORDINATION

A. The plans and schematic drawings show the required control connections and interfaces between the various control panels and devices, however, during the construction process some products may be substituted by the General/Mechanical CONTRACTOR, the manufacturer may change his product, etc.

B. The CONTRACTOR shall be responsible for coordinating with the General/Mechanical CONTRACTOR and for reviewing all submittals to verify that they conform to the electrical requirements of other devices to which they are connected. Where discrepancies are noted, the CONTRACTOR shall:

1. Inform the General/Mechanical CONTRACTOR so that the proper equipment will be supplied, OR

2. Where the equipment specified will not work properly, inform the ENGINEER prior to final shop drawing review to allow changes to make the devices compatible.

3. Provide necessary materials and equipment to interface the incompatible devices. Added materials will require the approval of the ENGINEER. All costs shall be borne by the CONTRACTOR.

4. After equipment and materials have arrived on the job site, the CONTRACTOR shall be responsible for all materials and work required for proper interface and operation.

1.09 TEMPORARY ELECTRICAL

A. The electrical CONTRACTOR shall furnish and maintain temporary electric power for the pump station construction activities. The extent of the temporary electrical power is intended for small hand tools and lighting throughout the entire project site for use by all contracts on this project.

16010-5 143/2011-05 Rebid B. The CONTACTOR shall furnish and install any necessary electrical distribution equipment. The CONTRACTOR shall provide temporary electrical power distribution and lighting as required to meet all applicable codes and to properly complete the work.

C. All temporary electrical work shall meet the requirements of NFPA 241, NFPA 70 (National Electrical Code) and the applicable sections of the Federal Department of Labor, Occupational Safety and Health Regulations for Construction as contained in the Federal Register, Volume 36, Number 75, dated April 17, 1971, or the latest revisions thereof.

D. Power for construction trailers, where required, shall be arranged, paid for, installed and maintained by the individual contractor requiring the services.

E. Electrical requirements for welders, electric heat, pumps and other large or unusual loads shall be provided by portable engine driven equipment furnished and paid for by the specific trade or Contractor requiring the service or powered from a special temporary electrical service, installed and maintained by the individual Contractor requiring the service.

F. The CONTRACTOR shall remove and dispose of all temporary facilities upon completion of the project.

1.10 QUALITY ASSURANCE

A. All material shall be new and shall conform to the standards of the Underwriter's Laboratories, Inc., in any case where such a standard has been established. In case of assemblies, the components shall be Underwriter's Laboratories, Inc. listed for use as an integral part. In addition all materials shall conform to applicable NEMA, ANSI, and Federal Specifications requirements.

B. The entire installation shall be made in conformance with the requirements of the latest publications of:

1. National Fire Protection Association (NFPA) 2. National Electrical Code (NEC) 3. National Electrical Safety Code (NESC) 4. National Electric Manufacturers Association (NEMA) 5. Institute of Electrical and Electronic Engineers (IEEE) 6. Occupational Safety and Health Administration (OSHA)

16010-6 143/2011-05 Rebid 7. Applicable state and local codes and ordinances.

C. The CONTRACTOR shall coordinate with the local inspection authority, throughout the course of the construction, to make sure that all installation methods and materials meet the inspection authority's requirements.

D. After completion of all work, the CONTRACTOR shall have the installation inspected and certified by the local inspection authority. Any rework necessary to obtain approval shall be at the expense of the CONTRACTOR.

E. The CONTRACTOR shall pay all charges and fees associated with inspection and certification of the electrical work.

1.11 CODES

A. All work shall be executed in strict conformance to the requirements of the latest edition of the following codes and standards:

1. National Electrical Code 2. National Bureau of Standards Handbook H-30 3. State and Local Codes, and all other authorities having jurisdiction 4. Underwriters' Laboratories, Inc. 5. American National Standards Institute, Inc. 6. Institute of Electrical and Electronic Engineers 7. National Electrical Manufacturer's Association 8. National Board of Fire Underwriters 9. Insulated Cable Engineers Association 10. International Electrical Testing Association 11. American Society for Testing Materials and Specifications 12. National Fire Protection Agency, 820 13. Federal Department of Labor Occupational Safety and Health Standards as contained in the Federal Register Volume 36, Number 105, dated May 29, 1971, or the latest revision thereof

B. If the CONTRACTOR performs any work contrary to any of the above codes and regulations, he shall be held fully responsible for such violations, and shall assume any and all costs arising therefrom to conform to them.

1. 12 PERMITS AND FEES

A. The CONTRACTOR shall obtain all permits, pay all fees and furnish the ENGINEER with evidence of the permits before

16010-7 143/2011-05 Rebid commencing the Contract work. A certificate of inspection shall be submitted, properly executed, to the ENGINEER prior to final acceptance of the work. Certificates shall be issued from inspection agencies acceptable to the local electrical utility, local municipality, County, State or any other governing body having jurisdiction. Required certifications may include electrical permits/inspections or fuel storage tank registrations.

1.13 OBTAINING INFORMATION

A. The CONTRACTOR shall obtain detailed information from the manufacturers of the equipment that he is to furnish and install, as to the proper method of installation. Shop drawings of all equipment shall be examined for service and outlet locations. Any conflict shall be brought to the attention of the ENGINEER for resolution. Failure to do so prior to installation will require the CONTRACTOR to make changes at his own expense as may be required by the ENGINEER.

1.14 SHOP DRAWINGS

A. Submittal procedures of Shop Drawings shall be in accordance with Section 01300 of these Specifications.

B. The CONTRACTOR shall prepare and submit shop drawings for the Division 16 work. Submit shop drawings for all electrical equipment and materials furnished, including basic items such as wire, conduit, boxes, etc.

C. Detailed shop drawings, catalog cuts, and specifications shall be submitted to the ENGINEER for approval. Any materials purchased without final shop drawing approval in writing, shall be the full responsibility of the CONTRACTOR.

D. Each shop drawing submitted shall bear the CONTRACTOR'S approval and shall be accurately identified as to the exact location and usage. The CONTRACTOR shall review the shop drawings prior to submission and verify that they are complete, including the following minimum information:

1. complete construction details including dimensions, materials, and finishes 2. diagrams or illustration showing physical characteristics 3. performance data

16010-8 143/2011-05 Rebid 4. description of operation 5. name of laboratory by which item will be labeled, certified, or listed 6. Where applicable, wiring diagrams showing the connections of all components of related equipment, including but not limited to the following:

a. Motor Control Centers, Starters, Circuit Breakers and Overloads b. Panelboards, Circuit Breakers, Panelboard Cards c. Disconnects and Safety Switches d. Transformers e. Wire, Cable and Control Wire f. Conduit g. Control Panels, Instrumentation and Control Devices

Make the corrections indicated on the returned shop drawings and resubmit corrected copies for final review, furnishing such other copies that may be needed. No work shown on shop drawings shall be started until they have been returned with no exceptions taken.

1. Samples of any particular items shall be submitted for examination, when required by the ENGINEER. 2. No substitution of materials shall be permitted except where such approval is given by the ENGINEER in writing. 3. All control and wiring diagrams shall be complete with the following information (as applicable): 4. Sequence of operation. 5. Sequence of interlocking. 6. Operation of alarms. 7. Terminal numbers. 8. Identification of all devices in the circuit. 9. Location of all devices in the circuit. 10. Manufacturer's data (make and model) on all devices in the circuit. 11. All other such pertinent information pertaining to system components, control functions and wiring requirements.

The CONTRACTOR shall prepare and submit detail layout drawings for all work to be built-in and other portions of the work requiring dimensional coordination with other Contractors.

16010-9 143/2011-05 Rebid G. Manufacturer's data shall include ratings, dimensions, model numbers, options, etc., to allow for a review to determine conformance with the contract documents.

H. Prior to forwarding submittals for review, the CONTRACTOR shall verify that the equipment proposed interfaces properly with all associated devices such as control panels, panel boards, electric power source, etc.

I. 15 JOB SITE DOCUMENTS

A. The CONTRACTOR shall keep up-to-date at a central job site location a complete set of prints, specifications, shop drawings, job correspondence, etc. including all change orders and modifications. These documents shall be neatly indexed and filed and shall be available on the job site for use by the CONTRACTOR'S personnel and for examination by the ENGINEER.

B. The prints shall be corrected daily to show every change from the original plans and specifications. Changes shall be made in RED INK. This set of prints shall be used by the CONTRACTOR as a reference in preparation of the as- built documents. See RECORD DOCUMENTS for as-built drawing requirements.

1.16 SUBSTITUTIONS REQUIRING ADDITIONAL WORK

A. Electrical work is designed for specific acceptable items of equipment and systems. If, by substitution of an alternate item or system, extra work is involved, it shall be the responsibility of the CONTRACTOR and he shall assume any and all costs for such extra work. The allowance of a substitute item or system shall in no way relieve him of full responsibility for the work.

1. 17 TESTING

A. Provide any tests of equipment, wiring or insulation deemed necessary by an inspection department or by the ENGINEER and provide all apparatus, meters, materials, and labor required to make such tests. Remove any material or equipment that is found to be defective during the tests and replace at no additional cost to the OWNER.

B. Test all equipment which is furnished to this CONTRACTOR by other parties in the presence of an authorized representative of such part to determine whether or not

16010-10 143/2011-05 Rebid the operation is satisfactory and that the equipment performs the function intended.

1.18 RECORD DRAWINGS

A. The ENGINEER will provide one set of prints which shall be maintained by the CONTRACTOR at the site, on which the CONTRACTOR shall mark clearly (in RED INK), promptly and accurately as the work progresses, the work as actually installed, including any and all revisions. At the completion of the work, the CONTRACTOR shall submit to the ENGINEER the complete set of annotated Contract Drawings.

B. Submittal procedures shall be in accordance with Section 01300 of these Specifications

C. Markings on the record Contract Drawings shall be done in RED INK and show all changes as well as the actual plan location and elevation of all underground and concealed conduits. After verification, the ENGINEER will submit the record Contract Drawings to the OWNER. Non­ availability of record Contract Drawings or inaccuracies therein shall be grounds for postponement of final payment, until such time as the discrepancy or availability has been corrected.

D. All operating instructions, parts lists, shop drawings and maintenance instructions for material and equipment furnished by the CONTRACTOR shall be neatly bound in three (3) sets and turned over to the ENGINEER at the completion of the project.

E. At the completion of the work, the CONTRACTOR shall produce as-built documents and submit them to the ENGINEER for review and approval.

F. The as-built documents will be reviewed by the ENGINEER for completeness and accuracy. After the ENGINEERS review comments have been incorporated, the CONTRACTOR shall provide a set of final as-built documents to the OWNER.

1.19 INSTRUCTIONS

A. The CONTRACTOR shall thoroughly instruct the OWNER'S representative in the proper operations of all systems. Manufacturer's representatives and other skilled personnel necessary shall be retained as long as necessary for the purpose.

16010-11 143/2011-05 Rebid B. The CONTRACTOR shall collect three (3) sets of complete instructions for operation and maintenance of all equipment, spare parts lists, fixtures, line per wire diagrams, and systems for all pieces of equipment furnished under this Contract.

C. Bind the data in a commercial quality 8 1/2 x 11-inch three-ring binders with cleanable hardback plastic covers. When multiple binders are used, correlate data into related consistent groupings. Identify each binder with typed or printed title "OPERATION AND MAINTENANCE INSTRUCTIONS", list title of Project and identify subject matter of contents. Prepare Table of Contents for each binder; arrange content by system and suitably indexed. Upon conclusion of the work, deliver three (3) sets of binders to the OWNER.

1.20 IDENTIFICATION

A. The equipment nameplates shall identify the name of the equipment, and the control or the usage of the device.

B. Submit a type written list of nameplates for approval before ordering. All nameplates shall be exclusively as described above.

C. Refer to paragraph 2.02 for additional requirements.

1.21 LOCAL CONDITIONS

A. All cutting and patching shall be done in a thoroughly workmanlike manner.

B. The CONTRACTOR shall investigate each space in the building through which equipment must pass to reach its final location. If necessary, the manufacturer shall be required to ship material in sections sized to permit passing through such restricted areas in the building.

End of Part 1

16010-12 143/2011-05 Rebid PART 2: PRODUCTS

2.01 GENERAL

A. All materials shall be new, of first quality, and shall conform to the standards of the following:

1. Underwriter's Laboratories, Inc. 2. National Electrical Manufacturer's Association 3. Insulated Cable Engineers Association 4. American National Standards Institute 5. Institute of Electrical and Electronics Engineers 6. American Society of Testing Materials

B. In every case where such a standard has been established for the particular type of material in question. Where no specific make of materials, apparatus and/or equipment is mentioned hereinafter, any first-class product of reputable manufacturer may be used provided such product conforms to the Contract Drawings and Specifications and has a written approval of acceptance by the ENGINEER.

C. Where there is more than one item of similar equipment required under this Contract, all such similar equipment shall be the product of one manufacturer.

D. All articles shall have the name or trademark of the manufacturer and rating in volts and amperes or other proper units marked where they can be observed readily after the device is installed.

E. Defective equipment or equipment damaged in the course of delivery, installation or test shall be replaced or repaired in a manner meeting the approval of the ENGINEER.

F. Where equipment is identified on the drawings or in these specifications as stainless steel, the grade of stainless steel shall be ASTM 316. Enclosures identified as NEMA Type 4X shall be 316 stainless steel unless otherwise noted.

2.02 IDENTIFICATION

A. Each panelboard, disconnect switch, starter, control station, control panel, instrument, transmitter, etc. shall be labeled to indicate the name of the equipment controlled, load served, designation letter, voltage and phase, etc. The final wording shall be submitted for review by the ENGINEER.

16010-13 143/2011-05 Rebid B. Tags and labels required in paragraph "A" above shall be engraved laminated phenolic plastic type with 1/4" high letters. The tags and labels shall be permanently attached to the various devices. (I.e. rivets, screws, etc.) The method used for attachment shall not reduce or diminish the environmental rating of the equipment or its enclosure.

C. All equipment shall be appropriately labeled to warn of potential safety hazards.

D. Each automatic electric motor or other automated electrical device with moving parts shall have a sign warning of automatic remote starting. Emed Co., Inc. metal backed plastic sign, 7" x 10", #5250 or equal.

E. See specific Sections for additional identification requirements.

2.03 GUARANTEE

A. The CONTRACTOR shall guarantee all equipment and material furnished under this specification for a period of eighteen (18) month's after the date of substantial completion. Equipment manufacturer's warranties shall be passed on to the OWNER. Should any defects appear within this period, the CONTRACTOR shall repair or replace said defects or any damage to building or contents caused by defective workmanship or equipment, and shall make immediate adjustments at no cost to the OWNER.

B. The CONTRACTOR shall furnish maintenance and callback service for the equipment provided by him for a period of eighteen (18) month's after the building is substantially complete. This service shall include regular examinations of the installation by competent and trained employees of the CONTRACTOR, and shall include all necessary adjustments, cleaning, supplies and parts to keep the equipment in good operation, except parts made necessary by misuse or accidents not caused by the CONTRACTOR.

End of Part 2

16010-14 143/2011-05 Rebid PART 3: EXECUTION

3.01 GENERAL

A. All work shall be executed in a workmanlike manner, and shall present a neat and mechanical appearance when completed.

B. The CONTRACTOR shall verify door swings and the exact location and mounting heights of all devices, etc. with the ENGINEER before installation. Any work installed contrary to or without approval of the ENGINEER shall be subject to change as directed by the ENGINEER and no extra compensation will be allowed therefor.

C. Surface-mounted panel boxes, junction boxes, conduit, etc. shall be supported by spacers to provide a clearance (Approximately H") between the wall/backpanel and the equipment.

D. The CONTRACTOR shall check the load balance on the phases of the various systems and reconnect where necessary as approved by the ENGINEER to provide equal division of the loads between the phases of the various systems.

3.02 INSTALLATION STANDARDS

A. The installation of all materials and equipment for the electrical work shall comply with the "National Electrical Contractor's Association Standard of Construction". All work shall be completed in a neat, thorough, clean and workmanlike manner.

B. Installation of materials shall comply with the manufacturer's recommendations.

C. The CONTRACTOR shall supply all auxiliary equipment, frames, supports, access panels, and other devices required for proper installation and operation of equipment furnished and installed by him.

D. Concrete anchors shall be expansion type or sleeve type anchors installed according to the manufacturers instructions.

E. Plastic anchors, self tapping concrete screws and powder actuated fasteners are not acceptable and shall not be used for the support of any permanently installed equipment.

16010-15 143/2011-05 Rebid 3. 03 PERSONNEL STAFFING LEVELS

A. The minimum number of personnel on-site shall be one (1) qualified electrician throughout the construction period. An electrician shall be on-site every workday (Monday through Friday except for holidays) which the General/Mechanical Contractor has personnel on-site for a regular workday. The minimum time on site each day shall be 4 hours (starting at 7:00AM or 8:00 AM).

B. Additional electrical personnel shall be on-site as required to meet the requirements of the Contract Documents.

3.04 SEQUENCE OF WORK

A. The CONTRACTOR shall review the overall construction requirements and schedule his work to coordinate with the work of the General/Mechanical Contractor and the requirements of Division 1 of the specifications.

3.05 PHASE IDENTIFICATION

A. Wires 8 AWG and smaller shall have continuous colored outer covering.

B. Wires 6 AWG and larger shall be identified at all periods of termination by colored, gummed or plastic tape applied to the wires as follows:

Applicable System Voltage Phase A Phase B Phase C

208 V, 3 phase, 4 wire Black Red Blue 480 V, 3 phase, 4 wire Brown Orange Yellow

C. Grounded conductors shall be white.

D. Equipment ground conductors shall be green.

E. The same colors shall be used for the same phases throughout the entire project.

F. Color coding for multi-conductor or control cables shall comply with the ICEA, E-2 color sequence.

G. Bus bars in switchboards, motor control centers, and panelboards shall be properly identified by the color codes specified for the various voltages.

16010-16 143/2011-05 Rebid H. Every coil or reel of wire shall bear the manufacturer's name, the Underwriters' label, type, voltage, size, length and manufacturing date, and shall be delivered to the job in original containers for inspection. Wire shall be manufactured in the U.S.A.

3.06 EQUIPMENT LOCATIONS

A. In control room areas all receptacle outlets, wall switches and associated conduit shall be concealed in the wall construction, however, other equipment and wiring must be surface mounted. All equipment specifically designed for surface mounting shall have surface conduit regardless of the location.

B. Equipment locations shown on the drawings may change due to interference problems, equipment design, etc. The CONTRACTOR shall verify the locations of devices and equipment installed by other Contractor's prior to final rough in. Adjust conduit layouts as required to compensate for changes.

3.07 ACCESS TO EQUIPMENT

A. All devices and equipment shall be located to allow easy access for operation, maintenance and repair. Access shall be from the floor without the use of ladders except for devices that must be concealed above a ceiling. The equipment locations shall be reviewed with the work of other trades and contracts to verify that adequate working space will remain after all equipment is installed.

B. Where devices and equipment are installed in non- accessible ceilings or wall construction, flush mounted access panels shall be furnished and installed by the CONTRACTOR. Where equipment is installed by the CONTRACTOR in attics, crawl spaces and the like, the CONTRACTOR shall provide lighting, 120 VAC power receptacles where none exist.

C. Where equipment locations shown on the drawings deny adequate access, the CONTRACTOR shall notify the ENGINEER to allow for review and adjustment of the location.

3.08 CONCRETE WORK FOR ELECTRICAL

A. The Electrical Contractor shall complete all concrete work required by the electrical drawings including but not limited to:

16010-17 143/2011-05 Rebid 1. Housekeeping pads under the motor control centers and other electrical equipment.

2. Bases for support structures where a building or other suitable mounting structure is not available.

3. Repair and patchwork associated with any electrical equipment installation or demolition.

B. All concrete work shall comply with the requirements of Division 3 CONCRETE WORK of the General/Mechanical specifications.

3.09 SUPPORT STRUCTURES

A. The CONTRACTOR shall provide support structures for mounting electrical control panels and other equipment where there are no buildings or other structures suitable for mounting and support of equipment and where shown on the drawings.

B. The support structures shall be fabricated by welding aluminum angle as required for proper support of the various panels, equipment and conduit runs. The aluminum angle dimensions shall be L3" x 3" x 3/16" for structures with horizontal dimensions of 36" or less and L4" x 4" x H" for structures with horizontal dimensions greater than 36". A 1/4" thick aluminum equipment mounting plate shall be welded to the angle structure. Base plates shall be 12" x 12" x 3/4" with welded connections and four 1/2" stainless steel anchor bolts on each leg.

C. Where a support structure is located in an area where a concrete base (i.e. floor) does not exist, a concrete foundation shall be provided at each leg of the support structure. The foundations shall consist of a 20" diameter by 48" deep reinforced concrete shape (minimum) extending 2" above grade or as shown on the drawings.

D. Where a support structure is located in area where a concrete base is available, each leg shall be securely anchored into the concrete with suitable anchor bolts extending at least four inches into the concrete on top of a concrete grout pad to keep the base at least two inches above the concrete.

E. The dimensions of the support structure shall be as required to mount the equipment on one side and shall provide 20% spare mounting space to accommodate future changes. Minimum sizes are shown on the drawings.

16010-18 143/2011-05 Rebid 3.10 SLEEVE OPENINGS, CUTTING AND PATCHING

A. The CONTRACTOR shall provide all sleeve holes and other openings through any part of the various buildings and structures.

B. The CONTRACTOR shall be responsible for all cutting and patching required to accommodate his work.

C. Structural members and tank walls shall not be cut without consent from the ENGINEER. Patching shall match the original conditions.

3.11 SEALING OPENINGS

A. All sleeve holes or other openings in outside walls shall be sealed to prevent any water seepage through these openings. All locations where wall sleeves pass through exterior structure walls or tank walls shall have cast iron, HDPE or steel sleeves installed. The sleeves shall be complete with water stop.

B. Where sleeve openings enter spaces through walls at a location below grade, the space between the conduit and the wall opening shall be sealed with a mechanical type seal. The mechanical seal shall be a modular type consisting of synthetic rubber link shaped to continuously fill the annular space between the pipe and the wall opening. The closure shall be water tight when the bolts are tightened. The bolts shall be 316 stainless steel. The seal shall be "Link Seal" manufactured by Thunderline Corporation of Wayne, Michigan or equal.

C. All sleeves or other openings penetrating roofs shall be suitably flashed and sealed in accordance with the requirements of the Section on Roofing.

D. All conduits entering or leaving hazard areas shall have properly sized and rated seals installed near the point of penetration.

3.12 PAINTING

A. All unpainted equipment, including exposed steel conduit and equipment which has its finish damaged during the course of construction shall be painted.

B. Enclosures made of PVC or stainless steel do not require paint.

16010-19 143/2011-05 Rebid C. Touch-up paint shall be supplied for all equipment furnished under this contract. A minimum of one pint or one 12 oz. can of spray paint shall be furnished for each different paint type/color supplied.

3.13 TESTING

A. When electrical service conductors and branch feeders are installed, the voltage and phase relationships shall be verified prior to energizing loads.

B. Test all motors for proper phase rotation prior to energizing.

C. See additional requirements noted in the various Sections.

3.14 DEMONSTRATION

A. The CONTRACTOR shall demonstrate to the OWNER, or his representative, the proper use, operation and maintenance of all equipment furnished and installed under Contract 2012-05.

B. The demonstration shall include written materials, diagrams, hands-on instruction and other aids.

C. The demonstration shall pay particular attention to all safety-related aspects.

D. See additional requirements in appropriate Sections.

End of Part 3

End of Section

16010-20 143/2011-05 Rebid SECTION 16020

POWER SYSTEM STUDY

GENERAL

01 SCOPE OF WORK

The CONTRACTOR shall provide a complete power system study for the Borough of Sewickley Railroad Avenue Pump Station. The work shall include the following:

1. Electrical Service

The power system study shall include the flowing:

1. Determination of system operating modes and conditions that can impact short circuit currents and arc flash hazard energy levels.

2. Perform a short circuit and equipment duty study to verify that equipment is rated to safely handle short circuit currents without creating hazardous conditions.

3. Perform a protective device coordination study and review to help ensure proper electrical system reliability and to determine if arc flash hazard energy levels can be reduced.

4. Perform an arc flash hazard analysis study to determine arc flash energy levels and Personal Protective Equipment (PPE).

5. Provide a copy of the power system model and database electronic file used to perform the analysis.

The analysis and procedures shall comply with the latest edition of the following standards and recommended practices for power system studies.

1. IEEE-242 "Buff Book" Protection and Coordination of Industrial Power Systems 2. IEEE-399 "Brown Book" Power System Analysis 3. IEEE-141 "Red Book" Electric Power Distribution for Industrial Plants

16020-1 143/2011-05 Rebid 4. NFPA-70E, Standard for Electrical Safety in the Workplace, specifically:

a. Article 205.3, 120.2(F)(1): Updated and verified one-line diagram for all electrical distribution voltages including all sources for lock-out and tag out procedures.

b. Article 400.5, 400.6: Updated short circuit and equipment duty verification study showing all electrical equipment is properly rated to withstand and interrupt the available short circuit duty per ANSI Standards and NEMA/UL/NEC requirements.

c. Article 400.6, 410.9: Updated protective device coordination study showing the system protective devices are properly set to coordinate and clear a fault without extensive equipment damage or personnel risk.

d. Article 130.3(A)(B), 110.8: Updated arc flash study providing maximum incident energies, arc flash boundaries, and PPE requirements for equipment in each facility.

e. Article 130.16(E), 400.11, 400.14, 400.21(C)(2), 410.8: Updated labeling displaying the worst-case arc hazard values for equipment in each facility.

1.02 DATA COLLECTION

A. Field data collection for all existing equipment shall be performed by a qualified consultant to ensure accurate equipment modeling.

B. The consultant shall review all the BOROUGH safety requirements and shall comply with all requirements.

C. Equipment shall be visually inspected to collect the necessary nameplate data used in the analysis. The consultant shall be responsible for visual verification of this data, including transformers, switchgear and breakers, relays, direct-acting trip units, etc.

16020-2 143/2012-04, 05 D. The BOROUGH will provide qualified personnel to show the consultant equipment locations and to open all equipment doors, locks, etc. necessary to collect nameplate data.

E. Where equipment data is available from the BOROUGH on updated drawings or in database format, consultant may use this data in building the model, but shall field verify information when necessary.

F. Data collection shall include the utility service (including primary relaying and/or fusing) down through the main distribution panel.

G. The consultant shall obtain from the utility the minimum, normal, and maximum operating service voltage levels, three-phase short circuit MVA and X/R ratio, as well as line-to-ground short circuit MVA and X/R ratio at the point of connection as shown on the drawings.

1.03 SYSTEM MODELING

A. The facility's system model shall be developed using Operation Technologies' ETAP PowerStation analysis software. To ensure compliance with NFPA-70E Latest Edition, ANSI, and IEEE Standards, and OSHA mandates, no exceptions or substitutions to the performance specification are allowed.

B. The system model shall be laid out in one drawing/view and in a manner that provides for easy viewing of all analysis results. The one drawing/view requirement ensures that problem areas found and highlighted by the program are easily seen and not hidden or buried in multiple drawings, eliminating potential human errors where multiple drawing verification is required.

C. All one-line symbols shall be spaced properly to facilitate viewing results on the one-line.

D. Equipment names used in the modeling software shall be identical to the equipment and naming convention shown on the contract drawings and equipment unless conflicts exist. The consultant shall bring all naming convention conflicts or deficiencies to the

16020-3 143/2012-04, 05 attention of the ENGINEER and/or OWNER for clarification.

E. The BOROUGH may have multiple operating conditions, including, but not limited to, generation on/off, shutdown, bus-ties, start-up, emergency operation, etc. The consultant shall discuss facility operation with the BOROUGH to determine the possible operating modes of the system. Each of the operating modes shall be documented and modeled in the software in order to determine the worst-case arc flash hazard and associated parameters for the electrical equipment. For the purpose of bidding, consultant shall assume that up to four (4) operating modes are possible.

F. Project files created by the software shall be single files and not project directories containing multiple files. The file shall be self-contained and have all necessary information to describe the one-line, system data, settings, and analysis information. Files shall be easily transferable to any site via Email or flash drive and operable with no setting changes to the database file to eliminate the maintenance and administrative problems associated with multi-file project directories, and to provide an easy method to transfer the file for engineering review.

G. Lumped motor groups for MCC's shall be modeled per IEEE standards using groups >50 Hp, and <50 Hp. Where motor list data is not available, single lumped groups may be modeled per IEEE-141 "Red Book".

H. All low voltage power circuit breaker (LVPCB), insulated case (ICCB), molded case (MCCB) and fuse data shall be modeled based on the actual nameplate data including manufacturer, type, style, trip device, and actual settings. Generic substitutions or assumptions shall not be allowed unless data cannot be field verified. All assumptions shall be documented in the report.

I. All relay data shall be modeled based on the actual nameplate data including manufacturer, type, style, trip device, and actual settings. Generic substitutions or assumptions shall not be allowed unless data cannot be field verified. All assumptions shall be documented in the report.

16020-4 143/2012-04, 05 J. All overcurrent relay types for the distribution system shall be modeled on the one-line diagram (and database) including phase and ground overcurrent, differential, residual, ground neutral, etc. to establish a complete and detailed system model where protective device data can be easily modified and updated by the facility and all data is available for a comprehensive protective device coordination study if required in the future.

K. Relay models shall depict the actual connection requirements.

L. Multi-function relays shall have all their overcurrent devices modeled in a single device and shall be able to accept multiple CT's.

M. All equipment modeling must have a corresponding one- line diagram symbol.

N. All system modeling shall conform to accepted modeling practices as outlined in IEEE-399 "Brown Book". The consultant may provide more advanced modeling techniques where compliance with the specification is maintained.

1.04 MODEL VERIFICATION

A. The system model shall be verified by reviewing the results of short circuit current flows for all buses/equipment in the system. The results shall be viewed on each branch and total flow into a bus/equipment on the system one-line diagram. The purpose is to visually spot check all locations with recognized industry benchmarks as to the expected amount of short circuit current, and correct any problem areas.

1.05 SHORT CIRCUIT STUDY

A. A short circuit study shall be performed to verify all equipment duties in each system. The calculations shall comply with ANSI C37.010, C37.13, C37.5, IEEE- 141, and IEEE-399. The short circuit study shall verify the system electrical equipment is properly rated to withstand and interrupt the expected bolted

16020-5 143/2012-04, 05 and arcing faults in the system. Improperly rated and applied equipment may not protect personnel against arc flash hazards even if properly applied PPE is used. The software program must comply with the above standards in order to properly verify equipment installed in North America. No substitutions will be allowed.

B. The equipment duty verification shall determine both the line side and load side fault current through each equipment and use the highest current to verify equipment ratings. Standard bus faults are not acceptable for protective devices in that they do not accurately model the current through the device and consequently they provide erroneous results. For solidly grounded systems, both three-phase and single- line-to-ground faults should be modeled. For other grounding configurations only a three-phase fault is required.

C. Equipment duty results shall be graphically displayed on the electrical one-line as well as tabular report format.

D. The results of the equipment duty verification tabular format report shall provide the following data:

1. Equipment name and kV 2. Manufacture, type, style, and ratings of the device 3. Actual line or load side currents through the device and percent over/under duty 4. Flag for the device showing VIOLATION or WARNING level for visual identification

E. A report of all problem areas shall be provided. Consultant shall notify the ENGINEER immediately of all problems found in each system before proceeding in the study. A recommended action list shall be provided for all underrated equipment in each system.

1.06 PROTECTIVE DEVICE COORDINATION (PDC) STUDY

A. A PDC study shall be performed in order to provide optimal system protection characteristics to provide reliable power for the facility. The PDC study shall also determine the optimal settings to provide proper

16020-6 143/2012-04, 05 personnel protection in the arc flash portion of this study.

The PDC study shall consist of selecting several key areas in each system and plotting the time-current curves (TCC's) to verify proper selective operation of the protective devices. The study shall also determine if the settings could be enhanced to provide increased personnel/equipment protection without sacrificing selective coordination. The consultant shall determine in conjunction with the ENGINEER the areas to be reviewed.

The consultant shall notify the ENGINEER of any potential problems in the protective device settings that affect either selective operation and reliability or personnel protection before continuing with the study.

As specified in the data collection and modeling sections, all PDC data shall be modeled on the one- line diagram and in the equipment database.

The consultant shall contact the serving utility and obtain protective device settings for all service entrance overcurrent devices in series with the facility and affecting coordination with the facility's distribution system.

TCC Specifics: The TCC's shall graphically illustrate on log-log paper that adequate time separation exists between series over current protective devices. The specific time-current characteristics of each protective device shall be plotted in such a manner that sufficient upstream devices will be clearly depicted on one sheet to prove selective coordination.

1. TCC's shall include a system one-line diagram and protective device coordination curves for each device in the selected area. The TCC shall be printed in color on 8 H x 11" paper - full ' size portrait mode, using a log-log scale. The one- line diagram shall be part of the TCC and include all protective devices, equipment names, and short circuit currents calculated from the main one-line. The purpose of this requirement is to provide all necessary information on one sheet,

16020-7 143/2012-04, 05 in a format easily readable and standard to the industry.

TCC's shall be developed for both phase and ground protective devices. One phase and one ground TCC should be developed for each distribution Panel/MCC. The TCC shall show the largest feeder/motor protective device in the MCC or panel up through the switchgear/switchboard feeder breaker or transformer secondary main.

The following specific information shall also be shown on the coordination curves: a. Device identification. b. Voltage and current ratio for curves. c. Transformer three-phase and single-line-to- ground ANSI damage curves. d. Transformer inrush points. e. Minimum melting, and clearing curves for fuses, and if available the no-damage curve. f. Cable damage curves. g. Motor starting locked rotor curves and available motor locked rotor damage point. h. Maximum short circuit cut-off point. i. Clearly marked short circuit current levels through each protective device/branch, which should be based on the appropriate current through the device, i.e. Momentary, Interrupting or 30 Cycle current. j. Protective device one-line diagram clearly showing all protective devices on the time- current curve, labels for each device, open breakers, faulted buses, and the short circuit current flowing in each branch. k. Each TCC sheet shall have an appropriate identification and a one-line diagram that

16020-8 143/2012-04, 05 applies to the specific portion of the system associated with time-current curves on that sheet.

1. Each protective device curve shall be terminated at a point reflecting maximum symmetrical or asymmetrical fault current through the device.

m. Identify the device associated with each curve by manufacturer type, function, and setting - i.e. tap, time delay, and instantaneous, pickup, etc.

n. Primary Protective Device Settings for Delta-Wye Connected Transformer:

1) Secondary Line-To-Ground Fault Protection: Provide primary protective device operating band within the transformer's characteristics curve, including a point equal to 58 percent of ANSI C57.12.00 withstand point.

2) Secondary Line-To-Line Faults: Provide 16 percent current margin between primary protective device and associated secondary device characteristic curves.

o. Typical time separations for curves:

p. Consultant shall discuss the advantages and disadvantages of various time separation settings between device curves with the ENGINEER to help determine how the system settings shall be optimized for selectivity and arc flash hazard reduction.

G. A settings table shall be developed to summarize the settings selected/existing for the protective devices. The table shall include the following:

1. Device identification.

2. For low voltage breakers, the circuit breaker manufacturer, type, and style, sensor rating,

16020-9 143/2012-04, 05 long-time, short-time, instantaneous settings, and time bands. For breakers with ground fault capability, the pickup and time delay.

3. Fuse manufacturer, type, style, and rating.

4. Protective relay manufacturer, type, style, function (51, 50, 67, etc.) pickup, current multiplier, time dial, and delay. For multi­ function units, list all devices being used. Include the CT and/or PT ratios for each function.

H. The software shall provide complete integration of the one-line, database, short circuit, protective device coordination and arc flash analysis functions to provide accurate calculations and avoid errors and inefficiencies associated with multiple data entry programs. Programs using separate PDC or TCC plotting packages are not allowed. Complete PDC integration is defined as the following:

1. Each TCC shall have momentary (1/2 cycle), interrupting (1-4 cycle), and 30 cycle short circuit currents displayed on the TCC plot for each protective device or as required to properly model the tripping characteristics of the device.

2. The software model shall allow each protective device to model momentary (1/2 cycle), interrupting (1-4 cycle), and 30 cycle short circuit currents simultaneously depending on the characteristics of the device.

3. The software shall model remote voltages and currents for any single fault and display them on the TCC showing all trip cutoffs based on the remote currents. The purpose is to accurately model and verify backup relaying to ensure selective operation under all fault conditions.

4. The software model shall provide a detailed library for the most common protective devices available in North America. The library shall be user definable.

16020-10 143/2012-04, 05 1.07 ARC FLASH STUDY

A. A detailed arc flash study shall be performed to determine potential arc flash incident energies, arc flash boundaries, shock hazard boundaries and proper personal protective equipment (PPE) for all energized electrical system equipment tasks for each of the listed electrical systems to be studied. The calculations shall comply with NFPA-70E 2004, and IEEE-1584. Bolted short circuit calculations used in the above standards shall comply with ANSI C37.010, C37.13, C37.5, IEEE-141, and IEEE-399. The purpose of this study is to determine arc flash hazards in conformance with NFPA-70E and provide a comprehensive software model of the facility's electrical distribution system, which provides arc flash calculations in compliance with NFPA 70E Article 130.1(A) (2) for all equipment in the facility. The software program used in this study shall comply with the above standards. No substitutions in calculation methods will be allowed.

B. The arc flash study shall determine the following results for each system mode of operation developed in Section 1.3(E). The results shall be provided in spreadsheet format for each mode and electrical system location to provide easy viewing and comparison. Worst-case arc flash energy levels shall be flagged and the spreadsheet comparison table shall be capable of providing its output directly to high quality vinyl label printers. The calculations shall, as a minimum, include a comparison of both 100% and 85% arcing currents for low voltage equipment for each electrical system configuration or operating mode, indicating worst-case arc flash hazards. The spreadsheet results shall include:

1. Equipment name and voltage.

2. Upstream equipment device name and ANSI function, i.e. 51/50, etc.

3. Equipment type, i.e. switchgear, MCC, Panel, VFD, etc.

4. Equipment arc gap.

16020-11 143/2012-04, 05 5. Bolted and estimated arcing fault current at the fault point (equipment) in symmetrical amperes. The estimated arcing current should be based on the arcing current equations used.

6. Trip time, opening time, and total clearing time (total Arc time) of the protective device.

7. Worst-case arc flash boundary for each bus/equipment in the model.

8. Worst-case arc flash hazard incident energy in cal/cm2 for each bus/equipment in the model.

9. Worst-case personal protective equipment (PPE) for each bus/equipment in the model.

10. Working distances for up to five different distances showing items 7, 8, and 9 for each distance.

11. Indicate "Danger/Hazardous" areas where incident energy is greater than 40 cal/cm2 and provide recommendations to reduced arc flash energy levels for these areas.

12. Flag results where 85% arcing current provided worst-case results.

C. Each mode of operation shall include a detailed write- up indicating areas where incident energy calculations and PPE requirements are higher than calculated in the normal operating mode.

D. Provide a detailed arc flash analysis report including as a minimum:

1. Introduction.

2. Methodology.

3. Information Sources.

4. Key Assumptions.

16020-12 143/2012-04, 05 5. Arc Flash Energy and other consideration for various System Modes of Operation (maintenance mode, bus-tie, co-gen on/off, etc.).

6. Arc Energy at 100% and reduced currents.

7. Over current Protective Device Changes, Replacements or Setting Changes implemented in study to reduce arc flash hazard exposure.

8. Explanation of Data in Arc Flash Hazard Report Tables.

9. NFPA 70E Information.

a. Shock Hazards with covers removed. b. Shock Hazard Approach Boundaries.

1) Limited Approach Boundary. 2) Restricted Approach Boundary. 3) Prohibited Approach Boundary.

c. Arc Flash Hazard Boundaries.

10. Results of Arc flash Hazard Analysis for high voltage, medium voltage and low voltage systems, including:

a. Working distances. b. Energy Levels. c. PPE Requirements. d. Recommendations to reduce arc flash hazard energy and exposure.

11. Arc Flash Hazard Report.

a. 5 Hard Copies. b. 1 Electronic Copy in Adobe Acrobat format.

12. Electronic file for Power System Modeling Software as developed and utilized for this analysis.

E. Consultant shall print labels for all equipment in the system from the project study file. Use 4" x 6" labels or one (1) 6" x 8" label per equipment bus. The labels shall be UV resistant vinyl labels (white

16020-13 143/2012-04, 05 with orange warning strip and black letters) conforming to ANSI-Z535.

F. Software Requirements: The software shall provide complete integration of the one-line, database, short circuit, PDC and Arc flash functions. Software using separate short circuit, PDC, TCC or arc flash programs is not allowed. Spreadsheet calculations are not allowed. The purpose of this section is to ensure that the arc flash hazard calculations comply with NFPA-70E and IEEE-1584, and that the calculations are programmed with necessary requirements to help eliminate possible errors in the arc flash calculations. The additional purpose is to establish a detailed software model for each of the facilities, which will document The BOROUGH'S compliance with the OSHA requirements and NFPA 70E mandates.

1. Arc flash calculations shall be performed with enhanced IEEE-1584 equations, which eliminate voltage discontinuities and the non- conservative/average results of the standard equations. The purpose of this requirement is to ensure that the calculated incident energies are closer to actual test results insuring a conservative calculation minimizing personnel risk.

2. The arc flash calculations including arc flash boundary, incident energy, PPE requirements, and working distance shall be displayed on the software one-line diagram and TCC simultaneously.

3. The arc flash calculations shall include four (4) calculation options to ensure that the software provides the flexibility required to meet any system configuration requirement that may be considered. Each calculation option shall comply with the graphic and spreadsheet display requirements of this section. Each option is more specifically described below.

a. The detailed option shall provide the let- through energy for each protective device in the system or on selected equipment. This is the energy on the load side of the protective device. The equipment shall be

16020-14 143/2012-04, 05 highlighted when the let-through energy exceeds a user defined threshold-clothing limit.

b. Worst-case including main protective device. This option shall provide the worst-case arc-hazard energy for the equipment based on the let-through energy of the equipment's main protective device. If the equipment is not equipped with a main device, the program must traverse back the entire system to determine the fastest series upstream protective device. The equipment shall be highlighted when the let-through energy exceeds a user defined threshold-clothing limit.

c. Worst-case excluding main protective device. This option shall provide the worst-case arc-hazard energy for the equipment based on the let-through energy of the fastest upstream series protective device in the system. The program shall traverse back the entire system to determine the fastest upstream protective device. The equipment shall be highlighted when the let-through energy exceeds a user defined threshold- clothing limit.

d. Worst-case excluding and including the main protective device. A combination of options "b' and 'c' as stated above.

1.0 8 REPORTING AND ANALYSIS SUMMARY

A. Provide a detailed written report that includes the following:

1. Executive Summary: The executive summary shall be brief 1-2 pages maximum and cover at an executive level the findings of the study, recommendations, and requirements for maintaining NFPA-70E compliance.

2. Scope of studies performed: The scope shall provide details of what actions were intended to be performed for each aspect of each study,

16020-15 143/2012-04, 05 including short circuit, protective device coordination, and arc flash.

3. Description of each facility's system and explanation of bus and branch numbering system.

4. Modes of operation studied: Each scenario/plant operating condition shall be thoroughly documented.

5. Detailed report and results of short circuit, coordination, and arc flash studies including:

a. Recommendations and additions to equipment ratings and/or PDC characteristics.

b. Recommendations to reduce arc flash hazards for equipment with incident energies over 40 cal/cm2.

B. Prioritized recommendations.

1.09 SUBMITTALS

A. Five (5) printed copies (hardcopies) of the completed study report shall be provided and one (1) copy in Adobe Acrobat format.

B. The software database and library used to model the power system shall be submitted in native file format including all updates to the library necessary to complete the model.

C. Arc flash hazard labels. High quality UV resistant vinyl labels with self adhesive backs (4" x 6" labels or 6" x 8" labels).

1.10 QUALITY ASSURANCE

A. The above studies shall be in conformance with the NFPA and ANSI Standards, and IEEE recommended practices detailed in this section. No substitutions in study methods or software conformance will be allowed.

16020-16 143/2012-04, 05 B. The consultant shall be responsible for compliance with all performance specifications in this specification.

C. The analysis shall be prepared with the ETAP PowerStation power system modeling software.

PART 2: PRODUCTS

A. Not used.

PART 3: EXECUTION

A. Not used.

End of Section

16020-17 143/2012-04, 05 THIS PAGE LEFT INTENTIONALLY BLANK

16020-18 143/2012-04, 05 SECTION 16030

ELECTRICAL FIELD ACCEPTANCE TESTS

PART 1: GENERAL

1.01 CONTRACT DOCUMENTS

A. The General Provisions of the Contract, including General and Supplementary Conditions and General Requirements, apply to the work specified in this Section.

1.02 DESCRIPTION OF WORK

A. Tests shall be made under the supervision and direction of an Electrical Engineer to insure that all apparatus function as designed.

B. All defective material and workmanship disclosed as the result of the tests given herein shall be corrected. The CONTRACTOR shall show by demonstration in service that all circuits and devices are in good operating condition. Tests shall be such that each item of control equipment will function not less than five times. The cost of the tests shall be borne by the CONTRACTOR, including expense incident to retest occasioned by defects and failures of equipment to meet the Specifications.

