Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 54148
FORT WORTH _l XECUrVED PROJECT MANUAL FOR THE CONSTRUCTION OF VILLAGE CREEK WRF SLUDGE THICKENING IMPROVEMENTS Betsy Price Mayor City Project No. CO2647 David Cooke City Manager Christopher P. Harder, P.E. Director, Water Department David Townsend, F.E. Facilities Engineering Manager Farida S. Goderya, Ph.D., P.E. Facilities Senior Project Manager Charly Angadicheril Assistant Water Director, Plant Operations Prepared for The City of Fort Worth Water Deportment VOLUME I — DIVISION 00 TIIROUGII'23 April 2020 FREESE Emn 1 ?NICHES In Association With: J B '10 p3o' ��t Automation CITY SECRETARY F llT. C NTRACT NO . 54f '-f<6 ~ Q!T ,,ORJH .,., EXECUTED PROJECT MANUAL FOR THE CONSTRUCTION OF VILLAGE CREEK WRF SLUDGE THICKENING IMPROVEMENTS City Project No. C02647 Betsy Price Mayor Christopher P. Harder, P.E . Director, Water Department David Townsend, P .E . David Cooke City Manager Facilities Engineering Manager Farida S. Goderya, Ph.D., P.E. Facilities Senior Project Manager Charly Angadicheril Assistant Water Director, Plant Operations Prepared for The City of Fort Worth Water Department VOLUME I -DIVISION 00 THROUGH 23 JACOBS- April 2020 FREESE ~NICHOLS In Association With : l: , 0 OSi§!Jatun ·1,.l ~ Autom Infrastructure IA RECORD SECRETARY ORTH, TX W x PROJECT MANUAL FOR THE CONSTRUCTION OF VILLAGE CREEK WRF SLUDGE THICKENING IMPROVEMENTS City Project No. CO2647 I DOCUMENTS ISSUED FOR CONSTUCTION I These "Issued for Construction" Contract Documents have been prepared by revising the Bidding Documents to record references to addenda, field orders or change orders issued as of June 16, 2020. The Bidding Documents may have been revised to incorporate these revisions directly into the "Issued for Construction" Contract Documents. Contractor is responsible for determining that these documents are consistent with their understanding of the Bidding Documents as modified per the appropriate provisions of the Contract Documents. The Bidding Documents, as modified per the appropriate provisions of the Contract Documents, take precedence over these "Issued for Construction" documents. Prepared for The City of Fort Worth Water Department VOLUME I — DIVISION 00 THROUGH 23 April 2020 FREESE QEMOVIONICHLS In Association With: Village Creek later Reclamation Facility Sludge Thickening Improvements Specification Seel Sheet (1 ®f S) THE SEAL THAT ORIGINALLY APPEARED ON THIS DOCUMENT WAS AUTHORIZED BY CHAD M. SIMMONS, P.E., TEXAS NO.91163 ON APRIL 1, 2020. FREESE AND NICHOLS, INC. TEXAS REGISTERED ENGINEERING FIRM F- 2144. ALTERATION OF A SEALED DOCUMENT WITHOUT PROPER NOTIFICATION OF THE RESPONSIBLE ENGINEER IS AN OFFENSE UNER THE TEXAS ENGINEERING PRACTICE ACT. Divison: 00, 01, 02, 13, 31, 33, 41, 44 Sections: 09 96 00.01 40 05 64 46 33 33 40 05 43 4005 65.23 4641 21 40 05 53 40 05 89.14 4671 16 4005 62 4321 52 4671 33 THE SEAL THAT ORIGINALLY APPEARED ON THIS DOCUMENT WAS AUTHORIZED BY BRETT M. BRISTOW, P.E., TEXAS NO. 101000 ON APRIL 1, 2020. FREESE AND NICI-IOLS, INC. TEXAS REGISTERED ENGINEERING FIRM F- 2144. ALTERATION OF A SEALED DOCUMENT WITHOUT PROPER NOTIFICATION OF THE RESPONSIBLE ENGINEER IS AN OFFENSE UNER THE TEXAS ENGINEERING PRACTICE ACT. Division: 32 THE SEAL THAT ORIGINALLY APPEARED ON THIS DOCUMENT WAS AUTHORIZED BY NICHOLAS C. LANDES, P.E., TEXAS NO. 117177 ON APRIL 1, 2020. FREESE AND NICHOLS, INC. TEXAS REGISTERED ENGINEERING FIRM F- 2144. ALTERATION OF A SEALED DOCUMENT WITHOUT PROPER NOTIFICATION OF THE RESPONSIBLE ENGINEER IS AN OFFENSE UNER THE TEXAS ENGINEERING PRACTICE ACT. Sections: 07 90 00 43 11 33 46 51 21 40 05 50 43 1143 THE. SEAL THAT ORIGINALLY APPEARED ON THIS DOCUMENT WAS AUTHORIZED BY VAN CASI-IEN, P.E., TEXAS NO. 118595 ON APRIL 1, 2020. FREESE AND NICI-IOLS, INC. TEXAS REGISTERED ENGINEERING FIRM F- 2144. ALTERATION OF A SEALED DOCUMENT WITHOUT PROPER NOTIFICATION OF THE RESPONSIBLE ENGINEER IS AN OFFENSE UNER THE TEXAS ENGINEERING PRACTICE ACT. Division: 22 Sections: 23 0000 23 05 93 23 34 23 23 05 13 23 07 13 23 7423.16 23 05 53 2331 13 23 05 63 23 33 00 FREESE AND NICHOLS, INC TEXAS REGISTERED ENGINEERING FIRM F-2144 Seal Sheet FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 Village Creek Water Reclamation Facility Sludge Thickening Improvements Specificati®n Seal Sheet (2 of S) THE SEAL THAT ORIGINALLY APPEARED ON THIS DOCUMENT WAS AUTHORIZED BY JOHN W.P. MANNING, P.E., TEXAS NO. 95784 ON APRIL 1, 2020. FREESE AND NICHOLS, INC. TEXAS REGISTERED ENGINEERING FIRM F- 2144. ALTERATION OF A SEALED DOCUMENT WITHOUT PROPER NOTIFICATION OF THE RESPONSIBLE ENGINEER IS AN OFFENSE UNER THE TEXAS ENGINEERING PRACTICE ACT. Division: 26 THE SEAL THAT ORIGINALLY APPEARED ON THIS DOCUMENT WAS AUTHORIZED BY PARRIS K. JONES, ARCHITECT., TEXAS NO. 19268 ON APRIL 1, 2020. FREESE AND NICHOLS, INC. TEXAS REGISTERED ENGINEERING FIRM F- 2144. ALTERATION OF A SEALED DOCUMENT WITHOUT PROPER NOTIFICATION OF THE RESPONSIBLE ENGINEER IS AN OFFENSE UNER THE TEXAS ENGINEERING PRACTICE ACT. Division: 4, 8, 10 Sections: 06 1000 07 62 00 09 29 00 07 21 00 07 92 00 09 77 00 07 52 16 0922 16 09 96 01 FREESE AND NICHOLS, INC TEXAS REGISTERED ENGINEERING FIRM F-2144' Seal Sheet FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 Village Creek Water Declamation facility Sludge Thickening Improvements Specification Seal Sheet (3 ®f S) THE SEAL THAT ORIGINALLY APPEARED ON THIS DOCUMENT WAS AUTHORIZED BY TIMOTHY ALAN LYONS, P.E., TEXAS NO. 96289 ON MARCH 4, 2020 JACOBS ENGINEERING GROUP INC. TEXAS REGISTERED ENGINEERING FIRM F-3699. ALTERATION OF A SEALED DOCUMENT WITHOUT PROPER NOTIFICATION OF THE RESPONSIBLE ENGINEER IS AN OFFENSE UNER THE TEXAS ENGINEERING PRACTICE., ACTT. Sections: 23 05 94 2331 16.16 40 05 15 THE SEAL THAT ORIGINALLY APPEARED ON THIS DOCUMENT WAS AUTHORIZED BY THOMAS E. PAGE, P.E., TEXAS NO. 101432 ON MARCH 2, 2020 JACOBS ENGINEERING GROUP INC. TEXAS REGISTERED ENGINEERING FIRM F-3699. ALTERATION OF A SEALED DOCUMENT WITI-LOUT PROPER NOTIFICATION OF THE RESPONSIBLE ENGINEER IS AN OFFENSE UNER THE TEXAS ENGINEERING PRACTICE ACT Sections: 0680 15 JACOBS ENGINEERING GROUP INC. TEXAS REGISTERED ENGINEERING FIRM F-3699 Seal Sheet FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 Village Creek Dater Reclamation Facility Sludge Thickening Improvements Seal Sheet (4 of S) THE SEAL THAT ORIGINALLY APPEARED ON THIS DOCUMENT WAS AUTIIORIZFD BY MURALI K. KARIYARVEEDU, P.F., TEXAS NO. 95735 ON MARCH 31, 2020 JQ ENGINEERING. TEXAS REGISTERED ENGINEERING FIRM F- 7986. ALTERATION OF A SEALED DOCUMENT WITHOUT PROPER NOTIFICATION OF THE RESPONSIBLE ENGINEER IS AN OFFENSE UNER THE TEXAS ENGINEERING PRACTICE ACT. Divisons: 03, 05 fQ ENGINEERING TEXAS REGISTERED ENGINEERING FIRM F-7986 Sea! Sheet FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 Village Creek !later Reclamation Facility Sludge Thickening Improvements Seal Sheet (5 of 5) THE SEAL THAT ORIGINALLY APPEARED ON THIS DOCUMENT WAS AUTHORIZED BY ANDREW J. PAULSON, P.E., TEXAS NO. 98429 ON MARCH 31, 2020 SIGNATURE AUTOMATION, LLC. TEXAS REGISTERED ENGINEERING FIRM F-14711. ALTERATION OF A SEALED DOCUMENT WITIIOUT PROPER NOTIFICATION OF THE RESPONSIBLE ENGINEER IS AN OFFENSE UNER THE TEXAS ENGINEERING PRACTICE ACT. Division: 27 Sections: 4061. 00 4061 96 40 67 63 4061 21 40 61 96A 406900 4061 26 40 63 00 40 70 00 4061 93 40 66 00 40 70 00A 40 61 93A 40 67 00 SIGNATURE AUTOMATION, LLC TEXAS REGISTERED ENGINEERING FIRM F-14711 Seal Sheet FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 THIS PAGE INTENTIONALLY BLANK A VILLAGE CREEK WATER RECLAMATION FACILITY SLUDGE THICKENING IMPROVEMENTS DIVISION SECTION TITLE VOLUME I — DIVISION 00 THROUGH DIVISION 23 DIVISION 00 PROCUREMENT AND CONTRACT REQUIREMENTS 00 05 10 Mayor and Council Communication (M&C) 00 05 15 Addenda 00 11 13 Invitation to Bidders 00 21 13 Instructions to Bidders 00 35 13 Conflict of Interest 004100 Bid Form 004101 Schedule of Supplier 00 42 43 Proposal Farm 00 43 13 Bid Bond 00 43 37 Vendor Compliance to State Law Non Resident Bidder 00 45 11 Bidder Prequalif!cations 00 45 12 Prequalification Statement 00 45 13 Bidder Prequalification Application 00 45 26 Contractor Compliance with Worker's Compensation Law 00 45 40 Minority Business Enterprise Goal 00 52 43 Agreement 00 61 13 Performance Bond 00 61 14 Payment Bond 00 61 19 Maintenance Bond 00 61 25 Certificate of Insurance 00 72 00 General Conditions 00 73 00 Supplementary Conditions DIVISION 01 GENERAL REQUIREMENTS 011100 Summary of Work 012310 Alternates and Allowances 01 25 00 Substitution Procedures 01 29 01 Measurement and Basis for Payment 01 31 13 Project Coordination Table of Contents FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 DIVISION SECTION TITLE - - Preconstruction Meetings 013119 01 31 20 Project Meetings 01 32 13 Schedule of Values 01 32 16 Construction Progress Schedule 01 32 33 Preconstruction Video 01 32 35 Aerial/Photographic Documentation 013300 Submittals 01 35 00 Special Procedures 01 45 23 Testing and Inspection Services 01 50 00 Temporary Facilities and Control 015713 Storm Water Pollution Prevention 015813 Temporary Project Signage 01 60 00 Product Requirements 01 66 00 Product Storage and Handling Requirements 01 70 00 Mobilization and Remobilization 01 7123 Construction Staking and Survey 01 74 23 Cleaning 01 75 00 Starting and Adjusting 01 77 19 Closeout Requirements 01 78 23 Operation and Maintenance Data 01 78 24 Asset Management 01 79 00 Training of Operation and Maintenance Personnei DIVISION 02 EXISTING CONDITIONS 02 41 00 Demolition DIVISION 03 CONCRETE 03 10 00 Concrete Formwork 03 20 00 Concrete Reinforcement 03 25 10 Concrete Joints 03 30 00 Cast -In -Place Concrete 03 60 00 Grout 03 74 00 Modifications to Existing Concrete 03 93 00 Concrete Repair and Rehabilitation Table of Contents FTW17498 -VCWRF Sludge Thickening Improvements City Project No. CO2647 DIVISION f SECTION TITI.E DIVISION 04 UNIT MASONRY 04 20 00 Unit Masonry DIVISION 05 METALS 05 05 10 Anchorages 05 12 00 Structural Steel Framing 05 31 23 Steel Roof Decking 05 50 10 Miscellaneous Metal Fabrications 05 52 13 Pipe and Tube Railings 05 53 13 Aluminum Grating and Checker Plate DIVISION 06 WOODS, PLASTICS, AND COMPOSITES 06 10 00 Rough Carpentry 068015 Fiberglass Reinforced Plastic Fabrications DIVISION 07 THERMAL AND MOISTURE PROTECTION 072100 Thermal Insulation 07 52 16 Styrene-Butadiene-Styrene (SBS) Modified Bituminous Membrane Roofing 07 62 00 Sheet Metal Flashing and Trim 07 90 00 Fixed Cover Annular Seal 07 92 00 Joint Sealants DIVISION 08 OPENINGS 08 11 19 Stainless Steel Doors and Frames 08 33 23 Overhead Coiling Doors 084113 Aluminum -Framed Entrances and Storefronts 087100 Door Hardware 08 80 00 Glazing 08 90 00 Louvers and Vents DIVISION 09 FINISHES 09 22 16 Non -Structural Metal Framing 09 29 00 Gypsum Board Table of Contents FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 DIVISION f SECTION 09 77 00 PTLf Special Wall Surfacing 09 96 00.01 High -Performance Coatings 09 96 01 Concrete Protective Coatings/Linings DIVISION 10 SPECIALTIES 10 14 00 Signage 10 44 01 Fire Extinguishers DIVISION 13 SPECIAL CONSTRUCTION 13 00 99 Vent Dryer DIVISION 22 PLUMBING 22 00 01 Plumbing Systems DIVISION 23 HVAC MECHANICAL 23 00 00 Heating, Ventilating, and Air Conditioning 23 05 13 Common Motor Requirements for HVAC Equipment 23 05 53 Identification for HVAC Piping and Equipment 23 05 63 Coatings for HVAC 23 05 93 Testing, Adjusting, and Balancing for HVAC 23 05 94 Odor Control System Testing, Adjusting, and Balancing 23 07 13 Duct Insulation 23 31 13 Metal Ducts 23 31 16.16 Thermoset Fiberglass -Reinforced Plastic Ducts and Accessories 23 33 00 Air Duct Accessories 23 34 23 HVAC Power Ventilators 23 74 23.16 Indirect -Fired, Outdoor, Heating -Only Makeup -Air Units VOLUMI: II — DIVISION 26 THROUGH DJVISIDN 46 DIVISION 26 ELECTRICAL 26 01 26 Testing of Electrical Systems 26 05 00 Common Work Results for Electrical 26 05 13 Medium Voltage Cables 26 05 19 Low Voltage Power Conductors & Cables Table of Contents FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 DIVISION j TITLE — — SECTION 26 05 23 Control -Voltage Electrical Power Cables 26 05 26 Grounding & Bonding for Electrical Systems 26 05 29 Hangers and Supports for Electrical Systems 26 05 30 Electrical Buildings 26 05 33 Raceways and Boxes for Electrical Systems 26 05 36 Cable Trays for Electrical Systems 26 05 53 Identification for Electrical Systems 26 05 73 Overcurrent Protection Device Coordination Study 26 09 23 Lighting Control Devices 26 12 01 Medium Voltage Pad -Mounted Switch 26 12 19 Pad -Mounted, Liquid Filled, Medium Voltage Transformers 26 22 13 Low -Voltage