C. Unless otherwise specified, the CONTRACTOR shall supply electric power necessary for the tests.

D. Testing shall be performed on all equipment furnished under this contract. This shall include, but not be limited to:

1. Motor Control Devices 2. Panel boards 3. Lighting 4 . Lighting Control Devices 5. Wiring Devices 6. Wire and Cable 7 . Power Quality Meters 8 . Circuit Breakers, Trip Devices and Safety Switches 9. Stand-By Emergency Generator

16030-1 143/2011-05 Rebid 1.03 QUALITY ASSURANCE

A. Not used.

1.04 DELIVERY, STORAGE, AND HANDLING

A. Not used.

End of Part 1

16030-2 143/2011-05 Rebid PART 2: PRODUCTS

2.01 TEST EQUIPMENT

A. The CONTRACTOR shall furnish all equipment, meters, etc. necessary for field acceptance tests.

End of Part 2

16030-3 143/2011-05 Rebid PART 3: EXECUTION

3.01 OPERATIONAL TESTS

A. The final operating tests shall be conducted in the presence of the OWNER and the ENGINEER and shall be subject to their approval. They shall be notified seven calendar days or more in advance when any test is to take place, and it shall not be started without their permission.

B. Tests shall demonstrate the proper functioning of all control equipment and instrumentation.

3.02 ACCEPTANCE TESTS

A. All acceptance tests shall be performed as recommended by the individual equipment manufacturers. Where no published requirements exist, testing shall be performed as directed by the latest edition of the International Electrical Testing Association (NETA) standard "Acceptance Testing Specifications".

B. Each individual electrical device shall be tested, either by a manufacturer's field service technician or by the electrical contractor utilizing the procedures and acceptance criteria established in paragraph "A".

C. These tests shall be in addition to, and not in substitution for, the tests of the individual items at the manufacturer's plant, or for the tests specified under the other sections of the Specifications.

3.03 TEST REPORTS

A. All tests shall be documented by means of a written report.

End of Part 3

End of Section

16030-4 143/2011-05 Rebid SECTION 16060

ELECTRICAL DEMOLITION

PART 1: GENERAL

1.01 SCOPE OF WORK

A. The CONTRACTOR shall:

1. Perform electrical demolition work noted on the General/Mechanical and Electrical Drawings.

2. Assist the General/Mechanical CONTRACTOR during demolition and removal of existing equipment, structures, motors, etc., which have electrical power and control connections. The Electrical CONTRACTOR is required to disconnect wiring and conduit connections prior to removal by the General/mechanical Contractors.

3. Examine all the drawings including the General/Mechanical drawings to determine what equipment and materials are being removed, replaced, demolished, etc.

4. Furnish all labor, materials, equipment, and appurtenances necessary to complete the electrical demolition work.

1.02 RELATED WORK

A. Specified elsewhere:

1. 16010 - Electrical Work - General

1.03 QUALITY ASSURANCE

A. Not Used.

1.04 DELIVERY, STORAGE AND HANDLING

A. Not Used.

1.05 DAMAGED EQUIPMENT AND MATERIALS

A. Equipment and materials which are intended to remain and which are inadvertently removed or damaged during demolition and renovation work, shall be repaired or

16060-1 143/2011-05 Rebid replaced as directed by the OWNER or ENGINEER at no additional cost to the OWNER.

1.06 DISPOSITION OF MATERIALS

A. The OWNER shall have the right to retain any and/or all removed equipment and materials.

B. The CONTRACTOR shall verify which equipment and materials the OWNER desires to retain prior to the demolition and renovation work.

C. All equipment and materials which the OWNER desires to retain and which require special care to avoid damage during removal shall be removed by the OWNER prior to the start of CONTRACTOR'S work.

D. Equipment and materials designated as "Owner retained" shall be removed and stored on the floor or ground near the point of removal. The OWNER will move retained equipment and materials from the construction area.

E. The CONTRACTOR is responsible for transportation and proper disposition of all equipment and materials, which the OWNER does not desire to retain.

1.07 DRAWING AND SITE REVIEW

A. The CONTRACTOR shall review all contract documents to determine the extent and scope of the changes to the existing facilities and the related electrical work. The CONTRACTOR is responsible for all electrical demolition associated with this project.

B. All work shall be verified by the CONTRACTOR during pre-bid, on-site inspections to determine the extent, location and quantities.

1.08 REUSE OF EXISTING MATERIALS

A. Materials noted "to be removed" shall not be used for the new construction.

B. Equipment noted to be "relocated" may be reused if it meets the intent of the intended function.

End of Part 1

16060-2 143/2011-05 Rebid PART 2: PRODUCTS

2.01 See specification Sections 16110 through 16915.

End of Part 2

16060-3 143/2011-05 Rebid EXECUTION

01 EXISTING EQUIPMENT TO BE REMOVED

Disconnect existing electrical equipment noted, "To be removed" to allow for safe demolition and removal.

Connect replacement or relocated electrical equipment, remove all existing wire and conduit and install new wire and conduit as required and as shown on the drawings.

Where a system is noted "to be removed", all associated motors, safety disconnect switches, indicators; control stations, control panels, capacitors, wire, conduit, etc. shall also be removed.

1. All conduit and wire between the various components "to be removed" shall be removed. All exposed conduit and wiring associated with the equipment "to be removed" shall also be removed all the way back to the motor control center, panelboard, control station or control panel where the circuit originates or to the nearest junction box where active equipment is connected.

2. Exposed conduit and wire that are located on a different level or in a different space than the removed equipment shall also be removed.

Those portions of a conduit run that are embedded in concrete do not have to be removed; however, wire shall be removed.

Existing underground conduit which is unused and not marked for removal shall be left in place with a pull cord installed.

1. Where the existing underground conduit stubs up above grade, the conduit shall be cut off 2" above grade, capped and marked.

2. Where existing underground conduit stubs into a building or structure the conduit shall be cutoff 2" from the surface and capped.

3. The CONTRACTOR shall provide a durable tag on both ends of the conduit run with a unique identification number. CONTRACTOR shall also

16060-4 143/2011-05 Rebid provide a typed list that identifies all of the unused conduits complete with end locations.

F. Conduit and wire which are attached to equipment, which is "to be removed", may be removed with the equipment. All remaining conduit and wire which is not removed with the equipment shall be removed separately.

G. All unused equipment or conduit supports and anchors shall be removed.

3.02 PATCHING

A. All holes, conduit penetrations and openings in floors and walls resulting from the demolition and renovation work shall be filled/patched to match existing.

B. Where removed conduit enters concrete walls, ceilings or floors; the conduit shall be cut off near the concrete and then ground or machined down to a point 1/4" below the surface. Seal the conduit and patch the surface with expanding concrete.

C. Where surface finishes (paint) are damaged or where finishes behind removed equipment do not match surrounding finishes, apply a new finish to match existing as closely as possible.

3.03 EQUIPMENT AND CONDUIT ANCHORS

A. All anchor bolts and other connectors associated with removed equipment and materials shall be removed. Holes shall be filled/patched and finishes repaired.

End of Part 3

End of Section

16060-5 143/2011-05 Rebid THIS PAGE LEFT INTENTIONALLY BLANK

16060-6 143/2011-05 Rebid SECTION 16110

RACEWAYS

PART 1: GENERAL

1.01 SCOPE OF WORK

A. The CONTRACTOR shall:

1. Provide all raceways as shown on the drawings and as required for proper installation of the various electrical systems (service feeders, power feeders, branch circuits, instrumentation, control, lighting, etc.).

2. Provide all raceways to serve all electrical loads specified and furnished in other parts of the contract documents and under the General/Mechanical Contracts.

B. A raceway schedule is provided in Section 16150 that identifies most required raceways for this project. In addition to the raceways shown on the schedule, the CONTRACTOR shall be responsible for providing raceways for the following systems:

1. Building interior and exterior lighting circuits. All lighting raceways shall be sized, furnished and installed by the CONTRACTOR.

a. The CONTRACTOR shall review all of the contract drawings to determine the number of and location of all devices associated with the above systems.

C. Additional raceways shall be furnished and supplied by the CONTRACTOR, even if not specifically noted on the raceway schedule, but implied or noted on the plan drawings or schematic drawings.

1.02 RELATED WORK

A. Specified elsewhere:

1. 16010 - Electrical Work - General 2. 16111 - Underground Duct Banks 3. 16120 - Wire 4. 16130 - Boxes 5. 16131 - Junction and Pull boxes

16110-1 143/2012-05 Rebid 6. 16150 - Raceway Schedule

7. 16450 - Grounding

1.03 RACEWAY DESCRIPTIONS

A. Raceways including suitable fittings: 1. Rigid metal conduit 2. Rigid PVC coated metal conduit 3. Rigid nonmetallic conduit 4. Liquid tight flexible metal conduit 5. Electrical metallic tubing 6. Metal-Clad cable

End of Part 1

16110-2 143/2012-05 Rebid PART 2: PRODUCTS

2.01 RACEWAYS

A. All rigid metal conduit shall be heavy walled rigid steel galvanized zinc coated inside and outside, 316 stainless steel or rigid aluminum conduit manufactured of 6063 alloy, T-l temper. Rigid steel conduit includes PVC coated metal conduit.

B. Rigid steel conduit shall conform to Federal Specification WW-C-581E, ANSI C80.1 and UL 6. Rigid aluminum conduit and 316 stainless steel shall conform to Federal Specification (WW-C-540C; AL only), ANSI C80.1/C80.5 and UL 6A.

A. All rigid PVC coated metal conduit shall meet the requirements for rigid steel conduit prior to installation of other coatings. The exterior of PVC coated conduit shall have a primer over the galvanize and .040" (minimum) PVC coating overall. The interior of the conduit shall be coated with a 002" urethane finish. The PVC coating shall meet the requirements of NEMA-RN1. The conduit shall be furnished with PVC repair materials for correcting imperfections and coating fittings, threads, etc.

B. All rigid non-metallic conduit shall be electrical type (Schedule 40 and 80) suitable for direct burial or concrete encasement. PVC conduit shall meet the requirements of Federal Specification WC1094A, NEMA TC2 and UL 651. PVC conduit shall be UL listed and carry a UL label.

C. Liquidtight flexible metal conduit shall meet the requirements of NEC 350 and shall have a flexible galvanized (or 316 stainless to match conduit system) steel conduit core with extruded PVC jacket. Flexible conduit (flexible couplings) installed in explosion hazard areas shall be Cooper Crouse-Hinds all stainless steel ECLK series or equal. If the conduit system is PVC coated, the explosion proof flexible conduit shall also be PVC coated in addition to being stainless steel.

D. Electrical metallic tubing shall conform to ANSI C80.3 specifications and be zinc-coated, inside and out.

16110-3 143/2012-05 Rebid E. Fittings for electrical metallic tubing shall be all steel compression type. Expansion fittings shall be 0- Z Gedney type TX.

F. Each length of conduit of any type shall be stamped with the manufacturer's name or trademark.

G. Metal clad cable assemblies shall consist of 2, 3 or 4 current carrying conductors and an equipment ground conductor.

H. Conductors inside metal clad cable assemblies shall be Class B stranded copper conductor, No. 12 AWG minimum or No. 10 AWG maximum. Installation methods shall be as specified under Part 3, Execution.

I. Conductor insulation for metal clad cable assemblies shall be 600 volt, Type XHHW, 90°C. Insulation color of current-carrying conductors shall be:

1. Two (2) current-carrying conductors/black, white

2. Three (3) current-carrying conductors/black, red, white -

3. Four (4) current-carrying conductors/black, red, blue, white

J. Fillers used in metal clad cable assemblies shall be non-hygroscopic and non-wicking.

K. Core binders for metal clad cable assemblies shall be corrugated polyester.

L. The metal sheath for metal clad cable assemblies shall be galvanized steel or aluminum. The metal sheath shall be extruded onto the cable or applied longitudinally, then wrapped and welded. The sheath shall then be corrugated for greater flexibility.

M. When PVC jacketing is required on metal clad cable assemblies, the jacket shall be flame-retardant PVC with a temperature range of -40°C to 90°C.

N. The equipment ground wire inside metal clad cable assemblies shall be the same size as the current carrying conductors. The insulation color shall be green.

0. Acceptable manufacturers:

16110-4 143/2012-05 Rebid 1. Carlon 2. Calbrite 3. Gibson 4 . Robroy 5. Allied 6. Triangle 7 . OCAL 8 . Or equal

2.02 FITTINGS

A. All fittings for rigid metal (steel) conduit shall be Form 8, cast of iron with threaded connections. Compression, set screw or crimp type fittings are not acceptable. Covers shall be gasketed cast iron. Conduit bodies are to have an electrogalvanized finish, followed by a baked-on powder epoxy finish to a minimum of 2.5 mil thickness, and at least one additional baked layer of epoxy applied with an additional 2.0 mil thickness or better.

B. All fittings for 316 stainless steel conduit shall be form 8 cast 316 stainless steel with threaded connections. Covers shall be gasketed cast 316 stainless steel.

C. All fittings for rigid aluminum conduit shall be Form 85, manufactured of copper free, sand cast aluminum with a baked aluminum lacquer finish and cast, tapered, threaded hub connections. Compression, set screw or crimp type fittings are not acceptable. Die-cast fittings are not acceptable. Covers shall be gasketed cast aluminum.

D. All fittings for rigid PVC coated metal conduit shall be PVC coated with appropriate PVC sleeves, gaskets, etc. PVC coated fittings shall be form 8 conduit fittings, with a gasket to effectively seal out the corrosive elements. Where liquid tight flexible metal conduit is installed on a rigid PVC coated metal conduit system, all fittings shall be factory PVC coated.

E. All fittings for rigid non-metallic conduit shall have solvent welded type connections. A primer shall be used prior to applying the solvent. Primer and Solvent shall be by or approved by the manufacturer of the conduit.

16110-5 143/2012-05 Rebid F. All fittings for liquidtight flexible metal conduit shall be designed, approved for the application and match the material of the connected raceway system. 316 stainless steel for stainless conduit, aluminum for aluminum conduit, etc.

G. All box connections shall be made with a watertight type hub with female bushing nipple, o-ring seal and grounding screw. Hubs for use with rigid steel conduit shall be Meyers® MHUB series or equal. Hubs for use with 316 stainless steel conduit shall be Meyers® SSTGK series or equal. Hubs for use with rigid aluminum conduit shall be equal to a Meyers® STAG series.

H. Hazardous location seal fittings shall be selected to maintain the minimum required fill volume of the raceway system.

I. Fittings for use with metal clad continuous corrugated sheath cable, shall be UL approved with or without PVC jacketing, and be appropriate for the installation.

J. Connectors for metal clad cable shall be of steel or malleable iron and shall be a squeeze type clamp connector with a locknut for non-jacketed metal clad cable. Compression gland type connectors shall be used for jacketed metal clad cable.

K. Acceptable manufacturers:

1. Appleton 2. Steel City 3. Cooper Crouse-Hinds 4 . Calbrite 5. Gibson 6. OZ-Gedney 7 . RobRoy 8 . Or equal

2.03 SUPPORTS

A. Conduit support devices and clamps shall be specifically manufactured and designed for applications with specific type of electrical conduit.

B. Beam clamps, threaded rod, 'U' hangers, clips, trapeze supports, etc. shall be used in conjunction with support devices.

16110-6 143/2012-05 Rebid C. All support devices for galvanized rigid steel conduit, including bolts, anchors, etc. shall have a galvanized coating. Supports for PVC coated conduit shall be PVC coated in addition to other protective coatings. Bolts, anchors, etc. for PVC coated conduit shall be stainless steel. Channel used to support PVC coated conduit shall be stainless steel.

D. All support devices for aluminum or 316 stainless steel conduit, including bolts, anchors, etc. shall be stainless steel. Channel used to support the conduit shall be stainless steel.

E. Plastic anchors and self tapping concrete screws are not acceptable.

F. Acceptable manufacturer's

1. Cooper Crouse-Hinds 2. Thomas & Betts 3. Unistrut 4. Beeline 5. Or equal

End of Part 2

16110-7 143/2012-05 Rebid PART 3: EXECUTION

3.01 RACEWAYS

A. All raceways installed exposed indoors shall be rigid metal conduit (RGS, 316SS or AL as shown on the raceway schedule), except where specifically noted as another conduit type on the drawings or on the raceway schedule. Additionally, in dry office areas, electrical metallic tubing and metal clad cable may be used in limited applications. Generally, all raceways shall be surface mounted. Embedding raceways in walls, concrete slabs or underground shall only be permitted when specifically shown on the drawings or on the raceway schedule.

B. It is the intention of these specifications that the raceways shown on the raceway schedule shall be new through their entire length. Where existing devices are being re-used or are being replaced with new equipment, the existing conduit may be re-used. Where existing conduit cannot complete the raceway, new conduit sections shall be added. This shall include conduit (straight pipe, liquidtight flexible metal, etc.) and fittings (Hubs, nipples, 3-piece fittings, etc.) .

C. All exposed above grade conduit installed outside shall be rigid PVC coated or as indicated in the drawings or on the conduit schedule.

D. All rigid PVC coated metal conduit shall be installed with PVC coated fittings and PVC coated sleeves to fill the openings and voids between the straight conduit runs and the various fittings (hubs, condulets, junction boxes, etc).

E. All conduit installed in underground applications shall be rigid non-metallic conduit except where specifically noted as another conduit type on the drawings or raceway schedule.

F. Where conduit installed in concrete encased underground duct banks is noted as (RGS), rigid steel conduit shall be used. PVC coated rigid steel conduit shall be used where the underground conduit is not concrete encased.

16110-8 143/2012-05 Rebid Where rigid non-metallic conduit installed in underground applications transitions to exposed rigid metal conduit, the rigid metal conduit shall extend down to and include the elbow or last straight section. The elbow or straight section shall be rigid PVC coated metal conduit extending 12" below and 2" above the surface even when the remaining conduit is not required to be PVC coated.

Where rigid non-metallic conduit installed in underground applications terminates directly inside enclosed electrical equipment, the final elbow or fitting may be PVC.

No conduit shall be smaller than 3/4" trade size, except where shown on the drawings or where required by a particular piece of equipment.

All exposed conduit runs shall be installed parallel or perpendicular to the building walls.

All power conduits shall include a separate equipment ground conductor.

Seal each end of all conduits where they enter a junction box or control panel with "duct seal".

Liquidtight flexible metal conduit shall be used for final connections to motors, transformers and other equipment subject to movement or vibration. Both conduit and connectors shall be of the approved grounding type.

In sizes up to and including 1-1/2 inch, electrical metallic tubing (EMT) may be used inside dry office area locations where not subject to mechanical damage. EMT may be used in air-conditioned spaces, such as accessible ceilings and dry wall partitions. EMT may not be used outside, in concrete, underground, in under floor spaces, in masonry walls, in locations likely to be damp, or in electrical rooms. For this project, EMT shall be limited to areas within the Administration Building only.

Where used for feeder circuits receptacle branch circuits and motor branch circuits EMT shall also contain a NEC grounding conductor.

Use of metal clad cable shall be permitted only for lighting, equipment and receptacle branch circuits inside dry office area locations. Metal clad cable

16110-9 143/2012-05 Rebid shall not be permitted in locations designated to be hazardous Class I, II or III.

Q. Metal clad cable shall be permitted only for motor circuits where the motor being served is less than H HP and rated for 120V, single phase. Metal clad cable is not permitted for HVAC equipment and controls.

R. Metal clad cable shall only be installed concealed within walls and above ceiling interstitial spaces. Where there is no ceiling interstitial space. Exposed metal clad cable shall have PVC jacketing.

S. Bends in corrugated sheath metal clad cable shall be made so that the cable will not be damaged. The radius of the curve of the inner edge of any bend shall not be less than seven (7) times the diameter of the metallic sheath.

T. Metal clad cable is not permitted to connect branch circuits to fumehoods, gas storage cabinets, chemical storage cabinets or similar equipment.

U. No metal clad cable shall be installed in ventilation ducts or plenums.

V. Each branch circuit shall have its own neutral conductor from the branch circuit load back to the circuit breaker panel board. Shared neutral conductors shall not be installed.

W. Fittings used for connecting metal clad cable to boxes, light fixtures or other equipment shall be UL listed and identified for such use.

X. Cable preparation for installation of fittings shall follow manufacturer's instructions. The manufacturer's specialized tools shall be used for preparing cable ends for installation of fittings.

Y. The cable end of metal clad cable assemblies shall be cut square to ensure flush seating of the cable into the fitting. Fitting securement screws shall be properly torqued. Cable ends shall be fitted with insulating bushings intended for the type of metal clad cable being installed.

Z. For jacketed metal clad cable, the outer jacket shall be removed to the length specified by the fitting manufacturer's instructions. Remove oils or solvent by-products from the outer jacket of the cable. The

16110-10 143/2012-05 Rebid cable end shall be cut square to ensure flush seating of the cable into the fitting. The fitting gland nut shall be properly torqued to the manufacturer's specifications.

AA. Where metal clad cables are exposed, run parallel with walls or structural elements. Vertical runs shall be plumb; horizontal runs level and parallel with structure, as appropriate. Groups shall be racked together neatly with both straight runs and bends parallel and uniformly spaced.

BB. Metal clad cables shall be securely fastened in place at intervals of not more than six feet, with suitable clamps or fasteners of approved type, and all vertical conduits shall be properly supported to present a mechanically rigid and secure installation.

CC. Metal clad cable installed parallel to framing members, such as studs, joist, or rafters, shall be supported so that the nearest outside surface of the cable is not less than 1-1/4 inches from the nearest edge of the framing member. Where this distance cannot be maintained, the cable shall be protected by a steel plate, sleeve, or equivalent that is at least 1/16-inch thick.

DD. Maintain at least 6" clearance between metal clad cables and other piping systems. Maintain 12" clearance between metal clad cables and heat sources such as flues, steam pipes, and heating appliances.

EE. No metal clad cable shall be fastened to other conduits or pipes or installed so as to prevent the ready removal of other pipes or ducts for repairs.

FF. Individual metal clad cables hung from roof structure or structural ceiling shall be supported by split-ring hangers and wrought-iron hanger rods. Where three (3) or more metal clad cables are suspended from the ceiling in parallel runs, use steel channels, Kindorf, Unistrut or equal, hung from 1/2-inch rods to support the conduits. The conduit on these channels shall be held in place with metal clad cable clamps designed for the particular channel that is used.

GG. Secure metal clad cable support racks to concrete walls and ceilings by means of cast-in-place anchors; die- cast, rustproof alloy expansion shields; or cast flush anchors. Wooden plugs, plastic inserts, self-tapping

16110-11 143/2012-05 Rebid concrete screws or gunpowder driven inserts shall not be used as a base to secure conduit supports.

HH. Metal clad cable shall be supported immediately on each side of a bend and not more that one (1) foot from an enclosure where a run of metal clad cable ends.

II. All conduits shall be blown and swabbed before wires are pulled.

JJ. Install all exposed conduit with standard radius bends with not more than three (3) bends between terminals. Install all underground conduits with large radius steel sweeps with not more than three (3) bends between terminals. Should a greater number of bends be necessary, install pull boxes or manholes.

KK. Install pull boxes in all above grade conduit runs exceeding 100 feet in length.

LL. Maintain a minimum separation from fluid (water, sewer, etc.) piping of 6" and do not install electrical conduit below fluid piping. Maintain a minimum separation from heat sources of at least 12".

MM. Installation of the PVC-coated conduit raceway shall be in accordance with the manufacturer's recommendations. To insure compliance, the CONTRACTOR (installers) shall be certified, before installation can proceed.

NN. Where conduits are routed across building expansion joints, conduit expansion fittings shall be inserted in the conduit run at the location of the expansion joint.

00. If conditions are such that the installation of a conduit expansion fitting is impractical; a section of flexible conduit provided with an adequate amount of slack will be acceptable.

PP. Conduits shall not be rigidly attached to piece of equipment that is subject to movement. A section of flexible conduit approximately 12" for each 1" of conduit diameter shall be inserted in the conduit run at the point where it connects with such equipment.

QQ. All conduits shall be identified in all pull boxes, terminal boxes, manholes, control cabinets, control panels, etc. with permanent brass or plastic labels attached directly to or adjacent to the conduit utilizing the numbers shown on the conduit schedule. Plastic labels shall be 1/8" thick, 1" minimum diameter

16110-12 143/2012-05 Rebid with white letters on a black background, secured with wax string, brass jack chain or screw.

Conduit Identification Sample

RR. All metal conduit systems shall be mechanically and electrically continuous from source of current to all outlets and devices and grounded in accordance with the National Electrical Code. All threaded connections shall be made wrench tight with no more than two threads exposed. Overthreaded conduits exposing more than two threads are not acceptable.

SS. All exposed conduits shall be painted in accordance with Section 16010 and Division 9 FINISHES. PVC, PVC coated steel and 316 stainless steel conduits do not need to be painted.

End of Part 3

End of Section

16110-13 143/2012-05 Rebid THIS PAGE LEFT INTENTIONALLY BLANK

16110-14 143/2012-05 Rebid SECTION 16111

UNDERGROUND DUCT BANKS

PART 1: GENERAL

1. 01 SCOPE OF WORK

A. The CONTRACTOR shall:

1. Provide all underground electrical duct banks as shown on the drawings and as required for proper installation of the various electrical wiring systems (service feeders, power feeders, branch circuits, lighting, control, instrumentation, signal, communications etc.).

2. Complete all trench and backfill as required for the duct banks.

3. Encase duct banks in concrete complete with reinforcing bar and connections to manholes, handholes, structures, etc.

4. Notify the ENGINEER 24 hours in advance of all mandrel testing and concrete pours.

1.02 RELATED WORK

A. Specified elsewhere:

1. 16010 - Electrical Work -- General 2. 16030 - Electrical Field Acceptance 3. 16110 - Raceways 4 . 16120 - Wire 5. 16150 - Raceway Schedule 6. 16160 - Cable Schedule 7 . 16450 - Grounding

B. References:

1. Not used.

1.03 QUALITY ASSURANCE

A. Not used.

1.04 DELIVERY, STORAGE, AND HANDLING

A. Not used.

16111-1 143/2011-05 Rebid 1.05 LAYOUT AND COORDINATION

A. The CONTRACTOR shall review the layout shown on the drawings and resolve all conflicts with various underground utilities, grades and piping systems. The resolution may be slight variations in the underground duct bank routing or elevation.

B. The underground duct bank must maintain a minimum of 30" of earth cover over the top of the highest conduit, however increasing the depth is acceptable as a means of resolving conflicts with piping systems.

C. Stake the locations of the underground duct banks for review and approval of the ENGINEER.

D. Maintain a minimum separation from fluid (water, sewer, etc.) piping of 24" and do not install underground duct bank below fluid piping, except where crossing at a sharp angle.

E. The location of ducts in the duct bank may be changed when it will help avoid interference of one conduit with another where changes in direction occur or where conduits end at a building. These changes must be reviewed and approved by the ENGINEER prior to construction.

1. 06 TESTING

A. After the underground duct bank is completed and prior to wire pulling, the conduit runs shall be proven with a mouse.

B. The mouse shall be a plastic shape with diameter slightly larger than the conduit to be tested.

C. The mouse shall have a pull cord attached to the end and shall be pulled or blown through each conduit to verify no breaks, offsets, etc. prior to pulling wires.

D. Any damage to the mouse or failure of the mouse to pass through the conduit shall be considered as evidence of a faulty installation. All faulty installations shall be repaired or replaced.

E. The ENGINEER shall witness the mouse testing and the CONTRACTOR shall notify the ENGINEER prior to conducting these tests.

End of Part 1

16111-2 143/2011-05 Rebid PART 2: PRODUCTS

2.01 CONDUIT

A. All underground conduits shall be rigid non-metallic conduit except where noted on the drawings. See Section 16110 RACEWAYS.

B. Where the raceway in a duct bank extends above the floor or above grade, and terminates in a wall or structure mounted device, the final elbow below grade or the last straight section from 12" below grade, to a point 2" above grade or floor shall be PVC coated rigid steel. See Section 16110 RACEWAYS regarding requirements for conduit beyond the point 2" above grade.

2.02 CONDUIT SUPPORTS

A. The conduit supports for holding the conduit in position during concrete encasement shall be plastic interlocking type specifically designed for the purpose. The spacers shall be installed with a maximum spacing of 5'-0". The spacing shall be decreased where required to maintain the conduit in the proper position during the placement of the concrete encasement.

B. Conduit supports shall maintain a minimum of 2" space between the exterior of one conduit and the exterior surface of the next conduit.

2.03 CONCRETE ENCASEMENT

A. Concrete, forms, reinforcement bars, etc. shall be in accordance with Division 3.

B. The concrete may be installed utilizing the sides of the trench as forms where the trench has straight even walls and where the soil conditions will not damage the concrete. In all other locations forms shall be utilized.

2.04 WARNING TAPE AND TRACER WIRE

A. The warning tape shall be a continuous 6" wide strip of red polyethylene and shall have the words "CAUTION ELECTRIC LINE BELOW" printed on 2'-6" centers.

B. The tracer wire shall be a red, #12 AWG stranded copper wire with polyethylene or (HDPE) , 45 mil thick insulation, approved for direct buried applications.

End of Part 2 16111-3 143/2011-05 Rebid PART 3: EXECUTION

3.01 CONDUIT

A. Conduit for underground duct banks shall be rigid non- metallic conduit except where specifically noted to be rigid metal conduit on the drawings and where the conduit transitions to above grade condition. See Section 16110 for further definition of the transition to above grade conditions. See the raceway schedule for designations of conduit that must be rigid metal even in underground applications.

B. Where underground conduit enters into a building or structure, the final conduit section (5' minimum) shall be PVC coated rigid steel, regardless if the balance of the run is rigid non-metallic conduit. The steel conduit shall be used to provide additional shear strength for the duct bank to building transition. Additional requirements for the duct bank transition can be found in section 3.03 below.

C. All underground conduit runs shall be sealed and made watertight. Special care shall be taken to make each solvent welded connection watertight and to seal connections to manholes, handholes and building/ structure penetrations.

D. Where underground conduit enters into a building or structure, each conduit shall be sealed to prevent water from entering into the building. Each conduit, with or without cables shall be fitted with an inflatable, flexible metallic laminate bladder system. The system shall be a Rayflate Duct Sealing System. The CONTRACTOR shall provide the specific sealing system components based on the number and configuration of wires. The CONTRACTOR shall purchase one complete

C02 gas installation tool for the project and then turn it over to the OWNER at the completion of the project.

Additionally, one box of 10 full, C02 gas cylinders shall be provided to the OWNER at the completion of the proj ect.

E. All spare conduit runs shall have nylon pull cords installed and tied off at each end.

3.02 CONDUIT SUPPORT

A. Anchor wire or rods shall be installed to hold the conduit and to prevent flotation during installation of concrete encasement.

16111-4 143/2011-05 Rebid B. All underground conduit runs consisting of two (2) or more conduits shall have plastic spacers installed at 5-foot centers. Plastic spacers shall be specifically designed for use with electrical conduit.

3.03 CONCRETE ENCASEMENT

A. No concrete shall be placed until the ENGINEER has reviewed the installation. The CONTRACTOR shall notify the ENGINEER 24 hours in advance to allow for examination of the duct bank prior to the concrete pour.

B. All conduit runs 2" trade size and larger and all conduit runs of more than two (2) conduits in the same trench shall be encased in concrete, unless otherwise shown.

C. The concrete encasement shall provide a minimum of 3" of concrete cover on all sides of each conduit.

D. All concrete encased duct banks with any dimension exceeding 16" shall have 4 #4 steel reinforcing rods located at the corners of the concrete envelope and parallel to the conduit. Duct banks with no dimension exceeding 16" shall have 2 #4 steel reinforcing rods located top and bottom of the duct bank. The reinforcing bars shall have a minimum of 2" of concrete cover and shall overlap a minimum of 12" and be tied at ends of the rods.

E. A 4/0 AWG bare copper conductor shall be installed in each duct bank, including duct bank spurs. Bond the conductor to the nearest building steel on each end. Where a duct bank ends at a pole or free standing panel, bond the conductor to a driven ground rod (and the panel).

F. The reinforcing rods of the duct bank concrete encasement shall be tied (doweled) into all manholes, building foundations, structures, etc. which they enter or pass through. The reinforcing bar of the duct bank shall connect to the reinforcing of the manhole, handhole building or structure.

3.04 WARNING TAPE AND TRACER WIRE

A. Install the continuous marking tape 18" below grade along the centerline of all underground duct banks and conduit runs.

B. Install the tracer wire directly on the center of each duct bank or centered between conduits. Where a duct

16111-5 143/2011-05 Rebid spurs, splice the tracer wire with a manufacturer approved direct burial splice kit. Terminate the tracer wire at each end inside a short section of rigid PVC conduit. If the duct terminates inside a building or structure cap the conduit inside the building. If the duct terminates at an enclosure, extend the section of conduit into the enclosure. Permanently identify the tracer wire as a "Duct Bank Tracer" on each end.

End of Part 3

End of Section

16111-6 143/2011-05 Rebid SECTION 16120

WIRE

PART 1: GENERAL

1.01 SCOPE OF WORK

A. The CONTRACTOR shall:

1. Provide all wiring and cables as shown on the drawings and as required for proper installation of the various electrical systems (service feeders, power feeders, branch circuits, lighting, control, signal, etc.).

2. Provide electrical wiring as required to serve electrical equipment specified and furnished under other sections of the specifications.

1.02 RELATED WORK

A. Specified elsewhere:

1. 16010 - Electrical Work -- General 2 . 16030 - Electrical Field Acceptance Tests 3. 16110 - Raceways 4 . 16111 - Underground Duct Banks 5. 16130 - Boxes 6. 16140 - Wiring Devices 7 . 16150 - Raceway Schedule 8 . 16160 - Cable Schedule 9. 16450 - Grounding

1.03 QUALITY ASSURANCE

Not used.

1.04 DELIVERY, STORAGE, AND HANDLING

A. Not used.

1.05 TESTING

A. All wiring size #8 AWG and larger shall be tested for shorts, grounds, and faulty insulation. The tests shall be performed after the wire is pulled and before devices and equipment are connected to the wire. The wiring shall be tested with an insulation-testing device with 1000-volt test voltage.

16120-1 143/2011-05 Rebid B. All other wires shall be tested for continuity and ground with a hand held tester.

C. All wires or cables that fail or show a weakness, indicating damage, shall be replaced.

End of Part 1

16120-2 143/2011-05 Rebid PART 2: PRODUCTS

2.01 WIRE

A. All wire and cable shall have copper (98% conductivity) conductors and shall be installed in conduit unless otherwise noted.

B. Insulation for all power and control wiring shall be XHHW or XLP USE-2 or RHH/RHW-2 rated for 600-volt operation wet or dry at 75 degrees minimum. Conduit sizes are based on the cables shown on the cable schedule. Use of XLP USE-2 or RHH/RHW-2 cables may require larger conduits. The conduit sizes shown on the raceway schedule shall be considered minimum.

C. No branch circuit wiring shall be smaller than #12 AWG except control wiring may be smaller as required.

D. All wire shall have stranded conductors, unless otherwise noted.

E. Multi-conductor power cable shall be NEC type TC, 600- volt, 90-degree C, XHHW-2 insulation and class B stranded copper conductors (Three insulated conductors and one bare copper ground conductor). The overall jacket shall be sunlight resistant PVC. The insulated conductors shall be class B stranded cable.

F. Control cable shall be general purpose, NEC type TC with a 600-volt, 90-degree C. insulation rating and class B stranded copper conductors. Each wire shall be color-coded with a cross-linked polyethylene insulation (XHHW-2) and the entire cable shall be covered with a PVC jacket. Where multi-conductor cable is shown on the drawings, the cable shall run from device terminals to the appropriate control panel terminals without splices. The color coding shall comply with ICEA, E-2 color sequence. Separate or individual conductors shall not be substituted for multi-conductor cables.

G. Category 6 cables shall be 24 AWG, solid, bare, copper wire consisting of four (4) twisted pairs. The cable shall be plenum rated (UL CMP) and be RJ-45 connector compatible. Jacket color coding shall be consistent throughout the project. All straight through cables shall be one jacket color and all cross-cables shall be a different color.

H. Wiring for instrumentation signals shall have stranded tinned copper #16 AWG, bare copper, class B concentric

16120-3 143/2011-05 Rebid stranded, conductors with a foil shield over each pair or triad. An #18 AWG drain wire and overall PVC jacket shall be applied over all conductors. The cable shall contain PVC insulation rated 105°C, 300 volts. The number of pairs or triads shall be as shown on the cable schedule.

I. Telephone cables shall consist of a number of twisted pair, 24 AWG annealed copper conductors as shown on the cable schedule. The conductors shall be dual insulated with an inner layer of foamed, natural polyolefin covered by an outer layer of solid colored polyolefin. The conductor insulation shall be color coded in accordance with industry standards. The core shall be filled with 80°C ETPR compound, to completely fill the interstices between the pairs and under the core wrap. The core wrap shall be a non-hygroscopic, dielectric tape, applied over the core assembly. A corrugated, copolymer coated, 8 mil aluminum tape shield shall be applied longitudinally with an overlap over the core wrap. The shield interfaces shall be flooded with an adhesive compound to provide moisture and corrosion protection. A black, linear low density polyethylene jacket shall be applied over the shield. This cable shall be suitable for direct burial and conduit applications. The cable shall be Superior Essex Sealpic®-FSF or equal.

J. Variable frequency drive cables #1 AWG or larger, where identified on the cable schedule, shall be class B stranded copper wire with XLPE insulation, 3 bare stranded ground conductors, a longitudinal corrugated copper tape shield and a black PVC Jacket. The cable shall carry a 600V UL-TC rating with a temperature range of -20°C to 90°C. The cable shall be a Lapp Olflex VFD Symmetrical or equal.

K. Variable frequency drive cables #2 AWG or smaller, where identified on the cable schedule, shall be class K stranded copper with a specially formulated semi conductive insulation designed for nonlinear/VFD drives, 100% shielding with foil tape and a tinned copper braid and an industrial grade PVC jacket. There shall be three current carrying conductors and one ground conductor. The cable shall carry a 600V UL-TC rating with a temperature range of -25°C to 90°C. The cable shall be a Lapp Olflex VFD Slim or equal.

L. Fiber optic cables shall be of heavy-duty construction and designed for direct burial, duct, plenum, outside and tray applications. The cables shall utilize an

16120-4 143/2011-05 Rebid aluminum interlocking outer armor covered by a fluoropolymer jacket, tight-buffered optical fibers surrounded by an aramid strength member with an inner fluoropolymer jacket covering. The cables shall conform to the following specifications:

1. Fiber Counts - see cable schedule

2 . Type - Multimode

3. Core/Clad/Coating size - 50/125/245mm

4 . Storage Temperature Range - -40°C to + 80°C

5. Operating Temperature Range - -40°C to + 80°C

6. Max Attenuation (@850/1310nm) - 3.0/1. 0 dB/km

7 . Min Bandwidth (@850/1310nm) - 950/500 MHz-km

M. Special wiring and cables for signal, instrumentation and communication shall be as indicated under the appropriate Section, on the drawings, on the cable schedule or as recommended by the equipment manufacturer.

N. Acceptable manufacturers:

1. General Cable 2 . Service Wire 3. American 4 . Lapp Group 5. Belden 6. Southwire 7 . Superior Essex 8 . Coleman 9. Optical Cable Corporation 10. Bussman 11. Or equal

2.02 CABLE LIMITERS

A. Cable limiters shall be rated 600 VAC, 200kAIC current limiting, with bolt-on or compression connections or a combination, depending on the application. Bodies shall be fiberglass and provide a totally self contained, static device. Under short circuit conditions there shall be no venting of ionized gases or explosive action. Provide each limiter with the manufacturer supplied heat shrink tubing. The limiter size shall be based on the size of the protected

16120-5 143/2011-05 Rebid conductor. Limiters shall be Ferraz-Shawmut, Bussman or equal.

2.03 TERMINATIONS

A. Terminations, taps and splices shall be made with bolted or mechanical compression connectors. Large diameter power cable shall terminate with NEMA 2-hole, long barrel crimp type lugs suitable for copper or aluminum cable rated for 75 degrees C where direct connections to bus is required. The CONTRACTOR shall verify the required sizes as shown on the drawings and cable schedule.

B. All wiring shall be terminated and spliced with compression type insulated connectors.

C. Connectors shall have insulation covering with a thickness of 1.5 times the conductor insulation thickness. The insulation covering may be part of the assembly or an applied heat shrinkable material.

D. All control and instrumentation wiring shall be terminated in control panels, terminal boxes and at control devices with compression type, PVC or nylon insulated fork tongue lugs where the device terminals cannot accept bare wire.

E. Terminations made in below grade boxes or boxes that are located in wet/damp areas shall be made with waterproof butt splice connectors. These areas shall include the wet well side of pump stations, meter/valve vaults, etc. The connectors shall be Molex Perma- Seal™, all weather heat sealable crimp connectors.

F. Each fiber optic cable shall be terminated with a fusion-spliced pigtail on each end. The connector types shall as required by the terminal devices.

G. Acceptable manufacturers:

1. Burndy 2. Thomas & Betts 3. Ideal 4. 3M Company 5. Molex 6. Optical Cable Corporation 7. Or equal

16120-6 143/2011-05 Rebid 2.04 WIRE AND CABLE MARKERS

A. Wire markers for power feeders and branch circuit conductors shall be Brady B-500 adhesive backed vinyl cloth type or approved equal.

B. Wire markers for control, instrument and telephone wiring shall be Brady B-321 heat shrinkable polyolefin type or approved equal.

End of Part 2

16120-7 143/2011-05 Rebid PART 3: EXECUTION

3.01 WIRE

A. All power/lighting wiring shall be completely installed in conduit unless otherwise noted.

B. Low level wiring (telephone, data, security, HVAC control, etc.) shall be installed in a combination of conduit and cable tray. Concealed wiring shall be installed in conduit up to a point approximately two inches from a cable tray. At no point shall cables be routed in free air without support by either conduit or cable tray. Cables shall not be supported on the outside of conduits.

C. All feeder and branch circuit wires shall be color coded to match the OWNER'S existing coding or where no consistent coding exists, as follows:

Wire 277/480V, 3PH 120/208V, 3PH Phase A Brown Black Phase B Orange Red Phase C Yellow Blue Grounded Conductor Gray White Equipment Ground Conductor Green Green

D. Wire sizes #8 AWG and larger may be identified by tags or labels on each end instead of insulation color. Tags or labels shall have the same color-coding.

E. Pulling lubricant shall be a type recommended by the wire or cable manufacturer.

F. No conductors shall be pulled until conduits are free from moisture and contaminates.

3.02 WIRE AND CABLE MARKERS

A. All power feeders and branch circuit wires shall be tagged in cabinets, junction boxes, panel boards, etc. with permanent labels attached to the wire within 6 inches of the termination point. Labels shall be legible and shall not be removed, cut-off, etc. Each individual conductor shall be labeled with an alphanumeric code that corresponds to the cable schedule (PXXX-A, B, C, N, LI, L2, G or SPARE-1,2..).

B. All control, telephone, signal and instrumentation wires shall be identified on each end. The overall cable (If available) shall be labeled with an alphanumeric code that corresponds to the cable

16120-8 143/2011-05 Rebid schedule (CXXX). Individual conductors shall be labeled to correspond with the identifications provided by the individual equipment manufacturers to which the conductors are attached. Where no such identifications exist, the individual conductors shall also be labeled to correspond to the cable schedule (CXXX-1, 2, 3... or SPARE-1, 2...).

1. Numbers shall be typed on the heat shrinkable labels with permanent ink. Hand lettered labels are not acceptable.

2. Labels shall be installed approximately 1/2" from the termination point and shrunk to a tight fit on the wire with a heat gun

3. Labels shall be oriented such that they are right side up and readable after the wire is connected to the terminal block.

C. All cables shall be identified in all pull boxes, terminal boxes, manholes, control cabinets, control panels, etc. with permanent labels attached to the cable.

3.03 CABLE LIMITERS

A. Install cable limiters on both ends of the designated cables or as shown on the drawings. All conductors within the cable shall be included. Install the manufacturer's heat shrink tubing for additional insulation and mechanical protection.

3.04 TERMINATIONS

A. All control and instrumentation wire shall terminate with compression type fork lugs on screw clamp terminal strips in control cabinets, terminal boxes, starters, control panels or device terminals. Control wire may be installed without compression type termination lugs on a temporary basis for checkout prior to final wire marking.

B. Control and instrumentation wire shall not be spliced. All control wires shall terminate on terminal blocks or at device terminals.

C. Where control and power wiring are in the same enclosure, the control wiring shall be bundled and separated to the maximum extent possible from the power wiring. Where instrument circuits (shielded cable) can

16120-9 143/2011-05 Rebid not be separated from power wiring, the cable shall be installed in conduit inside the enclosure or a metal barrier shall be installed between them.

D. Connections for lighting circuits may be made with twist-on connectors for wire sizes 10 AWG and smaller.

3.05 TESTING

A. All testing must be documented. Written test records must be maintained on-site by the CONTRACTOR and copies shall be submitted to the ENGINEER immediately upon completion of each test.