Distribution Transformers 26 24 13 Switchboards 26 24 16 Panelboards 26 27 26 Wiring Devices 26 28 16 Enclosed Switches and Circuit Breakers 26 29 13 Enclosed Controllers 26 29 23 Variable -Frequency Motor Controllers 26 36 00 Transfer Switches 26 41 13 Lightning Protection for Structures 265100 Lighting DIVISION 27 COMMUNICATIONS 27 15 23 Fiber Optic Equipment DIVISION 31 EARTHWORK 31 23 23.34 Flowable Fill 31 23 33 Trenching and Backfill [Utilities] 31 23 33.14 Trench Safety 31 25 00 Erosion and Sediment Control DIVISION 32 EXTERIOR UTILITIES 32 01 17 Permanent Asphalt Paving Repair 32 01 29 Concrete Paving Repair Table of Contents FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 DIVISION f SECTION — — TITLE -- - - -- 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 32 16 13 Concrete Curb and Gutters and Valley Gutters DIVISION 33 UTILITIES 33 01 02 Piping Specialties 33 05 01.02 Ductile Iron Pipe and Fittings 33 05 01.09 Polyvinyl Chloride (PVC) Pressure Pipe and Fittings 33 05 05.31 Hydrostatic Testing 33 11 13.13 Steel Pipe and Fittings 33 11 13.14 Piping System, Stainless Steel 33 12 16.23 Gate Valves DIVISION 40 PROCESS INTEGRATION 40 05 15 Piping Support Systems 40 05 43 Miscellaneous Valves 40 05 50 Fabricated Gates 40 05 53 Identification for Process Equipment and Piping 40 05 62 Eccentric Plug Valves 40 05 64 Butterfly Valves 40 05 65.23 Swing Check Valves 40 05 89.14 Automatic Strainer 40 61 00 Process Control and Instrumentation Systems — General Provisions 40 61 21 Process Control and Instrumentation Systems —Testing 40 61 26 Process Control and Instrumentation Systems —Training 406193 Process Control and Instrumentation Systems — Input/Output List 40 61 93A Process Control and Instrumentation Systems — Input/Output List — Attachment A 40 61 96 Process Control and Instrumentation Systems —Control Descriptions 40 61 96A Control Descriptions Attachment A— Control Loop Descriptions 40 63 00 Control Unit Hardware and Software 40 66 00 Network Equipment 40 67 00 Control Panels and Components 40 67 63 Uninterruptable Power Supplies 40 68 00 Applications Engineering Services Table of Contents FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 0 DIVISION / SECTIOm TITLET Field Instruments 40 70 00 40 70 OOA Field Instruments —Attachment A DIVISION 41 MATERIAL PROCESSING & HANDLING EQUIPMENT 4122 13.13 Bridge Cranes 41 22 13.20 Floor Cranes DIVISION 43 PROCESS GAS & LIQUID HANDLING 431133 Rotary Lobe Positive Displacement Blowers 431143 Gas -Handling Venturi Jet Mixing System 43 21 52 Vertical Dry -Pit Chopper Pumps DIVISION 44 POLLUTION & WASTE CONTROL EQUIPMENT 44 00 00.02 Outside Piping Insulation 44 42 56.09 Non -Clog Dry Pit Self -Priming Centrifugal Pumps 44 42 56.12 Induced Flow (Recessed Impeller) Centrifugal Pumps 44 42 56.13 Progressing Cavity Pumps (Sludge) 44 42 56.14 Progressing Cavity Pumps (Polymer) 44 42 76 Fiberglass Reinforced Plastic Chemical Storage Tanks DIVISION 46 WATER & WASTEWATER EQUIPMENT 46 33 33 Polymer Blending and Feed System 46 41 21 Sludge Mixing System 46 51 21 Coarse Bubble diffusers 46 71 16 Gravity Belt Thickeners 467133 Rotary Drum Thickeners APPENDICES Appendix A Blend Tank Mixing System Pre -Negotiated Price Proposal Appendix B Emerson Ovation Integration Pre -Negotiated Price Proposal Appendix C Geotechnical Investigation Appendix D Minority and Women Owned Business Enterprise Compliance Appendix E Wage Rates Table of Contents FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 DIUIivf / S€ CMON MLE CITY OF FORT WORTH STANDARD SPECIF1IkATIONS Incorporated into the Contract Documents by reference herein Table of Contents FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 DIVISION 00 PROCUREMENT AND CONTRACT REQUIREMENTS THIS PAGE INTIENTiONALLY BLANK City ®f Fort Worth, Texas Mayor and Council Communication DATE; Tuesday, June 23, 2020 REFERENCE NO.: M&C 20-0464 LOG NAME: 60VCWRF THICKENING - EAGLEANDFNI SUBJECT: Authorize Execution of Amendment No. 1, in the Amount of $738,000.00, to an Engineering Agreement with Freese & Nichols, Inc. for the Village Creek Water Reclamation Facility Sludge Thickening Improvements, Authorize Execution of a Contract with Eagle Contracting Limited Partnership in the Amount of $17,480,000.00 for Village Creek Water Reclamation Facility Sludge Thickening Improvements, Provide for Project Costs for a Project Total in the Amount of $20,955,907.00, Adopt Resolution Expressing Official Intent to Reimburse Expenditures with Proceeds of Future Debt, and Adopt Appropriation Ordinance (COUNCIL DISTRICT 5) RECOMMENDATION: It is recommended that the City Council: 1. Authorize execution of Amendment No. 1 to City Secretary Contract No. 49500, an Engineering Agreement with Freese & Nichols, Inc., in the amount of $738,000.00 for construction support services for the Village Creek Water Reclamation Facility Sludge Thickening Improvements project for a revised contract amount of $2,547,500.00 (City Project No. CO2647); 2. Authorize the execution of a contract with Eagle Contracting Limited Partnership in the amount of $17,480,000.00 for the Village Creek Reclamation Facility Sludge Thickening Improvements project; 3. Adopt the attached Resolution expressing official intent to reimburse expenditures with proceeds from future debt for the Village Creek Reclamation Facility Sludge Thickening Improvements project; and 4. Adopt the attached Appropriation Ordinance adjusting receipts and appropriations in the Water and Sewer Commercial Paper (W&S Commercial Paper) Fund by decreasing estimated receipts and appropriations in the Unspecified project (City Project No. UNSPEC) in the amount of $19,146,407.00 and increasing estimated receipts and appropriations in the Village Creek Water Reclamation Facility Thickener Process Improvement project for sludge thickening improvements. DISCUSSION: The Village Creek Water Reclamation Facility ("VCWRF"), a 166 million gallons per day (MGD) plant, comprised of primary, secondary and tertiary treatment, chlorine disinfection, and de -chlorination. The VCWRF produces anaerobically digested biosolids, which are processed at the Biosolids Dewatering and Processing Facility. The VCWRF currently uses three solids thickening processes; Gravity Thickeners ("GT") to thicken the primary solids from the primary clarifiers, Dissolved Air Flotation Thickeners ("DAFTs") to thicken the solids from the Aeration Basins/Final Clarifiers and Gravity Belt Thickeners ("GBTs") to thicken the solids from the high rate clarifiers. The existing GTs and DAFTs equipment are old, require a great deal of maintenance, are inefficient in producing required levels of treatment, use a high amount of energy and are sensitive to changes in flow characteristics. The proposed construction contract includes the installation of new rotary drum thickeners (RDTs) to thicken solids from the primary clarifiers and high -rate clarifier, the installation of new gravity belt thickeners GBTs and modification of the existing GBTs to thicken secondary solids, modification of two gravity thickeners into primary solids holding tanks, and retirement of the DAFTs. On August 25, 2015 (M&C C-27433), the City Council authorized an Engineering Agreement with Freese & Nichols, Inc. (CSC No. 47018), in the amount of $295,113.00, for study, evaluation and conceptual design of thickening processes at VCWRF. On August 1, 2017 (M&C C-28317), the City Council authorized an Engineering Agreement with Freese & Nichols, Inc., (CSC No. 49500), in the amount of $1,809,500.00 to evaluate and design the Sludge Thickening Processes at the VCWRF. As part of Amendment No. 1, the Engineer will perform basic construction support services including shop drawings and submittals reviews, change order review, record drawings and update plant operational preparation. Construction of the project was advertised for bid on April 16, 2020 and April 23, 2020 in the Fort Worth Star -Telegram. On May 21, 2020 the following bids were received: Bidder Base Bid Base Bid with Alternate Contract Time Eagle Contracting Limited Partnership $17,480,000.00 $17,503,000.00 730 Calendar Days Alltech Engineering $31,055,948.001 No Bidil In addition to the contract cost, $622,507.00 is required for project management and inspection and $305,900.00 is provided for project contingency. Construction is anticipated to commence in August 2020 and be completed by December 2022. This project will have no impact on the Water Department operating budget when complete. Funding for VCWRF Sludge Thickening Improvements is depicted below: Fund Existing Appropriations Additional Appropriations Project Total* 2017 Water & Sewer Revenue Bonds Capital $315,113.00 $0.00 $315,113.00 Project Fund 56007 Water & Sewer DPN Fund 56011 $2,109,500.00 $0.00 $2,109,500.00 WS Capital Project 2020A $0.00 $19,146,407.00 $19,146,407.00 Fund 56019 Project Total $2,424,613.00 1 $19,146,407.00 $21,571,020.00 *Numbers rounded for presentation purposes. This project is anticipated to be included in a future revenue bond issue for the Water and Sewer Fund. Available cash within the Water and Sewer portfolio and the City's portfolio along with the appropriation authority authorized under the Callable Commercial Paper Program (CP) will be used to provide interim financing for this project until debt is issued. To the extent resources other than the Water and Sewer portfolio are used to provide interim financing, the Water and Sewer Fund will be charged interest that is equivalent to the overall rate of return being earned by the City portfolio (currently approximately 2.3 percent annually). Should the City's portfolio not support the liquidity needed to provide an interim short- term financing source, another funding source will be required, which could mean issuance of securities under the CP Program or earlier issuance of Water and Sewer revenue bonds than is currently planned. Once debt associated with this project is sold, bond proceeds will be used to reimburse the Water and Sewer portfolio and the City's portfolio in accordance with the attached Reimbursement Resolution. The City Council adopted the Water Department's Fiscal Year 2020-2024 Five -Year Capital Improvement Plan on September 17, 2019. This City Council adopted plan includes this specific project, with funding identified through the CP program to be reimbursed with future revenue bonds. In accordance with the provisions of the Financial Management Policy Statements, Staff anticipates presenting revenue - supported debt issuances to the City Council for consideration within the next three years. This debt must be issued within approximately three years to provide reimbursement for these expenses. If that does not occur, the costs will no longer be reimbursable by issuing tax-exempt debt and the funding source will have to be made whole through other budgetary methods. Adoption of this resolution does not obligate the City to sell bonds, but preserves the ability to reimburse the City from tax-exempt bond proceeds. MIWBE OFFICE: Eagle Contracting LP is in compliance with the City's BIDE Ordinance by committing to 10 percent MBE participation on this project. The City's MBE goal on this project is nine percent. M/WBE OFFICE: Freese & Nichols, Inc. is in compliance with the City's BIDE Ordinance by committing to 15 percent SBE participation on this Amendment No. 1. The City's goal on the Amendment No. 1 is seven percent. The project is located in COUNCIL DISTRICT 5, VCWRF services all COUNCIL DISTRICTS, Mapsco 90J, 90Q, and 90S. FISCAL INFORMATION 1 CERTIFICATION: The Director of Finance certifies upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the Water & Sewer Commercial Paper(W&S Commercial Paper) Fund for the VCWRF Thickener Process Improvement project to support the approval of the above recommendation and execution of the amendment to the engineering agreement and construction contract. Prior to an expenditure being incurred, the Water Department has the responsibility of verifying the availability of funds. FUND IDENTIFIERS FIDs : TO _ _ _ _ _ Fund Department ccoun Project Program ctivity Budget Reference # moun ®� ID _ Year(Charifield 2 _� FROM Fund Department ccount Project Program ctivity Budget Reference # moun ID ID Year Chartfield 2� CERTIFICATIONS: Submitted for City Manager's Office by: Dana Burghdoff (8018) Originating Department Head: Chris Harder (5020) Additional Information Contact: Farida Goderya (8214) ATTACHMENTS 1. 60LALS-BARCANDFNI Reimb Resolution (NN 06.05.20),docx (Public) 2. 60VCWRF THICKENING - EAGLEANDFNI Eagle Compliance_pdf (CFW Internal) 3. 60VCWRF THICKENING - EAGLEANDFNI Eagle Form 1295.pdf (CFW Internal) 4. 