B. All fiber optic cables shall be tested to ANSI/TIA-568- C.3.

End of Part 3

End of Section

16120-10 143/2011-05 Rebid SECTION 16130

BOXES

PART 1: GENERAL

1.01 SCOPE OF WORK

A. The CONTRACTOR shall:

1. Provide all boxes as shown on the drawings and as required for proper installation of the various electrical systems.

1.02 RELATED WORK

A. Specified elsewhere:

1. 16010 - Electrical Work - General 2. 16110 - Raceways 3. 16120 - Wire 4. 16131 - Junction and Pullboxes 5. 16140 - Wiring Devices 6. 16450 - Grounding 7. 16500 - Lighting

1.03 QUALITY ASSURANCE

A. Not used.

1.04 DELIVERY, STORAGE AND HANDLING

A. Not used.

End of Part 1

16130-1 143/2011-05 Rebid PART 2: PRODUCTS

2.01 BOXES

A. All exposed outlet boxes for use with rigid galvanized or aluminum conduit shall be type "FS" or "FD" cast aluminum boxes with cast aluminum device plates/cast aluminum blank covers or Cooper Crouse-Hinds type GUA outlet boxes with thread covers.

B. All exposed outlet boxes for use with 316 stainless steel conduit shall be type "FS" or "FD" cast 316 stainless boxes with stainless steel device plates/covers.

C. Boxes for use with rigid PVC coated metal conduit shall be cast or malleable iron or cast aluminum with a factory applied 40 mil PVC coating, including covers.

D. Concealed outlet boxes installed in dry locations shall be galvanized steel, having depth and shape best suited to the intended use.

E. Boxes which must be larger than outlet boxes shall be made of ASTM 316 stainless steel and shall be rated NEMA type 4X. Metal boxes with conduit concentric or eccentric knockouts shall not be used. All boxes shall have hinged covers and quick release type fasteners.

F. All boxes shall be of ample size to allow the conductors to be installed without bending them, either before or after installation, to a radius less than that recommended by the conductor manufacturer, in addition, the boxes shall meet NEC size requirements.

G. Acceptable manufacturers

1. Cooper Crouse-Hinds 2. Appleton 3. Calbrite 4. or equal

End of Part 2

16130-2 143/2011-05 Rebid PART 3: EXECUTION

3.01 BOXES

A. The CONTRACTOR shall furnish and install outlet and junction boxes as shown on the drawings or where required for the proper installation of the systems.

B. Boxes shall be installed at locations as shown on the drawings; however, the CONTRACTOR shall coordinate all rough-in with the other trades to verify that the device locations do not interfere with other elements. Notify the ENGINEER of conflicts and modify device locations as directed.

C. The OWNER may change receptacle locations by 5 feet in any direction prior to rough-in at no additional cost.

D. Outlet boxes for multiple devices in the same location shall be mounted in gang boxes with the appropriate cover plates.

E. Coordinate with the other trades to assure that the wall finishes butt against flush wall boxes in a manner that will allow the standard size device plate to cover all openings.

F. All boxes shall be installed so that they are accessible.

G. Locations of all boxes shall be verified on the job site.

H. All boxes for control panels shall be sized to house the devices required by the drawings plus 25% spare space with a minimum size as indicated on the layout drawings. Boxes for control panels shall be NEMA type 4X except where noted otherwise on the drawings.

End of Part 3

End of Section

16130-3 143/2011-05 Rebid THIS PAGE LEFT INTENTIONALLY BLANK

16130-4 143/2011-05 Rebid SECTION 16131

JUNCTION AND PULLBOXES

PART 1: GENERAL

A. SCOPE OF WORK

1.01 The CONTRACTOR shall:

A. Provide junction and pull boxes where shown on the drawings, or as may be required, to facilitate the pulling of wires.

1. 02 RELATED WORK

A. Specified Elsewhere

1. 16010 - Electrical Work - General 2. 16110 - Raceways 3. 16120 - Wire 4. 16140 - Wiring Devices 5. 16450 - Grounding 6. 16500 - Lighting

1.03 QUALITY ASSURANCE

A. Not used.

1.04 DELIVERY, STORAGE AND HANDLING

A. Not used.

End of Part 1

16131-1 143/2011-05 Rebid PART 2: PRODUCTS

2.01 MATERIAL

A. Small junction and pull boxes for use with rigid galvanized or aluminum conduit shall be cast aluminum with cast aluminum device plates or cast aluminum blank covers similar to Cooper Crouse-Hinds type GUA outlet boxes.

B. Junction and pull boxes which are larger than outlet boxes and/or for use with 316 stainless steel conduit shall not be smaller than the minimum code dimensions. Boxes shall be welded construction and shall have hinged covers. The boxes shall be rated NEMA type 4X.

C. In general, boxes shall be of such size that it is not necessary to bend wires to radii of less than ten diameters, and lengths shall be adequate for staggering joints or splices. The CONTRACTOR shall submit a written list of all proposed junction and pull boxes for this project, complete with size, rating and materials of construction. Where a junction/pull box schedule has been provided on the drawings, the listed sizes shall be considered minimum based on the expected field orientation.

D. Wireway is not an acceptable substitute for junction or pull boxes.

End of Part 2

16131-2 143/2011-05 Rebid PART 3: EXECUTION

3.01 INSTALLATION

A. Provide holes in pull and junction boxes to receive entering raceways. There shall be no holes except those used by raceways.

B. Provide a separate box or a separate section for each wiring system of power, control and instrumentation. Boxes shall not be smaller than the size required by the National Electrical Code.

C. Boxes shall not be placed in locations made inaccessible by piping, ducts, raceways, or other equipment.

End of Part 3

End of Section

16131-3 143/2011-05 Rebid THIS PAGE LEFT INTENTIONALLY BLANK

16131-4 143/2011-05 Rebid SECTION 16140

WIRING DEVICES

PART 1: GENERAL

1.01 SCOPE OF WORK

A. The CONTRACTOR shall:

1. Provide all wiring devices as follows:

a. Wiring devices (switches, dimmers and receptacles) b. Ground fault circuit interrupter receptacles c. Isolated ground receptacles d. Twist-lock® devices e. Transient voltage surge suppressor receptacles f. Wall plates g. Wall devices h. Decorative style devices i. Photoelectric controls for lighting control j. Motion detectors (occupancy sensors) for lighting control

2. Install all wiring devices as shown on the drawings.

1.02 RELATED WORK

A. Specified elsewhere:

1. 16010 -- Electrical 2 . 16110 -- Raceways 3. 16120 -- Wire 4 . 16130 -- Boxes 5. 16450 -- Grounding 6. 16500 -- Lighting

1. 03 TESTING

A. Test all receptacle outlets to verify proper power, neutral and ground connections.

End of Part 1

16140-1 143/2011-05 Rebid PART 2: PRODUCTS

2.01 WALL SWITCHES

A. All switches shall be Extra Heavy Duty, specification grade.

B. Wall switches shall be manufactured by Arrow-Hart, Leviton, Hubbell or Pass & Seymour.

C. Schedule of wall switches, toggle type:

Rating A-H Leviton Hubbell P & S 2 0 Amp IP 1221 1221-2 HBL1221 2 0 ACI 2 0 Amp 2P 1222 1222-2 HBL1222 2 0AC2 20 Amp 3P 1223 1223-2 HBL1223 20AC3 2 0 Amp 4P 1224 1224-2 HBL1224 20AC4

D. Single pole, Double pole, Three-way, Four-way and indicating pilot.

E. All other switch styles shall meet or exceed the requirements of the above.

F. The OWNER shall be allowed to choose from the following colors for each building or area:

1. White 2. Ivory 3. Gray 4. Brown 5. Black 6. Light Almond

2.02 RECEPTACLES

A. All receptacles shall be Extra Heavy Duty, specification grade with brass strap and integral ground contact.

B. Wall receptacles shall be manufactured by Arrow-Hart, Leviton, Hubbell or Pass & Seymour.

C. Schedule of receptacles, duplex, 125 volt, grounding:

Rating A-H Leviton Hubbell P & S 2 0 Amp AH5362 5362 HBL5362 5362A 2 0 Amp GFCI None None GFR5362ITR None

D. Schedule of receptacles, duplex, 250 volt grounding:

16140-2 143/2011-05 Rebid Rating A-H Leviton Hubbell P & s 2 0 Amp 5462 5462 HBL5462 5862-A

E. All other receptacle styles shall meet or exceed the requirements of the above.

F. All receptacles located outdoors, in damp locations or in wet locations shall be listed weather-resistant.

G. The OWNER shall be allowed to choose from the following colors for each building or area:

1. White 2. Ivory 3. Gray 4. Brown 5. Black 6. Light Almond

2.03 DIMMERS

A. Dimmers shall be architectural grade preset slide control type rated a minimum of 1000 watts, 120 VAC, 60 Hz .

B. The OWNER shall be allowed to choose from the following colors for each building or area:

1. White 2. Ivory 3. Gray 4 . Brown 5. Black 6. Light Almond

2.04 COVER PLATES

A. Standard indoor cover plates for flush boxes shall be smooth stainless steel with rounded outer edge designed for flush mounting. Surface mounted outlet boxes shall have cast aluminum device covers.

16140-3 143/2011-05 Rebid B. Alternate indoor cover plates for flush boxes shall be smooth thermoset with rounded outer edge designed for flush mounting. The OWNER shall be allowed to choose from the following colors for each building area:

1. White 2. Ivory 3. Gray 4. Brown 5. Black 6. Light Almond 7. Satin Brass

C. Cover plates shall be gang type where multiple devices are installed in the same location.

D. All outdoor receptacles and receptacles indicated as weatherproof "WP" shall have stainless steel, weatherproof type cover plates and shall be weatherproof with the equipment in use (Calbrite S60000FVCD or equal).

E. "WP" switches shall have a push pull type operator without a spring loaded cover.

F. All devices installed in type "FD" or "FS" boxes shall have cast cover plates with a gasket.

2.05 WALL SWITCH WITH OCCUPANCY SENSOR

A. Sensors shall be rated 8OOW/incandescent and lOOOW/fluorescent minimum @ 120 VAC with no minimum load required.

B. Sensor shall recess into single gang switch box and fit into a standard GFI opening.

C. Sensor must meet NEC grounding requirements by providing a dedicated ground connection and grounding to mounting strap.

D. Sensor shall use ultrasonic & PIR sensing and include a built-in photocell. Sensor shall feature self adapting technology that continuously analyzes the environment and sets timer settings manually between 4 and 30 minutes in automatic mode. The sensor shall offer four fixed mode time settings of 4, 8, 15 and 30 minutes.

E. Sensor shall include manual On and auto ON modes.

16140-4 143/2011-05 Rebid F. The OWNER shall be allowed to choose from the following colors for each building area:

1. White 2. Ivory 3. Gray 4. Black 5. Light Almond

G. Sensor shall be a Hubbell Building Automation model number LHMTS1 or equal.

2.06 CEILING MOUNT OCCUPANCY SENSOR

A. Sensor shall use ultrasonic & PIR sensing and include a built-in photocell and SPDT, 500mA, 24 VDC relay. Sensor shall feature self adapting technology that continuously analyzes the environment and sets timer settings manually between 8 and 32 minutes.

B. 120 VAC/24VDC power pack shall be furnished with each sensor.

C. Two sensor styles shall be furnished. A 180°, 1,000 ft2 coverage range or a 360°, 2,000 ft2 coverage range.

D. Sensor color shall be white.

E. Sensor shall be a Hubbell Building Automation model number OMNIDT1000, OMNIDT2000 or equal.

2.07 SINGLE GANG ASTRONOMIC TIMER

A. Timer shall provide for 10 ON and 10 OFF set points, include adjustable sunset and sunrise times for either Northern or Southern latitudes with daylight savings and leap year compensation.

B. A manual override until the next regular scheduled ON or OFF.

C. Schedule retention shall be accomplished during a power outage with supercapacitor technology.

D. Power input shall be 120/277 VAC, 60 Hz with a 13 A rated SPST contact suitable for LED, resistive or ballast loads.

E. The timer shall be an NSI Industries SS721Z series or equal.

End of Part 2

16140-5 143/2011-05 Rebid PART 3: EXECUTION

3.01 INSTALLATION

A. Install wall switches with the "OFF" position down and duplex receptacles with the ground pole down.

B. Install all devices and cover plates plumb and square. Coordinate all flush device boxes with the wall construction so that a standard size cover plate will cover the wall opening.

C. Wiring devices shall be installed at locations as shown on the drawings, however, the CONTRACTOR shall coordinate all rough-in with the General/Mechanical Contractor to verify that the device locations do not interfere with other elements. Notify the ENGINEER of conflicts and modify device location as directed.

D. All switches located in wet locations or in locations where WP receptacles are required shall be weatherproof type.

E. The OWNER may change outlet locations by 5 feet in any direction prior to rough-in at no additional cost to the OWNER.

F. Wall switch occupancy sensors shall be set to a one minute time delay in bathrooms and 10 minutes in all other locations.

End of Part 3

End of Section

16140-6 143/2011-05 Rebid SECTION 16150

RACEWAY SCHEDULE

Raceway No. From Equipment From Drawing To Equipment To Drawing 100 UTIL-103 143-41? JB-100 143-418 Remarks Communications Segment Installation Trade Size Type 1 Exterior 3" PVC COATED RGS Raceway No. From Equipment From Drawing To Equipment To Drawing 101 UTIL-101 143-416 CT-100 143-418 Remarks: Service Entrance Segment Installation Trade Size Type 1 Exterior PVC COATED RGS Raceway No. From Equipment From Drawing To Equipment To Drawing 102 UTIL-102 143-416 CT-100 143-418 Remarks: Service Entrance Segment Installation Trade Size Type 1 Exterior 3" PVC COATED RGS Raceway No. From Equipment From Drawing To Equipment To Drawing 103 CT-100 143-418 MTR-100 143-416 Remarks: Service Metering Segment Installation Trade Size Type 1 Exterior 1-1/2" PVC COATED RGS Raceway No. From Equipment From Drawing To Equipment To Drawing 104 CT-100 143-418 CB-100 143-416 Remarks: Service Entrance Segment Installation Trade Size Type Exterior PVC COATED RGS Interior RGS Raceway No. From Equipment From Drawing To Equipment To Drawing 105 CT-100 143-418 CB-100 143-416 Remarks: Service Entrance Segment Installation Trade Size Type Exterior 3" PVC COATED RGS Interior 3" RGS Raceway No. From Equipment From Drawing To Equipment To Drawing 106 ATS-100 143-416 MCC-lOO 143-416 Remarks: Service Entrance Segment Installation Trade Size Type 1 Interior 3' RGS

16150-1 143/2011-05 Rebid Raceway No. From Equipment From Drawing To Equipment To Drawing 107 ATS-100 143-418 MCC-lOO 143-418 Remarks: Service Entrance Segment Installation Trade Size Type 1 Interior RGS Raceway No. From Equipment From Drawing To Equipment To Drawing 10E ATS-100 143-418 CP-102 143-416 Remarks: ATS/Generator Alarms Segment Installation Trade Size Type 1 Interior 1" RGS Raceway No. From Equipment From Drawing To Equipment To Drawing 109 MCC-lOO 143-418 UH-101 143-41E Remarks: Unit Heater Power Segment Installation Trade Size Type Interior 1" RGS Interior 1" LFMC Raceway No. From Equipment From Drawing To Equipment To Drawing 110 TH-UH-101 143-418 UH-101 143-416 Remarks: Unit Heater Thermostat Segment Installation Trade Size Type Interior 3/4" RGS Interior 3/4" LIQUIDTIGHT FLEXIBLE Raceway No. From Equipment From Drawing To Equipment To Drawing 111 MCC-lOO 143-418 M-P-101 143-418 Remarks: Raw Sewage Pump No.l Power Segment Installation Trade Size Type Interior 1-1/2" RGS Interior 1-1/2" LFMC Raceway No. From Equipment From Drawing To Equipment To Drawing 112 MCC-lOO 143-418 M-P-102 143-418 Remarks: Raw Sewage Pump No.2 Power Segment Installation Trade Size Type Interior 1-1/2" RGS Interior 1-1/2" LFMC Raceway No. From Equipment From Drawing To Equipment To Drawing 113 P-101 143-418 JB-P-101 143-418 Remarks: Pump Casing Thermal Switch Segment Installation Trade Size Type Interior 3/4" LFMC Interior 3/4" RGS Raceway No. From Equipment From Drawing To Equipment To Drawing 114 P-102 143-418 JB-P-101 143-418 Remarks: Pump Casing Thermal Switch Segment Installation Trade Size Type Interior 3/4" LFMC Interior 3/4" RGS

16150-2 143/2011-05 Rebid Raceway No. From Equipment From Drawing To Equipment To Drawing 115 JB-P-101 143-418 CP-101 143-418 Remarks: Pumps Casing Thermal Switches Segment Installation Trade Size Type 1 Interior 3/4" RGS Raceway No. From Equipment From Drawing To Equipment To Drawing 116 MCC-lOO 143-418 CP-GR-100 143-418 Remarks: Grinder Control Panel Power Segment Installation Trade Size Type 1 Interior 1' RGS Raceway No. From Equipment From Drawing To Equipment To Drawing 117 CP-GR-100 143-41E DS-GR-100 143-418 Remarks Grinder Power Segment Installation Trade Size Type Interior 1" RGS Interior 1" PVC COATED RGS Exterior 1" PVC COATED RGS Raceway No. From Equipment From Drawing To Equipment To Drawing IIS MCC-lOO 143-418 EF-100 143-416 Remarks: Exhaust Fan Power Segment Installation Trade Size Type Interior 3/4' RGS Interior 3/4' LFMC Raceway No. From Equipment From Drawing To Equipment To Drawing 119 TH-EF-100 143-418 MCC-lOO 143-418 Remarks: Exhaust Fan Thermostat Segment Installation Trade Size Type 1 Interior 3/4' RGS Raceway No. From Equipment From Drawing To Equipment To Drawing 121 MCC-lOO 143-418 FIT-100 143-418 Remarks: Flow Transmitter Power Segment Installation Trade Size Type Interior 3/4" RGS Interior 3/4" LFMC Raceway No. From Equipment From Drawing To Equipment To Drawing 122 FIT-100 143-418 CP-102 143-418 Remarks: Pump Station Flow Signal/Pulse Segment Installation Trade Size Type Interior 3/4" LFMC Interior 3/4" RGS

16150-3 143/2011-05 Rebid Raceway No. From Equipment From Drawing To Equipment To Drawing 123 FE-100 143-418 FIT-100 143- Remarks: Flow Meter Interconnections Segment Installation Trade Size Type Interior 3/4" LFMC Interior 3/4" RGS Interior 3/4" LFMC Raceway No. From Equipment From Drawing To Equipment To Drawing 124 FE-100 143-418 FIT-100 143-416 Remarks: Flow Meter Interconnections Segment Installation Trade Size Type Interior 3/4" LFMC Interior 3/4" RGS Interior 3/4" LFMC Raceway No. From Equipment From Drawing To Equipment To Drawing 125 AL-100 143-418 CP-102 143-418 Remarks: Door Instrusion Alarm Switch Segment Installation Trade Size Type Interior 3/4" LFMC Interior 3/4" RGS Raceway No. From Equipment From Drawing To Equipment To Drawing 126i JB-LS-100 143-418 CP-101 143-416 Remarks: Wet Well High Level Switch Segment Installation Trade Size Type Exterior 1" PVC COATED RGS Interior 1" PVC COATED RGS Interior 1" RGS Raceway No. From Equipment From Drawing To Equipment To Drawing 127 ATS-100 143-418 G-100 143-418 Remarks: Emergency Service Segment Installation Trade Size Type 1 Interior RGS Raceway No. From Equipment From Drawing To Equipment To Drawing 128 ATS-100 143-418 G-100 143-416 Remarks: Emergency Service Segment Installation Trade Size Type 1 Interior 3" RGS Raceway No. From Equipment From Drawing To Equipment To Drawing 129 ATS-100 143-416 G-100 143-416 Remarks: Interconnections Segment Installation Trade Size Type 1 Interior 1-1/2' RGS

16150-4 143/2011-05 Rebid Raceway No. From Equipment From Drawing To Equipment To Drawing 130 MCC-lOO 143-418 G-100 143-418 Remarks: Generator Coolant Heater Segment Installation Trade Size Type 1 Interior 1" RGS Raceway No. From Equipment From Drawing To Equipment To Drawing 131 MCC-lOO 143-418 G-100 143-418 Remarks: Generator Alternator Heater/Battery Charger Segment Installation Trade Size Type 1 Exterior 3/4" RGS Raceway No. From Equipment From Drawing To Equipment To Drawing 132 JB-100 143-416 CP-102 143-418 Remarks: Communications Segment Installation Trade Size Type Exterior 1-1/2" PVC COATED RGS Interior 1-1/2" RGS Raceway No. From Equipment From Drawing To Equipment To Drawing 133 CP-GR-100 143-416 CP-102 143-416 Remarks: Grinder Alarms Segment Installation Trade Size Type 1 Interior 3/4" RGS Raceway No. From Equipment From Drawing To Equipment To Drawing 134 MCC-lOO 143-416 CP-102 143-416 Remarks: Alarms Segment Installation Trade Size Type 1 Interior 1-1/2" RGS Raceway No. From Equipment From Drawing To Equipment To Drawing 135 CP-101 143-418 CP-102 143-416 Remarks Pump Alarms Segment Installation Trade Size Type 1 Interior 1" RGS Raceway No. From Equipment From Drawing To Equipment To Drawing 136 MCC-lOO 143-416 CP-102 143-416 Remarks: Scada Panel Power Segment Installation Trade Size Type 1 Interior 3/4" RGS Raceway No. From Equipment From Drawing To Equipment To Drawing 137 LS-102 143-418 CP-102 143-416 Remarks: Pump Room Flooded Switch Segment Installation Trade Size Type Interior 3/4" LFMC Interior 3/4" RGS

16150-5 143/2011-05 Rebid Raceway No. From Equipment From Drawing To Equipment To Drawing 13c CB-100 143-418 ATS-100 143-418 Remarks: Service Entrance Segment Installation Trade Size Type 1 Interior 3' RGS Raceway No. From Equipment From Drawing To Equipment To Drawing 139 CB-100 143-418 ATS-100 143-418 Remarks: Service Entrance Segment Installation Trade Size Type 1 Interior 3" RGS Raceway No. From Equipment From Drawing To Equipment To Drawing 140 MCC-lOO 143-416 DS-SP-100 143-416 Remarks: Sump Pump Segment Installation Trade Size Type 1 Interior 3/4" RGS Raceway No. From Equipment From Drawing To Equipment To Drawing 141 MCC-lOO 143-418 DS-HS-100 143-416 Remarks: Hoist Segment Installation Trade Size Type Interior 3/4" RGS Exterior 3/4" PVC COATED RGS

End of Section

16150-6 143/2011-05 Rebid SECTION 16160

CABLE SCHEDULE

Cable Qty Cable Conductor Insulation Cond. Rated Operating From To Remarks Number Type Size Type Type Voltage Voltage Equipment Equipment 1 C108 8 1/C 14 AWG XHHW-2 cu 600 AC 24 VDC ATS-100 CP-102 ATS/Generator Alarms

Routing Conduit No. From Equipment From Drawing To Equipment To Drawing 108 ATS-100 143-416! CP-102 143-418

Cable Qty Cable Conductor Insulation Cond. Rated Operating From To Remarks Number Type Size Type Type Voltage Voltage Equipment Equipment 2 C110 3 1/C 14 AWG XHHW-2 CU 600 AC 24 VAC TH-UH-101 UH-101 Unit Heater Thermostat Routing Conduit No. From Equipment From Drawing To Equipment To Drawing 110 TH-UH-101 143-4161 UH-101 143-418

Cable Qty Cable Conductor Insulation Cond. Rated Operating From To Remarks Number Type Size Type Type Voltage Voltage Equipment Equipment 3 C113 3 1/C 14 AWG XHHW-2 CU 600 AC 120 VAC P-101 CP-101 Pump Casing Thermal Switch Routing Conduit No. From Equipment From Drawing To Equipment To Drawing 113 P-101 143-416! JB-P-101 143-418 115 JB-P-101 143-416! CP-101 143-418

Cable Qty Cable Conductor Insulation Cond. Rated Operating From To Remarks Number Type Size Type Type Voltage Voltage Equipment Equipment 4 C114 3 1/C 14 AWG XHHW-2 CU 600 AC 120 VAC P-102 CP-101 Pump Casing Thermal Switch Routing Conduit No. From Equipment From Drawing To Equipment To Drawing 114 P-102 143-416! JB-P-101 143-418 115 JB-P-101 143-418i CP-101 143-418

Cable Qty Cable Conductor Insulation Cond. Rated Operating From To Remarks Number Type Size TyPe Type Voltage Voltage Equipment Equipment 5 C117 3 1/C 14 AWG XHHW-2 CU 600 AC 120 VAC CP-GR-100 DS-GR-100 Grinder Motor Thermal Switch Routing Conduit No. From Equipment From Drawing To Equipment To Drawing 117 CP-GR-100 143-418: DS-GR-100 143-418

16160-1 143/2011-05 Rebid Cable Qty Cable Conductor Insulation Cond. Rated Operating From To Remarks Number Type Size Type Type Voltage Voltage Equipment Equipment 6 C119 3 1/C 14 AWG XHHW-2 CU 600 AC 120 VAC TH-EF-100 MCC-lOO Exhaust Fan Thermostat Routing Conduit No. From Equipment From Drawing To Equipment To Drawing 119 TH-EF-100 143-4161 MCC-lOO 143-418

Cable Qty Cable Conductor Insulation Cond. Rated Operating From To Remarks Number Type Size Type Type Voltage Voltage Equipment Equipment 7 C122a 1 1 pr 16 AWG PVC SHLD CU 300 AC 24 VDC FIT-100 CP-102 Pump Station Flow Signal Routing Conduit No. From Equipment From Drawing To Equipment To Drawing 122 FIT-100 143-418! CP-102 143-418

Cable Qty Cable Conductor Insulation Cond. Rated Operating From To Remarks Number Type Size Type Type Voltage Voltage Equipment Equipment 8 C122b 1 1 pr 16 AWG PVC SHLD CU 300 AC 24 VDC FIT-100 CP-101 Pump Station Discharge Flow Total Routing Conduit No. From Equipment From Drawing To Equipment To Drawing Pulse 122 FIT-100 143-418! CP-102 143-418

Cable Qty Cable Conductor Insulation Cond. Rated Operating From To Remarks Number Type Size Type Type Voltage Voltage Equipment Equipment 9 C123 1 Special Special PVC SHLD CU - - - FE-100 FIT-100 Flow Meter Interconnection Routing Conduit No. From Equipment From Drawing To Equipment To Drawing Supplied w/Flow Meter 123 FE-100 143-4161 FIT-100 143-418

Cable Qty Cable Conductor Insulation Cond. Rated Operating From To Remarks Number Type Size Type Type Voltage Voltage Equipment Equipment 10 C124 1 Special Special PVC SHLD CU - - - FE-100 FIT-100 Flow Meter Interconnection Routing Conduit No. From Equipment From Drawing To Equipment To Drawing Supplied w/Flow Meter 124 FE-100 143-418! FIT-100 143-418

Cable Qty Cable Conductor Insulation Cond. Rated Operating From To Remarks Number Type Size Type Type Voltage Voltage Equipment Equipment 11 C125 3 1/C 14 AWG XHHW-2 CU 600 AC 24 VDC AL-100 CP-102 Door Switch

Routing Conduit No. From Equipment From Drawing To Equipment To Drawing 125 AL-100 143-418! CP-102 143-418

16160-2 143/2011-05 Rebid Cable Qty Cable Conductor Insulation Cond. Rated Operating From To Remarks Number Type Size Type Type Voltage Voltage Equipment Equipment 12 C126 3 1/C 14 AWG XHHW-2 CU 600 AC 120 VAC JB-LS-100 CP-101 Wet Well High Level Switch Routing Conduit No. From Equipment From Drawing To Equipment To Drawing 126i JB-LS-100 143-418! CP-101 143-418

Cable Qty Cable Conductor Insulation Cond. Rated Operating From To Remarks Number Type Size Type Type Voltage Voltage Equipment Equipment 13 C129a 3 1/C 8 AWG XHHW-2 CU 600 AC 12 VDC ATS-100 G-100 Battery Voltage

Routing Conduit No. From Equipment From Drawing To Equipment To Drawing 129 ATS-100 143-418i G-100 143-418

Cable Qty Cable Conductor Insulation Cond. Rated Operating From To Remarks Number Type Size Type Type Voltage Voltage Equipment Equipment 14 C129b 10 1/C 14 AWG XHHW-2 CU 600 AC 12 VDC ATS-100 G-100 ATS/Generator Interconnections per Routing Conduit No. From Equipment From Drawing To Equipment To Drawing Gen. Supplier 129 ATS-100 143-418! G-100 143-418

Cable Qty Cable Conductor Insulation Cond. Rated Operating From To Remarks Number Type Size Type Type Voltage Voltage Equipment Equipment 15 C133 6 1/C 14 AWG XHHW-2 CU 600 AC 24 VDC CP-GR-100 CP-102 Grinder Control Panel Alarms Routing Conduit No. From Equipment From Drawing To Equipment To Drawing 133 CP-GR-100 143-418! CP-102 143-418

Cable Qty Cable Conductor Insulation Cond. Rated Operating From To Remarks Number Type Size Type Type Voltage Voltage Equipment Equipment 1 6 C134 24 1/C 14 AWG XHHW-2 CU 600 AC 24 VDC MCC-lOO CP-102 MCC Alarms/Status

Routing Conduit No. From Equipment From Drawing To Equipment To Drawing 134 MCC-lOO 143-418! CP-102 143-418

Cable Qty Cable Conductor Insulation Cond. Rated Operating From To Remarks Number Type Size Type Type Voltage Voltage Equipment Equipment 17 C135 20 1/C 14 AWG XHHW-2 CU 600 AC 24 VDC CP-101 CP-102 Pump Control Panel Alarms/Status Routing Conduit No. From Equipment From Drawing To Equipment To Drawing 135 CP-101 143-418! CP-102 143-418

16160-3 143/2011-05 Rebid Cable Qty Cable Conductor Insulation Cond. Rated Operating From To Remarks Number Type Size Type Type Voltage Voltage Equipment Equipment 18 C137 3 1/C 14 AWG XHHW-2 CU 600 AC 24 VDC LS-102 CP-102 Pump Room Flooded Switch Routing Conduit No. From Equipment From Drawing To Equipment To Drawing 137 LS-102 143-418 CP-102 143-418

Cable Qty Cable Conductor Insulation Cond. Rated Operating From To Remarks Number Type Size Type Type Voltage Voltage Equipment Equipment 19 P101 4 1/C 250 Kcmil XHHW-2 CU 600 AC 480 VAC UTIL-101 CT-100 Service Entrance Set 1 of 2 Routing Conduit No. From Equipment From Drawing To Equipment To Drawing 101 UTIL-101 143-418 CT-100 143-41?

Cable Qty Cable Conductor Insulation Cond. Rated Operating From To Number Type Size Type Type Voltage Voltage Equipment Equipment 20 P102 4 1/C 250 Kcmil XHHW-2 CU 600 AC 480 VAC UTIL-102 CT-100 Service Entrance Set 2 of 2 Routing Conduit No. From Equipment From Drawing To Equipment To Drawing 102 UTIL-102 143-41? CT-100 143-41?

Cable Qty Cable Conductor Insulation Cond. Rated Operating From To Remarks Number Type Size Type Type Voltage Voltage Equipment Equipment 21 P104 4 1/C 250 Kcmil XHHW-2 CU 600 AC 480 VAC CT-100 CB-100 Service Entrance Set 1 of 2 Routing Conduit No. From Equipment From Drawing To Equipment To Drawing 104 CT-100 143-41? CB-100 143-41?

Cable Qty Cable Conductor Insulation Cond. Rated Operating From To Remarks Number Type Size Type Type Voltage Voltage Equipment Equipment 22 P105 4 1/C 250 Kcmil XHHW-2 CU 600 AC 480 VAC CT-100 CB-100 Service Entrance Set 2 of 2 Routing Conduit No. From Equipment From Drawing To Equipment To Drawing 105 CT-100 143-41? CB-100 143-41?

Cable Qty Cable Conductor Insulation Cond. Rated Operating From To Remarks Number Type Size Type Type Voltage Voltage Equipment Equipment

23 P106 4 1/C 250 Kcmil XHHW-2 CU 600 AC 480 VAC ATS-100 MCC-lOO Building Load Set 1 of 2 Routing Conduit No. From Equipment From Drawing To Equipment To Drawing 106 ATS-100 143-41? MCC-lOO 143-418

16160-4 143/2011-05 Rebid Cable Qty Cable Conductor Insulation Cond. Rated Operating From To Remarks Number Type Size Type Type Voltage Voltage Equipment Equipment 24 P106gnd 1 1/C 1/0 AWG XHHW-2 CU 600 AC 480 VAC ATS-100 MCC-lOO Building Load Set 1 of 2 EGC Routing Conduit No. From Equipment From Drawing To Equipment To Drawing 106 ATS-100 143-41E MCC-lOO 143-41?

Cable Qty Cable Conductor Insulation Cond. Rated Operating From To Remarks Number Type Size Type Type Voltage Voltage Equipment Equipment 25 P107 4 1/C 250 Kcmil XHHW-2 CU 600 AC 480 VAC ATS-100 MCC-lOO Building Load Set 2 of 2 Routing Conduit No. From Equipment From Drawing To Equipment To Drawing 107 ATS-100 143-41? MCC-lOO 143-41?

Cable Qty Cable Conductor Insulation Cond. Rated Operating From To Remarks Number Type Size Type Type Voltage Voltage Equipment Equipment 26 P107gnd 1 1/C 1/0 AWG XHHW-2 CU 600 AC 480 VAC ATS-100 MCC-lOO Building Load Set 2 of 2 EGC Routing Conduit No. From Equipment From Drawing To Equipment To Drawing 107 ATS-100 143-418 MCC-lOO 143-418

Cable Qty Cable Conductor Insulation Cond. Rated Operating From To Remarks Number Type Size Type Type Voltage Voltage Equipment Equipment 27 P109 3 1/C 4 AWG XHHW-2 CU 600 AC 480 VAC MCC-lOO UH-101 Unit Heater Power

Routing Conduit No. From Equipment From Drawing To Equipment To Drawing 109 MCC-lOO 143-41? UH-101 143-41?

Cable Qty Cable Conductor Insulation Cond. Rated Operating From To Remarks Number Type Size Type Type Voltage Voltage Equipment Equipment P109gnd 1 1/C 10 AWG XHHW-2 CU 600 AC 480 VAC MCC-lOO UH-101 Unit Heater Power EGC

Routing Conduit No. From Equipment From Drawing To Equipment To Drawing 109 MCC-lOO 143-41? UH-101 143-41?

Cable Qty Cable Conductor Insulation Cond. Rated Operating From To Remarks Number Type Size Type Type Voltage Voltage Equipment Equipment

29 Pill 3 1/C 1/0 AWG XHHW-2 CU 600 AC 480 VAC MCC-lOO M-P-101 Pump Motor Power

Routing Conduit No. From Equipment From Drawing To Equipment To Drawing TTT MCC-100 143-418 M-P-101 143-418

16160-5 143/2011-05 Rebid Cable Qty Cable Conductor Insulation Cond. Rated Operating From To Remarks Number Type Size Type Type Voltage Voltage Equipment Equipment

30 Plllgnd 1 1/C 6 AWG XHHW-2 CU 600 AC 480 VAC MCC-lOO M-P-101 Pump Motor Power EGC

Routing Conduit No. From Equipment From Drawing To Equipment To Drawing Tn MCC-100 143-418 M-P-101 143-418

Cable Qty Cable Conductor Insulation Cond. Rated Operating From To Remarks Number Type Size Type Type Voltage Voltage Equipment Equipment

31 P112 3 T/C 1/0 AWG XHHW-2 CU 600 AC 480 VAC MCC-lOO M-P-102 Pump Motor Power

Routing Conduit No. From Equipment From Drawing To Equipment To Drawing _ MCC-100 143-418 M-P-102 143-418

Cable Qty Cable Conductor Insulation Cond. Rated Operating From To Remarks Number Type Size Type Type Voltage Voltage Equipment Equipment

32 P112gnd 1 T/C 6 AWG XHHW-2 CU 600 AC 480 VAC MCC-lOO M-P-102 Pump Motor Power EGC

Routing Conduit No. From Equipment From Drawing To Equipment To Drawing ~112 MCC-lOO 143-418 M-P-102 143-418

Cable Qty Cable Conductor Insulation Cond. Rated Operating From To Remarks Number Type Size Type Type Voltage Voltage Equipment Equipment

33 P116 4 1/C 10 AWG XHHW-2 CU 600 AC 480 VAC MCC-lOO CP-GR-100 Grinder Control Panel Power Routing Conduit No. From Equipment From Drawing To Equipment To Drawing 116 MCC-lOO 143-418 CP-GR-100 143-41?

Cable Qty Cable Conductor Insulation Cond. Rated Operating From To Remarks Number Type Size Type Type Voltage Voltage Equipment Equipment

34 P117 4 1/C 10 AWG XHHW-2 CU 600 AC 480 VAC CP-GR-100 DS-GR-100 Grinder Power

Routing Conduit No. From Equipment From Drawing To Equipment To Drawing 117 CP-GR-100 143-41? DS-GR-100 143-41?

Cable Qty Cable Conductor Insulation Cond. Rated Operating From To Remarks Number Type Size Type Type Voltage Voltage Equipment Equipment

35 P118 4 T/C 12 AWG XHHW-2 CU 600 AC 480 VAC MCC-lOO EF-100 Exhaust Fan Power

Routing Conduit No. From Equipment From Drawing To Equipment To Drawing 118 MCC-lOO 143-418 EF-100 143-418

16160-6 143/2011-05 Rebid Cable Qty Cable Conductor Insulation Cond. Rated Operating From To Remarks Number Type Size Type Type Voltage Voltage Equipment Equipment 36 P121 3 1/C 12 AWG XHHW-2 CU 600 AC 120 VAC LP-100 FIT-100 Flow Transmitter Power Routing Conduit No. From Equipment From Drawing To Equipment To Drawing 121 MCC-lOO 143-41? FIT-100 143-41?

Cable Qty Cable Conductor Insulation Cond. Rated Operating From To Remarks Number Type Size Type Type Voltage Voltage Equipment Equipment 37 P127 4 1/C 4/0 AWG XHHW-2 CU 600 AC 480 VAC ATS-100 G-100 Emergency Service Set 1 of 2 Routing Conduit No. From Equipment From Drawing To Equipment To Drawing 127 ATS-100 143-418 G-100 143-418

Cable Qty Cable Conductor Insulation Cond. Rated Operating From To Remarks Number Type Size Type Type Voltage Voltage Equipment Equipment 38 P127gnd 1 1/C 2 AWG XHHW-2 CU 600 AC 480 VAC ATS-100 G-100 Emergency Service Set 1 of 2 EGC Routing Conduit No. From Equipment From Drawing To Equipment To Drawing 127 ATS-100 143-41? G-100 143-41?

Cable Qty Cable Conductor Insulation Cond. Rated Operating From To Number Type Size Type Type Voltage Voltage Equipment Equipment

39 P128 4 1/C 4/0 AWG XHHW-2 CU 600 AC 480 VAC ATS-100 G-100 Emergency Service Set 2 of 2 Routing Conduit No. From Equipment From Drawing To Equipment To Drawing 128 ATS-100 143-418 G-100 143-418

Cable Qty Cable Conductor Insulation Cond. Rated Operating From To Remarks Number Type Size Type Type Voltage Voltage Equipment Equipment

40 P128gnd 1 1/C 2 AWG XHHW-2 CU 600 AC 480 VAC ATS-100 G-100 Emergency Service Set 2 of 2 EGC Routing Conduit No. From Equipment From Drawing To Equipment To Drawing 12? ATS-100 143-418 G-100 143-41?

Cable Qty Cable Conductor Insulation Cond. Rated Operating From To Remarks Number Type Size Type Type Voltage Voltage Equipment Equipment 41 P130 3 1/C 10 AWG XHHW-2 CU 600 AC 120 VAC LP-100 G-100 Generator Coolant Heater Power Routing Conduit No. From Equipment From Drawing To Equipment To Drawing 130 MCC-lOO 143-418 G-100 143-41?

16160-7 143/2011-05 Rebid Cable Qty Cable Conductor Insulation Cond. Rated Operating From To Remarks Number Type Size Type Type Voltage Voltage Equipment Equipment "2 Pl31a 3 1/C 12 AWG XHHW-2 CU 600 AC 120 VAC LP-100 G-100 Generator Alternator Heater Routing Conduit No. From Equipment From Drawing To Equipment To Drawing 131 MCC-lOO 143-41? G-100 143-418

Cable Qty Cable Conductor Insulation Cond. Rated Operating From To Remarks Number Type Size Type Type Voltage Voltage Equipment Equipment 43 P131b 3 1/C 12 AWG XHHW-2 CU 600 AC 120 VAC LP-100 G-100 Generator Battery Charger Routing Conduit No. From Equipment From Drawing To Equipment To Drawing 131 MCC-lOO 143-41? G-100 143-41?

Cable Qty Cable Conductor Insulation Cond. Rated Operating From To Remarks Number Type Size Type Type Voltage Voltage Equipment Equipment 44 P136 3 1/C 12 AWG XHHW-2 CU 600 AC 120 VAC LP-100 CP-102 SCADA Control Panel Power Routing Conduit No. From Equipment From Drawing To Equipment To Drawing 136 MCC-lOO 143-41? CP-102 143-41?

Cable Qty Cable Conductor Insulation Cond. Rated Operating From To Remarks Number Type Size Type Type Voltage Voltage Equipment Equipment

45 P138 4 1/C 250 Kcmil XHHW-2 CU 600 AC 480 VAC CB-100 ATS-100 Service Entrance Set 1 of 2 Routing Conduit No. From Equipment From Drawing To Equipment To Drawing 138 CB-100 143-418 ATS-100 143-418

Cable Qty Cable Conductor Insulation Cond. Rated Operating From To Remarks Number Type Size Type Type Voltage Voltage Equipment Equipment 46 P138gnd 1 1/C 1/0 AWG XHHW-2 CU 600 AC 480 VAC CB-100 ATS-100 Service Entrance Set 1 of 2 EGC Routing Conduit No. From Equipment From Drawing To Equipment To Drawing 138 CB-100 143-418 ATS-100 143-41?

Cable Qty Cable Conductor Insulation Cond. Rated Operating From To Remarks Number Type Size Type Type Voltage Voltage Equipment Equipment 47 P139 4 1/C 250 Kcmil XHHW-2 CU 600 AC 480 VAC CB-100 ATS-100 Service Entrance Set 2 of 2 Routing Conduit No. From Equipment From Drawing To Equipment To Drawing 139 CB-100 143-418 ATS-100 143-41?

16160-8 143/2011-05 Rebid Cable Qty Cable Conductor Insulation Cond. Rated Operating From To Remarks Number Type Size Type Type Voltage Voltage Equipment Equipment 48 P139gnd 1 1/C 1/0 AWG XHHW-2 CU 600 AC 480 VAC CB-100 ATS-100 Service Entrance Set 2 of 2 EGC Routing Condui t No. From Equipment From Drawing To Equipment To Drawing 139 CB-100 143-41? ATS-100 143-41?

Cable Qty Cable Conductor Insulation Cond. Rated Operating From To Remarks Number Type Size Type Type Voltage Voltage Equipment Equipment

49 P140 3 1/C 12 AWG XHHW-2 CU 600 AC 120 VAC LP-100 DS-SP-100 Sump Pump

Routing Conduit No. From Equipment From Drawing To Equipment To Drawing 140 MCC-lOO 143-41? DS-SP-100 143-418

Cable Qty Cable Conductor Insulation Cond. Rated Operating From To Remarks Number Type Size Type Type Voltage Voltage Equipment Equipment

50 p141 4 1/C 12 AWG XHHW-2 CU 600 AC 480 VAC MCC-lOO DS-HS-100 Hoist

Routing Conduit No. From Equipment From Drawing To Equipment To Drawing 141 MCC-lOO 143-41? DS-HS-100 143-418

End of Section

16160-9 143/2011-05 Rebid

SECTION 16180

SAFETY DISCONNECT SWITCHES

PART 1: GENERAL

1.01 SCOPE OF WORK

A. CONTRACTOR shall:

1. Provide all safety disconnect switches and for all motors, appliances and other electrical equipment as shown on the drawings or as required by the National Electrical Code.

2. Provide all fuses for safety disconnect switches, combination fusible starters, etc. where required.

3. Review the drawings verify location and size of equipment requiring a safety disconnect switch.

1.02 RELATED WORK

A. Specified elsewhere:

1. 16010 - Electrical Work 2 . 16110 - Raceways 3. 16120 - Wire 4 . 16130 - Boxes 5. 16450 - Grounding

End of Section 1

16180-1 143/2011-05 Rebid PART 2: PRODUCTS

2.01 SAFETY DISCONNECT SWITCHES

A. All safety disconnect switches shall be heavy duty, industrial type rated at 480 volts and non-fused unless noted. Fused switches, where shown, shall have rejection feature for Class R fuses.

B. Safety disconnect switches shall be three (3) pole units with the amp or horsepower rating based on the load served or as shown on the drawings.

C. Switch enclosures shall be rated NEMA type 4X, 316 stainless steel, unless noted otherwise on the drawings.

D. All switches shall have front cover mounted metal nameplate containing switch type, catalog number and HP rating; handle whose position is easily recognizable; non-teasible, positive, quick-make, quick-break mechanism; and switch assembly plus operating handle as an integral part of the enclosure base.

E. Switches to be installed exposed outside shall be padlockable in both the ON and OFF positions. All other switches shall be padlockable in the OFF position.

F. Switches shall meet NEMA specifications KSI-1990.

G. Acceptable manufacturers:

1. Eaton Cutler-Hammer 2. Siemens 3. General Electric 4. Or equal

2.02 SWITCH RATED PLUGS AND RECEPTACLES

A. Plugs and receptacles must be listed to UL Subject 2682, Switch Rated Plugs and Receptacles.

B. Plugs and receptacles must have constant pressure butt- contacts with solid silver-nickel tips. Pin and sleeve contacts are not permitted.

C. Receptacles must have dead front construction. Live parts must be inaccessible to thin tools or wire.

D. Plugs and receptacles must be able to close at least once on a conditional short-circuit current of 65,000A.

16180-2 143/2011-05 Rebid (Short circuit testing should be performed with RK1 current limiting fuses sized at 400% of the highest full load motor ampacity associated with the device).

E. Plugs and receptacles must incorporate an integral switching mechanism to ensure the load is broken before the plug is removed from the receptacle.

F. Plug and receptacle wire terminals must be spring- assisted to prevent loosening due to conductor yielding, shocks, vibrations or thermal cycling.

G. The minimum environmental rating of plugs and receptacles must be NEMA type 4X.

H. Ingress protection must be achieved automatically when the plug is fully inserted into the receptacles, without additional manual operation.

I. Plugs and receptacles must have a system of different keying positions in order to discriminate between circuits or incompatible operating voltages or frequencies.

J. Plugs and receptacles installed outdoor must be able to withstand UV radiation.

K. Acceptable manufacturers:

1. Meltric Corporation 2 . Or equal

2.03 FUSES

A. Fuses from 0 to 600-amp rating shall be combination dual element time delay and current limiting type, UL Class RK-1.

B. Acceptable manufacturers:

1. Bussman 2. Mersen 3. Littelfuse 4. Or equal

End of Section 2

16180-3 143/2011-05 Rebid PART 3:EXECUTION

3.01 INSTALLATION

A. Switches shall be securely attached to the building or other structure and shall not depend on conduits for support.

3.02 FUSES

A. Furnish and install fuses in all devices where fuses are indicated or required.

B. Provide three (3) spare fuses for each rating and type installed in the various items of electrical equipment furnished by the CONTRACTOR under Division 16. Turn the spare fuses over to the OWNER at the completion of the project.

C. Permanently attach a label at each device that requires fuses. The label to indicate the proper size and type of fuse required for the device. The label shall be located on the inside cover of switches, motor starters, etc. Labels shall be plastic stick-on type with typed notations.

End of Section 3

End of Section

16180-4 143/2011-05 Rebid SECTION 16235

STANDBY EMERGENCY GENERATOR

PART 1: GENERAL

1.01 SCOPE OF WORK

A. The CONTRACTOR shall furnish all labor, materials, equipment and appurtenances necessary for one (1) fixed engine-generator standby emergency power system installed outdoors in a weather protective, sound attenuated housing at the Railroad Avenue pump station.

B. The housing, generator, fuel tank and accessories shall be mounted to a fabricated steel base and shall be shipped to the site as a single prewired unit.

C. The work shall include but not be limited to the following:

1. Engine-generator, controls and accessories 2. Exhaust silencer and piping 3. Fuel system with integral sub-base tank 4. Automatic transfer switch 5. Batteries and battery charger 7. Weather protective, sound attenuated housing with accessories

1.02 QUALITY ASSURANCE

A. The engine, generator and all major items of auxiliary equipment shall be manufactured by manufacturers currently engaged in the production of such equipment. The manufacturer of the standby emergency generator shall assemble, test and ship the engine-generator as a unit.

B. The engine-generator supplier shall be an authorized representative of the engine-generator manufacturer and the supplier shall have a parts depot and service facility located within 200 miles of the job site. The supplier shall maintain 168 hour per week emergency service and shall maintain stock of 80% of engine, generator and control parts at all times.

16235-1 143/2011-05 Rebid Certified evidence that the supplier meets these requirements shall be furnished.

C. The CONTRACTOR shall provide the services of a factory representative to conduct the initial start-up, checkout and demonstration of the engine-generator unit.

D. Provide a five (5) year or 1500 hours written warranty on all engine-generator parts including the engine, alternator, controls, automatic transfer switch, etc. The warranty shall consist of a Base Warranty for one (1) year with a Comprehensive Extended warranty for an additional four (4) years for a total of five (5) years.

1. The warranty shall cover all parts of the engine, alternator, controls, automatic transfer switch, etc. for a full five (5) years including shipping of repair or replacement parts and equipment to the site.

2. All labor costs including travel costs and travel time shall be covered for a full five (5) years.

3. The warranty shall include consumables only when damage or loss is caused by a warrantable defect.

4. The warranty shall have no deductibles applied.

E. The complete generator system shall be in full compliance with all federal, state, county and local codes. The SUPPLIER shall be responsible for meeting these requirements, even when not specifically detailed in these specifications. The SUPPLIER shall consult the timeline specified by the contract documents to determine the required installation date for the purpose of providing a unit that will meet the applicable emissions and above ground fuel storage tank standards and/or requirements.

1.03 TESTING

A. Provide copies of certified factory tests of the specific engine-generator unit furnished. Tests shall include full power rating, stability, voltage

16235-2 143/2011-05 Rebid regulation and frequency regulation and other standard factory procedures.

B. After the engine-generator unit, complete with all accessories, has been installed and all servicing and checkout completed, the following tests shall be performed in the presence of the OWNER or the OWNER'S representative:

1. Cold engine-generator start with connection to 100% of rated load into a load bank within 10 seconds. Verify that all parameters are within specified limits and continue to operate the generator at full load for 2 hours while recording parameters (volts, amps, temperature, oil pressure, frequency, etc.) every 15 minutes. All load banks, cables, test equipment, etc. required for this test shall be furnished by the CONTRACTOR.

2. With all of the pump station equipment operating normally, simulate a power failure by disconnecting the main power source. Observe the proper operation of the automatic transfer switch, generator start, transfer of the load and start and proper operation of all equipment. Continue to operate the pump station for a period of 1 hour while starting and stopping various items of equipment and observing the engine- generator for proper operation.

3. Should it be necessary to perform the above tests on different days, the CONTRACTOR shall ensure that the factory representative will be present during all testing activities.

1.04 RECORD DOCUMENTS

A. Three (3) sets of operating instructions, parts lists, shop drawings and maintenance instructions for the engine-generator and all auxiliary equipment shall be neatly bound, indexed and turned over to the Owner.

1.05 DEMONSTRATION AND TRAINING

A. After all tests have been completed and record documents delivered to the OWNER, the CONTRACTOR shall

16235-3 143/2011-05 Rebid provide the services of a factory representative to demonstrate the engine-generator with all accessories and auxiliary equipment to the OWNER or the OWNER'S representative.

B. The demonstration shall include proper operation, periodic maintenance, and checkout of each major component. Specific attention shall be paid to safe operating procedures and safety hazards.

C. The demonstration shall be separate from all other testing and checkout and shall be performed at the pump station. Exact time shall be at the OWNER'S convenience. The TRAINING shall be a minimum of 4 hours.

End of Part 1

16235-4 143/2011-05 Rebid PART 2: PRODUCTS

2.01 ENGINE-GENERATOR

A. The engine-generator and controls shall be manufactured, assembled, tested and shipped as a unit. The engine-generator shall meet the detailed requirements of all paragraphs of the specification. The equipment of some manufacturers may require larger capacities and ratings in order to meet all requirements, however, in no case shall the capacities, sizes, ratings, etc. be less than those specified.

B. The engine-generator unit shall be a standard production series and a prototype shall have been tested as follows:

1. Maximum power level. 2. Minimum motor starting capacity. 3. Structural soundness. 4. Torsigraph analysis per MIL-STD/705B, method 504.2. Torsional peaks not to exceed 5000 psi at the critical operating speed. 5. Fuel consumption. 6. Engine-generator cooling air flow. 7. Transient response and steady state governing. 8. Generator temperature rise per NEMA MGI-22.40. 9. Single step load pick up per NFPA 76A-822. 10. Harmonic analysis and voltage wave form, deviation per MIL-STD705B, method 601.4. 11. Three (3) phase short circuit test for mechanical and electrical strength.

C. The prototype unit tested shall have the same engine, fuel type, generator and major subsystems as the unit proposed.

D. All requirements and ratings shall be based on operation at 1000 feet at a maximum ambient temperature of 104 degrees F. with all accessories (radiator fan, water pump, fuel pump, filters, oil pump, etc.) installed and connected.

E. The alternator (generator) shall be rated for 105 degrees C. rise and have a minimum three phase continuous standby rating as follows:

16235-5 143/2011-05 Rebid STARTING ID KW KVA PF VOLTAGE PHASE KVA Railroad Avenue 200 250 .80 277/480 Pump 3PH-4W 650 Station

F. The engine shall be a #2 diesel fueled, turbocharged, 4-cycle, 1800 RPM, water cooled with mounted radiator, fan and water pump.

G. The horsepower rating of the prime mover shall be such that any overloads which occur during motor starting, even though they may exceed the steady-state capability of the prime mover, shall not cause stalling.

H. The engine shall have the following minimum ratings:

CUBIC ID BHP CYLINDER CYCLE INCHES Railroad Avenue Pump 389 531 6 4 Station

I. The radiator and cooling system shall be sized to allow for continuous operation at full load in ambient temperatures of 104 degrees F.

J. The engine shall be equipped with an engine mounted thermostatically controlled 208 VAC, 1 phase, 4,800 Watt coolant heater and a 120 VAC, 300 Watt alternator heater. Both heaters shall be supplied with cord and plug connections. The contractor shall furnish and install receptacles for these heaters inside the generator enclosure.

K. Full pressure lubrication shall be supplied by a positive displacement lubricating oil pump. The engine shall have oil filters with replaceable elements.

L. Engine-generator speed shall be governed by an electronic governor to maintain isochronous speed regulation for outputs from no-load to full-load. The

16235-6 143/2011-05 Rebid governor shall have an adjustment to allow for 0 to 5% droop.

M. The engine shall have a DC alternator with a transistorized voltage regulator. Remote 2-wire starting shall utilize a solenoid shift, electric starter.

N. The generating set shall contain a complete engine start-stop control which starts the engine on closing contacts and stops the engine on opening contacts. A crank limiter shall be provided to open the starting circuit in approximately 45 to 90 seconds if the engine is not started. The engine controls shall also include a 3 position selector switch (Run-Stop- Remote) .

0. The engine shall automatically shutdown for over crank, high engine temperature, low oil pressure and overspeed. The shutdown control shall include individual indication lights and a common alarm.

P. The generator shall be a three phase, broad range reconnectable (12 leads) with full single phase output capabilities, brushless, revolving field type with permanent magnet type exciter and solid state voltage regulator. The stator shall be directly connected to the engine flywheel housing, and the rotor shall be driven through a semi-flexible driving flange to ensure permanent alignment. The insulation system shall be Class H as defined by NEMA MG-1. The generator shall withstand a high potential test of 1500 volts, 60 Hz to ground for one minute per NEMA MG-1.

Q. Voltage regulation shall be within plus or minus 2% of rated voltage from no-load to full-load. The voltage regulation scheme shall be suitable for use with SCR type variable frequency drives and rectifier input sections and shall be immune from SCR tracking and other harmonic induced problems. The instantaneous voltage dip shall meet the requirements of NFPA 110, for 200 KW load acceptance in one step. A 5% voltage adjustment from the rated value shall be provided.

R. The controls shall be Level 1, solid state; microprocessor based and shall meet the requirements

16235-7 143/2011-05 Rebid of NFPA 99 and NFPA 110. All remote sending units required for temperature, low fuel level, rupture tank leak detector, etc. shall also be included. The controls and instrument panel shall be wired, tested and shock mounted on the generating set. It shall contain panel lighting, manual reset circuit breaker, digital frequency meter, digital running time meter, voltage adjusting rheostat, digital AC voltmeter (dual range to indicate all voltages), digital AC ammeter (dual range to indicate all currents), digital coolant temperature gauge, digital oil pressure gauge and battery charge rate ammeter.

S. A heavy-duty lead acid battery shall be provided and shall be mounted inside the generator frame by the engine-generator manufacturer complete with appropriate cables. The battery shall have a cold crank rating as recommended by the engine-generator manufacturer.

T. An automatic float battery charger shall be installed inside the automatic transfer switch (If the charger is mounted outside of the switch, 120 VAC power must be provided by the contractor and the charger must be installed inside a NEMA Type 3R enclosure). The battery charger shall be an automatic float type with amp rating as recommended by the engine-generator manufacturer and shall operate on 120 volts ac. The charger shall have overcurrent protection on both the ac input and the dc output. The charge rate shall be automatic and the circuitry shall maintain a constant battery voltage without overcharging.

U. A critical exhaust silencer shall be installed complete with piping, supports and appropriate shielding of the hot exhaust components. The silencer shall be installed with necessary stainless steel flexible tubing, exhaust rain cap, brackets, supports, etc. Silencer shall be installed inside the enclosure.

V. A generator main circuit breaker set, mounted and wired on the engine-generator skid. The circuit breaker shall be a U.L. listed, molded case, thermal magnetic type rated 300 Amps, 480 VAC, 3 pole.

W. A ground lug shall be installed on the engine- generator skid and all equipment appropriately bonded.

16235-8 143/2011-05 Rebid X. The engine-generator unit shall be manufactured by Cummins, Caterpillar, Kohler, Generac or equal.

2.02 DIESEL FUEL SYSTEM

A. The diesel fuel system shall consist of a double walled tank with piping, water separator, reading level gauge, etc. The tank shall meet all U.L., EPA, OSHA, Federal, state and local requirements regarding leak protection, detection, venting, registration, etc.

B. The tank shall have a lockable fill spill containment arrangement with manual drain valve. During fueling operations, the manual valve shall be closed to catch any overflow at the fill cap.

C. A leak detection device shall be installed in the space between the tank walls and indication shall be connected to the generator alarm annunciator.

D. The diesel fuel tank shall have a 24 Hour capacity. The tank shall be complete with all appropriate fill, vent, and other connections and openings.

E. The water separator shall be a Fleetguard, Dieselpro or equal with a thermostatically controlled heater.

F. The tank level indicator shall have a local readout as well as a low level and high level contacts connected to the generator alarm annunciator.

2.03 AUTOMATIC TRANSFER SWITCH

A. The automatic transfer switch shall be designed for transfer between utility company electric power and engine generator electric power. The switch shall transfer when the utility source power is unbalanced, undervoltage, reverse phase or phase failure.

B. The automatic transfer switch shall be rated for continuous operation in ambient temperatures of -20 degrees F. to 125 degrees F. and for all classes of load, both inductive and non-inductive. The automatic transfer switch shall be designed, built and tested to close on an inrush current up to and including 20

16235-9 143/2011-05 Rebid times the continuous rating of the switch without damage to the contacts. Circuit breaker type transfer switches are not acceptable.

The transfer switch shall have the following minimum ratings when protected by a thermal magnetic circuit breaker or a fuse:

WITHSTAND ID AMPS VOLTAGE PHASE CURRENT RATING Railroad 35,000 A Avenue Pump 400 277/480 3PH-4W Station @ 48 0 VAC

The automatic transfer switch with neutral bar and with terminal lugs for copper wire shall have individual, heat resistant chambers enclosing solid cadmium oxide stationary contacts and silver tungsten alloy movable contacts. The transfer switch shall have mechanical and electrical interlocks to prevent simultaneous energizing of both normal and emergency service.

The automatic transfer switch shall have a neutral off position (programmed transition) with an adjustable delay of 0.5 to 20.0 seconds.

The automatic transfer switch shall have the following features and controls:

1. Non-ventilated NEMA type 1 enclosure 2. Mechanically held both sides 3. Manual override 4. Front mounted meters and/or indicating lamps 5. Adjustable undervoltage sensors to sense low voltage on all or any individual phase 6. Phase failure sensing on the utility source 7. Phase reversal sensing on the utility source 8. Automatic transfer of load to the emergency power source when it reads proper voltage and frequency. 9. Transfer delay (1 to 60 seconds) 10. Automatic retransfer (0 to 30 min. delay) 11. Retransfer delay BYPASS 12. Control disconnect plug 13. Test feature to simulate failure 14. Source indication

16235-10 143/2011-05 Rebid 15. Dry contacts to indicate source (2-N.C. & 2-N.O.) 16. Automatic generator shutdown after retransfer and adjustable time delay (1 to 10 minutes) 17. Engine start time delay (0 to 10 seconds) 18. Automatic generator start signal upon failure of the normal power source. 19. Seven day solid state programmable exercise clock 20. Loaded/Unloaded selection feature.

G. The automatic transfer switch shall be manufactured by Cummins, Kohler, Generac or equal.

2.05 WEATHER PROTECTIVE SOUND ATTENUATED HOUSING

A. The generator set shall be provided with a sound- attenuated housing which shall allow the generator set to operate at full rated load in the ambient conditions previously specified. The enclosure shall reduce the sound level of the generator set while operating at full rated load to a maximum of 74 dBA at any location 7 meters from the generator set in a free field environment. Housing configuration and materials used may be of any suitable design which meets application needs, except that acoustical materials used shall be oil and water resistant. No foam materials shall be used unless they can be demonstrated to have the same durability and life as fiberglass. B. The weather protective, sound attenuated housing shall consist of the following:

1. A fabricated steel base with double walled fuel tank. The base assembly shall include an integral double walled fuel tank with features and capacity as specified above.

2. The housing shall be constructed of heavy gauge reinforced, painted sheet steel with removable and hinged panels to provide access to all engine-generator components. All doors shall be lockable.

3. All auxiliary equipment including but not limited to; muffler, batteries, local control panel, filters, coolant heater, alternator heater, etc.

16235-11 143/2011-05 Rebid 4. The enclosure shall be provided with an exhaust silencer which shall be mounted inside of the enclosure, and shall allow the generator set package to meet specified sound level requirements. The silencer and exhaust shall include a raincap and rainshield.

End of Part 2

16235-12 143/2011-05 Rebid PART 3: EXECUTION

3.01 STANDBY EMERGENCY GENERATOR AND ACCESSORIES

A. Furnish and install a reinforced concrete mounting pad for the standby emergency generator as shown on the drawings. Install anchor bolts in the concrete pad and anchor the complete assembly as recommended by the manufacturer.

B. Make control and power wiring connections to the standby emergency generator, automatic transfer switch and remote alarm annunciator.

C. Install ground connections and bond to the building ground grid.

D. The CONTRACTOR shall provide all lubricating oil, anti-freeze, filters, etc. required for proper operation, test and checkout of the engine-generator unit.

E. Furnish recommended diesel fuel as required to complete all tests, checkout and demonstration. At final completion of the project, the CONTRACTOR shall furnish a sufficient amount of diesel fuel to fill the tank. The fuel shall be suitable for storage in an unheated tank located outside in cold weather conditions.

F. Set the various transfer switch time delays and options as directed by the OWNER or the ENGINEER.

G. Test and checkout the overall Standby emergency generator operation.

End of Part 3 End of Section

16235-13 143/2011-05 Rebid THIS PAGE LEFT INTENTIONALLY BLANK

16235-14 143/2011-05 Rebid SECTION 16400

ELECTRIC UTILITY and DSL SERVICE ENTRANCE

PART 1: GENERAL

1.01 SCOPE OF WORK

A. The CONTRACTOR shall:

1. Install a new electrical utility service entrance at the following location:

a. Railroad Avenue Pump Station

2. Include all one-time electric utility company charges for any required overhead primary extensions, secondary connections, transformers, meters, grounding systems, etc. or any upgrade work required to provide electrical power to the pump station. All costs for the complete electric service entrance shall be paid by the CONTRACTOR.

3. Include with the base bid price an allowance for the electric utility company charges. The contract price will be adjusted up or down by Change Order to reflect the actual utility company charges. The allowance shall pay only for work directly performed by the utility company. The following allowance shall be included:

a. Twenty Thousand Dollars and no/cents ($20,000.00)

4. Install a new DSL (Digital Subscriber Line) service at the following location:

a. Railroad Avenue Pump Station

5. Include all one-time DSL provider charges for the required service. The DSL work shall include guys, anchors, wire and terminations. All costs for the complete DSL service shall be paid by the CONTRACTOR.

6. Include with the base bid price an allowance for the DSL provider charges. The contract price

16400-1 143/2011-05 Rebid will be adjusted up or down by Change Order to reflect the actual DSL provider charges. The allowance shall pay only for work directly performed by the DSL provider. The following allowance shall be included:

a. One Thousand Dollars and no/cents ($1,000.00)

1.02 RELATED WORK

A. Specified elsewhere:

1. 16010 - Electrical Work - General 2 . 16030 - Electrical Field Acceptance Tests 3. 16110 - Raceways 4 . 16120 - Wire 5. 16450 - Grounding

1.03 QUALITY ASSURANCE

Not used.

1.04 DELIVERY, STORAGE, AND HANDLING

Not used.

1.05 UTILITY CONTACTS

A. The electric utility company contact for the service entrance is as follows:

Attention: Duquesne Light Mr. Kim Titley 214 Meadowlark Lane Building 3 Aliquippa, PA 15001

Telephone: (412) 393-2343

B. The DSL provider contact for the DSL service is as follows:

Attention: Verizon

Telephone: 800-837-4966

End of Part 1

16400-2 143/2011-05 Rebid PART 2: PRODUCTS

2.01 ELECTRICAL SERVICE

A. The electrical service for the Railroad Avenue Pump Station shall include the following:

1. The secondary feeder shall be 277/480 VAC, 3 Phase, 4 wire, 400A.

2. The CONTRACTOR shall furnish all secondary conduits.

2.01 DSL SERVICE

A. The DSL service for the Railroad Avenue Pump Station shall include the following:

1. New DSL service wire to the nearest connection point to the pump station.

2. The CONTRACTOR shall furnish all conduits for the DSL service.

3. The CONTRACTOR shall establish the new DSL service with the following features:

a. DSL Internet service only b. Minimum download speed - 16 Mbps c. Minimum upload speed - 2 Mbps d. No. of static IP addresses - 1

End of Part 2

16400-3 143/2011-05 Rebid PART 3: EXECUTION

3.01 INSTALLATION

A. Arrange, coordinate and pay for the installation of the electrical service and the DSL service. The OWNER will sign a service agreement presented by each utility company and begin paying normal monthly costs once each service is completed.

B. The electrical service shall be installed per Duquesne Light standards as outlined in the latest edition of "Electric Service Installation Rules".

C. The DSL service shall be installed per the DSL service provider recommendations and requirements.

D. All work shall be completed in accordance with each utility company's standards, requirements and recommendations.

E. All grounding shall be in strict accordance with the National Electrical Code and each utility company's requirements.

End of Part 3

End of Section

16400-4 143/2011-05 Rebid SECTION 16450

GROUNDING

PART 1: GENERAL

1.01 SCOPE OF WORK

A. The CONTRACTOR shall:

1. Provide all grounding for the system neutrals, equipment, conduit system, control wiring, etc.

2. Properly bond all new equipment.

1.02 RELATED WORK

A. Specified elsewhere:

1. 11314 - Instrumentation 2. 16010 - Electrical Work -- General 3. 16110 - Raceways 4 . 16111 - Underground Duct Banks 5. 16120 - Wire 6. 16130 - Boxes 7 . 16140 - Wiring Devices 8 . 16471 - Panelboards 9. 16500 - Lighting

B. QUALITY ASSURANCE

1. Not used.

1.03 DELIVERY, STORAGE AND HANDLING

A. Not used.

1. 04 TESTING

A. Each grounding electrode shall be tested after installation and before connection to the electrical system and other electrodes.

1. The test shall be conducted using the three - (3) point dynamic method or other approved testing method.

16450-1 143/2011-05 Rebid 2. Do not introduce water or chemicals to alter the conditions of the earth.

3. Provide a written report to the ENGINEER. The report shall show the date, test equipment manufacturer and model number and ground resistance measured at each electrode.

End of Part 1

16450-2 143/2011-05 Rebid PART 2: PRODUCTS

2.01 GROUND RODS

A. Ground rods shall be copper clad steel with a diameter of 3/4" and an overall length of 10 feet.

B. All connections shall be approved bolted bronze clamps or exothermic weld such as "Cadweld".

End of Part 2

16450-3 143/2011-05 Rebid PART 3: EXECUTION

3.01 INSTALLATION

A. Grounding for equipment, system neutral and derived systems shall be separate and independent except at the building service entrance where they shall be bonded together in accordance with the NEC.

1. Equipment Ground - All machine frames, apparatus enclosures, and non-electrical structures such as panel boards, cabinets, motor frames, boxes, conduit and fittings, etc. shall be grounded by means of the conduit system AND a separate ground conductor.

2. The various grounding systems shall be connected to the grounding electrode system at the service entrance. The grounding electrode shall consist of the following items bonded together where available in accordance with the NEC.

a. Underground metal water pipe b. Structural steel c. Ground rods d. Concrete encased electrode (New construction only)

3. Install a separate equipment ground conductor in all conduits.

4. All ground rod connections shall be accessible for testing purposes. An inspection well shall be set over each ground rod connection point.

5. All grounding shall be in strict accordance with the National Electrical Code.

End of Part 3

End of Section

16450-4 143/2011-05 Rebid SECTION 16471

PANEL BOARDS

PART 1: GENERAL

1.01 SCOPE OF WORK

A. The CONTRACTOR shall:

1. Furnish and install all new power, distribution and lighting and appliance branch circuit panelboards as specified herein and where shown on the drawings.

1.02 REFERENCES

A. The panelboards and circuit breakers referenced herein shall be designed and manufactured according to the latest revision of the following specifications.

1. NEMA PB 1 - Panelboards

2. NEMA PB 1.1 - Instructions for Safe Installation, Operation and Maintenance of Panelboards Rated 600 Volts or Less.

3. NEMA AB 1 - Molded Case Circuit Breakers

4. NEMA KS 1 - Enclosed and Miscellaneous Distribution Equipment Switches (600 Volts Maximum)

5. UL 50 - Enclosures for Electrical Equipment

6. UL 67 - Panelboards

7. UL 98 - Enclosed and Dead-front Switches

8. UL 489 - Molded-Case Circuit Breakers and Circuit Breaker Enclosures

9. Federal Specification W-P-115C - Type I Class 1

10. Federal Specification W-P-115C - Type II Class 1

16471-1 143/2011-05 Rebid 11. Federal Specification W-C-375B/Gen - Circuit Breakers, Molded Case, Branch Circuit and Service.

12. Federal Specification W-C-865C - Fusible Switches

13. NFPA 70 - National Electrical Code (NEC)

14. ASTM - American Society of Testing Materials

1.03 SUBMITTAL AND RECORD DOCUMENTATION

A. Approval documents shall include drawings. Drawings shall contain overall panel board dimensions, interior mounting dimensions, and wiring gutter dimensions. The location of the main, branches, and solid neutral shall be clearly shown. In addition, the drawing shall illustrate one line diagrams with applicable voltage systems.

1.04 DELIVERY, STORAGE, AND HANDLING

A. Inspect and report concealed damage to carrier within their required time period.

B. Handle carefully to avoid damage to panelboard internal components, enclosure, and finish.

C. Store in a clean, dry environment. Maintain factory packaging and, if required, provide an additional heavy canvas or heavy plastic cover to protect enclosure (s) from dirt, water, construction debris, and traffic.

1.05 OPERATIONS AND MAINTENANCE MATERIALS

A. Manufacturer shall provide installation instructions and NEMA Standards Publication PB 1.1 - Instructions for Safe Installation, Operation and Maintenance of Panelboards Rated 600 Volts or Less.

1.0 6 RELATED WORK

A. Specified Elsewhere.

1. 16010 - Electrical Work - General 2. 16110 - Raceways

16471-2 143/2011-05 Rebid 3. 16120 - Wire 4. 16130 - Boxes 5. 16450 - Grounding

6. 16479 - Surge Protection Devices

End of Section 1

16471-3 143/2011-05 Rebid PART 2: PRODUCTS

2.01 MANUFACTURERS

A. Acceptable manufacturers:

1. Eaton Cutler-Hammer 2. Siemens 3. General Electric 4. Or equal

B. Substitutions must be submitted in writing two (2) weeks prior to original bid date with supporting documentation demonstrating that the alternate manufacturer meets all aspects of the specification herein.

2.02 PANELBOARDS

A. 120/240 lPh 3 Wire B. 120/208 3ph 4 wire

1. Interior

a. Shall be type rated for 240 VAC/48 VDC maximum. Continuous main current ratings, as indicated on associated schedules, not to exceed 600 amperes maximum.

b. Minimum short circuit current rating: 10,000 in rms symmetrical amperes at 240 VAC or as shown on the drawings.

c. Provide one (1) continuous bus bar per phase. Each bus bar shall have sequentially phased branch circuit connectors suitable for bolt-on branch circuit breakers. The bussing shall be fully rated. Panelboard bus current ratings shall be determined by heat- rise tests conducted in accordance with UL 67. Bussing shall be tin plated copper construction. Panelboards shall be suitable for use as Service Equipment.

d. All current-carrying parts shall be insulated from ground and phase-to-phase by a high dielectric strength thermoplastic.

16471-4 143/2011-05 Rebid e. Split solid neutral shall be plated and located in the mains compartment up to 225 amperes so all incoming neutral cables may be of the same length.

f. Interior trim shall be of dead-front construction to shield user from energized parts. Dead-front trim shall have pre-formed twist outs covering unused mounting space.

g. Nameplates shall contain system information and catalog number or factory order number. Interior wiring diagram, neutral wiring diagram, UL Listed label and short circuit current rating shall be displayed on the interior or in a booklet format.

h. Interiors shall be field convertible for top or bottom incoming feed. Main and sub-feed circuit breakers shall be vertically mounted.

i. Each panel board shall be equipped with a transient voltage surge suppression device.

2. Main Circuit Breaker

a. Shall be of the same manufacture as the panelboard.

b. Main circuit breakers shall have an overcenter, trip-free, toggle mechanism which will provide quick-make, quick-break contact action. Circuit breakers shall have a permanent trip unit with thermal and magnetic trip elements in each pole. Each thermal element shall be true rms sensing and be factory calibrated to operate in a 40° C ambient environment. Thermal elements shall be ambient compensating above 40° C.

c. Two and three-pole circuit breakers shall have common tripping of all poles. Circuit breakers frame sizes above 100 amperes shall have a single magnetic trip adjustment located on the front of the circuit breaker

16471-5 143/2011-05 Rebid which allows the user to simultaneously select the desired trip level of all poles. Circuit breakers shall have a push-to-trip button for maintenance and testing purposes.

d. Circuit breaker handle and faceplate shall indicate rated ampacity. Standard construction circuit breakers shall be UL Listed for reverse connection without restrictive line or load markings.

e. Circuit breaker escutcheon shall have international I/O markings, in addition to standard ON/OFF markings. Circuit breaker handle accessories shall provide provisions for locking handle in the ON or OFF position.

f. Circuit breakers shall be UL Listed for use with the following accessories: Shunt Trip, Under Voltage Trip, Ground Fault Shunt Trip, Auxiliary Switch, Alarm Switch, Mechanical Lug Kits, and Compression Lug Kits.

3. Branch Circuit Breakers

a. Shall be of the same manufacturer as the panelboard. Circuit breakers shall be UL Listed with amperage ratings, interrupting ratings, and number of poles as indicated on the panelboard schedules.

b. Molded case branch circuit breakers shall have bolt-on type bus connectors.

c. Circuit breakers shall have an overcenter toggle mechanism which will provide quick- make, quick-break contact action. Circuit breakers shall have thermal and magnetic trip elements in each pole. Two- and three- pole circuit breakers shall have common tripping of all poles.

d. There shall be two forms of visible trip indication. The breaker handle shall reside in a position between ON and OFF. In

16471-6 143/2011-05 Rebid addition, there shall be an indicator appearing on the circuit breaker housing.

e. The exposed faceplates of all branch circuit breakers shall be flush with one another.

f. Circuit breakers shall be UL Listed for use with the following factory installed accessories: Shunt Trip, Auxiliary Switch, and Alarm Switch.

g. Circuit breakers shall be UL listed with the following ratings (15-30A), High Intensity Discharge (HID) and (15-20A), Switch Duty (SWD) .

4. Enclosures

a. Type 1 Boxes

1) Boxes shall be galvanized steel constructed in accordance with UL 50 requirements. Galvanealed steel will not be acceptable.

2) Boxes shall have removable endwalls with knockouts located on one end. Boxes shall have welded interior mounting studs. Interior mounting brackets are not required.

3) Box dimensions shall be manufacturers standard.

b. Type 1 Fronts

1) Front shall meet strength and rigidity requirements per UL 50 standards. Front shall have ANSI 49 or ANSI 61 gray enamel electrodeposited over cleaned phosphatized steel.

2) Fronts shall be 1-piece with door. Mounting shall be as indicated on associated drawings.

16471-7 143/2011-05 Rebid 3) Front shall have cylindrical tumbler type lock with catch and spring-loaded stainless steel door pull. All lock assemblies shall be keyed alike. Two (2) keys shall be provided with each lock. A clear plastic directory card holder shall be mounted on the inside of door.

4) Panelboard layout and numbering shall match the layout as shown on the panel schedules with regard to the location of the various branch breakers in the panel.

5) Circuit numbers shall be engraved plastic type. Thin tape or film types are not acceptable.

6) All enclosures shall be NEMA Type 1 unless otherwise noted.

c. Other Enclosure Types

1) NEMA type 4X enclosures shall be constructed of 316 stainless steel, dead-front door design. Latches shall be quick-release fast-operating clamp assemblies. Clamps shall not require a tool for entry.

2) Where other enclosure types are required, the above requirements may be lifted in lieu of obtaining the proper environmental ratings.

277/480V 3Ph 4 Wire 480V 3Ph 3 Wire

1. Interior

a. Shall be rated for 480Y/277 (480) VAC maximum. Continuous main current ratings shall be as indicated on associated schedules.

b. Minimum Short Circuit Rating shall be as indicated on the drawings in rms symmetrical amperes at 480Y/277 (480) VAC.

16471-8 143/2011-05 Rebid c. Provide one (1) continuous bus bar per phase. Each bus bar shall have sequentially phased branch circuit connectors limited to bolt-on branch circuit breakers. The bussing shall be fully rated. Panelboard bus current ratings shall be determined by heat-rise tests conducted in accordance with UL 67. Bussing shall be tin plated copper construction. Panelboards shall be suitable for use as Service Equipment. d. All current-carrying parts shall be insulated from ground and phase-to-phase by a high dielectric strength thermoplastic. e. Split solid neutral shall be plated and located in the mains compartment up to 250 amperes so all incoming neutral cables may be of the same length. f. Interior trim shall be of dead-front construction to shield user from energized parts. Dead-front trim shall have pre-formed twistouts covering unused mounting space. g. Nameplates shall contain system information and catalog number or factory order number. Interior wiring diagram, neutral wiring diagram, UL Listed label and short circuit current rating shall be displayed on the interior or in a booklet format. h. Interiors shall be field convertible for top or bottom incoming feed. Main and sub-feed circuit breakers shall be vertically mounted. i. Interior phase bus shall be pre-drilled to accommodate field installable, multi-panel options. (i.e., Sub-Feed Lugs, Sub-Feed Breakers, Thru-Feed Lugs) j. Interiors shall accept true branch mounted circuit breakers as shown on the drawings.

16471-9 143/2011-05 Rebid k. Each panel board shall be equipped with a transient voltage surge suppression device.

Circuit Breakers-General a. All circuit breakers rated over 100 amperes shall be manually operated thermal-magnetic, molded-case type with solid state trip units and shall incorporate rating plugs sized as shown on the single line diagram. b. Circuit breakers rated 100 amperes or less shall be standard thermal-magnetic type sized as shown on the single line diagram. c. Circuit breaker with a solid state trip mechanism shall be equipped with the following adjustable settings:

1) Long time ampere rating 2) Long time delay 3) Short time ampere rating 4) Short time delay 5) I2T 6) Instantaneous ampere rating 7) Ground fault pickup 8) Ground fault delay 9) Ground I2T

Main Circuit Breaker a. Shall be of the same manufacturer as the panelboard. b. Main circuit breakers shall have an overcenter, trip-free, toggle mechanism which will provide quick-make, quick-break contact action. Circuit breakers shall be factory calibrated to operate in a 40° C ambient environment. Thermal elements shall be ambient compensating above 40° C. c. Two and three-pole circuit breakers shall have common tripping of all poles. Circuit breakers shall have a push-to-trip button for maintenance and testing purposes.

16471-10 143/2011-05 Rebid d. Circuit breaker handle and faceplate shall indicate rated ampacity. Standard construction circuit breakers shall be UL Listed for reverse connection without restrictive line or load markings.

e. Circuit breaker escutcheon shall have international I/O markings, in addition to standard ON/OFF markings. Circuit breaker handle accessories shall provide provisions for locking handle in the ON or OFF position.

f. The circuit breakers shall be UL Listed for use with the following accessories: Shunt Trip, Under Voltage Trip, Ground Fault Shunt Trip, Auxiliary Switch, Alarm Switch, Mechanical Lug Kits, and Compression Lug Kits .

4. Branch Circuit Breakers

a. Shall be of the same manufacturers as the panelboard. Circuit breakers shall be UL Listed with amperage ratings, interrupting ratings, and number of poles as indicated on the panelboard schedules.

b. Molded case branch circuit breakers shall have bolt-on type bus connectors.

c. Circuit breakers shall have an overcenter toggle mechanism which will provide quick- make, quick-break contact action. Circuit breakers shall have thermal and magnetic trip elements in each pole. Two- and three- pole circuit breakers shall have common tripping of all poles.

d. There shall be two forms of visible trip indication. The circuit breaker handle shall reside in a position between ON and OFF. In addition, there shall be an indicator appearing on the circuit breaker housing.

e. The exposed faceplates of all branch circuit breakers shall be flush with one another.

16471-11 143/2011-05 Rebid f. Circuit breakers shall be UL Listed for use with the following factory installed accessories: Shunt Trip, Auxiliary Switch, Alarm Switch.

g. Circuit breakers shall be UL Listed with the following ratings: (15-125A) Heating, Air Conditioning, and Refrigeration (HACR), (15- 30A) High Intensity Discharge (HID), and (15-20A) Switch Duty (SWD)

5. Enclosures

a. Type 1 Boxes

1) Boxes shall be galvanized steel constructed in accordance with UL 50 requirements.

2) Boxes shall have removable endwalls with knockouts located on one end. Boxes shall have welded interior mounting studs. Interior mounting brackets are not required.

3) Box dimensions shall be as manufacturer's standard.

b. Type 1 Fronts

1) Front shall meet strength and rigidity requirements per UL 50 standards. Shall have ANSI 49 or ANSI 61 gray enamel electrodeposited over cleaned phosphatized steel.

2) Fronts shall be 1-piece with door. Mounting shall be surface.

3) Front shall have flat latch type lock with catch and spring loaded stainless steel door pull. All lock assemblies shall be keyed alike. Two (2) key shall be provided with each lock. A clear plastic directory card holder shall be mounted on the inside of door.

16471-12 143/2011-05 Rebid c. Other Enclosure Types

1) NEMA type 4X enclosures shall be constructed of 316 stainless steel, dead-front door design. Latches shall be quick-release fast-operating clamp assemblies. Clamps shall not require a tool for entry.

2) Where other enclosure types are required. The above requirements may be lifted in lieu of obtaining the proper environmental ratings.

End of Section 2

16471-13 143/2011-05 Rebid PART 3: EXECUTION

3.01 INSTALLATION

A. Install panelboards in accordance with manufacturer's written instructions, NEMA PB 1.1 and NEC standards.

B. Anchor panelboards to structure and make branch circuit connections.

C. Coordinate the panelboard bus ratings and circuit breaker coordination rating with the available fault current.

D. Wiring inside panelboards shall be bundled and tied in a neat orderly manner.

E. All panelboards shall have a typed schedule to show the branch circuit loads.

F. Each circuit breaker shall be labeled to match the numbering system shown on the panel schedule with an engraved plastic label (For example, three pole shall be labeled as #-#-# and not as a single #) . Self adhesive printed paper labels are not acceptable. All labels shall be installed in a neat, square and orderly manner. See Section 16010 of these specifications for requirements on Identification.

G. Surge protection devices shall be mounted integral in each new distribution panel/panelboard. For this project, the following distribution panels/panelboards shall be equipped with an integral surge protection device:

1. LP-100 (Inside MCC)

H. Each panelboard shall have an identification label on the front cover indicating the voltage, phase and identifications designation.

I. All labels shall be engraved phenolic plastic type with W high letters. The tags and labels shall be permanently attached panelboard (i.e. rivets, screws, etc.).

3.02 FIELD QUALITY CONTROL

16471-14 143/2011-05 Rebid A. Inspect the complete installation for physical damage, proper alignment, anchorage, and grounding.

B. Measure steady state load currents at each panelboard feeder; rearrange circuits in the panelboard to balance the phase loads within 20% of each other. Maintain proper phasing for multi-wire branch circuits.

C. Check tightness of bolted connections and circuit breaker connections using calibrated torque wrench or torque screwdriver per manufacturer's written specifications.

End of Section 3

End of Section

16471-15 143/2011-05 Rebid THIS PAGE LEFT INTENTIONALLY BLANK

16471-16 143/2011-05 Rebid SECTION 16476

ENCLOSED CIRCUIT BREAKERS

PART 1: GENERAL

1.01 SCOPE OF WORK

A. The CONTRACTOR shall:

1. Provide enclosed molded case circuit breakers as specified herein and as shown on the contract drawings.

1.02 RELATED WORK

A. Specified Elsewhere:

1. 16010 - Electrical Work - General 2. 16110 - Raceways 3. 16120 - Wire 4 . 16130 - Boxes 5. 16450 - Grounding

B. References:

C. The molded case circuit breakers and all components shall be designed, manufactured and tested in accordance with the latest applicable standards of the following:

1. UL 489 - Molded Case Circuit Breakers

2. NEMA AB1 - Molded Case Circuit Breakers

3. NEMA 250 - Enclosures for Electrical Equipment

1.03 QUALITY ASSURANCE

A. The manufacturers shall be qualified and specialized in the manufacture and assembly of circuit breakers for at least ten (10) years.

B. Provide Products listed by Underwriters Laboratories Incorporated.

16476-1 143/2011-05 Rebid 1.04 DELIVERY, STORAGE AND HANDLING

A. Delivery, store, protect and handle products in conformance with manufacturers recommended practices as outlined in applicable installation and maintenance manuals.

B. Store in a clean, dry space. Where applicable, provide adequate hearing within enclosures to prevent condensation.

C. Deliver the products to the plant site properly to the plant site properly packaged with intact legible manufacturer's labels, identifying manufacturer, date of manufacture, electrical information, etc.

End of Part 1

16476-2 143/2011-05 Rebid PART 2: PRODUCTS

2.01 MATERIALS

A. Circuit breakers shall be operated by a toggle-type handle and shall have a quick-make, quick-break over- center switching mechanism that is mechanically trip- free. Automatic tripping of the breaker shall be clearly indicated by the handle position. Contacts shall be non-welding silver alloy and arc extinction shall be accomplished by means of 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.

B. Main protective devices shall be complete with a solid state trip unit. The frame rating shall be 600 amperes with a 600 ampere trip unit. The breaker shall be UL listed for 100% of its continuous ampere rating.

C. Main breakers shall have a minimum symmetrical interrupting capacity of 65,000 amperes RMS, at rated voltage.

D. The solid state trip mechanism for main breakers shall be equipped with the following adjustable settings:

1. Long time ampere rating 2 . Long time delay 3. Short time ampere rating 4 . Short time delay 5. I2T 6. Ground fault pickup 7 . Ground fault delay 8 . Ground I2T

E. All feeder circuit breakers rated over 100 amperes shall be manually operated thermal-magnetic type with solid state trip units and shall incorporate rating plugs sized as shown on the single line diagram.

F. Feeder circuit breakers rated 100 amperes or less shall be standard thermal-magnetic type sized as shown on the single line diagram.

16476-3 143/2011-05 Rebid G. Each feeder circuit breaker with a solid state trip mechanism shall be equipped with the following adjustable settings:

1. Long time ampere rating 2. Long time delay 3. Short time ampere rating 4 . Short time delay 5. I2T 6. Instantaneous ampere rating 7 . Ground fault pickup 8 . Ground fault delay 9. Ground I2T

All feeder circuit breakers shall be rated for minimum of 65,000 amperes rms symmetrical available fault current.