60VCWRF THICKENING - EAGLEANDFNI Eagle SAM.pdf (CFW Internal) 5. 60VCWRF THICKENING - EAGLEANDFNI FID Table NN 06.01.20 .xlsx (CFW Internal) 6. 60VCWRF THICKENING - EAGLEANDFNI FNI Com liance. df (CFW Internal) 7. 60VCWRF THICKENING - EAGLEANDFNI FNI Form 1295. df (CFW Internal) 8. 60VCWRF THICKENING - EAGLEANDFNI FNI SAM. df (CFW Internal) 9. 60VCWRF THICKENING - EAGLEANDFNI funds avail.docx (CFW Internal) 10. 60VCWRF THICKENING - EAGLEANDFNI Map_pdf (Public) 11. 60VCWRF THICKENING - EAGLEANDFNI 56019 A020(R4).docx (Public) � a # c a 9 - - - - ƒ $ fD a % L k - n 2 ' V 2 -v � - - 2 f « ¥ < m - /CO 7 a F` a �. �m � -0 k m ci 0 QL \ r § H tA - \ � § ° O | r m » 3 > I « g p ] o p d § - _M . $ . . -- - ƒ C 2 \ § m q $ � % $ r a 0005 10- 1 MAYOR AND COUNCIL COMMUNICATION (M&C) Page I of I SECTION 00 05 10 MAYOR AND COUNCIL COMMUNICATION (M&Q END OF SECTION CITY OF FORT WORTH VCWRF SLUDGE TIIICKENING IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. CO2647 April 2020 THIS PAGE INTENTIONALLY BLANK E|r% of ro r? # w h v|L| Creck Willer Reclamuflun Facility ud Thichening |m p m mcn m- j RI]2iNu. CO2647 ADDENDUM NO. | 8Q)RECE|UTDATE «AV21.220 7h@#|o bwbKa ddit ion w de |ton% mod if icatbg, or daH|c| kb m| be mad e tothe ap PmPHate part s nt the ntract Documek& 0f rors must a cknowledgercelp U this A ddendu m b the slaacepr d on t he Bd Farm.. +■ , :#0 olp N4�.� 0' CHI K ee90 or io a120 FREESE AND NC HOLS,|NC TEXAS REGISTERED ENGINEERNG FIRM F-2144 k«§eved and Approved By: Fa A Go cry ± PhD PT, Senior fDmtHanaer Wvwr Deimnr %%wend f No. ! 0015-! r-FWIk - VCWRF sl uAeT icken i ng Improvements Ci tV P rojer. tN OZ64 7 ARTICLE 1-ADDEN0UNI 1,.G1 Amend the Contraia Documents A. Make the addittons, Mad lficatJons, or deletions to the Contract Documents ds�crlbad In ibis Addendum. 1.02 Acknowledge Addenda A. Acknowledge receipt of this Addendum In the Biel Forrn submitted For this FrojeCt, FaIIufe to acknowledge receipt of this addendum in the Bid Farm may render the Bid as non-responslve and serve as the basis for reJecting the 1316, ARTICLE 2 - BID REQUIREMENTS 2,01 Section 00 1113 "Invitation to bidders" A. Arnend pa ragraph'City's-Right to Accept or Reject Bids" as follows: T1ty reserves the right to waive irregularities Sod to accept or reject bids. The City will evaluate the base bid and additive -Ake-.-at'.,... altemare to determine the best value and tila4se ,ate€ #d ad"40 ft-eeimi-Alver, the base bld or the Luse bld with alternat8." 2.02 Section 00 4101 "Schedule of 5uppiier" A. Delete and Replace In its entirety. ARTICLE 3 -SPECIFICATIONS 3.01 Sectlon U6 8D 15 'Fiberglass Reinforced plavlc Formations" A. Amend Paragraph 1.01,A as follows: "A. Section includes: General fabrici�tJon and design requirements fo r fl berglass reinforced plastic fabrications. Fabrications include: 1. 'Wo11(n GBT Building. 2. Vent Mnd In TtiIckenFrig FatiliW €3. Uol!!te Paragraph 1.01.5 in its entirety. C. Deleto Paragraph 1.04,13 In lts entirety. AddE=rEdum No, 1 0005 IS-2 F TW 11438 - VCWRF S{udge ThIckenIng Improvements CILy PFDJPar L No- 02641 3.07 Section 09 96 01 "C4ncrete Protective Coatings" A. Amend Paragraph 7.01 as follows: "A. Raven Lining 5ys4ems nayi, n nUz, POCIHOS t ..+ F1 nF thE! FE!,.r;r . Rt Of Coat Product QFT Tap. Coat Raven 405 Serles Lxy,. a twv4 component resin arr curing — 125 mlis a ent Primer Twd--ccimponpnt,.chem Ical IV unique from the topcoat rnix, VyiII be hydrophobic, have a low Is osft and be able lea ban t� Wet concrete B . Warren Envlrunmental, Inc. Coat Product DFT 301-18 Single Coact, Two -Part, Thixotropic Epoxy Serail? f Hand Rewu r faC(,,r S.ys tP FP .151. trkiectiaii Grout. Hydrapliobic water cut..off gout and sail stahllizati�n gout AOI-14 Single Coat, Two -Part, Thixotropic Epoxy Spray System 125 Wits (flew Colic) Primer Series 2 18 MortarGpd 250 mils (rehabbed C. A.W. Chesterton cornpany. Coat Product DFT Top Coat Chesterto.n..ARC 791 High-2Udd Concrete Resurface r 125 rolls PLi,mer Two-cormuortent, chernically unique frorn the topcoat mix, will be hydrophobic, have a lawyisCoSity, and he able t0 born( to Wet concrete D. Na egtFats," 1W Sectlon 25 05.23 "Control Voltage Electrical Power Cables" A. Oelete Parapaph 2.02, subsection C., subparagraph $_ B, delete Paragraph 2.07. 3_04 Section 2605 30 "Electrical Oulldingr A. -Amerkd Piragraph 2.03, subsectibrr-G, paragraph 2, a0oltows, "a. Primer - Chemical clean using a three stage iron Phosphate wash system. One stage of dewgreasar_soap_and IrGn phosphate coating folIuWed by a clear water Addendum No. 1 COOS is - 3 FTW17498 - VCWRF 5Iudge Tfikkening Improvements City Project No. 02647 rinse. R n a I starte a seal to Prevent flesh rust prior to ,power coating high solids b, Einish - Super durable baked.on TO polyester tower appIIed 2.4-2.6 m11s dry+ f i I m thickneg. hlglk er:rl"oly ej, 4-r+'IsA l4 -- --- c. Interlor White. Exterior White, GEAGF _ NSA 961 i 0ght r_Fa B. Amend Paragraph 2,03, subsection G, paragraph S. as follows; "'a. Primer — Corn mercial blast Catalyzed epoxy Primer, 2-0-3,0 mFls DFT (Sherwin WiIIIarns 2,9 VOCepoxV ,primer or approved equal), Po[yu{gthaneenarnel fIn] shr 1.51.5.O ails D! T, white LSherWln Williams Mane S, Plus or approved a ua1 . Floor finish, cherniraI resistant non-skid epoxy, 1,5 to 2.0 mils. dry, grev. r4r"d E 7 b. Undercoat — biturnlnous undercoat, f 5h u rvvin WIII[arns Tar Guard or approved equal) 9 rnil5- Wg ' F=F" 105 Section 26 09 23 "Lighting Control Devices" A. Delete Pat agfaph 2.02 and replace wiE h the Following; "2.02 0UTD0OR FlJOTOFLE=CTRIC S1 ITCW�5, SOLID STATE, FLEXIH!_E MOUNTING A. DesrtIptlon: Sol Id state, With 5P5T tlry contacts rated for ISDO VA IndLIctivo; to operate connected relay, ,rontactar roils, or €nicrpprocessor Input: comnlying With UL 773A and corn abble with ballasts and LED lam s- LIsted and labeled as defined In NFPA TD, by NRTL, and marked far intended location and application. 2, [Aght.-Level Moriltaring mange: 1,5 zo 10 fc, Withal] Adjustment for turn - on and turn-off levels within that ranxe. 3, Time OBlaV: Rfteen-second m. In]mum, to prevent I'aIR aperaOPEL. 4, Surge Protection: Metal-oxidevaristar. 