I. Acceptable Manufacturers:

1. Eaton Cutler-Hammer 2. Siemens 3. General Electric 4. or equal

2.02 ENCLOSURES

A. All outdoor enclosed circuit breakers shall have a NEMA type 3R rainproof enclosure unless otherwise noted. All indoor enclosed circuit breakers shall have a NEMA type 1 general purpose enclosure unless otherwise noted. Otherwise, provide enclosures suitable for locations as indicated on the drawings and as described below.

B. All enclosed circuit breakers shall have metal nameplates, front cover mounted, that contain a permanent record of catalog number and maximum rating. Circuit breakers to be installed exposed outside shall be padlockable in both the ON and OFF positions. All other breakers shall be padlockable in the OFF position.

End of Part 2

16476-4 143/2011-05 Rebid PART 3: EXECUTION

3.01 INSTALLATION

A. Standard factory tests shall be performed on the equipment under this section. All tests shall be in accordance with the latest version of NEMA and UL standards.

B. The CONTRACTOR shall install all equipment per the manufacturer's recommendations and the contract drawings.

3.02 FIELD SETTINGS

A. The CONTRACTOR shall perform field adjustments of the circuit breakers as required to place the equipment in final operating condition.

End of Part 3

End of Section

16476-5 143/2011-05 Rebid THIS PAGE LEFT INTENTIONALLY BLANK

16476-6 143/2011-05 Rebid SECTION 16479

SURGE PROTECTIVE DEVICES

PART 1: GENERAL

1.01 SCOPE OF WORK

A. The CONTRACTOR shall:

1. Furnish and install surge protective device (SPD) equipment having the electrical characteristics, ratings, and modifications as specified herein and as shown on the contract drawings.

2. To maximize performance and reliability and to obtain the lowest possible let-through voltages, the ac surge protection shall be integrated into electrical distribution equipment such as switchgear, switchboards, panel boards, and motor control centers.

1.02 RELATED WORK

A. Specified Elsewhere:

1. 16010 - Electrical Work - General 2. 16120 - Wire 3. 16030 - Electrical Field Acceptance Tests 4 . 16110 - Raceways 5. 16471 - Panel boards 6. 16450 - Grounding

1.03 QUALITY ASSURANCE

A. The manufacturer shall be qualified and specialized in the manufacturer and assembly of SPD equipment for at least ten (10) years.

B. SPD units and all components shall be designed, manufactured, and tested in accordance with the latest applicable UL standard (ANSI/UL 1449 3rd Edition).

C. The manufacturer of the assembly shall be the manufacturer of the major components within the assembly. D. For the equipment specified herein, the manufacturer shall be ISO 9001 or 9002 certified.

16479-1 143/2011-05 Rebid E. The SPD shall be compliant with the Restriction of Hazardous Substances (RoHS) Directive 2002/95/EC.

F. All products shall be listed by Underwriters Laboratories Incorporated.

1.04 DELIVERY, STORAGE AND HANDLING

A. Delivery, store, protect and handle products in conformance with manufacturers recommended practices as outlined in applicable installation and maintenance manuals.

B. Store in a clean, dry space. Where applicable, provide adequate heating within enclosures to prevent condensation.

C. Deliver the products to the plant site properly packaged with intact legible manufacturer's labels, identifying manufacturer, date of manufacture, electrical information, etc.

End of Part 1

16479-2 143/2011-05 Rebid PART 2: PRODUCTS

2.01 VOLTAGE SURGE SUPPRESSOR

A. Definitions

1. Type 1 SPD - An SPD that is a permanently connected SPD intended for installation between the secondary of the service transformer and the line side of the service equipment overcurrent device, as well as the load side, including watt- hour meter socket enclosures and intended to be installed without an external overcurrent protective device.

2. Type 2 SPD - An SPD that is a permanently connected SPD intended for installation on the load side of the service equipment overcurrent device, including SPD's located at the branch panel level.

3. Type 3 SPD - An SPD that is a point-of- utilization SPD, installed at a minimum conductor length of 10 m (30 ft) from the electrical service panel to the point of utilization, e.g., cord-connected, direct plug-in, receptacle type and SPD's installed at the utilization equipment being protected. The distance (10 m) is exclusive of conductors provided with or used to attach SPD* s.

4. Voltage Protection Rating (VPR) - A rating selected from a list of preferred values as given in Table 63.1 of ANSI/UL 1449 and assigned to each mode of protection. The value of the VPR is determined as the nearest highest value taken from Table 63.1 to the measured limiting voltage determined during the transient-voltage surge suppression test using the combination wave generator at a setting of 6 kV, 3 kA.

5. Nominal Discharge Current In - The crest value of the current through the SPD having a current waveshape of 8/20; this is used for the classification of the SPD. SPD must discharge this current at least 15 times without any essential changes in its qualities.

16479-3 143/2011-05 Rebid 6. Maximum Continuous Operating Voltage (MCOV) - The maximum voltage which may continuously be applied to the SPD's mode of protection; this is equal to the rated voltage.

7. Short-circuit withstand capability IP - The SPD shall be able to carry the power short-circuit current until it is interrupted either by the SPD itself, by an internal or external overcurrent disconnector or by the backup overcurrent protection; expressed in kA.

All SPD's installed on the line side of the service entrance disconnect shall be Type 1 SPD's. All SPD's installed on the load side of the service entrance disconnect shall be Type 1 or Type 2 SPD's.

Electrical Requirements

1. Refer to the drawings for operating voltage and unit configuration.

2. The MCOV (Maximum Continuous Operating Voltage) shall not be less than 125% of the nominal system operating voltage.

3. The suppression system shall incorporate thermally protected metal-oxide varistors (MOV's) as the core surge suppression component for the service entrance and all other distribution levels. The system shall not utilize silicon avalanche diodes, selenium cells, air gaps, or other components that may crowbar the system voltage leading to system upset or create any environmental hazards.

4. The SPD must protect all modes of the electrical system being utilized. The required protection modes are indicated by bullets in the following table:

PROTECTION MODES CONFIGURATION L-N L-G L-L N-G Wye • # ® Delta N/A • N/A Single Split Phase • • • • High Leg Delta • •

16479-4 143/2011-05 Rebid 5. All SPD's applied to the distribution system

shall have a 20kA In (Nominal Discharge Current) rating regardless of their SPD Type (includes Types 1 and 2) or operating voltage. SPD's

having an In less than 20kA shall be rejected.

6. The maximum ANSI/UL 1449 3rd Edition VPR for the SPD device shall not exceed the following:

MODES 208Y/120 480Y/277 600Y/347 L-N; L-G; N-G 700 1, 200 1, 500 L-L 1,200 2, 000 3,000

B. SPD Design

1. The SPD shall be maintenance free and shall not require any user intervention throughout its life. SPD's containing items such as replaceable modules, replaceable fuses, or replaceable batteries shall not be accepted. SPD's requiring any maintenance of any sort such as periodic tightening of connections shall not be accepted. SPD's requiring user intervention to test the unit via a diagnostic test kit or similar device shall not be accepted.

2. The surge current shall be equally distributed to all MOV components to ensure equal stressing and maximum performance. The surge suppression platform must provide equal impedance paths to each matched MOV. Designs incorporating replaceable SPD modules shall not be accepted.

3. Each unit shall include a high-performance EMI/RFI noise rejection filter. Noise attenuation for electric line noise shall be up to 50 dB from 10 kHz to 100 MHz using the MIL-STD-220A insertion loss test method. Products unable able to meet this specification shall not be accepted.

4. No plug-in component modules or printed circuit boards shall be used as surge current conductors. All internal components shall be soldered, hardwired with connections utilizing low impedance conductors.

5. Each SPD shall provide the following integral monitoring options:

16479-5 143/2011-05 Rebid Each unit shall have a green / red solid- state indicator light that reports the status of the protection on each phase.

i. For wye configured units, the indicator lights must report the status of all protection elements and circuitry in the L-N and L-G modes. Wye configured units shall also contain an additional green / red solid-state indicator light that reports the status of the protection elements and circuitry in the N-G mode. SPD's that indicate only the status of the L-N and L-G modes shall not be accepted.

ii. For delta configured units, the indicator lights must report the status of all protection elements and circuitry in the L-G and L-L modes.

iii. The absence of a green light and the presence of a red light shall indicate that damage has occurred on the respective phase or mode. All protection status indicators must indicate the actual status of the protection on each phase or mode. If power is removed from any one phase, the indicator lights must continue to indicate the status of the protection on all other phases and protection modes. Diagnostics packages that simply indicate whether power is present on a particular phase shall not be accepted.

The SPD must include Form C dry contacts (one NO and one NC) for remote annunciation of its status. Both the NO and NC contacts shall change state under any fault condition.

The SPD shall contain an audible alarm that shall be activated under any fault condition. There shall also be an audible alarm silence button used to silence the audible alarm after it has been activated.

16479-6 143/2011-05 Rebid d. The SPD shall be equipped with an LCD display that indicates to the user how many surges have occurred at the location. The surge counter shall trigger each time a surge event with a peak current magnitude of a minimum of 50 ± 20A occurs. A reset pushbutton shall also be standard, allowing the surge counter to be zeroed. The reset button shall contain a mechanism to prevent accidental resetting of the counter via a single, short-duration button press. In order to prevent accidental resetting, the surge counter reset button shall be depressed for a minimum of 2 seconds in order to clear the surge count total.

i. The ongoing surge count shall be stored in non-volatile memory. If power to the SPD is completely interrupted, the ongoing count indicated on the surge counter's display prior to the interruption shall be stored in non­ volatile memory and displayed after power is restored. The surge counter's memory shall not require a backup battery in order to achieve this functionality.

Overcurrent Protection a. The SPD shall contain thermally protected MOV's. These thermally protected MOVs shall have a thermal protection element packaged together with the MOV in order to achieve overcurrent protection of the MOV. The thermal protection element shall disconnect the MOV(s) from the system in a fail-safe manner should a condition occur that would cause them to enter a thermal runaway condition.

All of the SPD's components and diagnostics shall be contained within one discrete assembly. SPD's or individual SPD modules that must be ganged together in order to achieve higher surge current ratings or other functionality shall not be accepted.

Safety Requirements

16479-7 143/2011-05 Rebid a. The SPD shall minimize potential arc flash hazards by containing no user serviceable / replaceable parts and shall be maintenance free. SPD's containing items such as replaceable modules, replaceable fuses, or replaceable batteries shall not be accepted. SPD's requiring any maintenance of any sort such as periodic tightening of connections shall not be accepted. SPD's requiring user intervention to test the unit via a diagnostic test kit or similar device shall not be accepted.

b. SPD's designed to interface with the electrical assembly via conductors shall require no user contact with the inside of the unit. Such units shall have any required conductors be factory installed.

c. Sidemount SPD's shall be factory sealed in order to prevent access to the inside of the unit. Sidemount SPD's shall have factory installed phase, neutral, ground and remote status contact conductors factory installed and shall have a pigtail of conductors protruding outside of the enclosure for field installation.

2.02 SYSTEM APPLICATION

A. The SPD applications covered under this section include distribution and branch panel locations, motor control centers (MCC), switchgear, and switchboard assemblies. All SPD's shall be tested and demonstrate suitability for application within ANSI/IEEE C62.41 Category C, B, and A environments.

B. The minimum surge current capacity the device shall be capable of withstanding shall be as shown in the following table, from the categories noted on the drawings:

16479-8 143/2011-05 Rebid Minimum surge current capacity based on ANSI / IEEE C62.41 location category PER PER CATEGORY APPLICATION PHASE MODE Service Entrance Locations C (Switchboards, Switchgear, 250 kA 12 5 kA MCC, Main Entrance) High Exposure Roof Top B Locations (Distribution Panel 160 kA 8 0 kA boards) Branch Locations (Panel A 120 kA 60 kA boards, MCC's, Busway)

2.03 LIGHTING AND DISTRIBUTION PANELBOARD REQUIREMENTS

A. The SPD application covered under this section includes lighting and distribution panel boards. The SPD units shall be tested and demonstrate suitability for application within ANSI/IEEE C62.41 Category B environments.

1. The SPD shall not limit the use of through-feed lugs, sub-feed lugs, and sub-feed breaker options.

2. SPD's shall be installed immediately following the load side of the main breaker. SPD's installed in main lug only panel boards shall be installed immediately following the incoming main lugs .

3. The panel board shall be capable of re-energizing upon removal of the SPD.

4. The SPD shall be interfaced to the panel board via a direct bus bar connection. The SPD must be connected to a 30A circuit breaker for disconnecting purposes and may be installed using short lengths of conductors as long as the conductors originate integrally to the SPD. The SPD shall be located directly adjacent to the 30A circuit breaker.

5. The SPD shall be included and mounted within the panel board by the manufacturer of the panel board.

16479-9 143/2011-05 Rebid 6. The SPD shall be of the same manufacturer as the panel board.

7. The complete panel board including the SPD shall be UL67 listed.

Sidemount Mounting Applications Installation (SPD mounted external to electrical assembly)

1. Lead length between the breaker and suppressor shall be kept as short as possible to ensure optimum performance. Any excess conductor length shall be trimmed in order to minimize let-through voltage. The installer shall comply with the manufacturer's recommended installation and wiring practices.

Switchgear, Switchboard, and MCC Requirements

1. The SPD application covered under this section is for switchgear, switchboard, and MCC locations. Service entrance located SPD's shall be tested and demonstrate suitability for application within ANSI/IEEE C62.41 Category C environments.

2. The SPD shall be of the same manufacturer as the switchgear, switchboard, and MCC.

3. The SPD shall be factory installed inside the switchgear, switchboard, or MCC at the assembly point by the original equipment manufacturer.

4. Locate the SPD on the load side of the main disconnect device, as close as possible to the phase conductors and the ground/neutral bar.

5. The SPD shall be connected through a 30A circuit breaker disconnect. The disconnect shall be located in immediate proximity to the SPD. Connection shall be made via bus, conductors, or other connections originating in the SPD and shall be kept as short as possible.

6. The SPD shall be integral to switchgear, switchboard, and/or MCC as a factory standardized design.

7. All monitoring and diagnostic features shall be visible from the front of the equipment.

16479-10 143/2011-05 Rebid 2.04 ENCLOSURES

A. All enclosed equipment shall have an environmental rating and short circuit rating that shall meet or exceed the requirements of the panel to which it is connected. Provide enclosures suitable for locations as indicated on the drawings as described below:

1. NEMA Type 1 - Constructed of a polymer (units integrated within electrical assemblies) or steel (sidemount units only), intended for indoor use to provide a degree of protection to personal access to hazardous parts and provide a degree of protection against the ingress of solid foreign objects (falling dirt).

2. NEMA Type 4 - Constructed of steel intended for either indoor or outdoor use to provide a degree of protection against access to hazardous parts; to provide a degree of protection of the equipment inside the enclosure against ingress of solid foreign objects (dirt and windblown dust); to provide a degree of protection with respect to the harmful effects on the equipment due to the ingress of water (rain, sleet, snow, splashing water, and hose directed water); and that will be undamaged by the external formation of ice on the enclosure, (sidemount units only)

3. NEMA Type 4X - Constructed of stainless steel providing the same level of protection as the NEMA 4 enclosure with the addition of corrosion protection, (sidemount units only)

2.05 MANUFACTURERS

A. Acceptable manufacturers:

1. Eaton Cutler-Hammer 2. Siemens 3. General Electric 4. Or equal

B. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features, and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety.

16479-11 143/2011-05 Rebid End of Part 2

PART 3: EXECUTION

3.01 SURGE PROTECTIVE DEVICE

A. The surge suppression devices shall be installed in accordance with the manufacturer's instructions.

End of Part 3

End of Section

16479-12 143/2011-05 Rebid SECTION 16481

INDIVIDUAL MOTOR CONTROL

PART 1: GENERAL

1.01 SCOPE OF WORK

A. The CONTRACTOR shall:

1. Furnish and install individual motor controls where shown on the drawings.

1.02 RELATED WORK

A. Specified elsewhere:

1. 16010 - Electrical Work -- General 2 . 16110 - Raceways 3. 16120 - Wire 4 . 16130 - Boxes 5. 16450 - Grounding

B. References:

1. Underwriters Laboratory UL 508

1.03 QUALITY ASSURANCE

A. All equipment and components shall be standard catalogued products of the manufacturer and shall be UL listed.

B. The CONTRACTOR shall provide the services of a factory authorized technician of the equipment manufacturer to conduct the initial test and checkout of the equipment.

C. All costs associated with manufacturer field engineering services required for setup, testing, checkout, demonstration, training, etc. shall be paid by the CONTRACTOR.

1.04 DELIVERY, STORAGE AND HANDLING

A. Delivery, store, protect and handle products in conformance with manufacturers recommended practices

16481-1 143/2011-05 Rebid as outlined in applicable installation and maintenance manuals.

B. Store in a clean, dry space. Where applicable, provide adequate heating within enclosures to prevent condensation.

C. Deliver the products to the job site properly packaged with intact legible manufacturer's labels, identifying manufacturer, date of manufacture, electrical information, etc.

1.05 TESTING

A. Test all motors for proper voltage and phase rotation prior to energizing.

End of Part 1

16481-2 143/2011-05 Rebid PART 2: PRODUCTS

2.01 INDIVIDUAL STARTERS

A. Starters shall be full voltage, reversing or non- reversing, single speed magnetic type as shown on the drawings. Starters shall be rated at 480 volts, unless noted and shall have solid state overload relays with manual reset and line contacts.

B. NEMA Style starters and contactors shall be required. IEC Style components are not acceptable.

C. Each starter shall be equipped with a control voltage transformer (120 volt secondary, 50 VA minimum), fused primary (2) and secondary (1).

D. Starters shall have auxiliary contacts as required by the control schematics plus two (2) spare NO contacts.

E. Combination starters shall have a thermal magnetic circuit breaker or magnetic only circuit breaker in the same enclosure as the starter.

F. Solid State overload relays are considered as part of the starter.

G. Where required on the drawings, starters shall have pushbuttons, selector switches, pilot lights, etc. mounted in the front cover.

H. Starters shall have an enclosure type as shown on the drawings.

I. Acceptable manufacturers:

1. Allen-Bradley 2. Eaton Cutler-Hammer 3. Siemens 4. General Electric

2.02 MANUAL STARTERS

A. Manual starters shall be toggle type rated for 120 volts or 240 volts single phase and shall have a NEMA type enclosure as shown on the drawings. Manual

16481-3 143/2011-05 Rebid starters shall be complete with heater elements sized for the load served and a handle locking attachment.

B. In general, manual starters shall be similar to Allen- Bradley bulletin 600 starters or Eaton MS series as shown in the tables below:

Allen-Bradley Catalog Numbers NEMA Type Enclosure Open Description w/Cover 1 4 7 & 9 Plate Switch Only 600-TQX5 600-TAX5 600-TCX5 600-TEX5 Switch & HOA Selector 600-TQX9 600-TAX9 600-TCX9 600-TEX9

Eaton Catalog Numbers NEMA Type Enclosure Open Description w/Cover 1 4 7 & 9 Plate Switch Only MST02DN MST02SN MST02AH MST02EH

C. Acceptable manufacturers:

1. Allen-Bradley 2. Eaton Cutler-Hammer 3. Or equal

End of Part 2

16481-4 143/2011-05 Rebid PART 3: EXECUTION

3.01 INSTALLATION

A. Individual starters shall be securely mounted to the building or structure. All equipment located in areas that are below grade shall be installed on stainless steel channel stand-offs.

B. Make all power wiring and control wiring connections to starters.

C. Size overloads based on the actual motor nameplate data. Note premium efficiency motors may require different overloads than standard motors.

End of Part 3

End of Section

16481-5 143/2011-05 Rebid THIS PAGE LEFT INTENTIONALLY BLANK

16481-6 143/2011-05 Rebid SECTION 16500

LIGHTING

PART 1: GENERAL

1.01 SCOPE OF WORK

A. The CONTRACTOR shall:

1. Provide all lighting fixtures (interior, exterior and site) and lamps as shown on the drawings.

2. Provide photocontrols, contactors, and other controls as indicated on drawings for outside and site lighting.

1.02 RELATED WORK

A. Specified elsewhere:

1. 16010 - Electrical Work - General 2. 16110 - Raceways 3. 16120 - Wire 4. 16130 - Boxes 5. 16140 - Wiring Devices 6. 16450 - Grounding

B. References:

1. IES 2. UL 3. NEC 4. NFPA 5. NEMA

1.03 QUALITY ASSURANCE

A. The manufacturers shall be qualified and specialized in the manufacture and assembly of lighting fixtures for at least ten (10) years.

B. Provide products listed by Underwriters Laboratories.

16500-1 143/2011-05 Rebid 04 DELIVERY, STORAGE, AND HANDLING

Delivery, store, protect and handle products in conformance with manufacturers recommended practices as outlined in applicable installation and maintenance manuals.

Store in a clean, dry space. Where applicable, provide adequate hearing within enclosures to prevent condensation.

Deliver the products to the plant site properly packaged with intact legible manufacturer's labels, identifying manufacturer, date of manufacture, electrical information, etc.

05 ALTERNATES

Where the CONTRACTOR proposes to utilize lighting fixtures other than those specified on the drawings, he shall provide all of the following:

1. Full color catalog cuts or the actual proposed fixture for the OWNER and the ENGINEER to evaluate.

2. An item by item checkoff of the physical construction features of the substitute versus the specified unit as follows:

a. Material type and thickness. b. Dimensions (depth of troffers, depth of downlights, etc.) c. Reflectance d. Finish (interior and exterior) e. Lens material, thickness and pattern f. Ballast

3. An item by item comparison of the photometries of the substitute versus the specified unit as follows:

a. Total efficiency b. Coefficient of utilization at RCR 1 through 5 and reflectance of C-50%, W-50%, F-20%. c. Space to mounting height ratio.

16500-2 143/2011-05 Rebid d. IES format photometric data on diskette for the proposed lighting fixtures. e. A point by point maintained foot-candle layout on the specific area plans at the drawing scale. Foot-candle (FC) points shall be at the floor elevation. All fixtures shall be located as shown on the drawings.

For exterior pole mounted lighting fixtures, additional information shall be provided: a. A point by point maintained foot-candle layout on the project site plan at a scale of 1" = 20" minimum. The FC points shall be each 1/2" (10 feet) . Foot-candle (FC) points shall be at grade utilizing 0.70 LLF. All fixtures shall be located as shown on the drawings. b. IES format photometric data on diskette for the proposed lighting fixtures.

Substitute fixtures submitted for approval without the above noted information will be returned without review and marked resubmit.

Where substitute fixtures have significant deficiencies in any area, they will be rejected.

16500-3 143/2011-05 Rebid PART 2: PRODUCTS

2.01 LIGHTING FIXTURES

A. Lighting fixtures shall be as shown on the drawings and as detailed in the "Lighting Fixture Schedule".

B. Fluorescent ballasts shall be Class P. Ballasts shall be energy saving electronic type with a Total Harmonic Distortion of 20% maximum.

C. All battery powered emergency and exit fixtures shall have the following minimum features:

1. A three-year warranty on all components except lamps and fuses. 2. A long life battery with a five-year full warranty and an additional five years prorated warranty. 3. All warranties shall be from the manufacturer and shall be in writing.

2.02 LAMPS

A. Lamps shall be as shown on the drawings and as detailed in the "Lighting Fixture Schedule". Fluorescent lamps shall be T8, energy saving type for all lamps 48" in length or greater.

B. Lamps shall be manufactured by General Electric, Phillips, SLI or Sylvania.

End of Part 2

16500-4 143/2011-05 Rebid PART 3: EXECUTION

3.01 INSTALLATION

A. Provide all ballasts, sockets, brackets, channels and other devices as required for proper installation, operation and support of all fixtures. Fixtures shall be installed and supported in accordance with manufacturer's recommendations.

B. Generally, surface raceways and wire for lighting are not shown on the drawings. The CONTRACTOR shall be responsible for all lighting raceways and wire. Conduits on this project shall primarily be rigid steel conduit (RGS, AL or 316 Stainless Steel). Lighting conduits shall be the same material as the scheduled raceways for each particular area throughout the project.

C. The CONTRACTOR shall install new wiring and/or junction boxes as needed for the proper installation of all fixtures and conduits.

D. Verify pipe routing within the various buildings prior to fixture conduit rough in to verify that interference does not occur. Where the light fixture locations interfere with piping or where the piping will block the light from the fixture, review with the ENGINEER and adjust the locations as directed.

E. All fixture enclosures shall be grounded.

F. Provide access to all fixtures for proper maintenance, repair and operation.

G. Connect the individual exterior lighting fixtures to each photocell as shown on the drawings. Test and checkout the photocontrols to verify proper operation. Adjust the direction to avoid artificial light sources.

H. All fixtures shall have lamps installed. Lamps that fail prior to final acceptance by the OWNER shall be replaced with new lamps. Lamps that fail after final acceptance by the OWNER shall be warranty items.

16500-5 143/2011-05 Rebid I. Where exterior lights are mounted directly to a building, route all lighting conduits inside the building to a point opposite the fixture then extend the conduit through the wall to the fixture so that no conduit is exposed on the exterior of the building.

End of Part 3

End of Section

16500-6 143/2011-05 Rebid SECTION 16915

CONTROL PANELS/DEVICES - FURNISHED WITH EQUIPMENT (FWE)

PART 1: GENERAL

1.01 SCOPE OF WORK

A. The CONTRACTOR Shall:

1. Unless otherwise noted on the drawings, receive, store, mount and make control and power wiring connections for control panels and other electrical devices furnished with equipment under other Sections (FWE) or other Contracts. Control panels/devices include but are not limited to the following:

a. Pumps and Pump Controls b. Grinders c. Hoists d. Electric Heating Equipment e. Exhaust and Supply Fans

2. Review the drawings and specifications for the equipment furnished by the General/Mechanical Contractor and provide for all electrical and control requirements noted. The CONTRACTOR shall be responsible for all electrical installation and connection requirements whether shown in the General/Mechanical contract documents or in the Electrical contract documents.

3. Test, adjust, checkout, etc. all control panels.

B. General/Mechanical Contractor:

1. All equipment, control panels and other devices furnished to the Electrical Contractor for installation shall be complete with installation instructions and manufacturer's recommendations.

2. Where factory assistance is required for proper installation, testing, checkout and demonstration, the General/Mechanical Contractor shall provide the required services.

3. Provide factory assistance during checkout to make minor interface adjustments (programming or wiring changes) such as changing dry contacts to powered contacts, changing NO contacts to NC contacts,

16915-1 143/2011-05 Rebid program modifications, etc. to facilitate interface between the various control panels and devices.

4. Provide factory assistance during TRAINING and DEMONSTRATION.

1.02 RELATED WORK

A. Specified elsewhere:

1 11311 Pump Station Suction Lift Pumps 2 11314 Instrumentation 3 11315 Sump Pump 4 11316 Motor Control Centers -Low Voltage 5 11550 Submersible Sewage Grinder 6 14600 Trolleys and Hoists 7 15500 Ventilation: Louvers, Dampers and Fans 8 15505 Electric Heating

1.03 TESTING

A. The CONTRACTOR shall test and checkout all control panels. Testing shall include checking of wiring and wiring connections to verify the equipment is in good operating order and has been properly installed.

B. The testing and checkout requirements are limited to the external connections and functions. Where problems with the internal operations of the panel are identified, the CONTRACTOR supplying the equipment shall be responsible for correcting the internal problems.

C. Assist other trades during systems start-up, checkout and testing of all control panels and control systems.

1. 04 TRAINING

A. Provide TRAINING for equipment furnished under this Section. This TRAINING shall be limited to utilizing the interface information and not operation of the associated sub systems.

B. TRAINING time shall be allocated to the various components as indicated under the associated paragraphs.

1.05 DEMONSTRATION

A. DEMONSTRATE the proper function of equipment furnished under this Section. This DEMONSTRATION shall be limited to showing the interface and displays are

16915-2 143/2011-05 Rebid functioning properly and not actual operation of the associated sub systems.

B. DEMONSTRATION time shall be as required to complete the demonstration.

1.06 CONTROL PANELS/DEVICES "FURNISHED WITH EQUIPMENT"

A. Control panels and equipment marked on the electrical drawings or in this Section as (FWE), "furnished with equipment" are items which are furnished with equipment or systems detailed under other Divisions of this specification or other associated Contracts for this proj ect.

B. The CONTRACTOR shall receive, store, install, make wire and conduit connections, test and checkout electrical items indicated as FWE.

C. All items marked as FWE shall be complete with appropriate mounting brackets and other hardware except where noted otherwise.

D. All items marked as FWE which require the assistance of factory trained personnel or authorized representatives during installation, test and checkout shall be furnished complete with these required services. These services shall be paid by the CONTRACTOR furnishing the control panels or equipment.

E. The Electrical Contractor shall furnish all electrical items which are not specifically noted on the drawings or in the specifications as FWE. This shall include wire, cable, cord grips, support hooks, etc.

End of Part 1

PART 2: PRODUCTS

A. Not used.

End of Part 2

16915-3 143/2011-05 Rebid PART 3: EXECUTION

3.01 GENERAL

A. Receive, mount and install all control panels and electrical equipment. Where adequate and appropriately located structures are not available for mounting panels, provide equipment support structures as indicated in Section 16010.

B. Make all control and power wiring connections to panels and associated remote devices as recommended by the manufacturer, as directed by the General/Mechanical Contractor and as shown on the drawings.

C. Test and checkout all control panels, wiring connections, etc. Verify all interfaces between various components. Assist in calibration and system startup. Test as required to isolate problems and correct all defects or problems. Problems or defects in equipment (FWE) shall be corrected by the CONTRACTOR furnishing the equipment.

D. Provide assistance during the calibration of all control elements.

E. All wiring entering or leaving the control panels shall be terminated on terminal blocks. All wiring shall be terminated with a compression type spade terminal suitable for use with the terminal strip. Wires shall not be wrapped directly around terminals. Where the control panel is furnished with box type screw clamp terminal blocks, the spade type terminal is not required.

F. Add wire numbers from the schematic drawings of the various items of equipment to the contract documents and use these numbers to identify all wiring associated with the equipment. See the schematic drawings for wire numbers or for indication regarding which wire- numbering system will be used. Where number conflicts occur, a letter or letters will be added to the equipment wire numbers. Verify designations with the ENGINEER when conflicts occur. See Section 16120 for identification requirements.

G. Since the numbering system in some of the control panels will be different than the number on the external wiring, the CONTRACTOR shall complete a cross- reference table for each panel where the numbers differ. The table shall cross-reference the internal wire or terminal numbers with the external wire

16915-4 143/2011-05 Rebid numbers. Three (3) final versions of this table shall be typed and encapsulated inside plastic sheets and located in the plan pocket of each panel.

End of Part 3

End of Section

16915-5 143/2011-05 Rebid THIS PAGE LEFT INTENTIONALLY BLANK

16915-6 143/2011-05 Rebid SECTION 16925

CUSTOM CONTROL PANELS

PART 1: GENERAL

1.01 SCOPE OF WORK

A. The CONTRACTOR shall design, fabricate and wire new custom control panels required for this project. The new panels shall include but not be limited to the following:

1. SCADA Control Panel (CP-102)

1.02 RELATED WORK

A. Specified elsewhere:

1. 16010 - Electrical Work - General 2. 16030 - Electrical Field Acceptance Testing 3. 16450 - Grounding 4. 16910 - Instrumentation

B. References:

1. Underwriters Laboratory 508A - Industrial Control Panels

1.03 QUALITY ASSURANCE

A. All custom control panel fabrication, construction, etc. shall be performed by a manufacturer who is UL listed for construction of industrial controls panels (Underwriters Laboratories 508A). Manufacturers that do not meet these requirements regarding UL are not acceptable.

B. All installation and wiring of custom control panels shall be completed by skilled technicians with experience in control wiring, instrumentation, control system checkout, troubleshooting, start-up, etc.

C. The CONTRACTOR shall be responsible for coordination between the various instrument/equipment suppliers and the custom control Panel manufacturer(s) to ensure that all required I/O and accessories are available to meet the requirements of the specifications.

16925-1 143/2011-05 Rebid 1.04 DELIVERY, STORAGE & HANDLING

A. Receive, store, protect and handle panels in conformance with manufacturer's recommended practices to prevent damage etc.

B. Store in a clean, dry space. Where applicable, provide adequate heating within enclosures to prevent condensation.

C. All panels shall be delivered to the site with intact and legible manufacturer labels, panel I.D., date of manufacture, electrical information, etc.

1.05 TESTING

A. Each new custom control panel shall be tested and checked out prior to shipping to the job site to verify that it is in proper operating order and that it meets the requirements of the drawings and specifications.

B. After installation, the CONTRACTOR shall test and checkout each custom control panel. Testing shall include checking of wiring and wiring connections to verify the equipment is in good operating order and has been properly installed.

C. Make all adjustments and calibrate as required. All settings shall be reviewed with the OWNER and ENGINEER before being shipped to the site. A complete tabular listing shall be compiled for this review.

D. Assist other trades during systems start-up, checkout and testing.

1.06 TRAINING

A. Provide TRAINING for equipment furnished under this Section.

B. TRAINING time shall be allocated to the various components as indicated under the associated paragraphs.

16925-2 143/2011-05 Rebid 1.0 7 DEMONSTRATION

A. DEMONSTRATE the proper function of equipment furnished under this Section.

B. DEMONSTRATION time shall be as required to complete the demonstration.

C. Before each new custom control panel is shipped to the site, the OWNER or OWNER'S representative shall be notified in writing that each panel is complete and ready for inspection and a factory DEMONSTRATION. At this time, the OWNER or OWNER'S representative may schedule a factory visit to inspect the panel. Should the factory visit not be required, a written waiver will be sent to the CONTRACTOR stating that the factory visit will not be required. The factory DEMONSTRATION shall be in addition to a complete field DEMONSTRATION. Every effort must be made to inspect all panels from a single supplier on the same trip.

1.08 SUBMITTALS

A. Shop Drawings shall include detailed logic (or ladder) diagrams, circuit diagrams, parts lists, recommended spare parts, sequence of system operation, dimensioned panel and control station layout drawings (interior and cover), ALL user changeable set points, etc.

B. Submittals shall include manufacturer's cut sheets for all components.

End of Part 1

16925-3 143/2011-05 Rebid PART 2: PRODUCTS

2.01 GENERAL

A. Each custom control panel shall consist of the enclosure, backpanel, relays, pilot devices, terminal blocks, circuit breakers, fuses, branch and supplementary circuit breakers, power supplies, controllers, operator interfaces, ethernet switches, wire trough, wiring, identification labels, etc. as shown on the drawings and as required in the specifications. The intent of the drawings is to provide a complete operating control system. Where auxiliary power supplies, interface units, output relays, etc. are required for proper operation, they shall be furnished even where not explicitly shown. This written specification and accompanying drawings are mutually explanatory and anything required by one but not by the other shall be considered as required by both. Where the requirements differ or are contradictory between the various parts of the specifications, different drawings or parts of drawings or between the drawings and the specification, the more restrictive (larger size, greater rating, more options, etc.) shall apply.

B. Terminal blocks shall be modular construction type with integral identification strips. Terminals shall be suitable for channel mounting with tubular pressure screw connectors, rated at 600 volts. Adequate terminals shall be provided for control and instrumentation wiring plus 25% spares (10 terminals minimum).

C. All control wiring shall be rated 600 volts.

D. All instrumentation wiring shall be rated 300 volts.

E. Wire way shall be plastic 2" x 2" minimum with slotted sides and snap-on cover. Wireway shall be Panduit.

F. Include with each custom control panel enclosure, a tape-based corrosion inhibitor. The amount of inhibitor installed in the enclosure shall be on the manufacturer's recommendations, based on the internal volume of the enclosure. Provide a two year supply of tape for each enclosure.

G. Each custom control panel shall be a NEMA/UL type as noted on the drawings.

16925-4 143/2011-05 Rebid H. Pilot Devices and Switches, where required shall be as follows:

1. Selector switches and push button switches shall be heavy duty, oil tight type, 30mm and shall have contact configuration, legend plate and operator as required or as shown on the drawings.

2. Pilot lights shall be heavy duty, oil tight, 30mm transformer LED type.

3. Acceptable manufacturer's:

a. Allen-Bradley b. Eaton Cutler-Hammer c. General Electric d. Siemnens e. Or Equal

2.02 SPARE PARTS

A. The following spare parts shall be supplied for the custom control panels:

1. Six (6) of each different type of fuse 2. One (1) of each 24 VDC power supply 3. Three (3) of each different type of relay & socket 4. One (1) of each different type of I/O card (PLC's)

End of Part 2

16925-5 143/2011-05 Rebid PART 3: EXECUTION

3.01 GENERAL

A. Design, layout, fabricate and install all equipment in the control panels and control stations as required for a complete and operational system.

B. Develop a complete cable and wire number table for all interconnecting control cables (control panels to device). The cable and wire number tables shall utilize the wire numbers and conduit designations shown on or required by the schematic drawings. The tables shall be completed prior to rough-in and shall be utilized during installation of the conduit and wire. At the completion of the project, the tables shall be organized, typed and turned over to the OWNER. Note that some control wire number designation must be taken from the final shop drawings of the manufacturer's of various equipment.

C. Cut all openings, fabricate support brackets, etc. as required. Make all wiring connections.

D. Label all devices (both inside the enclosure and on the front cover) as shown on the drawings with engraved plastic tags. See IDENTIFICATION in Section 16010.

E. The enclosure size, if indicated, is the minimum acceptable size. Where interior components or final cover layout require a larger enclosure, the larger enclosure shall be supplied. Where a larger enclosure is required, verify adequate space exists at the proposed location.

F. All wiring entering control panels and terminal boxes shall be terminated on terminal blocks. Wiring shall not pass through a terminal box or control panel without terminating on a terminal block unless designated on the cable schedule. Terminals shall have a maximum of two (2) wires on each terminal. Wire and cable may pass through without terminations where none of the conductors are spliced or terminated.

G. All low voltage instrumentation wiring (40 volts and less) shall be run in separate raceway or wire duct. The low voltage and high (120 volts) voltage control devices shall be kept separate to the maximum extent possible.

16925-6 143/2011-05 Rebid H. Provide terminal blocks, plastic wire duct, relay mounting track, sockets, etc. as required. Relays and other similar devices shall be socket mounted. Provide space and track for 10% spare devices (6 minimum).

I. Install pilot devices and other equipment as shown on the drawings.

J. Schematic drawings and layout drawings shall be located in the plan pocket of each control panel. The layout drawings shall show an interior layout with terminal numbers, cable numbers and wire connections.

End of Part 3

End of Section

16925-7 143/2011-05 Rebid THIS PAGE LEFT INTENTIONALLY BLANK

16925-8 143/2011-05 Rebid Section H

MEASUREMENT AND PAYMENT

HI General

The Construction Contract is based upon a lump sum bid and therefore measurements will be made only for the purpose of determining progress payments, unless appropriate Change Orders are issued which are based upon unit prices payment. Linear measurements shall be made horizontally and vertically which is the same basis used for preparation of the drawings.

H2 Applications for Payment

The CONTRACTOR shall develop a schedule of values indicating quantities and respective unit prices aggregating the lump sum contract amount, and shall subdivide the Work into component parts in sufficient detail to serve as a basis for progress payments. That schedule shall be required to meet the approval of the ENGINEER and, upon receipt of such approval, shall be incorporated into an Application for Payment form. Monthly payment periods shall terminate on the last day of each month to be compatible with the OWNER'S meeting dates.

Applications for Payment during construction progress shall be jointly developed each month by authorized representatives of the CONTRACTOR, OWNER and ENGINEER. In the event of a dispute the ENGINEER'S decision shall be final and binding upon all parties. The CONTRACTOR shall then have the Application for Payment form typed, reproduced in the number of copies directed by the ENGINEER and filed with the ENGINEER on or before the first day of each month.

The amount of progress payments shall be 90% of the value of the completed construction work plus the value of materials properly stored on the site but not incorporated into the work. Items submitted for payment as stored materials shall have minimum invoiced values of $1000.

The sum or sums withheld by the OWNER from the CONTRACTOR after the contract is 50% completed shall not exceed 5% of the value of completed work based on monthly progress payment request: provided, however, that in the event a dispute arises between the OWNER and any CONTRACTOR which dispute is based upon increased costs claimed by one CONTRACTOR, additional retainage in the sum of one and one- half times the amount of any possible liability may be withheld until such time as a final resolution is agreed to by all parties directly or indirectly involved, unless the CONTRACTOR causing the

H-l 143/2011-05 Rebid additional claim furnishes a bond satisfactory to the OWNER to indemnify OWNER against the claim. However, all such moneys retained by the OWNER may be withheld from the CONTRACTOR until substantial completion of the contract.

The Applications for Payment shall be required to include such evidence of payment to suppliers and subcontractors by the CONTRACTOR, as the OWNER may require, and shall also be accompanied by such lien or other releases as requested by the OWNER.

Progress payments based upon information developed on the Applications for Payment and supporting documentation, if approved by the ENGINEER, shall be made within 45 days following proper submission of the necessary papers to the ENGINEER. Any payments which are not made by the OWNER on that schedule will bear interest computed at the rate determined by the Secretary of Revenue for interest payments on overdue taxes or the refund of taxes as provided in sections 806, 806.1 of the act of April 9, 1929 (P.L. 343, No. 176) known as "The Fiscal Code" and any subsequent amendments to those sections.

H3 Final Payment

The making and acceptance of final payment shall constitute:

A waiver of all claims by OWNER against CONTRACTOR, except those claims arising from unsettle liens, from defective work appearing after final inspection, or from failure to comply with terns of the contract documents; and

A waiver of all claims by CONTRACTOR against OWNER other than those previously submitted in writing and still unsettled.

End of Section H

Measurement and Payment

H-2 143/2011-05 Rebid SECTION I - STANDARD DETAILS LIST

SD-2-001 TRENCH PIPE ZONE DETAIL

SD-2-002 TRENCH DETAILS

SD-2-003 DESIRED DISTANCES BETWEEN WATER AND SEWER PIPES

SD-2-004 GRAVITY SEWER AND FORCE MAIN CONSTRUCTED PARALLEL IN COMMON TRENCH

SD-2-005 STEEL CASING AND D.I. CARRIER PIPES INSTALLED BY BORING.

SD-2-007 MANHOLE FOR SEWERS FOR DEPTHS GREATER THAN 5 FEET

SD-2-008 OUTSIDE MANHOLE DROP CONNECTION.

SD-2-009 INSIDE MANHOLE DROP CONNECTION.

SD-2-010 PRECAST CONCRETE MANHOLE FOR SEWERS 8" TO 18"

SD-2-011 PRECAST CONCRETE MANHOLE (60" DIAMETER) (PIPE DIAMETER 21" TO 30")

SD-2-017 CONNECTIONS OF FORCEMAIN TO GRAVITY SEWER

SD-2-019 STANDARD CAST IRON MANHOLE FRAME AND COVER

SD-2-020 WATERTIGHT MANHOLE (WT) FRAME AND COVER

SD-2-021 MANHOLE INFLOW PREVENTER

SD-2-022 POLYPROPYLENE PLASTIC MANHOLE STEP

SD-2-023 PRECAST MANHOLE BASE DETAIL

SD-2-024 MANHOLE CONNECTION FOR PVC PIPE (PRECAST BASE)

SD-2-025 MANHOLE CONNECTION FOR PVC PIPE (CAST-IN-PLACE BASE)

SD-2-045 CONCRETE THRUST BLOCKING

SD-2-04 6 CONCRETE ANCHORS AND METHODS OF LAYING MAINS UNDER OBSTRUCTIONS

SD-2-069 TRENCH BACKFILL WITHIN ROADWAY OR STREET BERMS

I-l 143/2011-05 Rebid SD-2-070 TYPICAL TRENCH DETAIL WITHIN 3 FEET OF SHOULDER AREA WITHIN RIGHT-OF-WAY

SD-2-071 TYPICAL TRENCH DETAIL MINIMUM 3 FEET OUT OF SHOULDER AREA WITHIN STATE RIGHT-OF-WAY

SD-2-078 PLAIN CEMENT CONCRETE CURB AND GUTTER

SD-2-079 CURB AND SIDEWALK DETAIL

SD-2-08 0 CONCRETE WALKWAY

SD-2-090 REQUIRED SURFACE RESTORATION IN UNPAVED LOCATIONS

SD-3-003 CONSTRUCTION JOINTS WITH PVC WATERSTOPS

SD-3-004 BASE SLAB

SD-3-009 TYPICAL WALL PENETRATION REINFORCING DETAIL

SD-3-011 CONCRETE PIPE SUPPORT

SD-3-012 BASE FITTING ON CONCRETE SUPPORT

SD-5-001 TYPICAL COLUMN BASE PLATE DETAIL

SD-5-002 STANDARD HOOK TYPE ANCHOR BOLT

SD-5-006 WELDED PIPE RAILINGS AND FITTINGS

SD-15-001 ADJUSTABLE PIPE HANGERS

SD-15-002 ADJUSTABLE U-TYPE PIPE HANGER

SD-15-003 MULTIPLE PIPE HANGER

SD-15-027 WALL SLEEVE DETAIL

SD-15-028 PIPE BRANCH SUPPORT

SD-15-029 WALL JOINT PIPE

SD-15-030 PIPE SLEEVE THROUGH FLOOR

END STANDARD DETAILS LIST

1-2 143/2011-05 Rebid MECHANICALLY COMPACTED BACKFILL MATERIAL IN ACCORDANCE WITH THE CONTRACT SPECIFICATIONS

DUCTILE IRON AND REINFORCED CONCRETE CULVERT PIPE ON NON-ROCK TRENCH BOTTOMS BELL HOLES SHALL BE EXCAVATED TO ASSURE CONTINUOUS PIPE BARREL SUPPORT FOR FULL LENGTH OF PIPE SECTIONS. UNLESS DIRECTED OTHERWISE BY THE CONTRACT SPECIFICATIONS. TRENCH SIDEWALLS SHALL BE PLUMB WITHIN PIPE ZONE.

PIPE DIA. PLUS 2" MAX. PIPE DIA. PLUS 1'MIN. DETAIL 2-001A

MECHANICALLY COMPACTED BACKFILL MATERIAL IN ACCORDANCE WITH THE CONTRACT SPECIFICATIONS

PVC PIPE AT ALL LOCATIONS. TRENCH SIDEWALLS SHALL BE PLUMB WITHIN PIPE ZONE

PIPE DIA. PLUS 2' MAX. PIPE DIA. PLUS 1' MIN. DETAIL 2-001B

MECHANICALLY COMPACTED BACKFILL MATERIAL IN ACCORDANCE WITH THE CONTRACT SPECIFICATIONS

DUCTILE IRON PIPE AND REINFORCED CONCRETE CULVERT PIPE ON ROCK TRENCH BOTTOM. TRENCH SIDEWALLS SHALL BE PLUMB WITHIN PIPE ZONE.

PIPE DIA. SELECTED EXCAVATED MATERIAL MECHANICALLY COMPACTED MAXIMUM SIZE ROCKS- 3"

2B CRUSHED STONE OR PIPE DIA. PLUS T MAX. CRUSHED GRAVEL. PIPE DIA. PLUS 1' MIN. 1B CRUSHED STONE OR DETAIL 2-001C CRUSHED GRAVEL WITH APPROVAL BY THE OWNERS REPRESENTATIVE.

KLH ENGINEERS, INC. 5173 Campbells Run Road TRENCH PIPE ZONE DETAIL Pittsburgh, PA 15205

Not to scale April 2010 I-1 Standard Detail SD-2-001 w NOTE: LU THE GREATER OF 4' OR THE WHERE SPECIAL SELECT BACKFILL IS REQUIRED £ FINISHED- PIPE DIA. PLUS 2' BETWEEN THE PIPE ZONE AND THE SURFACE 5 GRADE MATERIAL, THE PIPE ZONE SHALL EXTEND 12" ABOVE THE PIPE REGARDLESS OF PIPE MATERIAL VN SURFACE RESTORATION AS SPECIFIED F7 SELECTED EXCAVATED MATERIAL MECHANICALLY COMPACTED W MAXIMUM SIZE ROCKS- 3"

2B CRUSHED STONE OR CRUSHED GRAVEL. 1B CRUSHED STONE OR CRUSHED GRAVEL WITH APPROVAL BY THE OWNERS REPRESENTATIVE.

CLASS"C" CONCRETE

WHERE EXCAVATION EXPOSES THE BOTTOM OF PROPOSED TRENCHES WHERE VERY SOFT OR OTHER UNSTABLE PIPE FOUNDATION MATERIALS EXIST, THE CONTRACTOR WILL BE DIRECTED TO OVERCUT OR STABILIZE / OVERCUT AND THE 6" MIN 6" MIN. CONTRACTOR SHALL BE COMPENSATED FOR THE 12" MAX 12" MAX. ADDITIONAL EXCAVATION IN ACCORDANCE WITH SPECIAL BACKFILL THE PROVISIONS SPECIFIED IN THE GENERAL CONDITIONS. DETAIL 2-002 A

MECHANICALLY COMPACTED BACKFILL

6" MIN. THICKNESS CONC. ENCASEMENT POURED AGAINST UNDISTURBED EARTH CLASS"C" CONCRETE

6" MIN 6" MIN. 6" MIN 6" MIN. 12" MAX, 12" MAX. 12" MAX 12" MAX.

TYPICAL CONCRETE CRADLE TYPICAL CONCRETE ENCASEMENT DETAIL 2-002 B DETAIL 2-002 C

KLH ENGINEERS, INC. 5173 Campbells Run Road TRENCH DETAILS Pittsburgh, PA 15205

Not to scale April 2010 1-2 Standard Detail SD-2-002 SANITARY SEWER

NOTES:

1. WHEN THE HORIZONTAL SEPARATION OF THE WATER MAIN AND SEWER LINE IS LESS THAN 10' THE VERTICAL SEPARATION BETWEEN THE TOP (CROWN) OF THE SEWER LINE AND THE BOTTOM' (INVERT) OF THE WATER MAIN SHALL BE AT LEAST 18". SEWER LINE SHALL BE ENCASED IN CONCRETE FOR 10' ON EITHER SIDE OF THE WATER MAIN WHERE SEWER / WATER LINE CROSSINGS OCCUR AND WHERE CONDITIONS PREVENT AN 18" VERTICAL SEPARATION.

2. THERE SHALL BE AT LEAST A 10' HORIZONTAL SEPARATION BETWEEN WATER MAINS AND SANITARY SEWER FORCE MAINS. FORCE MAINS CROSSING WATER MAINS SHALL BE LAID TO PROVIDE A MINIMUM VERTICAL DISTANCE OF 18" BETWEEN THE OUTSIDE OF THE FORCE MAIN AND THE OUTSIDE OF THE WATER MAIN.

KLH ENGINEERS, INC. DESIRED DISTANCES 5173 Campbells Run Road BETWEEN Pittsburgh, PA 15205 WATER AND SEWER PIPES

Not to scale April 2010 1-3 Standard Detail SD-2-003 REFERENCE TRENCH ZONE DETAILS SD-2-001 AND PIPE BEDDING SD-2-002

<£ GRAVITY <£ FORCE MAIN SEWER SEWER

mi i 5&

I I

6" MIN. PIPE DIA. 18" PIPE DIA. 6" MIN. 12" MAX. (MIN.) 12" MAX.

NOTE: FORCE MAIN TO BE INSTALLED ON RISING GRADIENT

KLH ENGINEERS, INC. GRAVITY SEWER AND FORCE 5173 Campbells Run Road MAIN CONSTRUCTED PARALLEL Pittsburgh, PA 15205 IN COMMON TRENCH

Not to scale April 2010 1-4 Standard Detail SD-2-004 STEEL CASING PIPE ASTM A 53

CASING SPACERS- MUST PROVIDE ELECTRICAL TRANSMISSION INSULATION BETWEEN CASING PIPE AND CARRIER PIPE

STAINLESS STEEL STUD WASHERS & HEX NUTS

D.I. OR PVC CARRIER PIPE

m w WALL THICKNESS OF CASING PIPE o J CM DIAMETER (IN.) THICKNESS (IN.) 24" OR LESS 1/4" SECTIONAL PLAN 2-005 A 28" AND 32" 3/8" 42" AND LARGER 1/2"

3' MIN. OR AS DIRECTED BY — SPACER MANUFACTURER TO SUPPORT CARRIER PIPE RUBBER BOOT OR MATERIAL GROUT SEALED ENDS AS REQUIRED BY OWNER'S \ \ \ \ \ \ \ (> ,\ \ \ H REPRESENTATIVE 3, FT I I y ^ ,\ , , ; s ; ; ; y

I 1 I ri "ii i /• /• v /• 2Z2I

A \ \ \ \ \ u v vv v u u U v v j

STAINLESS STEEL BAND

SECTION 2-005 B

KLH ENGINEERS, INC. STEEL CASING AND 5173 Campbells Run Road D.I. OR PVC CARRIER PIPES Pittsburgh, PA 15205 INSTALLED BY BORING

Not to scale April 2010 1-5 Standard Detail SD-2-005 MANHOLE BARREL SHALL BE PRE-CAST CONCRETE ASTM C478 OR GLASS FIBER REINFORCED ASTM D3753 FOR CONNECTING PIPES 18" DIAMETER OR LESS, THE MANHOLE BARREL SHALL BE 4' DIAMETER; WHERE THERE ARE LARGER CONNECTING PIPES OR INSIDE DROP CONNECTIONS, THE DIAMETER SHALL BE 5'. REFERENCE DETAILS TOP OF MANHOLE SD-2-010 MANHOLE FRAME & COVER SD-2-019 ORSD-2-020 INFLOW PROTECTOR SD-2-021 STEPS SD-2-022 PIPE CONNECTOR SHALL BE IN ACCORDANCE NON-SHRINK GROUT WITH THE CONTRACT SPECIFICATIONS

MAX. PRE-CAST GRADE RINGS FLEXIBLE BUTYL RESIN SEALANT- ONE RING LADDER BARS SEE DETAIL SD-02-022 PLACED INSIDE AND ONE RING PLACED OUTSIDE AT NOTE: ALL MANHOLE BARREL JOINTS DROP CONNECTIONS ARE TO BE AND ONE RING AT MANHOLE USED ONLY WITH PVC OR DUCTILE FRAME COVER. IRON PIPE SEWERS AND ONLY WHERE ABSOLUTELY NECESSARY. DROP CONNECTIONS ARE NOT 4" DIAMETER FOR CONNECTING PERMITTED ON SEWERS WHICH SEWERS TO 18" DIAMETER; 5' ARE GREATER THAN 15" DIAMETER. DIAMETER FOR CONNECTING SEWERS LARGER THAN 18" WATERPROOF EXTERIOR SURFACE DIAMETER AND FOR ALL WITH TWO COATS BITUMASTIC MATERIAL INSIDE DROP CONNECTIONS AND OR COAL TAR SOLUTION, MINIMUM DRY AT ALL MANHOLES 20 VERTICAL FILM THICKNESS 8 MILS PER COAT. FEET OR GREATER.

THREADED PLUG IF REQUIRED BY OWNER'S REPRESENTATIVE.

PIPE CONNECTION IN ACCORDANCE WITH CONTRACT SPECIFICATIONS (TYP.)

12" MINIMUM

6" MINIMUM

SEE DETAIL SD-2-008 •2'-0" MAXIMUM OUTSIDE MANHOLE WITHOUT DROP DROP CONNECTION CONNECTION OR DETAIL SD-2-009 INSIDE MANHOLE DROP CONNECTION. FIELD FORMED CHANNEL

NOTE: 6" MINIMUM 1B CRUSHED STONE SUPPORT MANHOLE STRUCTURE AND ALL PIPING OR CRUSHED GRAVEL CONNECTIONS ON A MINIMUM OF 6" THICKNESS 1B BEDDING MATERIAL. ENCAPSULATE ALL PIPES REFERENCE SD-2-010 WITHIN MANHOLE EXCAVATION IN THE SAME MATERIAL FOR FURTHER DETAILS TO AN ELEVATION OF 12" ABOVE THE TOP OF PIPES. OUTSIDE MANHOLE DROP CONNECTION SHALL BE ENCASED WITH CONCRETE.

KLH ENGINEERS, INC. MANHOLE FOR SEWERS 5173 Campbells Run Road FOR DEPTHS GREATER Pittsburgh, PA 15205 THAN 5 FEET

Not to scale April 2010 1-6 Standard Detail SD-2-007 PAY ITEM FOR VARIES <£ MANHOLE

SEE MANHOLE PIPE CONNECTION DETAIL

TYPE I

STANDARD FLOW CHANNEL 1/2-3/4 DIA. OF PIPE

STD. MANHOLE BOTTOM

BACKFILL TO UNDISTURBED EARTH WITH CONCRETE

PAY ITEM FOR VARIES C_ MANHOLE

SEE MANHOLE PIPE CONNECTION DETAIL

TYPE II

STANDARD FLOW CHANNEL 1/2-3/4 DIA. OF PIPE

STD. MANHOLE BOTTOM

BACKFILL TO UNDISTURBED EARTH WITH CONCRETE

KLH ENGINEERS, INC. 5173 Campbells Run Road OUTSIDE MANHOLE Pittsburgh, PA 15205 DROP CONNECTION

Not to scale April 2010 1-7 Standard Detail SD-2-008 NOTES:

. 5' DIA. PRECAST CONCRETE MANHOLE 4- FOR FORCE MAINS, INSTALL RUN OF SECTIONS SHALL CONFORM TO TEE IN VERTICAL POSITION. ASTMC478, LATEST REVISION. 5- ALL OTHER MANHOLE STANDARD DETAIL . LIFITING HOLES SHALL BE PAINTED REQUIREMENTS APPLY. SEE SD-2-010 WITH MORTAR, MADE WATERTIGHT AND LEFT NEAT. . DROP CONNECTION INLET PIPE TEE AND BENDS SHALL BE PVC PIPE CONFORMING TO ASTMD3034, SDR-35. MANHOLE FRAME & COVER (AS SPECIFIED) LADDER BARS (SEE DETAIL SD-02-022) 1'-0" MAX. ADJUSTMENT GRADE WITH PRECAST GRADE RINGS APPROVED BY THE ENGINEER JOINTS SHALL BE EQUIPPED WITH FLEXIBLE BUTYL RESIN SEALANT ONE RING PLACED INSIDE AND ONE RING PLACED OUTSIDE AT ALL MANHOLE BARREL JOINTS AND ONE RING AT MANHOLE FRAME & COVER

CUT HOLE FOR CLEANOUT (GRAVITY SEWER ONLY)

CORE DRILL CONNECTION AND PROVIDE WATERTIGHT BOOT (TYP.) IF CONNECTOR IS REQUIRED. IT SHALL BE LOCATED WITHIN THE CONCRETE SUPPORTED AREA AND CONSIST OF AN APPROVED NEOPRENE CONNECTING SLEEVE AND TWO STAINLESS BANDS OR APPROVED ADAPTER.

LU W O PROPOSED S LU O SANITARY SEWER

CRADLE PIPE WITH H Z UJ CONCRETE TO FIRST U. O OH JOINT OUTSIDE MANHOLE — O Q. EXCAVATION

2" STAINLESS STEEL CLAMPS SUPPORT AND ANCHOR ANCHORED TO INSIDE FACE OF 1-45° BEND WITH CONCRETE MANHOLE BARREL AT TEE AND ON 4*-0" MAX. CENTERS PROPOSED SANITARY SEWER BACKFILL TO UNDISTURBED EARTH WITH CONCRETE 6" MINIMUM 1B CRUSHED STONE OR GRAVEL

KLH ENGINEERS, INC. 5173 Campbells Run Road INSIDE MANHOLE Pittsburgh, PA 15205 DROP CONNECTION

Not to scale April 2010 1-8 Standard Detail SD-2-009 MANHOLE FRAME & COVER 3/4" ANCHOR BOLTS (AS SPECIFIED) 6" INTO CONCRETE (4 REQUIRED) 1'-0" MAX. ADJUSTMENT TO GRADE WITH PRECAST GRADE RINGS APPROVED BY THE ENGINEER

JOINTS SHALL BE EQUIPPED WITH FLEXIBLE BUTYL RESIN SEALANT. ONE RING PLACED INSIDE AND ONE RING PLACED OUTSIDE AT ALL LU ot ot MANHOLE BARREL JOINTS AND ONE Lu at i— < RING AT MANHOLE FRAME & COVER. < oo LU ot NOTES: ot LU O i— 1. PRECAST CONCRETE MANHOLE at LU SECTIONS SHALL CONFORM TO ASTMC478, LATEST REVISION. °1 2. LIFTING HOLES SHALL BE LU O LU - POINTED WITH MORTAR, MADE LU b WATERTIGHT & LEFT NEAT & SMOOTH. CO < 3. MANHOLES EXCEEDING DEPTHS LU LU OF 20 FEET SHALL HAVE 60 INCH _l > DIAMETER BARREL. 48" DIA. S3 4. REFERENCE STANDARD DETAIL SD-2-007 FOR FURTHER DETAIL. V 1- S < LADDER BARS SEE DETAIL SD-2-022 I CO

PIPE CONNECTION IN ACCORDANCE WITH CONTRACT SPECIFICATIONS

MINIMUM 6" CRUSHED STONE (TYP.)

SECTION 2-010-A * NOTE: IF THIS DIMENSION IS LESS THAN 5'-0" USE A PRECAST CONCRETE SECTION 2-010-B SLAB ON TOP AS SHOWN BELOW r MANHOLE FRAME & COVER (AS SPECIFIED)

LADDER BARS -JOINTS SHALL BE (AS SPECIFIED) EQUIPPED WITH FLEXIBLE BUTYL RESIN SEALANT. ONE RING PLACED INSIDE AND ONE RING PLACED OUTSIDE AT ALL MANHOLE BARREL JOINTS. 2-010-A MANHOLE SLAB TOP TO BE 2-010-A1 DESIGNED TO MEET LOAD CONDITIONS

FIELD-FORMED CHANNEL

SECTION 2-010-A1 PLAN 2-010-C

KLH ENGINEERS, INC. PRECAST CONCRETE 5173 Campbells Run Road MANHOLE FOR SEWERS Pittsburgh, PA 15205 8" TO 18"

Not to scale April 2010 1-9 Standard Detail SD-2-010 1'-0" MAX. ADJUSTMENT TO GRADE MANHOLE FRAME 3/4" DIA. ANCHOR WITH PRECAST GRADE RINGS AND COVER BOLTS 6" INTO APPROVED BY THE ENGINEER (AS SPECIFIED) CONCRETE (4 REQUIRED) .T JOINTS SHALL BE EQUIPPED WITH A BITUMASTIC JOINT SEALER, ONE RING PLACED INSIDE AND ONE RING PLACED OUTSIDE AT ALL MANHOLE BARREL JOINTS AND ONE RING AT MANHOLE FRAME AND COVER.

LADDER BARS SEE DETAIL SD-2-022

MONOLITHIC PRECAST CONCRETE BASE

A-LOK PIPE CONNECTOR (TYP.)

SEWER FIELD FORMED PIPE CHANNEL

MINIMUM 6" CRUSHED STONE (TYP.) SECTION 2-011-B FIELD FORMED CHANNEL SECTION 2-011-C

MINIMUM REQUIRED DISTANCE SHALL BE 1/2 OF THE SMALLER PIPE DIAMETER. INCREASE MANHOLE DIAMETER TO FIELD FORMED HAVE MINIMUN DISTANCE CHANNEL BETWEEN PIPES

NOTES: 1 J 1. PRECAST CONCRETE MANHOLE SECTIONS SHALL 2-011-B 3 2-011-B CONFORM TO ASTM C478, LATEST REVISION. 2. WATERPROOF EXTERIOR SURFACE WITH TWO COATS BITUMASTIC MATERIAL OR COAL TAR SOLUTION, 8 MILS PER COAT. A-LOK PIPE CONNECTOR 3. FOR DEPTHS LESS THAN 5"-0", INSTALL (TYP.) PRECAST CONCRETE SLAB TOP DESIGNED TO MEET LOAD CONDITIONS. MANHOLE TO BE 60" DIA. FULL DEPTH.

4. LIFTING HOLES SHALL BE POINTED WITH MORTAR, MADE WATERTIGHT & PLAN 2-011-A LEFT NEAT & SMOOTH

KLH ENGINEERS, INC. PRECAST CONCRETE MANHOLE 5173 Campbells Run Road (60 INCH DIAMETER) Pittsburgh, PA 15205 (PIPE DIAMETER- 21" TO 30")

Not to scale April 2010 1-10 Standard Detail SD-2-011 GROUND LINE WATERPROOF EXTERIOR SURFACE WITH TWO COATS BITUMASTIC MATERIAL OR MANHOLE FRAME AND COVER COAL TAR SOLUTION. 8 (AS SPECIFIED) MILS PER COAT.

VENT CAP CONSEAL BITUMASTIC SEALER - ONE RING INSIDE PROVIDE APPROVED AND ONE RING PLACED PIPE CONNECTION OUTSIDE AT ALL MANHOLE BARREL JOINTS PROPOSED PVC FORCE MAIN REMOVABLE PLUG

PVC TEE DROP CONNECTION INLET PIPE, DROP PIPE, TEE, AND ALL BENDS SHALL BE PVC CRADLE PIPE WITH CONCRETE PIPE CONFORMING TO TO FIRST JOINT OUTSIDE ASTM D 3034, SDR 35 MANHOLE EXCAVATION

2" STAINLESS STEEL CLAMPS LADDER BARS ANCHORED TO INSIDE FACE OF AS SPECIFIED MANHOLE BARREL AT TEE AND ON 4'-0" MAX. CENTERS FIELD FORM ALL ANCHOR BOLTS AND CONCRETE CHANNEL HARDWARE SHALL BE 316 STAINLESS STEEL APPROVED PIPE CONNECTION BACKFILL TO UNDISTURBED EARTH WITH CONCRETE

PROPOSED SANITARY SEWER SUPPORT AND ANCHOR 1 - 45° BEND WITH 6" MINIMUM 1B CRUSHED CONCRETE CHANNEL STONE OR CRUSHED GRAVEL

NOTE: DROP CONNECTION INLET PIPE, DROP PIPE, TEE AND ALL BENDS SHALL BE PVC PIPE CONFORMING TO ASTM D 3034, SDR 35.

KLH ENGINEERS, INC. 5173 Campbells Run Road CONNECTION OF FORCE MAIN Pittsburgh, PA 15205 TO GRAVITY MANHOLE

Not to scale April 2010 1-11 Standard Detail SD-2-017 HALF PLAN OF TOP OF COVER NOTE: SEAL OF CITY NAMES, LETTERS OR IDENTIFICATION IF REQUIRED MARK OF USER TO BE CAST IN CIRCLE IN CENTER OF COVER AS ORDERED. LETTERS X, Y, AND Z USED AS ILLUSTRATION ONLY. NOTE: SHADED PORTION - HIGH PLAIN PORTION - LOW CAST IRON CORE4-1"DIA. HOLES FOR 3/4" 1/4" HOLE FOR DIA. ANCHOR INSPECTION. SEAL HALF PLAN OF BOLTS IN ONE RIB ONLY UNDERSIDE OF COVER BLIND PICK HOLES — CAST IRON

COVER PLAN 2-019A

28-3/4"

1" CO CO CO CO

1/4"

3/4"

3/4"

FRAME PLAN 2-019C 7-5/8" 4" 4" 7-5/8

28-3/4" SECTION 2-019B 00 CO 27-1/8"

34-1/4"

37-1/4"

BOTTOM FLANGE - SECTION 2-019D

KLH ENGINEERS, INC. STANDARD 5173 Campbells Run Road CAST IRON MANHOLE Pittsburgh, PA 15205 FRAME AND COVER

Not to scale April 2010 1-12 Standard Detail SD-2-019 FOUR 1" DIA. HOLES FOR 3/4" NOTE: DIA. ANCHOR BOLTS SHADED PORTION - HIGH UNSHADED PORTION - LOW

COVER PLAN 2-020A

TIGHTENING BOLT LOCK BAR 28 3/4"

INNER LID

GASKET 25"

34 1/4"

37 1/4"

SECTION 2-020B

KLH ENGINEERS, INC. 5173 Campbells Run Road WATERTIGHT MANHOLE (WT) Pittsburgh, PA 15205 FRAME AND COVER

Not to scale April 2010 I-13 Standard Detail SD-2-020 NOTES: 1. INFLOW PROTECTOR SHALL BE MAN-PAN OR APPROVED EQUAL AND SHALL BE INSTALLED WITH ALL NON-WATER TIGHT MANHOLE COVERS. 2. ALL INFLOW PROTECTORS SHALL BE INSTALLED WITH VENTS AND SHALL HAVE A RELIEF / CHECK VALVE.

3. INFLOW PROTECTORS SHALL BE FABRICATED AND SIZED TO FIT PROPOSED MANHOLE FRAMES.

KLH ENGINEERS, INC. 5173 Campbells Run Road MANHOLE INFLOW Pittsburgh, PA 15205 PROTECTOR

Not to scale April 2010 1-14 Standard Detail SD-2-021 2. INSTALL STEPS ON 12" C:C

KLH ENGINEERS, INC. 5173 Campbells Run Road POLYPROPYLENE PLASTIC Pittsburgh, PA 15205 MANHOLE STEP

Not to scale April 2010 I-15 Standard Detail SD-2-022 6" MIN. 1B CRUSHED STONE — BEDDING FOR MANHOLE AND PVC PIPE. PLACE SAME MATERIAL IN MANHOLE EXCAVATION FROM BOTTOM OF EXCAVATION TO 12"ABOVE TOPS OF CONNECTING PIPES. RESILIENT AND/OR FLEXIBLE SLEEVE — (WITH ADJUSTABLE STAINLESS STEEL STRAPS) MANHOLE TO PIPE CONNECTOR

PIPE

MANHOLE

KLH ENGINEERS, INC. 5173 Campbells Run Road PRECAST MANHOLE Pittsburgh, PA 15205 BASE DETAIL

Not to scale April 2010 I-16 Standard Detail SD-2-023 £T (ONLY FOR 4' DIA.)

PRECAST MANHOLE H

<3 . A-

EXTENDED BASE

KLH ENGINEERS, INC. MANHOLE CONNECTION 5173 Campbells Run Road FOR PVC PIPE Pittsburgh, PA 15205 (PRECAST BASE)

Not to scale April 2010 I-17 Standard Detail SD-2-024 KLH ENGINEERS, INC. MANHOLE CONNECTION 5173 Campbells Run Road FOR PVC PIPE Pittsburgh, PA 15205 (CAST-IN-PLACE BASE)

Not to scale April 2010 I-18 Standard Detail SD-2-025 NOT LESS THAN 6/10 THIS DIM.

NOT LESS THAN 6/10 THIS DIM.

FIRM- TEES, WYES, GROUND OUTSIDE FACE AREA NOT AND BENDS LESS THAN SHOWN IN TABLE BENDS

NOTES: 1. ALL TEES, WYES, CROSSES, PLUGS AND BENDS OF 10° OR MORE SHALL BE BLOCKED AGAINST FIRM EARTH WITH CONCRETE.

2. EARTH PRESSURE FIGURED AT 4000 PSF. IF EARTH ENCOUNTERED WILL NOT WITHSTAND THIS PRESSURE, THE AREA OF THE BLOCK MUST BE INCREASED PROPORTIONATELY.

3. ALL FITTINGS SHALL BE WRAPPED IN PLASTIC PRIOR TO POURING CONCRETE BLOCKING.

AREA OF BLOCK IN SQUARE FEET PIPE AREA* TOTAL TEES 90 45 22 1/2 11 1/4 SIZE FORCE & DEGREE DEGREE DEGREE DEGREE (in) (sq in) (lbs) PLUGS BENDS BENDS BENDS BENDS 4 19 4,275 1.1 1.5 1.0 1.0 1.0 6 38 8,550 2.2 3.0 1.6 1.0 1.0 8 65 14,625 3.7 5.2 2.8 1.4 1.0 10 97 21,825 5.5 7.7 4.2 2.1 1.1 12 137 30,825 7.7 10.9 5.9 3.0 1.5 14 184 41,400 10.4 14.6 7.9 4.0 2.1 16 238 53,550 13.4 18.9 10.3 5.2 2.7 18 299 67,275 16.8 23.8 12.9 6.6 3.4 20 367 82,575 20.7 29.2 15.8 8.1 4.1 24 523 117,675 29.4 41.6 22.5 11.5 5.9 30 805 96,600 24.2 34.2 18.5 9.4 4.8 36 1152 138,240 34.6 48.9 26.5 13.5 6.9

CALCULATIONS ARE BASED ON 225 PSI PRESSURE OR 150 PSI WORKING PRESSURE PLUS 50% INCREASE FOR WATER HAMMER FOR SIZES 4" TO 24" INCLUSIVE. FOR SIZES 30" & 36" THE TABLE IS BASED ON 120 PSI PRESSURE OR 75 PSI WORKING PRESSURE PLUS 50 % WATER HAMMER.

KLH ENGINEERS, INC. 5173 Campbells Run Road CONCRETE THRUST BLOCKING Pittsburgh, PA 15205

Not to scale April 2010 I-19 Standard Detail SD-2-045 1/2D+2* 1/2D+2'

NOTE: NOTE: THE TABLE IS BASED ON 225 PSI TEST ALL FITTINGS SHALL BE WRAPPED IN PRESSURE. ALL BLOCKS HAVING LENGTH OF PLASTIC PRIOR TO POURING CONCRETE 3'-0" OR MORE TO BE REINFORCED WITH #4 ANCHORS. @ 6" PLACED 3" FROM TOP OF BLOCK.

VOLUME IN CUBIC FEET SIZE AND NO. OF ANCHOR RODS TOTAL 45 22 1/2 PIPE 11 1/4 45 22 1/2 11 1/4 FORCE DEGREE DEGREE SIZE DEGREE DEGREE DEGREE DEGREE (lbs) BENDS BENDS BENDS BENDS BENDS BENDS

4 4275 22.7 11.6 5.9 1-#4 1-#4 1-#4

6 8550 45.5 23.3 11.9 2-#4 1-#4 1-#4

8 14625 77.8 39.6 20.3 2-#4 24M 1-#4

10 21825 116.1 59.1 30.3 2-#4 2-#4 2-#4

12 30825 164.0 83.5 42.8 2-#5 2-#4 2-#4

14 41400 220.2 112.1 57.5 2-#6 2-#4 2-#4

16 53550 284.9 145.0 73.4 2-#7 2-#5 2*t

18 67275 357.9 182.2 93.4 2-#7 2-#5 2-#4

20 82575 439.2 223.6 114.7 2-#8 2-#6 2-#4

24 117675 626.0 318.7 183.4 2-#9 2-#7 2-#5

KLH ENGINEERS, INC. CONCRETE ANCHORS AND 5173 Campbells Run Road METHOD OF LAYING MAINS Pittsburgh, PA 15205 UNDER OBSTRUCTIONS

Not to scale April 2010 1-20 Standard Detail SD-2-046 SAW-CUT AND REPLACE IN KIND WHEN BERM IS PAVED EDGE OF EXISTING PAVEMENT

ZONE B

SEE DETAIL OF BACKFILL WHERE THE TOP OF THE PIPE TRENCH IS WITHIN PIPE ZONE WITHIN 3 FT. OF THE EDGE OF THE PAVED ROADWAY OR STREET (DISTANCE C) THE ENTIRE TRENCH BACKFILL ABOVE THE PIPE ZONE, THAT IS THE BACKFILL PLACED IN ZONES A AND B SHALL CONSIST OF 2-A LIMESTONE MATERIAL MECHANICALLY COMPACTED IN 6" LAYERS.

WHERE THE TOP OF THE PIPE TRENCH IS GREATER THAN 3 FT. FROM THE EDGE OF THE PAVED ROADWAY (DISTANCE C) BACKFILL PLACED IN ZONE B SHALL BE EXCAVATED MATERIAL FROM THE TRENCH, FREE OF ROCKS LARGER THAN 3" AND MECHANICALLY COMPACTED IN 6" LAYERS. BACKFILL MATERIAL PLACED IN ZONE A (THE TOP 18" OF THE TRENCH) SHALL BE 2-A LIMESTONE MATERIAL MECHANICALLY COMPACTED IN 6" LAYERS.

WHERE THE BERM IS NOT PLANTED OR PAVED IT SHALL BE RESTORED FOR ITS ENTIRE WIDTH BY APPLICATION OF RT-2W BITUMINOUS MATERIAL AT A RATE OF 0.2 TO 0.5 GALLONS PER SQUARE YARD DEPENDING UPON LOCATION AND PREVAILING TEMPERATURES AT TIME OF APPLICATION.

KLH ENGINEERS, INC. TRENCH BACKFILL 5173 Campbells Run Road WITHIN ROADWAY Pittsburgh, PA 15205 OR STREET BERMS

Not to scale April 2010 I_21 Standard Detail SD-2-069 TOP OF THE TRENCH SHALL BE GRADED TO ELEVATIONS AND SLOPES COMPATIBLE WITH ADJACENT GROUND

SELECTED GRANULAR MATERIAL - 2RC MECHANICALLY COMPACTED

SELECTED GRANULAR CM MATERIAL - 2RC OR FINE AGGREGATE MATERIAL AS PER SECTION 703.1 OF PUBLICATION 408 LATEST EDITION

12" PIPE O.D. 12"

BELL HOLES SHALL BE EXCAVATED TO ASSURE DUCTILE IRON AND REINFORCED CONCRETE CONTINUOUS PIPE BARREL SUPPORT FOR FULL PIPE ON NON-ROCK TRENCH BOTTOMS LENGTH OF PIPE SECTIONS. TRENCH SIDEWALLS SHALL BE PLUMB WITHIN PIPE ZONE.

KLH ENGINEERS, INC. TYPICAL TRENCH DETAIL 5173 Campbells Run Road WITHIN 3 FEET Pittsburgh, PA 15205 OF SHOULDER AREA WITHIN RIGHT-OF-WAY Not to scale April 2010 1-22 Standard Detail SD-2-070 TOP OF THE TRENCH SHALL BE GRADED TO ELEVATIONS AND SLOPES COMPATIBLE WITH ADJACENT GROUND

RETAINED SUITABLE - MATERIAL OR SELECTED GRANULAR MATERIAL - 2RC MECHANICALLY COMPACTED

SELECTED GRANULAR MATERIAL - 2RC OR FINE AGGREGATE MATERIAL AS PER SECTION 703.1 OF PUBLICATION 408 LATEST EDITION

BELL HOLES SHALL BE EXCAVATED TO ASSURE DUCTILE IRON AND REINFORCED CONCRETE CONTINUOUS PIPE BARREL SUPPORT FOR FULL PIPE ON NON-ROCK TRENCH BOTTOMS LENGTH OF PIPE SECTIONS. TRENCH SIDEWALLS SHALL BE PLUMB WITHIN PIPE ZONE.

KLH ENGINEERS, INC. TYPICAL TRENCH DETAIL 5173 Campbells Run Road MINIMUM 3 FEET Pittsburgh, PA 15205 OUT OF SHOULDER AREA WITHIN STATE RIGHT-OF-WAY Not to scale April 2010 1-23 Standard Detail SD-2-071 SEE CONTRACTION JOINT DETAIL THIS DRAWING.

2" DEEP, 3/16" WIDE

1/2" MINIMUM

CONTRACTION JOINT DETAIL

REMOVE EXISTING PLAIN CEMENT CONCRETE CURB 1/4" RADIUS SLOPE VI FT.

3/4" RADIUS

Existing Pavement NEW PLAIN CEMENT CURB AND GUTTER (CLASS"AA"CEMENT INSTALLATION OF CONCRETE) CURB AND GUTTER

KLH ENGINEERS, INC. PLAIN CEMENT CONCRETE 5173 Campbells Run Road CURB AND GUTTER Pittsburgh, PA 15205

Not to scale April 2010 1-24 Standard Detail SD-2-078 s'-o" 1" 4'-5"

SLOPE AT SCORED FOR DRIVEWAY CURB EFFECT WWF 6x6 ENTRANCE W2.9 x W2.9

CRUSHED AGGREGATE (TYP.)

NOTE: WALK SHALL BE CROSS SCORED APPROX. EVERY 4 FEET. 1/2" PRE-FORMED EXPANSION JOINTS EVERY 20 FEET MAX. 4000 psi CONCRETE.

TYPICAL CURB AND SIDEWALK DETAIL

#4 x 24" REINFORCING BARS THIS SIDE TO BE BARS (SEE SECTION) BONDLESS AND COATED 1/4" R WITH APPROVED MATERIAL 3/4" R

TANGENT SECTION OF CURB 4000 P.S.I. 1\ II X CONCRETE CURVED cz nz SECTION r \ cz: zzz4 8"x18" MIN. CURB \

APPROVED TUBES OR CAPS WITH MIN. 1/2" POSITIVE 1/4" PREMOLDED - #4 x 24" BARS CLEARANCE POCKET EXPANSION JOINT AT POINTS OF NOTE: NOTE: CURVATURE EXPANSION JOINTS LOCATED ON SLOPE TERMINAL ENDS 23'-3" CENTERS MAX. (4'-0" MIN. OF CURBS 45° TO MEET FOR CLOSURES ON CURVE) EXISTING GRADES

POINTS OF CURVATURE SECTION

TYPICAL CURB DETAILS

KLH ENGINEERS, INC. 5173 Campbells Run Road CURB AND SIDEWALK DETAIL Pittsburgh, PA 15205

Not to scale April 2010 1-25 Standard Detail SD-2-079 VARIES

NOTES:

1. SAME THICKNESS OF CONCRETE, BASE AND WEARING SURFACE SLOPE TO BE MAINTAINED FOR WIDER OR NARROWER WALK.

2. WALK SHALL BE CROSS SCORED APPROXIMATELY EVERY 4 FEET 1/2" PRE-FORMED EXPANSION JOINTS EVERY 24 FEET.

KLH ENGINEERS, INC. 5173 Campbells Run Road CONCRETE WALKWAY Pittsburgh, PA 15205

Not to scale April 2010 I_26 Standard Detail SD-2-080 RESTORATION CONDITION SEED MIX & SOWING RATE (% BY WEIGHT)

TEMPORARY COVER 100% ANNUAL RYEGRASS SOW 9 lbs. per 1000 sq. yds. MAR. thru MAY / AUG. thru SEPT.

ROADSIDE; NON-MOWED 80% KENTUCKY 31, FESCUE 20% PENNLAWN RED FESCUE SOW 21 lbs. per 1000 sq. yds. MAR. thru MAY / AUG. thru SEPT.

ROADSIDE; MOWED 50% KENTUCKY BLUEGRASS 30% PENNLAWN RED FESCUE 20% PERENNIAL RYEGRASS SOW 21 lbs. per 1000 sq. yds. MAR. thru MAY / AUG. thru SEPT.

BANK AREAS 45% CROWNVETCH 55% ANNUAL RYEGRASS SOW 9 lbs. per 1000 sq. yds. ANYTIME EXCEPT SEPT. OR OCT.

LAWNS 50% KENTUCKY BLUEGRASS 30% PENNLAWN RED FESCUE 20% PERENNIAL RYEGRASS SOW 21 lbs. per 1000 sq. yds. MAR. thru MAY / AUG. thru SEPT.

OPEN FIELDS; NON-CULTIVATED PASTURE 100% TIMOTHY SOW 9 lbs. per 1000 sq. yds. MAR. thru MAY / AUG. thru SEPT.

OPEN FIELDS; CULTIVATED 100% ANNUAL RYEGRASS SOW 9 lbs. per 1000 sq. yds. MAR. thru MAY / AUG. thru SEPT.

WOODS; SPARSE 100% RED FESCUE SOW 36 lbs. per 1000 sq. yds. MAR. thru MAY / AUG. thru SEPT.

SOIL CONDITIONERS REQUIRED FOR RESTORATION:

RAW FINELY GROUND LIMESTONE @ 100 lbs. per 1000 sq. ft. APPLIED ONE WEEK BEFORE SEEDING

FERTILIZER- COMPLETE COMMERCIAL FERTILIZER WITH 5-10-5 ANALYSIS @ 50 lbs. per 1000 sq. ft.

OWNER IS RESPONSIBLE FOR WATERING.

KLH ENGINEERS, INC. REQUIRED SURFACE 5173 Campbells Run Road RESTORATION IN Pittsburgh, PA 15205 UNPAVED LOCATIONS

Not to scale April 2010 !_27 Standard Detail SD-2-090 r1/3T 1/3T 9" WIDE PVC JL—l1/3T WATERSTOP

f

WATERSTOP SHALL BE TIED TYPE A TO REINFORCEMENT AT TYPE A STANDARD CONCRETE 12" CENTERS. THE HOLE FOR ALTERNATE METHOD THE WIRE SHOULD BE AS WALL CONSTRUCTION IF REQUIRED CLOSE TO THE EDGE OF THE WATERSTOP AS POSSIBLE.

9" WIDE PVC WATERSTOP. WIRE TO RODS TO HOLD IN PLACE 9" WIDE PVC WATERSTOP

NOTE: USE ONLY WHEN SHEAR JOINT CONCRETE MUST BE HAND PACKED IS NOT REQUIRED HORIZONTAL AROUND WATERSTOP DURING (FOR USE IN BASE SLAB ONLY) CONSTRUCTION TYPE-B TYPE-C

3'-0" *

GENERAL NOTE: REFER TO DETAIL <> DRAWINGS FOR ARRANGEMENT OF REINFORCING BARS.

PVC WATERSTOP -< HORIZONTAL STEEL RUNS CONTINOUS THROUGH TYPE-D CONSTRUCTION JOINT * THIS DIMENSION MAY BE LARGER VERTICAL CONSTRUCTION JOINT DUE TO SPLICE LENGTH

KLH ENGINEERS, INC. 5173 Campbells Run Road CONSTRUCTION JOINTS Pittsburgh, PA 15205 WITH PVC WATERSTOPS

Not to scale April 2010 1-28 Standard Detail SD-3-003 GENERAL NOTES: 1. DOWELS TO BE USED WHERE POSSIBILITY OF UNEQUAL SETTLEMENT EXISTS

2. NO STEEL IN WALL OR SLAB IS TO PASS THROUGH EXPANSION JOINT

3. WATERSTOP TO BE TIED WITH WIRE TO REINFORCING TO PREVENT DISPLACEMENT DURING CONCRETE POUR

KLH ENGINEERS, INC. 5173 Campbells Run Road BASE SLAB Pittsburgh, PA 15205

Not to scale April 2010 1-29 Standard Detail SD-3-004 TYPICAL RECTANGULAR PENETRATION DETAIL

KLH ENGINEERS, INC. 5173 Campbells Run Road TYPICAL WALL PENETRATION Pittsburgh, PA 15205 REINFORCING DETAILS

Not to scale April 2010 -1-30 Standard Detail SD-3-009 WASHER ON TOP

CROSSTREE

PADOT CLASS A CONCRETE

ANCHOR BOLTS

KLH ENGINEERS, INC. 5173 Campbells Run Road CONCRETE PIPE SUPPORT Pittsburgh, PA 15205

Not to scale October 2011 1-31 Standard Detail SD-3-011 #3 TIE B" DIAMETER ANCHOR BOLTS

C_'s ON "C" DIAMETER BOLT CIRCLE

#4 DOWEL (TYP.)

SCHEDULE OF BASE #4 (TYP FITTING SUPPORT DIMENSIONS PLAN "A" "B" "C" "D" 4" 5/8" 4 3/4" 9" 6" 5/8" 5 1/2" 10" 8"&10" 5/8" 7 1/2" 12" 12"-16" 3/4" 9 1/2" 14" 18"-24" 3/4" 11 3/4" 161/2" "A" DIAMETER BASE FITTING 30" 7/8" 14 1/4" 19" SEE PROCESS DRAWINGS 36" 7/8" 17" 22" (BASE ELBOW SHOWN) 42" 1" 21 1/4" 26 1/2" 48" 1 1/8" 22 3/4" 28"

1" (MAXIMUM) NON-SHRINK "B" DIAMETER ANCHOR BOLT GROUT WITH HEX NUT AND FLAT WASHER (4 EACH REQUIRED PER BASE FITTING)

#4 DOWEL (TYPICAL EACH CORNER) FINISHED FLOOR

#3 TIE @ 12" MINIMUM

DRILL 1 1/2" DIA. HOLE FOR #4 DOWEL DEPTH TO BE MINIMUM OF 4". GROUT NOTES: DOWEL WITH NON-SHRINK GROUT. 1. WHEN USING A REDUCING BASE FITTING, USE THE LARGER DIAMETER TO DETERMINE "A".