5. Mounting Twist lock carnplles.with ANSI C136,10, with base -and -stem rnoLinting or stern -and -swivel mounting accessuries as required to direct sensor to the north sky exnn-sure from same source and manufactttter as s,Witch- — 6. Failure Mode: Lurninraire stay4 0N." 106 Section 26 12 01 "Medium Voltage Pad,Muunt.ed Switch" A. Amend Paragraph 1.01, subsection B. as folfews: Addendurn No. 1 00 05 15 -4 FFW 17498 — VCW RF Sludge Thickening Improvements Gty Pfp]2ct No- 02647 'T S&C Electnt Company 2, G&W Electric 3. Enton 2-4. No approved equal'." 11. Amend Paragraph 2.01, subsection 1_, subparagraph 3_ as follows= "3. BO's shall be i6ftib-plated copper cO structloh.",. C. Amend Paragraph 2_01, subsection L as follows: "3. Operatli%g rnechanisms-shall be equipped with stainless steel Kirk key Interlock to. prevent inadvertent connection of tWo separate sources,'" D. Amend Paragraph 2,0Z, subsection A, Subparagraph Z., subsect€on b, as follows- 'b. The tank Shall b* of Welded COnstructtan end shall big made of stainless steel �ii 1 tP21," - E. Delett Paragraph 2,02, subsection A, Subparagraph 3 and A. F. Arnend Paragraph 2.02, subsection A, subparEfgri3ph 5, subsection c. a.s follows, "c. The enelasure shall be made of stainless steel_ The4an;ts rr.aw4ar r zFtiP 14guag- ., hat rnfina p 1 rkin a nd o:ke G. Delete Paragraph 2.02, FOsection A, suk paragraph 6. H, Amend Paragraph 2.03, subst-ctiorr B. subparagraph 3 as follows, "3. The pad -mounted enclosure shall bL,� provided with a stainles,5 Steel one -life diagrarl� showing load -interrupter switches, fault Interrupters and integMl disconnects, and bus along with the n�anufactvrer's model number." Amend Paragraph 2.04 to Include subsection D., E., and F. a5 fipllos- "D. Potential indication with Phaslrs Pions, E.RRemote Low Pressure Alarm. F, Remote Trip." 3,07 5ectIon 26 12 1.9 "PO -11Aounted, Liquid Filled, Medium Val Lage Transformers" A. Amen4 Paragraph 2i0i, SUbseotlon B Ta41e as foilowS; -Addendurn Na. ! t]Q1 5 15- 5 FFW 17499 - VCWRF Sludge Tf}ickeaing Improvements City Project No. 02647 Transformer Schedule Eqpt KVA Primary POrnary Secondary Secondary Ty2lcal Impedance 'C6nnection (Primary/ No. Rating Voltage sit Voltage B3L +I- 7.5 Secondary) I�A21 1.QC}I�KVA 12,47KV, 95 kV3I1 480Yf 277V, kti! 5.75 Lekta-}+t- 3-phase 3 Phase' 11,17KV 4$OYf 277V 1��128 'l,Of}OKVA 3-phase �5 kV30 3 Flhase kl! 5:75 - Delta-Wye 3,08 Section 26 51 00 "Lighting" Ai Arnend Paragraph 2.01, subsection A. as follows: "A, Mariufactorei 5,-5PbjeCt to wmpIlance wlIh requlrernenfis, provide pro dv(:ts by one I)r the manufacturers spec! fled 1n LIghtirig FWuire Schedule, or approved equal." 3.09 Section 33 11 13.3.3"Steel Pipe and Fittings" A, Amend Paragraph 2X1 as follows;: lrl �.-..,. 1. Uning: s�., 5ta Iled Pr-er-cta 40 ir. r a n. ,-, it E..y L 1Fii FiD by FF;d rk, 0 0r A{r.ien aF4 PalynieM Plus (fusien banded n.•exy and Fi sion Two coats of Belxona 1331 iepoiy Ikningi or an appmved equal. Lining primers, 1 applicataor'•s, and thicknesses shad be In accordance With manUfacturer's recommendatlons for sanitary sower applications, but shall not be less than 40 20 rn l l s." — 3.10 Section 33 05 01 "DQcUle Itiri Pipe and Fittings" A. Amend Paragraph 2.01.C.4 as follows: "4. Mechanical Joint tee head baits and nuts shall be 316 `t:alF ft5,s Ilan coated hizh strenrth, low-a11av COrfo.slon resistant steei." 3.11 Secbop 40 05 43 'Miscellaneaus Valves" A. Amend Paragraph 2.U�.0 as follows; " C. The sleeve trim~ shall be coned, one piece construction with intE�grsl rlariges drilled to be retained by the flange bGlts. 'rhe sleeve trim shall be relrl reed with cakmdared nylon ar.calendared polyester fabric to match servile conditions. The sleeve trial shall be connected to the pinch bar by [jhs imbedded in the sleeve trim-reinforcIng ply. All lnternaE valve metal parts are to be completely Isolated from the process flold by the sleeve trim. To promote 1c mkttar flow, the interior 5urrace of the sleeve shall be smooth. Sleeves manufactured with interior arches or fakds shall not be permitted," Addendum No. 1 00 05 15 - 6 FT l7498 — VCWRr 51udge thickening Imp-Tgvemants Clty Project No. 02647 3,12 Sktion +40 05 64 Butterfly Valves A. Arnend Paragraph 3,03.A Table aS.foila s: E KN Location Service Slxe and Ends iNumber ed Waste Mudge Ht}kling Tanks Low Pressure 4' 8++ - Blower Air Waste Slut Low Pressure Holding Tanks Air 2 101+ - Basin hleadet 3,13 Section DLO 51 93A "Input/Output List - Attachment A" A. Delete and Replace In its entirety. 3.14 Section 40 70 00 "Field I rtistrumen t5" A_ Amend Paragraph 2.05_E, as follows- "L. Manufacturer. 1. Fiuid-Comportents Intemationa1, Mode I ST-50f 51 2. Kturz, Model 454re 3, Endres + Hauser, Modei Oro Iine 651 4. Approved otlLtaL" 3.15 Section 40 70 GO "Field Instruments" A. Amend Paragraph 2.16,FI. as CcIIDws: "H. Manufacturer: 1. Endress f Hauser Deltabar FM D71 2. R4semounl 30515 3. A2@ruved equal." 3.15 Section 44 +42 56.13 "Prt}gressing Cavity Pumps (Sludge)„ A, Arnerrd Karagraph 1.01A Table as follows: Addpndurn No. ] 0005 15 - 7 FTW1 458 - VCWAF Sludge Thicken ng ImproveMents C" Project No. 02647 Liquid Pumped Thickened WAS i Thickened Primary Sludge No. of Units 9 Maximum Pump Lenptii 4Fram 6'-60e 6'-9„ Ceritgr.of Throat to Pump 0iscbaMal Solids Concentration (.%) 5-7% 5-7�6 Corros.Ive Yet, H2S yet, H2S Abraslve No Yes, grJt in sludge Pumping Temp. (PT)( F) 60 deg F - 85 deg F 60 dog F - 85 deg F 3-17 Section 45 33.33 "polyrner Blending and Feed Equipment" A. Amend Paragraph 1,02.A as follows; "A. Aoteptable Manufar-turers: 1. 11GSl Chemical Feed, Inc. (Pe lyblend) 3. Velocity Dynam[cs, LLC_ (VeloDyne) 4. No eggah" D. Amand Paragraph 102.0 as follows; "C. Impeller shall be driven by a rnaxlmjm ;41 HP motor." C. Amend Paragraph 2.01,E.3 as Follows; "I Pump shall have pack] mechanical seals." D. Amend Paragraph 2.02,F,1,d asfolilows: "d. Provide differential pressLPre type loss of water flaw sonsor or alternatively. praylde rotorneters with level swItcheslhat sense loss or water, Loss Of water flaw alarm shall have an odjustable time delay, bass.ol diluting water flaw shall stop the metering pump which will restart automatically on return of water flaw." 3.18 Section 46 4121 "Sludge M W n g System" A. Amend Paragraph .01,M'Fahle, Page 4, Pr1mary Sludge Holding Tanks Tank Quarltily; 2 (Tank No. 1 and No. 2) Tank Configuration; CylInd ricaI with Ease Sloped Toward Center - See Drawings for Geometry Ardendum No.1 000515-8 MNI,7498 - VCWRF 5hF adg-- Ihkrkenin-0 ImprovemQn� City PFmject