2. WHEN COLUMN HEIGHT IS 12" OR LESS, OMIT ALL REINFORCING STEEL.

3. ROUGHEN CONTACT SURFACE. THOROUGHLY SATURATE PRIOR TO PLACING BASE CONCRETE.

KLH ENGINEERS, INC. BASE FITTING ON 5173 Campbells Run Road Pittsburgh, PA 15205 CONCRETE SUPPORT

Not to scale October 2011 1-32 Standard Detail SD-3-012 NOTE: ON DWG'S GIVE DIMENSIONS £OF COLUMN L.T.W. IN THAT ORDER

EXAMPLE: BASE t-14"x 1 1/4" x 12"

BASE PLATE 7- PROVIDE MINIMUM EDGE ' DISTANCE PER AISC

CONTINOUS FILLET WELD 1/16" THICKER THAN COLUMN SECTION

0.OF COLUMN & COLUMN SIZE SHOWN ON DRAWINGS

(4) BOLTS REQUIRED FOR COLUMN BASE PLATES 1/2 FLANGE WIDTH AISC SECTION 14-4 PLAN

TOP OF FINISHED FLOOR

TOP OF STRUCTURAL SLAB OR GRADE BEAM

ELEVATION FROM 1/2" GROUT MIN. GENERAL DRAWINGS

COLUMN FOOTING OR NOTE: CONCRETE COLUMN 1. ANCHOR BOLT INFORMATION TO BE GIVEN AS SHOWN ON ANCHOR BOLT SECTION DETAIL. 2. CUT TOP OF ANCHOR BOLT OFF BELOW FINISHED FLOOR

KLH ENGINEERS, INC. 5173 Campbells Run Road STEEL COLUMN BASE Pittsburgh, PA 15205 PLATE DETAILS

Not to scale April 2010 1-33 Standard Detail SD-5-001 SPACE FOR GROUT — COLD PRESSED STD. WHEN REQD. HEX. NUTS UNLESS (1" AVG. ALLOWANCE) OTHERWISE NOTED

STANDARD ALTERNATE TYPE SHIELD

STANDARD HOOK TYPE ANCHOR BOLTS

KLH ENGINEERS, INC. 5173 Campbells Run Road STANDARD HOOK TYPE Pittsburgh, PA 15205 ANCHORBOLTS

Not to scale April 2010 1-34 Standard Detail SD-5-002 GENERAL NOTES: 6'-0" MAXIMUM FOR STEEL 1. HANDRAIL SUPPLIER SHALL CERTIFY THAT HANDRAIL DESIGN MEETS -0" MAXIMUM FOR ALUMINUM THE INTERNATIONAL BUILDING CODE (IBC) 2009 OR LATEST ISSUE. STEEL HANDRAIL SHALL BE SCH. 40 PIPE RAILS AND POST. STAINLESS STEEL HANDRAIL SHALL BE TYPE 304,1-1/2", SCHEDULE 5. ALUMINUM HANDRAIL SHALL BE RAILS AND POST FROM EXTRUDED 6063-T6 ALUMINUM SCH.40 PIPE. STEEL AND ALUMINUM TOEPLATE WHEN REQUIRED SHALL BE 4" X 1/4". STAINLESS STEEL TOEPLATE SHALL BE 4" X1/8". ALL HORIZONTAL RAILING RUNS SHALL HAVE TOEPLATE UNLESS NOTED OTHERWISE. 4. ALL WELDED PIPE RAILINGS SHALL HAVE WELDS GROUND SMOOTH. ALL HANDRAILS SHALL BE PROVIDED WITH A CLEARANCE NOT LESS THAN 1-1/2 INCH BETWEEN THE HANDRAIL AND ANY OTHER OBJECT. 6. STAINLESS STEEL SHALL HAVE SATIN #4 POLISH FINISH. ALUMINUM SHALL HAVE AA-M12 C22 A41 CLEAR ANODIZED FINISH. HANDRAIL SHALL TERMINATE AT THE WALL, A GUARD OR WALKING SURFACE.

RAIL WELDED TO PLATE

- STAIR STRINGER

DETAIL C SECTION C-2 ALTERNATE CONNECTION TO STAIR STRINGER

2 RIVETS AT 180° ONE CLIP SIDE OF JOINT ONLY ANGLE LOCATE SPUCE WITHIN 8" OF ^WELD i 6 3 SUPPORT PLAN B-1 SECTION B-2 -SPLICE SLEEVE DETAIL B DETAIL D CONNECTION TO STAIR STRINGER SPLICE EXPANSION JOINTS

KLH ENGINEERS, INC. 5173 Campbells Run Road WELDED PIPE RAILINGS Pittsburgh, PA 15205 AND FITTINGS

Not to scale January 2012 I_35 Standard Detail SD-5-006 MAXIMUM MAXIMUM* NOMINAL MINIMUM NOMINAL HANGER SPACING (FEET) MINIMUM HANGER SPACING (FEET) PIPE SIZE ROD DIA. PIPE SIZE ROD DIA. AIR.GAS AIR,GAS (INCHES) (INCHES) WATER (INCHES) (INCHES) WATER STEAM STEAM SERVICE SERVICE SERVICE SERVICE

1/2" 3/8" 6" 3/4" 17 21

3/4" 3/8" 7/8" 19 24

1" 3/8" 10" 7/8" 22 28

1 1/4" 3/8" 10 12" 7/8" 23 30

1 1/2" 3/8" 12 14" 25 32

2" 3/8" 10 13 16" 1" 27 35

2 1/2" 1/2" 11 14 18" 28 37

1/2" 12 15 20" 1 1/4" 30 39

3 1/2" 1/2" 13 16 24" 1 1/4" 32 42

5/8" 14 17 30" 1 1/4" 34 45

5/8" 16 19 * NOT LESS THAN 1 HANGER PER PIPE JOINT AND BOTH ENDS OF FITTINGS AND VALVES. r ADJUSTABLE CONCRETE INSERT, ANVIL FIG. 281 OR APPROVED EQUAL.

REINFORCING ROD

CONCRETE TOP TO SUIT SUPPORTING MEDIUM TO WHICH PIPE HANGER NEED BE ATTACHED ADJUSTABLE I-BEAM TURNBUCKLE USED A CLAMP, ANVIL IF ADJUSTMENT IS FIG. 292 OR REQUIRED. HANGER ROD TO BE APPROVED EQUAL. ANVIL FIG. 230 OR ANVIL FIG. 140 OR APPROVED EQUAL. APPROVED EQUAL.

ANVIL — ADJUSTABLE CLEVIS FIG. 260 OR APPROVED EQUAL

OUTSIDE DIA ANVIL CONCRETE OF PIPE ATTACHMENT PLATE ATTACH TO CONCRETE FIG. 52 OR APPROVED WITH RED HEAD CINCH EQUAL. ANCHORS OR EQUAL, SIZED TO FIT DIA. OF MOUNTING PLATE HOLES. Revised- MAY 2006 KLH ENGINEERS, INC. 5173 Campbells Run Road ADJUSTABLE Pittsburgh, PA 15205 PIPE HANGERS

Not to scale April 2010 1-36 Standard Detail SD-15-001 FO R DUC1"IL E IRON PIPE - CLASS B FOR SCH. 40 STEEL OR D.I. PIPE

PIPE PIPE A B* C D E A B* C D E SIZE SIZE 10" 3/4 5.925 8 7/8 3/4 10" 3/4 5.75 8 7/8 3/4 12" 3/4 6.975 8 7/8 3/4 12" 3/4 6.75 8 7/8 3/4 14" 3/4 8.025 11 7/8 3/4 FOR O. D. STEEL OR D. I. PIPE 16" 7/8 9.137 11 1 7/8 18" 7/8 10.182 11 1 7/8 14" 3/4 7.375 8 7/8 3/4 20" 7/8 11.237 11 1 7/8 16" 7/8 8.437 11 1 7/8 24" 7/8 13.337 11 1 7/8 18" 7/8 9.437 11 1 7/8 30" 1 16.50 14 1 1/8 1 20" 7/8 10.437 11 1 7/8 36" 1 19.65 14 1 1/8 1 24" 7/8 12.437 11 1 7/8 30" 1 15.50 14 1 1/8 1 36" 1 18.50 14 1 1/8 1

* ADJUST TO CLASS OF PIPE NOTE: ALL DIMESIONS IN INCHES

LENGTH AS REQ'D.

EYEBOLT CONCRETE INSERT TO BE SIZED ACCORDING TO LOADING Q (LENGTH AS| REQUIRED) CONDITIONS. SUBMIT TYPE AND "a LOAD DATA TO THE ENGINEER LU DC — A A—I FOR APPOVAL. « < I h¬ o z I RIGHT . LU NOTE: LEFT WHERE CONDITIONS REQUIRE ATTACHMENT TO STEEL BEAMS THE BEAMS SHALL BE CLAMPED WITH BEAM CLAMPS OF SATISFACTORY STRENGTH OR AT THE DISCRETION OF THE ENGINEER MAY BE DRILLED OR PUNCHED AND NUTS AND WASHERS PROVIDED FOR THE ENDS OF THE RODS.

KLH ENGINEERS, INC. 5173 Campbells Run Road ADJUSTABLE U-TYPE Pittsburgh, PA 15205 PIPE HANGER

Not to scale April 2010 J-37 Standard Detail SD-15-002 12" UNLESS OTHERWISE

3/4" BOLT 3/4" x 3" GALV. BOLT AND RAWL PLUG OR CINCH ANCHOR

PIPE DIAMETER AS REQ'D.

SPACE AS REQ'D. BY DIMENSION

PIPE DIAMETER + 1"

NUMBER OF PIPES AS REQ'D.

HANGERS SPACED AT 10' -0" CENTERS MAX. OR AS RECOMMENDED BY HANGER MANUFACTURER FOR PIPE DIAMETER

KLH ENGINEERS, INC. 5173 Campbells Run Road MULTIPLE PIPE Pittsburgh, PA 15205 HANGER

Not to scale April 2010 I_38 Standard Detail SD-15-003 EXISTING CONCRETE WALL

KLH ENGINEERS, INC. 5173 Campbells Run Road WALL SLEEVE DETAIL Pittsburgh, PA 15205

Not to scale October 2011 I_39 Standard Detail SD-15-027 SCHEDULE OF BASE FITTING BRACE DIMENSIONS "A" "B" "C" "D" 4" 2" NOTE: 5" WHEN USING A REDUCING BASE 2 1/2" 6" 5/8" 5/8" DIA. FITTING, USE THE LARGER 4 1/4" LONG 8" DIAMETER TO DETERMINE "A" 4" 10" 12" 14" 6" 16" 3/4" 3/4" DIA. 18" 6 1/4" LONG "A" DIAMETER BASE FITTING 20" 8" SEE PROCESS DRAWINGS 24" (BASE TEE SHOWN)

STEEL COMPANION FLANGE 2 REQUIRED

NEOPRENE GASKET "C" DIAMETER HEX HEAD BOLT BETWEEN DISSIMILAR METALS Q WITH HEX NUT AND FLAT UJ DC WASHERS. 4 REQUIRED. B" DIAMETER SCHEDULE => 80 STEEL PIPE o "D" EXPANSION ANCHOR HI 1" (MAX.) DC 4 REQUIRED EQUALLY SPACED V) NON-SHRINK GROUT <

KLH ENGINEERS, INC. 5173 Campbells Run Road PIPE BRACE SUPPORT Pittsburgh, PA 15205

Not to scale October 2011 1-40 Standard Detail SD-15-028 MECHANICAL JOINT FLANGED JOINT WALL PIPE WALL PIPE

PIPE SIZE 3" 4" 6" 8" 10" 12" 14" 16" 18" 20" 24" 30" DIMENSION "A" 4 3/4" 5 1/2" 5 1/2" 6" 6" 6 1/4" 6 1/4" 6 3/4" 7" 7" 7 1/2" 8" DIMENSION "B" 1 3/4" 2 1/4" 2 1/4" 2 1/2" 2 1/2" 2 1/2" 3" 3 3 1/4" 3 1/2" 3 3/4" 4 3/4" DIMENSION "C" 4 3/4" 5 1/4" 5 1/4" 5 1/2" 5 1/2" 5 1/2" 6 1/2" 7" 7" 7" 7" 7 1/2"

KLH ENGINEERS, INC. 5173 CampbeUs Run Road WALL JOINT PIPE Pittsburgh, PA 15205

Not to scale October 2011 1-41 Standard Detail SD-15-029 PIPE SIZE AND MATERIAL AS SHOWN ON PLANS

COMPRESSED SEALER

KLH ENGINEERS, INC. 5173 Campbells Run Road PIPE SLEEVE THROUGH Pittsburgh, PA 15205 INTERIOR FLOOR

Not to scale October 2011 1-42 Standard Detail SD-15-030 Section J

AGREEMENT - CONTRACT NO. 2011-05 Rebid

THIS AGREEMENT is dated as of the day of in the year of 20 by and between hereinafter called OWNER and hereinafter called CONTRACTOR.

OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows:

Jl WORK

Jl.l CONTRACTOR shall complete all Work as specified or in­ dicated in the Contract Documents. The Work is generally described as follows:

J2 CONTRACT TIME

J2. 1 The Work will be completed within two hundred forty (240) calendar days after the date when the Contract Time commences as provided in the General Conditions.

J2.2 Liquidated Damages OWNER and CONTRACTOR recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not complete within the time specified in paragraph J2.1 above, plus any extensions thereof allowed in accordance with the General Conditions. They also recognize the delays, expense and difficulties involved in proving in a legal proceeding the actual loss suffered by OWNER if the Work is not complete on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty) CONTRACTOR shall pay OWNER Six Hundred Fifty Dollars ($650.00) for each day that expires after the time specified in paragraph J2.1 for completion until the Work is substantially complete.

J3 CONTRACT PRICE

J3.1 OWNER shall pay CONTRACTOR for performance of the Work in accordance with the Contract Documents in the following lump sum amount:

J-l 143/2011-05 Rebid J4 PAYMENT PROCEDURES

J4.1 CONTRACTOR shall submit Applications for Payment in ac­ cordance with Section H of the Contract Documents.

J4.2 Progress Payments. OWNER shall make progress payments on the Contract Price on the basis of CONTRACTOR'S Application for Payment. All payments will be on the basis of the progress of the Work measured by the schedule of values provided for in the Contract Documents.

J4.3 Prior to 50% completion of the Work, progress payments will be in an amount equal to:

90% of the Work completed, and

100% of materials and equipment not incorporated in the Work but delivered and suitably stored, less in each case, the aggregate of payments previously made.

J4.4 After the work is at least 50% complete, and subject to satisfactory progress and compliance with the provisions of the Contract Documents, the OWNER may, at its discretion, elect to reduce the retainage to an amount equal to 5% of the completed work value.

J4.5 Final Payment. Upon final completion and acceptance of the Work, OWNER shall pay the remainder of the Contract Price not previously paid.

J5 INTEREST

J5.1 All moneys not paid when due hereunder shall bear interest at the rate defined in Paragraph H2.

J6 CONTRACTOR'S REPRESENTATIONS

J6.1 CONTRACTOR represents that he has familiarized himself with the nature and extent of the Contract Documents, Work, locale and with all local conditions; federal, state and other laws, ordinances, rules and regulations that in any manner may affect cost, progress or performance of the Work; and, has made or caused to be made such examinations, investigations (including subsurface explorations) and tests and studies of such reports and related data as he deems necessary for the performance of the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents; and no additional examinations, investigations, tests, reports or similar data are or will be required by CONTRACTOR for such purposes, and that he shall be responsible

J-2 143/2011-05 Rebid to fully perform all work within the contract time and for the contract price(s) stated herein, regardless of the conditions actually encountered. All risks assumed hereunder have been included in the contract price.

J6.2 CONTRACTOR has correlated the results of all such observations, examinations, investigations, tests, reports and data with the terms and conditions of the Contract Documents.

J7 CONTRACT DOCUMENTS

The Contract Documents which comprise the entire agreement be­ tween OWNER and CONTRACTOR are attached to this Agreement, made a part hereof and consists of the following:

Section Identification Page No. J Agreement J-l to J-4 Exhibits attached to this agreement (if any) K Surety Bonds/Insurance Certificates K-l to K-7 E General Conditions E-l to E-27 F Supplemental General Conditions F-1 to F-31 G Technical Specifications 01000-1 to 16925-1 H Measurement and Payment H-l to H-2 I Standard Detail Drawings I-l to 1-42 Drawings 24" x 36" - Bound Separately from this Book are identified herein in Section 01010 L Addenda L-l to L- (if any) C Contractor's Bid C-1 to C-9 Change Orders duly issued with or after the effective date of this Agreement (if any)

There are no Contract Documents other than those listed above in this Agreement, Section J. The Contract Documents may only be altered, modified, amended or repealed by appropriate execution of a Change Order.

J8 MISCELLANEOUS

J8.1 Terms used in this Agreement are defined in the General Conditions and shall have the meanings indicated in the General Conditions.

J8.2 No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party to be bound; and specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law) and unless specifically stated to the contrary in any written consent to an assignment

J-3 143/2011-05 Rebid no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents.

J8.3 OWNER and CONTRACTOR each binds himself, his partners, successors, assigns and legal representatives in respect to all covenants, agreements and obligations contained in the Contract Documents.

IN WITNESS WHEREOF, the parties hereto have signed this Agreement in ( ) copies. One counterpart each has been delivered to OWNER and the CONTRACTOR. All portions of the contract Documents have been signed or identified by OWNER and CONTRACTOR.

This Agreement will be effective on 2 0 .

OWNER

by

ATTEST Title

Address for Giving Notice (CORPORATE SEAL)

*************************************************************

CONTRACTOR

by

ATTEST Title

(CORPORATE SEAL) Address for Giving Notice

J-4 143/2011-05 Rebid Section K

PAYMENT BOND

CONTRACT NO. 2011-05 Rebid

KNOW ALL MEN BY THESE PRESENTS: that

(Name of Contractor)

(Address of Contractor) a , hereinafter called Principal, (Corporation, Partnership, Individual) and (Name of Surety)

(Address of Surety) hereinafter called Surety, are held and firmly bound unto

(Name of Owner)

(Address of Owner) hereinafter called Owner, in the penal sum of Dollars ($ j" in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents.

THE CONDITION OF THIS OBLIGATION is such that Whereas, the Prin­ cipal entered into a certain contract with the Owner, dated the day of , 20 , a copy of which is hereto attached and made a part hereof for the construction of:

NOW, THEREFORE, if the Principal shall promptly make payment to all persons, firms, subcontractors and corporations furnishing materials for or performing labor in the prosecution of the work provided for in such contract, and any authorized extension or modification thereof, including all amounts due for materials, lubricants, oil, fuel, repairs on machinery, equipment and tools, consumed or used in connection with the construction of such work, and all insurance premiums on said work and for all labor, performed in such work whether by subcontractor or otherwise, then this obligation shall be void; otherwise to remain in full force and effect.

K-l 143/2011-05 Rebid PROVIDED, FURTHER, that the said surety, for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications.

PROVIDED, FURTHER, that no final settlement between the Owner and the Contractor shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied.

IN WITNESS WHEREOF, this instrument is executed in counterparts, each one of which shall be deemed an original, this the day of , 20 .

(Principal) by. (Address) (ATTEST)

(Principal) (Secretary)

(Witness to Principal) (SEAL)

(Address)

**********************************************

(Surety)

(Address) (ATTEST)

(Surety) (Secretary)

(SEAL)

(Witness to Surety)

by: (Attorney in Fact)

(Address)

K-2 143/2011-05 Rebid NOTE: Date of Bond must be the same as the date of Agreement. If Contractor is Partnership, all partners should execute bond.

IMPORTANT: Surety companies executing bonds must appear on the U. S. Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the state where the project is located.

K-3 143/2011-05 Rebid

Section K

PERFORMANCE AND MAINTENANCE BOND

CONTRACT NO. 2011-05 Rebid

KNOW ALL MEN BY THESE PRESENTS: that

(Name of Contractor)

(Address of Contractor) a , hereinafter called Principal, (Corporation, Partnership, Individual) and (Name of Surety)

(Address of Surety) hereinafter called Surety, are held and firmly bound unto

(Name of Owner)

(Address of Owner) hereinafter called Owner, in the penal sum of Dollars ($ j" in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents.

THE CONDITION OF THIS OBLIGATION is such that Whereas, the Prin­ cipal entered into a certain contract with the Owner, dated the day of , 20 , a copy of which is hereto attached and made a part hereof for the construction of:

NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the undertakings, covenants, terms, con­ ditions and agreements of said contract during the original term thereof, and any extensions thereof which may be granted by the OWNER, with or without notice to the Surety, and if he shall satisfy all claims and demands incurred under such contract, and shall remedy in accordance with the terms of the Contract any defects which may develop during a period of eighteen (18) months from the date of completion of the work performed under said contract, and shall fully indemnify and save harmless the OWNER

K-4 143/2011-05 Rebid from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the OWNER all outlay and expense which the OWNER may incur in making good any default, then this obligation shall be void; otherwise to remain in full force and effect. Whenever CONTRACTOR shall be declared by OWNER to be in default under the Contract, the Surety shall promptly remedy the default. If the OWNER terminates the Contract for such default, the following shall govern the liability of the CONTRACTOR and the Surety hereunder. In the event of such termination, the CONTRACTOR and Surety shall remain fully liable to the OWNER for the CONTRACTOR'S failure to timely complete the Contract, any additional costs incurred by the OWNER in completing the Contract, and liquidated damages from the required completion date to the date of the actual completion of the work by the OWNER. In the event of such termination, the Surety may elect to take over and complete performance of the Contract by giving written notice to the OWNER of such election within seven (7) days of the OWNER'S mailing of notice of termination to the Surety and actually commencing completion within fourteen (14) days of the OWNER'S notice to the Surety, time being of the essence. The Surety shall fully complete the work by the originally scheduled date of completion and the CONTRACTOR and the Surety shall remain liable to the OWNER for all damages.

PROVIDED, FURTHER, that the said surety, for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications.

PROVIDED, FURTHER, any suit under this bond may be instituted until the expiration of two years from the date on which final payment under the Contract falls due or before the expiration of one year from the end of the maintenance and guarantee obligation under the Contract, which ever is later, notwithstanding any statute of limitations setting forth a shorter limitation period.

K-5 143/2011-05 Rebid IN WITNESS WHEREOF, this instrument is executed in counterparts, each one of which shall be deemed an original, this the day of , 20 .

Principal by Address ATTEST

Principal (Secretary)

(Witness to Principal) (SEAL)

(Address)

**************************************

Surety

Address ATTEST

Surety (Secretary)

(SEAL)

(Witness to Surety)

*****************************************************************

by: (Attorney in Fact)

(Address)

NOTE: Date of Bond must be the same as the date of Agreement. If Contractor is Partnership, all partners should execute bond.

IMPORTANT: Surety companies executing bonds must appear on the U. S. Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the state where the project is located.

K-6 143/2011-05 Rebid

CERTIFICATE OF LIABILITY IWSURANCI DATE (MM/DD/YYYY)

IS ISSUED AS A ™IS CERTIFICATE MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THF PPRTIFIPATP un, n.n Tu7T CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND EXTEND OR ALTER THF f^VFRAr^ Ar^T^^nnn rJv ^DER" THIS BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT^BETW^kN^TIE^SSIIING IN=UIRFR/<51 AMxtinDSC^ REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. ISSUING INSURER(S), AUTHORIZED

IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed If SUBROGATION i«t WM\mn C7T7~77~ZT~

PRODUCER CONTACT ~ ~ ——— . NAME: PHONE EXy —

JA/C No, Ext): ... _ ™. Nn). E-MAIL ~~—^ 1 L — — ADDRESS:

INSURER(S) AFFORDING COVERAGE NA1C # INSURER A : INSURED INSURER B :

INSURER C :

INSURER D :

INSURER E:

INSURER F :

COVERAGES CERTIFICATE NUMRI-R- DirV/IPI/Mi! Mi innnrr,

INDICATED. NOTWITHSTANDING ANY REQUiREMEN? TERM OR CONDm POUCY WH ?ERioCH THDS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED B\' THET POLICIES DEKRKSS «^?JP ' E TERMS' EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN! REDUCED> BY PAID SI ™ ' INSR jADDL [SUBR] TYPE OF INSURANCE POLICY EFF POLICY EXP LTR INSR POLICY NUMBER mm. (MM/DD/YYYY) (MM/DD/YYYY) LIMITS GENERAL LIABILITY EACH OCCURRENCE COMMERCIAL GENERAL LIABILITY TJAmGEHroTSETTTETS

PREMISES (Ea occurrRnr.a)_ | CLAIMS-MADE | | OCCUR MED EXP (Any one person)

PERSONAL & ADV INJURY

GENERAL AGGREGATE GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG | POLICY | | JRTT ri LOC AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT (Ea accident) ANY AUTO BODILY INJURY (Per person) ALL OWNED SCHEDULED AUTOS AUTOS BODILY INJURY (Per accident) NON-OWNED HIRED AUTOS AUTOS PROPERTY DAMAGE" (Per accident)

UMBRELLA LIAB OCCUR EACH OCCURRENCE EXCESS LIAB CLAIMS-MADE AGGREGATE DED RETENTION S WORKERS COMPENSATION AND EMPLOYERS' LIABILITY WC STATU- IOTH- I TORY LIMITS I I ER ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICE/MEMBER EXCLUDED? E.L EACH ACCIDENT (Mandatory In NH) • If yes, describe under E.L. DISEASE - EA EMPLOYES DESCRIPTION OF OPERATIONS htlnw E.L DISEASE - POLICY LIMIT

DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required)

CERTIFICATE HOLDER CANCELLATION

SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED W ACCORDANCE WITH THE POLICY PROVISIONS. ucuvtKbU IN

AUTHORIZED REPRESENTATIVE

©1988-2010 ACORD CORPORATION. All rights reseT^ed" ACORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD K_7

Addendum No. 1 Borough of Sewickley Contract No's. 2011-04, 05 March 9, 2012 All prospective Bidders interested in the above construction work are herein advised of the following clarification, additions, deletions, and/or modifications of the plans, specifications and Bidding Documents. Contract No. 2011-04 1. Section 11310. Contract Drawings 143-408. 143-409and 143-411: Clarification: The three way plug valve is eliminated from the project scope. The discharge piping and valves supplied by the pump manufacturer for each pump discharge to the horizontal transition fitting shall include a 6" spool pipe, one - 6" x 8" reducing check valve, 8" spool pipe, and one- chain operated 8" quarter turn plug valve . Refer to Figure 1 below.

Y Z, SPPRCJX.

Figure 1

All bidders shall acknowledge receipt of this Addendum No.l in the space provided on the Bid Form corresponding to the appropriate Contract.

End of Addendum No. 1 Contract Nos. 2011-04, 05

KLH Engineers, Inc. 5173 Campbells Run Road Pittsburgh, PA 15205 Phone:412-494-0510 Fax: 412-494-0426

L-1 143/2011-04, 05

EXHIBIT "A" - GEOTECHNICAL REPORT ACKENHEIL ENGINEERS, INC. GEOTECHNICAL • CIVIL • INSPECTION • TESTING 1000 Banksville Road, Pittsburgh, Pennsylvania 15216 AE Ph 412-531-7111 • Fax 412-531-4334 • www.ackenheil.com

May 4,2010

Mr. Kevin D. Hoffman, P.E. KLH Engineers, Inc. 5173 Campbells Run Road Pittsburgh, Pennsylvania 15205

Subject: Geotechnical Investigation Report Proposed Railroad Avenue Pump Station Borough of Osborne, Allegheny County, PA Ackenheil Project No. 10110

Dear Mr. Hoffman:

We are pleased to present our report on the geotechnical investigation performed for the proposed Railroad Avenue Pump Station Project in the Borough of Osborne, Allegheny County, Pennsylvania. The professional conclusions and recommendations presented in this report are based on the data obtained at the test boring locations, laboratory test results, research, experience on similar projects, and engineering analyses.

We appreciate the opportunity to be of service to you on this project. If you have any questions or comments about this report, please contact our office at 412-531-7111.

Very truly yours,

ACKENHEIL ENGINEERS, INC.

Lance R. LaRue, P.E. Project Geotechnical. Engineer Technical Ops anager

LRL/BRH:lrl

Enclosure

Cc: Mr. John C. Mowry, P.E. KLH Engineers, Inc.

Founding Member of Your Project is Our Priority

?b« B»5t flQlIi flD EiltU RAILROAD AVENUE PUMP STATION PROJECT

BOROUGH OF OSBORNE, ALLEGHENY COUNTY, PENNSYLVANIA

GEOTECHNICAL INVESTIGATION REPORT

PREPARED FOR:

KLH ENGINEERS, INC.

PITTSBURGH, PENNSYLVANIA

PREPARED BY:

ACKENHEIL ENGINEERS, INC.

PITTSBURGH, PENNSYLVANIA

AE PROJECT NO. 10110

MAY, 2010 TABLE OF CONTENTS

Page No. 1.0 INTRODUCTION

1.1 Background 1 1.2 Authorization 1 1.3 Report Use 1 1.4 Purpose 1 1.5 Scope of Work 2

2.0 DATA OBTAINED

2.1 General mfbrmation 3 2.2 Subsurface Investigation 3 2.3 Fill and Soil Conditions 4 2.4 Bedrock Conditions 5 2.5 Groundwater Conditions 5 2.6 Geology and Mining Conditions 5

3.0 CONCLUSIONS

3.1 Existing Fill 6 3.2 Alluvial Soil 6 3.3 Bedrock 7 3.4 Groundwater .....7 3.5 Risk of Mine Subsidence 8

4.0 RECOMMENDATIONS

4.1 Permanent Fill Slopes and Embankments 9 4.2 Spread Footing Foundations 9 4.3 Lateral Load Design Parameters and Wall Backfill 10 4.4 Concrete Floor Slabs 11 4.5 Drainage Considerati ons 11 4.6 Structural Fill Placement and Compaction 12 4.7 Temporary Excavations and Shoring 12 4.8 Project Representative During Construction 12

ATTACHMENTS

Site Vicinity Map Mine Map of Allegheny County, PA Approximate Test Boring Location Plan Typed Engineers Field Boring Logs Test Boring Log Legend Laboratory Test Reports Definitions and Limitations Important Information About Your Geotechnical Report

i 1.0 INTRODUCTION

11 BACKGROUND

This subsurface investigation was performed for KLH Engineers, Inc. (KLH) to obtain subsurface information for the proposed Railroad Avenue Pump Station Project in the Borough of Osborne, Allegheny County, Pennsylvania. The location of the site is shown on the Site Vicinity Map in the Attachments to this report.

1-2 AUTHORIZATION

Our work was perfonned according to our Proposal for Geotechnical Investigation to KLH, dated March 5, 2010, and its attached Agreement for Geotechnical Engineering Services, which was executed by KLH on March 8,2010, and by Ackenheil Engineers, Inc., on March 9, 2010.

1-3 REPORT USE

This report has been prepared in accordance with generally accepted soil and foundation engineering practices for the use of KLH Engineers, Inc., for design purposes. No other warranty, expressed or implied, is made as to the professional advice included in this report. In the event that conclusions or recommendations based upon the data obtained in this report are made by others, such conclusions or recommendations are their responsibility.

In the event that the final design differs with respect to function, purpose, location, layout or elevation from that on which we based this report, Ackenheil must review our conclusions and recommendations with respect to the proposed revisions to determine if those conclusions and recommendations are still valid.

1-4 PURPOSE

1. Present the data obtained from in-house literature research, including geology and mine maps, as well as the data obtained at the test boring locations.

2. Present opinions on the fill, soil, bedrock, and/or groundwater encountered relative to the design and construction ofthe pump station, based on the data obtained at the test borings and preliminary analysis.

3. Recommend soil and fill design parameters and a foundation type appropriate for the proposed pump station structures based on the subsurface conditions encountered.

1 1.5 SCOPE OF WORK

1. Reviewed selected in-house geotechnical and geologic literature of the site, as well as preliminary plans and profiles of the proposed pump station provided by KLH Engineers, Inc.

2. Drilled two (2) standard test borings (B-l and B-2) at the approximate locations indicated on the attached Approximate Test Boring Location Plan. Split-spoon samples of the fill and soil were obtained at 5-foot intervals in B-l to a termination depth of 51.5 feet below the existing ground surface, and at 3-foot intervals in B-2 to a tennination depth of 49.5 feet below the existing ground surface, hi addition, a standard open standpipe piezometer was installed in Test Boring B-2 after the completion of sampling, with the bottom of the slotted-screen sensing section set at 50.0 feet. Test Boring B-l was backfilled with cuttings immediately after the water level reading was taken at the completion of the drilling.

3. Provided a field engineer during drilling to observe that the drilling was being performed in accordance with the specifications, log the test borings relative to the types, depths and distribution of the materials encountered, and modify the drilling and sampling program, when required. In addition, obtained one (1) round of water level readings in the standpipe piezometer approximately two (2) weeks following installation.

4. Prepared a typed Engineers Field Boring Log in AutoCAD for both test borings.

5. Selected samples ofthe fill and soil encountered and performed laboratory tests on them for physical properties. Testing included soil classification, moisture content, and Modified Proctor.

6. Prepared a plan showing the approximate test boring locations by modifying the preliminary site plan provided by KLH.

7. Provided subgrade preparation, drainage and general earthwork recommendations, including suitability of on-site soils for use as structural backfill material and compaction requirements.

8. Recommended a foundation type appropriate for the proposed structures based on the subsurface conditions encountered.

9. Provided foundation, floor slab, excavation shoring and wall lateral load design parameters.

10. Prepared this Geotechnical Investigation Report that provides our conclusions and recommendations based on the conditions encountered at the test boring locations, research, laboratory test results, analysis, and professional experience on similar projects.

2 2.0 DATA OBTAINED

2.1 GENERAL INFORMATION

1. Location of Proiect: The proposed new pump station footprint lies within a relatively level fill plateau approximately 30 feet above the Ohio River, and just west of the small village of Haysville in the southeast portion of Osborne Borough, which is located in northwest Allegheny County on the north shore of the Ohio River. Haysville and the proposed pump station site are located generally between State Route 65 (Ohio River Boulevard) to the north, and the Ohio River to the south. The fill plateau is lightly wooded with areas of heavy brush. The general location of the site is shown on the Site Vicinity Map in the Attachments to this report.

2. Existing Structures: There are no existing structures within the immediate vicinity of the proposed pump station. The preliminary site plan provided by KLH indicates that the nearly level fill plateau is a "possible landfill area," however, no significant evidence of landfill or deleterious materials other than traces of slag and cinders was encountered in the test borings.

3. Proposed Construction: The proposed pump station will include a Control Building, Pump Room, and Wet Well. The Control Building will have a Finish Floor Elevation of EL. 724.29, the Pump Room will have a Finish Floor Elevation of EL. 707.00, and the Wet Well will have a Finish Floor Elevation of EL. 689.50. Based on the existing site being around EL. 723, significant temporary excavations for the Pump Room (excavation depth of 19 feet or more) and for the Wet Well (excavation depth of 36 feet or more) are anticipated.

2.2 SUBSURFACE INVESTIGATION

Two (2) test borings (B-l and B-2) were drilled by Pennsylvania Drilling Co., Inc., on April 6, 2010, at the approximate locations indicated on the Approximate Test Boring Location Plan in the Attachments to this report. The borings were drilled using a CME 45C track-mounted drilling rig. The test boring locations were selected and field-located by Ackenheil representatives by taping from existing features. The elevations on the boring logs are estimated based on the topographic information indicated on the preliminary plans provided by KLH. No surveying was performed by the Ackenheil field representative^).

Split-spoon samples ofthe fill and soil were obtained at 5-foot intervals in B-l to a termination depth of 51.5 feet below the existing ground surface, and at 3-foot intervals in B-2 to a termination depth of 49.5 feet below the existing ground surface. In addition, a standard open standpipe piezometer was installed in Test Boring B-2 after the completion of sampling, with'the bottom of the slotted-screen sensing section set at 50.0 feet. Test Boring B-l was backfilled with cuttings immediately after the water level reading was taken at the completion ofthe drilling.

3 2.3 FILL AND SOIL CONDITIONS

1. Sample Descriptions: The fill and soil samples obtained in the test borings were examined by Ackenheil representatives. An Engineers Field Boring Log was developed describing the subsurface conditions encountered at each test boring location. Tlie typed Engineers Field Boring Logs are included in the Attachments to this report.

2. Composition: Fill was encountered in both test borings. Visual descriptions indicate the fill is primarily a mixture of clayey sand, cinders, and angular gravel (sandstone fragments), with lesser amounts of silt and slag.

Native alluvial soils were encountered underlying the fill in each of the test borings to the termination depths of 51.5 feet and 49.5 feet. Visual descriptions of the alluvial soils indicate they are primarily a mixture of clay, sand, silt, and sub- rounded sandstone rivergravels .

3. Origin: The existing fill encountered in the test borings was probably placed during previous build-up of the site for riverside industry, storage, access, and/or development. The fill probably contains or includes some former alluvial soils that have been disturbed and manipulated during this build-up. The native soils encountered immediately underlying the fill are alluvial soils. Alluvial soils are soils which are transported and deposited by water - in this case, the adjacent Ohio River - over geologic time.

4. Thickness: The fill encountered in the test borings varies from approximately 13.0 feet in thickness (in Test Boring B-l) to approximately 9.5 feet in thickness (in Test Boring B-2).

The alluvial soil was not. completely penetrated in either test boring.

5. Moisture Content: The moisture contents ofthe samples obtained were described and recorded in the Visual Description section of the typed Test Boring Records. The descriptions are Diy, Moist, Very Moist or Wet. Cohesive soils are further described as being above or below their estimated plastic limits (+PL or -PL).

6. Relative Density and Consistency: The relative density of a non-cohesive soil and the consistency of a cohesive soil is an indicator of shear strength. The relative density or consistency of the materials encountered in the test borings, based on SPT blow counts, is indicated in the Visual Description section of the typed Test Boring Records.

The granular fill encountered in the test borings has a loose to dense (typically medium dense) relative density. The alluvial soil encountered in the test borings has a very soft to very stiff (typically stiff) consistency where fine-grained (plastic

4 and cohesive), and a very loose to dense (typically medium dense) relative density where granular (non-cohesive).

2-4 BEDROCK CONDITIONS

The top-of-rock was not encountered in the test borings to the termination depths of 49.5 feet and 51.5 feet.

2-5 GROUNDWATER CONDITIONS

Groundwater was encountered in both test borings, at the following depths and elevations:

Water Water Test Encountered Encountered Boring. During After No. Sampling At: Drilling (0-Hr.) At:

B-l 36.3' (EL. 687.7) 39.5' (EL. 684.5) B-2* 25.4' (EL. 696.6) 29.5' (EL. 692.5)

* Piezometer reading on 04/19/10 (13 days after installation): 27.8' (EL. 694.2).

2-6 GEOLOGY AND MINING CONDITIONS

Based on our review of local geologic and mine mapping, the local bedrock underlying the site belongs to the Casselman Formation of the lower Pennsylvanian-aged Conemaugh Group. The site lies geologically below the Pittsburgh Coal Seam; however, the economically valuable Upper Freeport Coal Seam underlies the site at approximate elevations ranging from EL. 660(±) to EL. 680(±). Based on corresponding ground elevations ranging from approximately EL. 718(±) to EL. 724(±), between 38 and 64 feet of overburden exist between the Upper Freeport Coal Seam and the ground surface at the . proposed pump station site.

Our review of the attached Map of Undermined Areas of Allegheny County, obtained online from the Pennsylvania Department of Environmental Protection (PaDEP), Mine Subsidence Section, dated February, 2004, indicates that the site is not undermined.

In addition, our review ofthe often-referenced Mining and Physiographic Study. Allegheny County, by A. C. Ackenheil & Associates, Inc., 1968, indicates that the entire site lies within an area designated as "areas where the coal seam is not present or where future mining is not likely".

5 3.0 CONCLUSIONS

The following conclusions are presented based on the data obtained and analysis.

3.1 EXISTING FILL

1. Existing fill was encountered immediately below the ground surface in each of the two (2) test borings, with thickness ranging from approximately 9.5 feet to 13.0 feet.

2. The existing granular fill encountered has a loose to dense (typically medium dense) relative density.

3. The fill encountered is not suitable to directly support the proposed structures due to the potential for excessive settlement. Ovcrexcavation of the existing fill to a minimum depth of 36" and replacement of the overexcavated material with compacted structural fill will be required to limit settlements and to provide a uniform bearing surface.

4. The existing fill encountered in the test borings will generally be suitable for re­ use as structural fill if free of organics or other deleterious materials, however, tlie in-situ moisture content of some of these materials was at least 2% above the optimum moisture content as determined in the laboratory. Consequently, air- drying may be required to achieve the required compaction if these materials are to be used as structural fill.

5. The Soil Classification for the existing fill is Type C, in accordance with CFR 29, Part 1926, Subpart P, (OSHA), 1926.650 through 1926.652 and Appendices A through F (OSHA Construction Standard for Excavations).

3.2 ALLUVIAL SOIL

1. Alluvial soil was encountered immediately underlying the fill in each of the test borings. The alluvial soils were not completely penetrated in either test boring.

2. The alluvial soil encountered in the test borings has a very soft to very stiff (typically stiff) consistency where fine-grained (plastic and cohesive), and a very loose to dense (typically medium dense) relative density where granular (non- cohesive).

3. The alluvial soil encountered in the test borings at the proposed foundation elevations is not suitable to directly support the proposed structures due to the potential for excessive settlement. Overexcavation of the alluvial soil to a minimum depth of 36" and replacement of the overexcavated material with

6 compacted structural fill will be required to limit settlements and to provide a uniform bearing surface.

4. The alluvial soils encountered will generally be suitable for re-use as structural fill, however, the average in-situ moisture content of these materials was at least 2% above the anticipated optimum moisture content. Consequently, air-drying may be required to achieve the required compaction if these materials are to be used as structural fill. Additionally, these materials will be difficult to place and compact in wet weather, limiting their suitability to dry weather construction (summer construction).

5. The Soil Classification for the alluvial soils encountered in the test borings is Type C, in accordance with CFR 29, Part 1926, Subpart P, (OSHA), 1926.650 through 1926.652 and Appendices A through F (OSHA Construction Standard for Excavations).

3.3 BEDROCK

1. The top-of-rock was not encountered in the test borings to the termination depths of 49.5 feet and 51.5 feet.

34 GROUNDWATER

1. Groundwater was encountered in both test borings, at the following depths and elevations:

Water Water Test Encountered Encountered Boring. During After No. Sampling At: Drilling (0-Hr.) At:

B-l 36.3'(EL. 687.7) 39.5'(EL. 684.5) B-2* 25.4' (EL. 696.6) 29.5' (EL. 692.5)

* Piezometer reading on 04/19/10 (13 days after installation): 27.8' (EL. 694.2).

The groundwater levels at Test Boring B-l can be expected to closely match those of the adjacent Ohio River (Normal Pool Elevation 692), however, an apparent hydraulic gradient exists at the site, and higher water levels can be expected in the area of B-2, which is farther (horizontally) from the Ohio River than B-l.

2. Groundwater runoff into excavations is considered likely at this site, especially during and after periods of precipitation. When encountered, groundwater runoff should be drained away from the excavations by pumping from sumps at the bottom of the excavations in accordance with PaDEP Best Management Practices (BMP's).

7 3. Significant groundwater seepage into the proposed foundation excavation for the Wet Well (and potentially for the Pump Room) should be anticipated. This will likely require an extensive dewatering system potentially including well points in conjunction with a sheet pile shoring system.

3.5 RISK OF MINE SUBSIDENCE

The site lies geologically below the Pittsburgh Coal Seam, however, the economically valuable Upper Freeport Coal Seam underlies the site at approximate elevations ranging from EL. 660(±) to EL. 680(±). Based on corresponding ground elevations ranging from approximately EL. 718(±) to EL. 724(±), between 38 and 64 feet of overburden exist between the Upper Freeport Coal Seam and the ground surface at the proposed pump station site.

Our review of the attached Map of Undermined Areas of Allegheny County\ obtained online fromth e Pennsylvania Department of Environmental Protection (PaDEP), Mine Subsidence Section, dated February, 2004, indicates that the site is not undermined.

In addition, our review of the often-referenced Mining and Physiographic Study. Allegheny County, by A. C. Ackenheil & Associates, Inc., 1968, indicates that the entire site lies within an area designated as "areas where the coal seam is not present or where future mining is not likely".

Based on the above (and other factors), there is an estimated Slight risk of damage (based on a range of No Risk, Very Slight Slight, Moderate, High and Great Risk) to the proposed pump station from ground subsidence above the Upper Freeport Coal Seam. The level of risk will vary due to a number of factors, including the depth and condition of bridging rock between mine voids and the extent ofthe mine voids. Since the borings encountered alluvial soil to the approximate termination elevation (EL.) of 672.5, the possibility also exists that the Upper Freeport Coal Seam has been completely removed by stream erosion and replaced with alluvium at the site.

8 4,0 RECOMMENDATIONS

The following recommendations are presented based on our analysis of the data obtained.

4-1 PERMANENT FILL SLOPES AND EMBANKMENTS

Design permanent fill slopes for a maximum inclination of 2h:l v.

Specify that all fill placed in embankments be placed in horizontal lifts not to exceed twelve (12) inches in loose thickness with a moisture content which is within 3 percent of the optimum moisture content. Specify that all fill placed in embankments be compacted to at least 95% of maximum dry density in accordance with ASTM D-1557.

The fill and alluvial soils are suitable for re-use as structural fill in embankments. The in- situ moisture contents of these materials, however, maybe above the optimum moisture content in some areas. Consequently, air drying and/or mixing wetter material with drier material, may be required to achieve the required compaction if these materials are used as structural fill. Additionally, the existing soil will be difficult to place and compact in wet weather, limiting their suitability as structural fill to dry weather construction (summer construction).

4 2 SPREAD FOOTING FOUNDATIONS

The proposed Control Building, Pump Room, and Wet Well can be supported on conventional spread footing foundations placed on a minimum of 36 inches of compacted structural fill over the existing fill and/or alluvial soil. Overexcavate the existing fill and/or alluvial soil to a minimum depth of three (3) feet below the proposed bottom of foundation elevation (BFE). Remove any soft cohesive material encountered at the base of the overexcavations. Replace the overexcavated materials with structural fill. Place and compact structural fill in accordance with the recommendations described below and in Section 4.6 of this report.

Design conventional spread footing foundations constructed in accordance with our recommendations for a maximum soil bearing pressure of2,000 psf (1.0 tsf, or 2.0 ksf), and a coefficient of friction of 0.45. Design continuous (strip, or perimeter) footings with a minimum width of 18 inches. Place the bottom of spread footing foundations a minimum of 42 inches below the lowest adjacent ground surface for frost protection. The anticipated BFE for the Control Room is EL. 720.8, for the Pump Room is EL. 704.5 and for the Wet Well is EL. 687.0.