No, CZ647 Cane Depth (ft) 61,72 Cone Slope (Ftf ft) S = a_23 Tank Diameter {ft) 65 Tank Volume at MInimum Liquid Level (gallons) Tanis Volurne at Maximum Uquid 31 Level. (ga ILans) .47U fudge Terri perature Operating 5E]-100 Range (e F) Avg. Sludge Feed % Sollds 0.6 Max, Sludge Feed W'a Solids 1,5Iya Mixing Pumps 3 0tid (1 pe.r tpnk + 1 duty pump) 3,13 Section 415 5121 "Curse Bubble Diffusers" A. Amend Paragraph 1.06.6.2 as follows: "2. Alt oar piping shalt be sized so that the velocity in the pipe at 8Per t 4# the eslgn airflow is less than or equal to the folloWing values" 8. Amend Paragraph 1.06.13.4 as follows: "4. The equipment manufecLurer shalt guar�intee that the increase iri diffuser hack -pressure at the design airHaw specified shalt riot exceed 0,4 0.25 psIS after 1 year of apera tican end 040_5 prig after 5 years cif operation." ARTWLE 4 — DRAWINGS 4.01 Sheet I-005—PGLYMER STORAGE AN D FEED R&tD A. Delete "FLOW" feedback analog Input signal from PFU-5100 POLYMER PLED UNIT NO.10 to VENDOR CONTROL PANEL B. Delete "IDDSE" setpoint analog output sJgnai from VFNDOR CONTROL PANEL to PFU-5100 POLYMER FEED UN1T N(),10, C. Add'COPOMON ALARM' discrete lriput signal from PFU-5100 POLYMER PEED UNIT N0.10 to VENDOR CONTROL PANEL D, Delete "FLOW RATE." virtual 1/0 point from VENDOR CONTROL PANEL to DROP 8f 58. Addenawm Na. 1 coos 15 - 9 FTW17418 — VCWRF Sludge Th Irkening ImpravvFri E!nts City PrOjeEt No, Q2647 1, Detete "POLYMER DQ5E" V[rtual if Q polnt from VENDOR CONTRO1 PANEL to DRUP 8/58. F, Add "PFU COMMON ALAR[W virtual I/O point From VENDOR CONTROL PANEL to DROP 8158. G. Amend "VENDOR CONTROL PANEL" to r tl "GST/RDT VENDOR CONTROL PANELS" 4.02 Sheet 1-C15-DETAIL I A. Amend "ALUMINUM BAC PLATE'(1216 . MIT" to read 116 STAINLESS STEEL_ BAC K P LATE. (12 GA. M III)" B. Amend "SS NUT, FEAT WASHER, AND CONCRETE ANCHOR BOLT, " OR IX' (TYP OF 8)" to "316 55 NUT, FLAT WASHER, AND CONCRETE ANCHOR RO.I.T, ' DR A" (TYp or 8)" ARTICLE 5 - DRAWINGS 5.01 R�-plate the following DrawIn s. A. C-17 PAVING DuAILS I & TF-M4 THICRFNING FACILJTY - NORTH WING -GROUND FLOOR DFIVIOUTION PLAN C. TF- 5 THICKEWNG FACILITY - DEMOU TION PHOTOS I D. TF-Mll THICKENING FACILITY, DEMO LJT10N PHOTOS VI €. TF-rA18 THICKENING FACILITY -SOUTH WIING-GROUND FLOOR PLAN F. TF-M20 THICKENING FACILITY -SECTIONS I G- TF,M21 T11ICKENING FACILITY -SECTIONS I1 H. TF-M23 THICKENING FACILITY-SECTI0N5 JV I. TF-S3 THICKENING FACILFTY - SOUTH WIN - GROUNO ROOK DEMOLITION J, TF-54 THICKENING FACILFiY - NCXRTH WING -- GROUND FLOOR DEMQUTIDN PLAN K. TF-511 THICKENING FACILITY -NORTH WING -BASEMENT GRAIN PIPE PLANS L- TF•512 THICKE NlNG FACILITY -NORTH WNG - SASEMENT DRAIN PI PE DETAILS W. TT-S!3 THICKLNING FACILITY - NORTN W LNG- DE MQLITION SECTfON5 AND DETAILS N, TF-514 THICKLNING FACILITY -DEMOLITION PHOTOS Addendum No. I coos Is- to FTW 1:7448- VCWRF Sludge ThIrkanirlg Improvements Gary Pralevt No, 02647 0, TF-517 TH I CKE IN I NG. FACI LITY — 50UTH WlN5 —GROUND FLOOR PLAN P. TF-518 THICKENING FACILITY -NORTH WING -GROUND rLOOR PLAN Q. TF-519 THICKENIN5 FACILITY - SOUTH WING - ROOF PLAN R. TF-522 THICKENING FACILITY --SECTIONS I S. TF-Al THICKEMNG FACILITY - GENERAL DOTES AND SYMBOLS T. TF-A6 THICKENING FACILITY SOUTH WING GROU.N0 FLOOR PLAN U_ TF-A7 THICKENING FACILITY NORTH WING GR1)UNO FLOOR PLAN V. TF-PZ THICKENING FACILITY -BASEMENT FLOOD PLANS W. VVT,M3 WAS HOLDING TANK5 -TOP APED LOWER PLAN X_ WT V4 WAS HOLDING TANKS - SECTIONS Y. I=-11 THICKENING FACILITY -NORTH WING BASEMENT CONTROLS PLAN Z. E-12 THICKENING FACILITY -SOUTH W ING BASEM E NT CO NTR OLS PLAN A.A. E-14 THICKENINNG FACILMY-SOUTH WING GROUND FLOOR CONTROLS PLAN 11313. E-32 INTERCONNECTION DIAGRAM I C.C. E-33 INTERCONNECTION DIAGRAM II DO, E-34 INTERCONNEC-nGN DIAGRAM III EE. 50-S5 STRUCTURAL DETAILS FF, SD-56 STRUCTURAL DETAILS Addwndum No. 1 0G45 15- 11 FFW1749-E - VCW RF Sludge ThIckenIng Impravernents City Prefect No. 02647 ARTICLE 6 — BIDDER'S QUESTIONS AND CLARIFICATIONS 6.01 On sheet C-5, NDte� #2, 7 & 14 are not readable. Can you update thls plan sleet? Response: The original uploaded Contract plan bid sex had viewing Is5u2s whEm using Adobe Acrobat. The entire Contract Plan bid set file has been reptaced on BIM 360. The n" file is narned "Vi'WRF Thickenlrkg CO2647 — Plans Bid 5et_Apri1 2020"- No changes have been made to the Contrast darks. 6.02 On sheet C-5, Note #3 is not readable. Can you update this plan street? Response: See response to 5.01. 6.03 On sheet PT -Ma, dote #10 calls for a 12" Dlsrnantiing Joint, This Is drawn more like an Flange Co�,pling Adapter. please verify if you want a dlsrnantling joint or Flange cotipling adapter. Response: Dismantling jofnts as'ralled out are regolred - 6.04 On sheet PT-M10, the last Brie is riot readable. Can YOU Update IhIs plan sheet? Response: See response to 5.01. 6.05 On sheet l'-M3, Note #3 & 94 are not readable. Ca;1 you update this plan s heet? Response: See response to 5.0. 6.06 Ref No. 1 - 23 3116.16 These are resin suppliers {i.e, AOC Aliancys, Ashiandj. W Duct manufacturers are IIsted in the spec as: l3eleo Manufacturing, NOV FIberGlass Systems (Little Rock, AX), Environmental Systems Response: See Addendtirn No.1, Item 2M. 6.07 Reference 33 05 01.02 Ductile Iran Pipe and Fittings. Can you please provide T.he pressure class of ductile. irfln }pipe required? 2.DIA says 1t will be as indicated 0 Section 3.02. Section 3.02 ju5t references Flydrostatic testing. Response: Will be answered in a Future addendum, 6-09 Please make avallable the following drawings (in ,step or ,dvug tbrmat). TF- M 15, TF-M 1.9, TF-M23, TF-A-7, TF-Al2, E-8, F-20, Intent Is to show the contractors that equipment will fit ,and WI1I not requare rnodification yr redesign. Response: Requested dfoWings have been uploaded to BIM -160- See Reference Documents folder. The drawings are for Informational purposes only and are not part of the Contract Documents. 6,09 Reference 33 05 01.02 Ductlle Iran Pipe and Fittings. 2.01 C 4 MechanIl a joint tee head bolts and rrut�; shall he 316 Stainless Steel. Can you verify? I bell eve the Fort Worth AddendLIM No- 1 00 05 15 - I2 F7W17499— VCWRF Sludge Thickening Improvements My Prujee t No. 02647 5tandud was to use V[an Coated or 30455. 