The Seismic Site Class is "E - Soft Soil Profile", based on International Building Code (IBC), Section 1613.5.2 criteria.

Overexcavation should extend a distance beyond the edges of the proposed foundation equal to the depth of the overexcavation.

9 Prior to stmctural fill placement, compact the top twelve inches of surfaces to receive fill to a minimum dry density of 95 percent of the maximum dry density as determined in accordance with ASTM D-1557 (Modified Proctor). Remove any material that exhibits excessive movement, pumping, or heaving. If groundwater seepage is encountered, stabilize the base ofthe overexcavation with a layer of 4-inch nominal diameter crushed aggregate (slag or limestone) and choke with #57 crushed aggregate.

Based on the above design criteria, total post-construction settlements of spread footings are estimated to be one (1) inch and differential settlements to be less than one-half (Vi) inch under the allowable bearing pressure.

LATERAL LOAD DESIGN PARAMETERS AND WALL BACKFILL

Walls with differential backfill heights (foundation walls, retaining walls, pits and tunnels) should be designed to resist the lateral earth pressures imposed by the soils retained by these structures. The following lateral load design parameters are recommended for the Control Room and Pump Room backfilled with a minimum of 24 inches of free draining structural fill (AASHTO #57 coarse aggregate) and a maximum differential backfill height of 18 feet:

Parameter Design Value

2 Active Equivalent Fluid Pressure' (KA) 40 pcf At-Rest Equivalent Fluid Pressure (K„) 60 pcf

Passive Earth Pressure (Kp)' 350 pcf Coefficient of Friction 0.45 Soil Unit Weight (AASHTO #57) 120 pcf

Notes: 1) For restrained walls which cannot deflect at least 0.002 times the wall height, use the At-Rest Earth Pressure. 2) Pcf is pounds per cubic foot.

The Wet Well (Finish Floor EL. 689.5) will extend below the Normal Pool Elevation of the Ohio River (EL. 692) and the stabilized groundwater elevation measured in the piezometer installed in B-2 (EL, 694.2). Consequently, the wet well foundation walls should be designed to resist hydrostatic lateral loads imposed by the groundwater in addition to the lateral loads imposed by the retained soil. Since the groundwater elevation at the site will likely reflect the pool elevation of the adjacent Ohio River, the elevation of the groundwater for the design of the Wet Well foundation walls should be taken as the 100-year Flood Elevation of the Ohio River (or the design flood elevation for the project) plus approximately two (2) feet to account for the hydraulic gradient at the site.

The values given above are to be used for design of permanent structures only. An appropriate safety factor should be applied when designing the structures. Use a safety factor of at least 1.5 for overturning and sliding.

10 Traffic or other surcharge loads should be added to the above lateral pressures. Heavy construction equipment should not be operated behind walls within the distance equal to the height of the wall, unless the walls are designed for the additional lateral pressures resulting fromth e equipment. Place and compact backfill with hand-operated equipment.

4-4 CONCRETE FLOOR SLABS

Place concrete floor slabs on new fill, existing fill or alluvial soil, provided the subgrade can be compacted to 95 percent of the maximum density per ASTM D-1557 (Modified Proctor) and the slab subgrade soils are in a stable, non-yielding condition at the time of concrete placement.

Overexcavate and replace materials which cannot be compacted or which yield excessively under proof-rolling with structural fill in accordance with Section 4.6 of this report.

Place a minimum of four (4) inches of free-drainingstructura l fill (such as AASHTO #57 coarse aggregate) under proposed floor slabs. In areas where moisture is undesirable, place a vapor barrier, such as a 6-mil plastic membrane, beneath the slab.

Design the concrete floor slabs using a modulus of subgrade reaction (k) of 125 pci.

4-5 DRAINAGE CONSIDERATIONS

Groundwater seepage may be encountered in proposed foundation or utility excavations especially during periods of precipitation. If encountered, groundwater seepage should be drained away from the excavations by pumping from sumps at the bottom of the excavation.

As previously discussed, significant groundwater seepage into the proposed foundation excavation for the Wet Well (and potentially for the Pump Room) should be anticipated as the excavation will extend below the Normal Pool Elevation of the adjacent Ohio River. This will likely require an extensive dewatering system potentially including well points in conjunction with a sheet pile shoring system.

Place footing drains at the base of the Control Room and Pump Room foundations. Surround the footing drains with at least six (6) inches of one-inch-minus washed rock wrapped in non-woven geotextile filter fabric (Mirafi MON, Supac 4NP, or similar material). At the highest point, place the perforated pipe invert at least as low as the top of the foundation and slope it for positive drainage. Outlet the drains into a drainage channel or dry well a minimum of 50 feet froman y structure and below the toe of any permanent fill slope.

At all times, the site should be graded so that surface water is directed away fromarea s of structures and the tops of slopes. Water should not be allowed to stand in any area where foundations, slabs, or pavements are to be constructed. Final site grading in areas

11 adjacent to buildings should be sloped at least two percent (2%) away from the building, unless the area is paved to direct surface water away from the building.

4 6 STRUCTURAL FILL PLACEMENT AND COMPACTION

Structural fill is defined as any fill placed in embankments, under the proposed building foundations, tank foundations, floor slabs, and pavements. All structural fill should be placed in horizontal lifts with a moisture content which is within 3 percent of the optimum moisture content. The optimum moisture content is that which results in the greatest compacted dry density. Mixing, wetting or air drying of the on-site materials may be required to achieve the required moisture content range.

The allowable lift thickness of the fill will depend on the material type, compaction equipment, and the number of passes made to compact the lift. In no case should the lifts exceed 12 inches in loose thickness.

All structural fill should be compacted to at least 95% of maximum dry density in accordance with ASTM D-1557. The existing fill and alluvial soil will generally be suitable for re-use as structural fill. However, removal of deleterious material contained in these materials, including coal, carbonaceous shale, organics, trash and rubble, maybe required. In no case should carbonaceous materials be placed under buildings, tanks or other structure foundations.

Imported material for use as structural fill should have a gradation similar to PennDOT 2A structural fill or AASHTO #1 coarse aggregate (to stabilize the base of excavations encountering soft or wet materials), or should consist of suitable off-site bonw material, free of objectionable material, with a maximum particle size of 6 inches and USCS classifications of GW, GP, GM, GC, SM, SC, SP, or SW. Material for use as wall backfill should consist of AASHTO #57 coarse aggregate. Material for use in drainage swales should consist of PennDOT R-4 riprap.

4.7 TEMPORARY EXCAVATIONS AND SHORING

Temporary excavations, as well as shoring and bracing for temporary excavations, shall be designed by the Contractor, in accordance with CFR 29, Part 1926, Subpart P, (OSHA) 1926.650 through 1926.652 and Appendices A through F (OSHA Construction Standard for Excavations). The Soil Classification for the existing fill and for the alluvial soils is Type C.

4.8 PROJECT REPRESENTATIVE DURING CONSTRUCTION

We recommend that Ackenheil Engineers, Inc., be retained to review the final construction plans and specifications for conformance to our recommendations. In

12 addition, we recommend that an Ackenheil representative be on-site during construction to observe and test the following in accordance with IBC/2006:

1. The base of all foundation excavations and overexcavations

2. Floor slab compaction and proof-rolling operations

3. Compaction of all embankment soils and structural fills

Ackenheil can also provide concrete, mortar, masonry and asphalt testing services upon request.

13 ATTACHMENTS Site Vicinity Map (OAKDALE) 5gg SCALE 1:24000 0 1 MILE

1000 2000 3000 4000 ' 5000 6000 7000 FEET

1 KILOMETER

CONTOUR INTERVAL 20 FEET NATIONAL GEODETIC VERTICAL DATUM OF 1929

DATE: 05/04/10 PROPOSED RAILROAD AVENUE PUMP STATION SCALE: 1"=2000' BOROUGH OF OSBORNE, ALLEGHENY COUNTY, PENNSYLVANIA PREP. BY: LRL KLH ENGINEERS, INC. DWG. NO.: N/A ACKENHEIL ENGINEERS, INC. PRJ. NO.: 10110 1000 Banksville Road, Pittsburgh, PA 15216 Map of Undermined Areas of Allegheny County

Pa Deparlment of Environmental Protection (PaDEP) Mine Subsidence Section, February, 2004 Undermined Areas of Allegheny County Approximate Test Boring Location Plan DATE: 05/04/10 PROPOSED RAILROAD AVENUE PUMP STATION APPROXIMATE SCALE: N.T.S. BOROUGH OF OSBORNE, ALLEGHENY COUNTY, PENNSYLVANIA TEST PREP. BY: LRL KLH ENGINEERS, INC. BORING CHK'D BY: BRH ACKENHEIL ENGINEERS, INC. LOCATION PRJ. NO.: 10110 1000 Banksville Road, Pittsburgh, PA 15216 PLAN Typed Engineers Field Boring Logs ENGINEERS FIELD BORING LOG BORING NO. B-l SHEET 1 OF 3 PROJECT NAME RAILROAD AVENUE PUMP STATION i DATE: START 4/6/10 LOCATION RAILROAD AVENUE, BOROUGH OF OSBORNE, PA END 4/6/10 STATION NA OFFSET NA BASELINE O.G. ELEV. 724 +/- COORDINATES: NORTH: NA EAST: NA INSPECTOR (SIGNED) JJLAPE DRILLERS NAME/COMPANY NORM HORMEL / PA DRILL. EQUPMENT USED CME 45 TRACK RIG DRILLING METHODS 5 FOOT CENTER TO CENTER SPT'S, HOLLOW STEM AUGERS CASING: SIZE: NA DEPTH: NA WATER: DEPTH: 39.5' TIME: ^5 m DATE: wio HRS.: CHECKED BY: ZJj^P DATE: oS/oW/o DEPTH: TIME: DATE: ' HRS. A.E. PROJ. NUMBER: 10110 NOT ENCOUNTERED • INCLINATION(DEG.):

O & SOIL: USCSNAME; (USCS/AASHTOsymbol) color, moist; consistency/density; plasticity; fabric; H sand size; gravel angularity; ste antitype; odor a, u O REMARKS £ < O DESCRIPTION i4 > o ROCK: TYPE; color; hardness; weathering; bedding 0Q O and RD; fracturing and RD o p Elev. TOP SOIL AND ORGANICS ^4 TUT S-l 0.6 40% NA CLAYEY SAND AND GRAVEL, (GP, (FILL) A-l-a), brown, gray, dark, brown, and black, moist, medium dense, NP, heterogeneous, sand is fine to coarse, gravel is angular sandstone and some A-N cinder fragments.

5.0

S-2 11 0.8 53% NA 6.5

A-N

9

10i 10.0 S-3 0.8 53% NA 11 11.5 12

13.0 711.0 13 A-N SILTY CLAY WITH SOME SAND (CL, 14 A-6), mottled brown and gray, moist, (ALLUVIUM) medium stiff, near PL to +PL, sand is 15 15.0 very fine.

16 S-4 0.0 0% * No recovery to test. 16.5 17

18 A-N

19

20 20.0 MATCH TO SHEET 2

BORING B-l PAGE 1 OF 3 ENGINEERS FIELD BORING LOG BORING NO. B-l SHEET 2 OF 3 PROJECT NAME RAILROAD AVENUE PUMP STATION DATE: START 4/6/10 LOCATION RAILROAD AVENUE, BOROUGH OF OSBORNE, PA END 4/6/10 STATION NA OFFSET NA BASELINE O.G. ELEV. 724 +/- COORDINATES: NORTH: NA EAST: NA INSPECTOR (SIGNED) J. LAPE DRILLERS NAME/COMPANY NORM HORMEL / PA DRILL. EQUIPMENT USED CME 45 TRACK RIG DRILLING METHODS 5 FOOT CENTER TO CENTER SPT'S. HOLLOW STEM AUGERS. CASING: SIZE: NA DEPTH: __NA__WATER- DEPTH: 39.5' TIME: m PM DATE: 4/6/10 HRS.: 0 CHECKED BY: ^^ DATE: as/oy/>e> DEPTH: TIME: DATE: HRS.: A.E. PROJ. NUMBER: 10110 NOf ENCOUNTERED • INCLINATION(DEG.):

oi SOU: USCS NAME; (VSCS/AASHTOsymbol) oS color, moist; consistency/density; plasticity; fabric; 2 fc, f- sand ste; gravel angularity; si-e and type; odor o, w E-< ^ § REMARKS W < U DESCRIPTION u > ROCK: TYPE; color; hardness; weathering; bedding 0 o & and RD; fiachn ing and RD O O ft. H Elev. 20 (CONTINUED FROM SHEET 1) S-5 1.2 80% 2.0 (ALLUVIUM) 21K 21.5

22|- H

23 A-N 24.0 700.0 24

25.0 SANDY CLAY (CL, A-6), mottled (ALLUVIUM) 25 brown, orange-brown, and gray, moist to S-6 1.5 100% 0.75 wet, very soft to soft, +PL, homogeneous, 26 26.5 sand is fine. 27

28 A-N

29

30.0 30 WH S-7 WH 1.5 100% 0.25 WH = Weight of Hammer 31 31.5 WH

32

33 A-N

34

35.0 35 WH WH 1.5 100% 0.5 36 S-8 Hit water at 36.3'. 36.5

37

38| A-N

39

40.0 40! MATCH TO SHEET 3

BORING B-l PAGE 2 OF 3 ENGINEERS FIELD BORING LOG BORING NO. B-l SHEET 3 OF 3 PROJECT NAME RAILROAD AVENUE PUMP STATION DATE: START 4/6/10 LOCATION RAILROAD AVENUE, BOROUGH OF OSBORNE, PA END 4/6/10 STATION NA OFFSET NA BASELINE O.G. ELEV. 724 +/- COORDINATES: NORTH: NA EAST: NA INSPECTOR (SIGNED) J.LAPE DRILLERS NAME/COMPANY NORM HORMEL / PA DRILL. EQUIPMENT USED CME 45 TRACK RIG DRILLING METHODS 5 FOOT CENTER TO CENTER SPT'S, HOLLOW STEM AUGERS.

CASING: SIZE: NA DEPTH: NA WATER: DEPTH: 39.5' TIME: 4:ISPMDATE; Wm HRS.: 0 CHECKED BY: DATE: osJ&//a DEPTH: TIME: DATE: HRS.: A.E. PROJ. NUMBER: 10110 'ENCOUNTERED • INCLINATION(DEG.):

O LU i'O/i.' USCSNAME; (VSCS/AASHTOsymbol) —: w color, moist: consistency/density; plasticity; fabric; U"> „J UJ — sand size; gravel angularity; size and type; odor P- W REMARKS H 5 DESCRIPTION -5 5 Ui < ROCK: TYPE; color; hardness; weathering; bedding w > and RD; fracturing and RD CO O Elev. 40 op (CONTINUED FROM SHEET 2) (ALLUVIUM) 100%| 41 S-9 1.5 0.5 41.1 682.9 J 41.5 SAND AND GRAVEL (GP, A-l-a), gray 42 and light gray, wet to moist, medium (ALLUVIUM) dense, NP, homogeneous, sand is fine to 43 coarse, gravel is sub-rounded sandstone A-N fragments. 680.0 44 44.0 GRAVELLY SAND, (GW, A-l-a), gray 45 45.0 to dark gray, moist to wet, medium dense (ALLUVIUM) to dense, NP, homogeneous, sand is fine S-I0 1.1 73% 46 NA to medium, gravel is sub-rounded and 46.5 medium. 47

48 A-N

49

50 50.0

1.2 80% NA 51 S-ll 11 51.5 20 51.5 672.5 52 End of Boring at 51.5'.

53

S4|

55

56

57

58

59

60

BORING B-l PAGE 3 OF 3 ENGINEERS FIELD BORING LOG BORING NO. B-2 SHEET 1 OF 3 PROJECT NAME RAILROAD AVENUE PUMP STATION DATE: START 4/6/10 LOCATION RAILROAD AVENUE, BOROUGH OF OSBORNE, PA END 4/6/10 STATION _ NA OFFSET NA BASELINE O.G. ELEV. 722 +/- COORDINATES: NORTH: NA EAST: NA INSPECTOR (SIGNED) J. LAPE DRILLERS NAME/COMPANY NORM HORMEL / PA DRILL. EQUIPMENT USED CME 45 TRACK RIG DRILLING METHODS 3 FOOT CENTER TO CENTER SPT'S. HOLLOW STEM AUGERS. CASING: SIZE: NA DEPTH: NA WATER: DEPTH: 29.5 TIME: UOOPM DATE: mno HRS.: o

CHECKED BY: DATE:

S-2 0.2 13% 3.7% 4 NA 4.5 10 5 A-N

6 6.0 SM S-3 1.0 67% NA 17.7% S-3 contains organics and 7 A-2-4 7.5 more clay. 8 A-N

9 9.0 9.5 712.5 S-4 9.3% 10| 1.4 93% NA GRAVELLY SAND (GW, A-l-a), brown, 10.5 moist to wet, very loose, NP, homogeneous,) (ALLUVIUM) 11 gravel is sub-rounded sandstone fragments, A-N

12 12.0 S-5 13.0% 13 0.3 20% NA 13.5 14 A-N 14.5 707.5 15 15.0 SILTY CLAY (CL, A-6), mottled brown (ALLUVRJM) CL and gray, medium stiff to stiff, near PL to S-6 1.3 87% 2.5 23.9% +PL, moist to wet. 16 A-7-6 16.5 17 S-6 contains organics. A-N 18 18.0

19 S-7 1.1 73% 0.5 23.5% 19.5 20| A-N MATCH TO SHEET 2

BORING B-2 PAGE 1 OF 3 ENGINEERS FIELD BORING LOG BORING NO. B-2 SHEET 2 OF 3 PROJECT NAME RAILROAD AVENUE PUMP STATION DATE: START 4/6/10 LOCATION RAILROAD AVENUE, BOROUGH OF OSBORNE, PA END 4/6/10 STATION NA OFFSET NA BASELINE O.G. ELEV. 722 +/- COORDINATES: NORTH: NA EAST: NA INSPECTOR (SIGNED) J. LAPE DRILLERS NAME/COMPANY NORM HORMEL / PA DRILL. EQUIPMENT USED CME 45 TRACK RIG DRILLING METHODS 3 FOOT CENTER TO CENTER SPT'S, HOLLOW STEM AUGERS. CASING: SIZE: NA DEPTH: NA WATER; DEPTH: 29.5 TIME: MOJM DATE: 4/6/10 HRS.: 0 CHECKED BY: "^j^U DATE: os/oVS/P DEPTH: TIME: DATE: HRS. A.E. PROJ. NUMBER: 10110 ^ NOT; ENCOUNTERED • INCLINATION(DEG.):

o C 50ffi: USCS NAME: (USCSMASHTO symbol) Eg Z color, moist; consistency/density; plasticity; fabric; gs "5 -J CO sand ste; gravel angularity; size and type; odor § REMARKS £ o £ U) (J DESCRIPTION

1 ROCK: TYPE: color: hardness; weathering; bedding c-o O§ H 5 < t UJ <: andRD-.ft-acturingandRD CO ±a > Elev. 20 U oi O O (CONTINUED FROM SHEET 1) 20.5 A-N a. H 701.5 21 21.5 SANDY CLAY (CL, A-6), brawn, moist to wet, medium stiff, +PL to near PL, (ALLUVIUM) 25.2% 22 S-8 1.4 93% 0.5 homogeneous, sand is very fine. 22.5 23 A-N 23.5 698.5 24 24.0 SILTY CLAY, TRACE SAND (CL, A-6), (ALLUVIUM) moist to wet, stiff, near PL to +PL, S-9 1.1 73% 1.0 24.1%! homogeneous, sand is fine. ^ ^ Jlit water at25.4'. 25

29 A-N 30.0 30 WH S-ll 100%> 0.25 29.5% 31 1.5 31.5

32| A-N 33.0 33 33.6 688.4 S-12 1.5 100% NA 25.3% 34 CLAYEY SAND (SC, A-2-6), gray and 34.5 brown, moist to wet, very loose, NP, (ALLUVIUM) homogeneous, sand is medium to fine. 35 A-N 36.0 36 S-13 1.5 100% NA 37 37.5 38 A-N 38.5 683.5 39.0 39| SANDY GRAVEL (GW, A-l-a)., (ALLUVIUM) 19 S-14 19 1.1 73% NA 26 40 MATCH TO SHEET 3

BORING B-2 PAGE 2 OF 3 ENGINEERS FIELD BORING LOG BORING NO. B-2 SHEET 3 OF 3 PROJECT NAME RAILROAD AVENUE PUMP STATION DATE: START 4/6/10 LOCATION RAILROAD AVENUE, BOROUGH OF OSBORNE, PA END 4/6/10 STATION NA OFFSET NA BASELINE O.G. ELEV. 722 +/- COORDINATES: NORTH: NA EAST: NA INSPECTOR (SIGNED) J. LAPE DRILLERS NAME/COMPANY NORM HORMEL / PA DRILL. EQUIPMENT USED CME 45 TRACK RIG DRILLTNG METHODS 3 FOOT CENTER TO CENTER SPT'S, HOLLOW STEM AUGERS.

CASING: SIZE: NA DEPTH: NA WATER: DEPTH: 29.5 TIME: ,:0OPM DATE: 4/6/10 HRS.: 0 CHECKED BY: ^jgj, DATE: os. DEPTH: TIME: DATE: HRS.: A.E. PROJ. NUMBER: 10110 NOT ENCOUNTEREEN D • INCLINATION(DEG.):

O G SOIL: USCSNAME: (VSCS/AASHTO symbol) color, moist; consistency/density; plasticity; fabric; H sand si:e; gravel angularity; size and type; odor CL, W 7U REMARKS & < OJ < o DESCRIPTION M > u O oi o ROCK: TYPE; color; hardness; weathering; bedding O O H CL, H and RD; fracturing and RD as o Elev. 40 40.5 S-14 1.1 73% NA (CONTINUED FROM SHEET 2) (ALLUVIUM) 41 A-N SANDY GRAVEL (GW, A-l-a), gray and brown, moist to wet, medium dense to 42 42.0 dense, NP, heterogeneous, sand is coarse 12 to fine, gravel is sub-rounded . 43 S-15 13 1.0 67% NA 43.5 23 44 A-N

45 45.0 12 S-16 46 16 1.2 80% NA 46.0 676.0 46.5 SAND (SW, A-t-b), gray, wet, medium (ALLUVIUM) 47 dense, NP, homogeneous, sand is fine to A-N coarse. 48 48.0

49 S-17 1.1 73% NA 49.5 49.5 672.5 50 End ofBoringat49.5'.

51 Bag Sample Taken From 6.0' -10.5'. MDD= 122.9 pcf 52 Optimum moisture = 13.7%

53 Augered to 50 ft and set piezometer. Backfilled with sand, bentonite, and 54 then grouted boring. Subsequent Piezometer Reading: 55 27.8 ft at 2:30 pm on Monday, 4/19/10. 56

57

58

59

60

BORING B-2 PAGE 3 OF 3 Test Boring Log Legend TEST BORING LEGEND

SOIL DESCRIPTIONS ROCK DESCRIPTIONS

GRAIN SIZE IDENTIFICATION HARDNESS NAME SIZE LIMITS VERY SOFT-Easily gouged by knife, easily scratched by fingernail, easily broken by hand. Boulder 12" + Cobbles 3"-to 12" SOFT-Gouged by knife, scratched by fingernail, difficult to break by hand, Powders with Coarse Gravel 3/4"to 3" hammer. Fine Gravel 4.76 mm to 3/4" Coarse Sand 2 mm to 4.76 mm MEDIUM HARD-Easily scratched by knife, difficult to break by hand, easily broken with Medium Sand #40 to 2 mm hammer. Fine Sand #200 to #40 Silt 0.002 mm to #200 HARD-Difficult to scratch, breaks with hammer. Clay less than 0.002 mm VERY HARD-Difficult to break, rings when struck. RELATIVE DENSITY NONCQHESIVE SOILS WEATHERING (add bottom two for blows per foot) DECOMPOSED-Bedding and fractures indistinct, no cementation. TERM SPT Very Loose Below 4 HIGHLY WEATHERED-Relict rock fragments, little to moderate cementation. Vugs, Loose 4 to 10 openings in bedding and fractures, (may be filled). Medium Dense 10 to 30 Dense 30 to 50 Very Dense over SO WEATHERED-Good cementation. Bedding and fractures pronounced, uniformly stained.

SLIGHTLY WEATHERED-Fractures pronounced, non-uniform staining, bedding distinct. (add bottomCOHESIV two foEr SOILblowSs per foot) TERM SPT FRESH-Fractures may be present, non-uniform staining, bedding may or may not be Very Soft Below 2 indistinct. Soft 2 to 4 BEDDMG"ATffl5TR7kCTDKE5 : Medium Stiff 4 to 8 Stiff 8 to 1S SPACING BEDDING FRACTURES Very Stiff 15 to 30 Hard over 30 Indistinct Broken/Blocky Less Than 1/2" Laminated Fissile MOISTURE DESCRIPTIVE TERMS 1/2"to 1" Very Thin Very Close Relative Quantity 1" to 4" Thin Close Dry 4" to 1' Moderate Moderate Trace 0tol0% 1'to3' Thick Wide Moist Little 10 to 20% 3'to 10* . Massive Very Wide Some 20 to 35% Wet And 35 to S0%

CONTACTS. WELL CONSTRUCTION example DEFINITE Cement/Be nt Dnlte INDEFINITE (#D 1 1 GRADATIONAL Bentonlte Solid Casing 2 7 (#2) Z (#7) SAMPLE TYPE ABBREVIATIONS Sand Cement {US) S s #(0) S=Split Spoon HS=HoIlow Stem T=Shelby Tube NP=Non-Plastic Gravel Soil R=Alr Rotary PL-Plastic Limit (#6) S 6 (#3) D=Denlson LL=Liquid Limit A=Auger SPT=Standard Penetration Test Slotted Screen Rubber Packer W=Wash (Roller Bit) RQP=Rock Quality Designation (#8) 8 (#4) C=Core P=Piston Endcap/PIug N=No Sample Taken (#9) 9 6 Laboratory Test Reports MOISTURE-DENSITY TEST REPORT 125 i _.

-

i i 123 Y 1

121 u— O Q. & ctn CD "O £< Q i 119 -

117

- 115 3 8 13 18 23 28 33 Water content, %

Test specification: ASTM D 1557-91 Procedure C Modified

Elev/ Classification Nat %> %< Sp.G. LL PI Depth uses AASHTO Moist. 3/4 in. No.200

6.0'-10.5' SM A-2-4(0) 17.7% 2.65 NP NP 12.3 29.6

TEST RESULTS MATERIAL DESCRIPTION USCS Group Name: Silty Sand With Gravel Maximum dry density = 122.9 pcf

Optimum moisture = 13.7 %

Project No. 10110 Client: KLH Engineers, Inc. Remarks: Project; Railroad Avenue Pump Station

• Location: B-2 ACKENHEIL ENGINEERS, INC.

Pittsburgh, PA Figure Particle Size Distribution Report

o o o o o § 8

- CM

100 10 1 0.1 0.01 0.001

GRAIN SIZE - mm. % Gravel %Sand % Fines % +3" Coarse Fine Coarse Medium Fine Silt Clay 0.0 0.0 23.5 10.1 14.4 22.4 17.2 12.4

SIEVE PERCENT SPEC* PASS? Soil Description SIZE FINER PERCENT (X=NO) USCS Group Name: Silty Sand With Gravel .75 100.0 .5 96.2 .375 88.8 #4 76.5 Atterberq Limits #10 66.4 PL=" MP LL= NP P!= NP #20 60.7 Coefficients #40 52.0 D85= 8.0792 D60= 0.7944 D50= 0.3692 #100 37.5 DQO= 0.0786 D?5= 0.0078 D10= 0.0023

#200 29.6 Cy= 352.20 CG= 3.45 0.0345 mm. 25.9 0.0220 mm. 23.8 Classification 0.0129 mm. 19.4 USCS= SM AASHTO A-2-4(0) 0.0093 mm. 16.5 Remarks 0.0066 mm. 13.7 Natural Water Content: 17.7% 0.0033 mm. 11.5 0.0014 mm. 7.2

(no specification provided)

Sample No.: S-3 Source of Sample: Split Spoon Sample Date: 4-18-10 Location: B-2 Elev./Depth: 6.0'- 7.5' ACKENHEIL ENGINEERS, INC. Client: KLH Engineers, Inc. Project: Railroad Avenue Pump Station

Pittsburgh, PA Project No: lOUO Figure

Tested By: JCF Checked By: BRH Particle Size Distribution Report

0.001 GRAIN SIZE - mm. % Gravel % +3" % Sand % Fines Coarse Fine Coarse Medium Fine Silt Clay 0.0 0.0 0.0 0.0 0.4 2.9 38.7 58.0

SIEVE PERCENT SPEC* PASS? Soil Description SIZE FINER PERCENT (X=NO) TJSCS Group Name: Lean Clay #4 100.0 #10 100.0 #20 -. 99.8 #40 99.6 Atterberg Limits #100 99.0 PL= 25*" LL= 46 Pl= 21 #200 96.7 Coefficients 0.0276 mm. 89.4 D85= 0.0201 D6rj= 0.0057 D5Q= 0.0032 0.0180 mm. 83.6 •30= 0.0108 mm. 75.8 515= 0.0079 mm. 66.1 0.0057 mm. 60.2 Classification 0.0029 mm. 48.6 USCS= CL AASHTO A-7-6(23) 0.0013 mm. 38.8 Remarks Natural Water Content: 23.9%

(no specification provided) Sample No.: S-6 Source of Sample: Split Spoon Sample Date: 4-18-10 Location: B-2 Elev./Depth: 15.0'-16.5' ACKENHEIL ENGINEERS, INC. Client: KLH Engineers, Inc. Project: Railroad Avenue Pump Station

Pittsburgh, PA Project No: 10110 Figure

Tested By: JCF Checked By: BRH ACKENHEIL ENGINEERS, INC. 1000 Banksville Road, Pittsburgh, Pennsylvania 15216 Ph 412-531-7111 Fax 412-531-4334 www.ackenheil.com

MOISTURE CONTENT RESULTS

Date: 4/18/2010 Client: KLH Engineers Project: Railroad Avenue Pump Station Matrix: Soil

Test Boring No. Sample No. Depth Moisture Content

B-2 S-1 0.0' -1.5' 11.3% B-2 S-2 3.0' -4.5 3.7% B-2 S-4 9.0'-10.5' 9.3% B-2 S-5 12.0'-13.5' 13.0% B-2 S-7 18.0'-19.5' 23.5% B-2 S-8 21.0'-22.5' 25.2% B-2 S-9 24.0* - 25.5' 24.1% B-2 S-10 27.0' - 28.5' 26.3% B-2 S-11 30.0'-31.5' 29.5% B-2 S-12 33.0' -34.5' 25.3% B-2 BS-1 6.0'-10.5' 12.0% Definitions and Limitations DEFINITIONS AND LIMITATIONS

DEFINITIONS

The following definitions are provided to aid in better understanding of the terms and contents of this report. These definitions may or may not be specifically applicable to this particular report. Please contact us if any questions exist concerning terms contained in this report.

Disturbed Samples: Soils were sampled using a standard 2-inch outside diameter (O.D.) 1.375-inch inside diameter (LD.) split-spoon sampler. The split-spoon sampler is also termed a split-barrel sampler.

Standard Penetration Test (SPT): The standard split-spoon sampler was driven using a 140-pound hammer falling 30 inches. The sampler was driven 18 inches into soil or until the sampler was refused on rock. The top-of-rock is defined as at least 50 blows per 0.4- foot penetration of soil. The number of blows to drive the sampler through each 6-inch interval of soil was recorded on the Engineers Field Boring Logs. The number of blows per foot (N) required to drive the sampler may be an indication of the relative density or consistency ofthe soil. The N value is usually calculated by omitting the blow count for the first one-half foot penetration of soil.

Shelby Tube: A Shelby tube is a 3 inch O.D. seamless, thin wall metal tube. Shelby tubes were pushed using hydraulically driven drilling tools. Tubes were pushed into the soil for the purpose of obtaining a relatively undisturbed sample.

Visual Soil Descriptions: The sample descriptions on the Engineers Field Boring Logs use the following terms:

PRINCIPAL CONSTITUENTS, other constituents, color, consistency or relative density, moisture content and other information.

The relative percentage of each constituent is indicated in the following manner:

and 35+ percent (co-principals) (y) or (ey) 20 to 34 percent (i.e.; silty or clayey) some 15 to 19 percent little 11 to 15 percent trace Oto 10 percent

Residual Soils and Decomposed Bedrock: Soils formed in place by the disintegration and decomposition of rocks and the consequent weathering of the mineral materials.

Colluvial Soils: Loose and incoherent soil deposits usually at the foot of slopes or cliffs and brought there chiefly by gravity. . Alluvial Soils: Soils which are transported and deposited by water.

Fill: Materials consisting of natural soils and/or waste materials which were deposited by man.

Loess: Wind-blown sediments.

Glacial Till: Soils which have been transported and deposited by glaciers.

Top-of-Rock: The top-of-rock is generally defined by us as at least 50 blows per 0.4-foot penetration of soil or as the point at which continuous core drilling was used to advance the test borings.

Base of Primary Weathering (BI W): This is the point below which it is visually estimated the rock becomes relatively unweathered and where clay seams and extensive staining due to groundwater activity are generally absent.

Visual Rock Descriptions: The sample descriptions on the Test Boring Logs use the following terms:

PRINCIPAL ROCK TYPE, accessory constituents, accessory rock types, color, hardness, weathering, bed thickness, bedding inclination, fracture spacing, fracture inclination, and other information.

The relative percentage of accessory rock types is indicated in the following manner: and 35+ percent (co-principals) some 20 to 35 percent little 10 to 20 percent trace 0 to 10 percent

Claystone: Clay size particles compacted by overburden pressure to form bedrock.

Sandstone: Cemented or otherwise compacted particles or fragments from eroded pre­ existing rocks composed predominantly of quartz grains, the grades of the latter being those of sand.

Shale: A laminated sedimentary rock in which the principal constituent particles are clay particles compacted by overburden pressure.

Limestone: A bedded sedimentary deposit consisting chiefly of calcium or magnesium carbonate. It is the consolidated equivalent of limey mud, calcareous sand, and shell fragments.

Siltstone: Cemented or otherwise compacted particles or fragments from eroded pre­ existing rocks composed predominantly of quartz grains, the grades of the latter being those of silt. Cemented Shale: Hardened shale, the mineral particles of which are bound by siliceous or calcareous cement.

Compaction Shale: A shale type which was formed by compaction rather than cementation.

Banded: The property of rocks having thin and nearly parallel bands of different textures, colors, or minerals.

Laminations: Bedding in thin layers which vary in grain size or composition.

Slickenside: The polished surface on interior joints or rock mass.

Streaks: Some mineral constituents so arranged as to give the rock a striped or streaked appearance.

Parting: Thin layers of shale occurring in a coal seam.

Inclusions: The fragments of one rock type enclosed in another rock type.

Broken: A descriptive term for recovered core samples which indicates the rock sample was fractured vertically and/or diagonally.

Calcareous: Descriptive term which indicates some reaction to hydrochloric acid.

Stained: Descriptive term which indicates discoloration on the surface of rock core samples.

Interbedded: Used to indicate an alternating sequence of seams of two rock types.

Bedding: The bedding of the rock is based on the spacing of bedding contacts for each distinct rock type layer as indicated in the following table.

Term Bed Thickness

Massive Bed 3-10 feet Thick Bed 1-3 feet Moderate Bed 4- 12 inches Thin Bed 1 - 4 inches Very Thui Bed 1/2 - 1 inches Laminated Bed less than 1/2 inch Indistinct Bed thickness not discernible due to weathering or cementation Fracturing: The fracturing of the rock is based on the core recovery as indicated in the following table.

Term Fracture Spacing

Very Wide Core pieces 3-10 feet Wide Core pieces 1-3 feet Moderate Core pieces 4-12 inches Close Core pieces 1 - 4 inches Very Close Core pieces 1/2 - 1 inch Fissile Core pieces less than 1/2 inch

Bedrock Samples: Bedrock was sampled continuously in some test borings using a diamond bit which provides a core of about 2 inches in diameter.

Rock Quality Designation (ROD): Based on measuring core recovery percentage which incorporates only pieces that are greater than four (4") inches in length, expressed as cumulative length, and as a percent ofthe total core run length. In this respect, pieces of core that are not at least medium hard and sound are not counted, even though they may be four (4") inches in length.

2.0 LIMITATIONS

The following are limitations that apply to this study.

Subsurface Variations: The conclusions and recommendations submitted in this report are based upon the data obtained at the test boring locations. This report does not reflect any variations which may occur between the test borings. The nature and extent of variations between the test borings may not become evident until excavation is performed. If, during construction, soil, rock, and groundwater conditions appeal- to be different from those described herein, this office should be advised at once so that re­ evaluation of the recommendations may be made.

Water Readings: The water level readings and time after drilling that the readings were taken are shown on the Field Test Boring Logs. The water levels measured after drilling may not be indicative of the true groundwater levels in the test borings because the water level may not have stabilized before backfilling.

Water Level Variations: Water level readings have been taken. However, it must be noted that fluctuations in the level of the groundwater may occur depending on the time of the year and the amount of precipitation. Design drawings and specifications should accommodate such possibilities and construction planning should be based upon assumed variations. Important Information

About Your Geotechnical Report iportant Information about Your Geotechnical Engineering Report

Subsurface problems are a principal cause of construction delays, cost overruns, claims, and disputes.

While you cannot eliminate all such risks, you can manage them. The following information is provided to help.

Geotechnical Services Are Performed for • elevation, configuration, location, orientation, or weight of the Specific Purposes, Persons, and Projects proposed structure, Geotechnical engineers structure their services to meet the specific needs' of • composition of the design team, or their clients. A geolechnical engineering study conducted for a civil engi­ • » project ownership. neer may not fulfill the needs of a construction contractor or even another civil engineer. Because each geotechnical engineering study Is unique, each As a general rule, always inform your geotechnical engineer of project geotechnical engineering report is unique, prepared solely for the client. No changes—even minor ones—and request an assessment of their impact. one except you should rely on your geotechnical engineering report without Geolechnical engineers cannot accept responsibilily or liability lor problems first conferring with the geotechnical engineer who prepared it. And no one that occur because their reports do not consider developments oi which —nol even you—should apply the report for any purpose or project they were not informed. except the one originally contemplated, Subsurface Conditions Can Change Read the Full Report A geotechnical engineering report is based on conditions that existed at Serious problems have occurred because those relying on a geotechnical the time the study was performed, Do not rely on a geotechnical engineer­ engineering report did not read ii all. Do nol rely on an executive summary. ing /eporf whose adequacy may have been affected by: the passage of Do not read selected elements only. time; by man-made events, such as construction on or adjacent to the site; or by natural events, such as floods, earthquakes, or groundwater fluctua­ A Geotechnical Engineering Report Is Based on tions. Always contact the geotechnical engineer before applying the report A Unique Set of Project-Specific Factors to determine if it is still reliable. A minor amount of additional testing or Geotechnical engineers consider a number of unique, project-specific fac­ analysis could prevent major problems. tors when establishing the scope of a study. Typical factors include: the client's goals, objectives, and risk management preferences; the general Most Geotechnical Findings Are Professional nature of the structure involved, its size, and configuration; the location of Opinions the structure on the site; and other planned or existing site improvements, Site exploration identifies subsuriace conditions only at those points where such as access roads, parking lots, and underground utilities. Unless the subsurface tests are conducted or samples are taken. Geotechnical engi­ geotechnical engineer who conducted the study specifically indicates oth­ neers review field and laboratory data and then apply their professional erwise, do not rely on a geotechnical engineering report that was: judgment to render an opinion about subsurface conditions throughout the' • not prepared for you, site. Actual subsurface conditions may differ—sometimes significantly— • not prepared for your project from those indicated in your report. Retaining the geotechnical engineer • not prepared for the specific site explored, or who developed your report to provide construction observation is the • completed before important project changes were made. most effective method of managing the risks associated with unanticipated conditions. Typical changes thai can erode the reliability of an existing geotechnical engineering report include those that affect: A Report's Recommendations Are Not Final • the function of the proposed structure, as when it's changed from a Do not overrely on the construction recommendations included in your parking garage to an office building, or from a light industrial plant report Those recommendations are not final, because geotechnical engi­ to a refrigerated warehouse, neers develop them principally from judgment and opinion. Geotechnical engineers can finalize their recommendations only by observing actual subsurface conditions revealed during construction. The geotechnical have led to disappointments, claims, and disputes, To help reduce the risk engineer who developed your report cannot assume responsibility or of such outcomes, geotechnical engineers commonly include a variety of liability (or the report's recommendations il that engineer does not perform explanatory provisions in their reports. Sometimes labeled "limitations" construction observation. many of these provisions indicate where geotechnical engineers' responsi­ bilities begin and end, to help others recognize their own responsibilities A Geotechnical Engineering Report Is Subject to and risks. Read these provisions closely. Ask questions. Your geotechnical Misinterpretation engineer should respond fully and frankly. Other design team members' misinterpretation of geotechnical engineering reports has resulted in costly problems. Lower that risk by having your geo­ Geoenvironmental Concerns Are Not Covered technical engineer confer with appropriate members of the design team after The equipment, techniques, and personnel used to perform a geoenviron­ submitting the report. Also retain your geotechnical engineer to review perti­ mentalstudy differ significantly from those used to perform a geotechnical nent elements ol the design team's plans and specifications. Contractors can study. For that reason, a geotechnical engineering report does not usually also misinterpret a geotechnical engineering report. Reduce that risk by relate any geoenvironmental findings, conclusions, or recommendations; having your geotechnical engineer participate in prebid and preconstruction e.g., about the likelihood of encountering underground storage tanks or conferences, and by providing construction observation. regulated contaminants. Unanticipated environmentai problems have led to numerous project failures. If you have not yet obtained your own geoen­ Do Not Redraw the Engineer's Logs vironmental information, ask your geotechnical consultant for risk man­ Geotechnical engineers prepare final boring and testing logs based upon agement guidance. Do not rely on an environmentai report prepared for their interpretation of field logs and laboratory data. To prevent errors or someone else. omissions, the logs included in a geotechnical engineering report should never be redrawn for inclusion in architectural or other design drawings. Obtain Prolessional Assistance To Deal with Mold Only photographic or electronic reproduction is acceptable, but recognize Diverse strategies can be applied during building design, construction, that separating logs from the report can elevate risk. operation, and maintenance to prevent significant amounts of mold from growing on indoor surfaces. To be effective, all such strategies should be Give Contractors a Complete Report and devised far the express purpose of mold prevention, integrated into a com­ Guidance prehensive plan, and executed'with diligent oversight by a professional Some owners and design professionals mistakenly believe they can make . mold prevention consultant. Because just a small amount of water or contractors liable for unanticipated subsurface conditions by limiting what moisture can lead to the development of severe mold infestations, a num­ they provide for bid preparation. To help prevent costly problems, give con­ ber of mold prevention strategies focus on keeping building surfaces dry. tractors the complete geotechnical engineering report, but preface it with a While groundwater, water infiltration, and similar issues may have been clearly written letter of transmittal. In that letter, advise contractors that the addressed as part of the geotechnical engineering study whose findings report was not prepared for purposes of bid development and lhat the are conveyed in this report, the geotechnical engineer in charge of this report's accuracy is limited; encourage them to confer with the geotechnical project is not a mold prevention consultant; none ofthe services per­ engineer who prepared the report (a modest fee may be required) and/or to formed in connection with Ihe geotechnical engineer's study conduct additional study to obtain the specific types of information they were designed or conducted for the purpose of mold preven­ need or prefer. A prebid conference can also be valuable. Be sure contrac­ tion. Proper implementation ofthe recommendations conveyed tors have sufficient time to perform additional study. Only then might you in this report will noi of itself be sufficient to prevent mold from be in a position to give contractors the best information available to you, growing in or on the structure involved. while requiring them to at least share some of the financial responsibilities stemming from unanticipated conditions. Rely, on Your ASFE-Member Geotechncial Engineer for Additional Assistance Read Responsibility Provisions Closely Membership in ASFE/The Best People on Earth exposes geotechnical Some clients, design professionals, and contractors do not recognize that engineers to a wide array of risk management techniques that can be of geotechnical engineering is far less exact than other engineering disci­ genuine benefit for everyone involved with a construction project. Confer plines. This lack of understanding has created unrealistic expectations that with you ASFE-member geotechnical engineer for more information.

THE BEST PEOPIE ON EARTH 8811 Colesville Road/Suite G106, Silver Spring, MD 20910 Telephone: 301/565-2733 Facsimile: 301/589-2017 e-mail; [email protected] www.asfe.org

Copyright2004 by ASFE; Inc. Duplication, reproduction, orcopying of this document, in whole or in part, by any means whatsoever, is strictly prohibited, except with ASFE's specilic written permission.-.Excerpting, quoting, or otherwise extracting wording from this document is permitted only with the express written permission of ASFE, and only for purposes of scholar!/ research or book review. Only members of ASFE may use this document as a complement lo or as an element ol a geotechnical engineering report. Any other firm, individual, or other entity that so uses this document without being an ASFE member could be commiting negligent or intentional (fraudulent) misrepresentation.

IIGER0BO7S.DMRP