2.01 C 2 Flange nuts and bolts $hall by 315 Stainless Steel. Cara you verify? I believe the Fdrt Worth Standard wasA193 Grade B8 /xylan Coated Nut. Re�panse: Flange ants and belts shalt be 316 stainless steel. Mechanical joint tee head nuts.and bolts shall he Xylem coated. Se6 Addendum No. 1, Item 3.10_ 6. 0 Reference sheet PT-M6 pipe Gallery Klan and Seetion5. Man or sections du not'show arsy pipe sLrpport or details for required supports. Please adviser needed supports for this area, Response: Will be answered in a future addendum. 6,11 Reference 00 4101 Schedule Df Suppliers_ Can this form be submitted after the bid with the minority docurrtentar�dtt, Response: See Addendum No. 1, Item LOZ, 6.12 There are a lot of bld Items that will need to be left open until the last Few minutes unless we have a "Last Minute Add/Deduct" bid Item to use. We will have to cot the quotes off from our suppliers In enough time to fill In al these items and get the bid fumed in. Thii could cause the city to miss out an last minute c lsa form suppliers. please consider adding.a last minute +/- hid item. Response. An overall add/deduct bld Item will not be provided. 6.13 Are there arty fees associated with I,he permits that the city has already applled for that the contractor is responsible for? Response: A]I City permit fps are warred as this is public funded work. App]Ica ntS must contact the fort Worth Planning and Development Departme5t for waiving of peFmIt fees. The application for the building permit has been submitted and is in the process of apprc vi 1. The contractor will. need to Paull It, 6.14 On the left side of plan sheet T- 3, there are 4 each, S" bu lterfly valves called ottt. Ho ever, Pn the schediiW at the end of spec section 40 05 64, it calls for 2 each, IX butterfly valves, Flan sheet I-10 has the butterfly valves at the blowers outside at the packaged area, and spec section 43 1.133 doesn't men don the Butter fly valves. Please claffy size/quantity of butrei.fly valves. 6.15 Response: S1:e Addendum No. L, Itern 3.12. 6.16 SpucIficatIon 33 11 13.14 PipIng System, Sta I ri Less Steel.Page 4, 2.01, Part G, states that stainless, steel pipe ar d fittings shall he sandblasted and cleaned wifli solven C or other means acceptable, SandblastJng is a norrnaI process for the fabricatlori of stainless steel pipe. W111 you accept a standard arnm�rslr,ri pickling firnlsh? Response: Finish shall be Na_ 1 or No. 28 per Section 33 11 13.14, 2.01,A. Addendum No_ 1 00 (15 15 • 13 FTW17498 -VCWRF Sludge Thickening ImprovemenEs City Prajert Na_ 0264T 617 Are specificatlon and drawing5 available far the GBT fume. hood? Are any supports needed foe the fume hood? Response: See Addendum No. 1, Item 4.03, Drawings TF-M20, TF,M21, TF-517 and TF 522- 6,18 PI'ease tons Ider 7 30'days to substantial c€ mpletion 8 n d 790 days to final. This Is a very complex, phased {project :end we warft to ensure we have enough Urre: Response: W& wrlLuc risider, but are not extending the contract duration at this time. 6.19 please confirrn.that the Owner will pay for testing lab services for egrthwo.rk'ind concrete related testing. Response: Per section 00 72 40 General CandlOons, 13.03-R, Page 54, "Contractor shall assume full responslbllity for arranging and obtainlgg such independent inspections, tests, rerests, or approvals, pay all costs in connection therewith, and furnish City the required ceriificates of Inspection ar approval I -•I", All testing Is the contractor's rtespnn011KV and Included withing the contract. &20 The pra-bid rneat ing agenda states we are to submit a project speci Fit prequaIiIFIcari0n J11 order to bid. In the mL-8tIng wrap up 0istussIon, it Was stated our standard Fort Worth Pi,equaIIficetion would be acceptable. if we need a project specific gValifIcation, when are those due and what forms should be used? Response: A project specific prequalI flcatIon is not required. only FWWD standard prequaIificatlon is required, The. contractor must be current on the FWWD prequalifie.d contractor 11st a hand an appropriate v;irianc€-, 6,21 The bid form states "Unit Pike Bid." Your will award on total' base bld plus the deductive alternate, correct? Response: See Addendurn No. 1, Item 2.01, 6.22 Please consider reducing the amount of bits items an the bid form. The nature of plant work bidding makes It very difficult to break but these numbers as we scramble to get a4rt bid together III the final moments. We can eaMly provide a better bre;*doWn after the bid or with our schedule of values. Response: We will consider, but the nurmber'of bid Items Is not being reduced at thM. time. 6.23 The bid farm in the strecificatic ns has numbers already filled in the totals. Can we get a cl#an copy of this document? Response: Yes, see Reference Documents folder In BIM 350. The excel file Is. provided for preparing the Bid Form for the contractor's convenience. The Engineer/City does not taW respon51hil4 flar checktrig of nUrnbers and all ealcula�ions are the respon!iIbiII y of the cantractar. Addendum No. i M 05 15 - 14 F7W 17498 — VCW RF Sludge Fhickan!ng Improvements pity Project No. 02647 6.24 Reference 00 52 A 3 Agreement, From Articte 6.1 and 6.2 of the contract; "This indemnification pmvision is specifically intended to operate and be efFer-tive even iIF it is alleged ar proven that all' or some of the damages being sought wore caused. In whale or in part, by any act, amMicn or negNgence of the r-Ity." Please consider modifying this. How ran the contractor be responsible Far the sale negllgence of the City? Additionally, In the supplementary coed€tions, it adds ""conswltarit"' to the Indemnified partjes whJch further Increases risk on our part. Response: Fallowing b€d bpening, awarded contractor may submit a proposal to the City aFFor t Worth deviating from the contract. The C'Ity will review proposed changes to the contract. Where is fro guarantee of acceptance cif any suggested changes, 6.25 Is substantlal completion considered when the "entire".projbct is substantlally complete or -will the Owner accept certain portlanr . of the project as substantially completed even If other areas have work continuing? Response: Per 00 73 00 Supplementary t:ondltlons, SC-14.10, PaZ6 5, project will be .sobstantlally complete after O&M manuals have been approved, equipment testing and startup has beers completed, and 0&lvt training complete, and fieid-performarice testing has been completed and approved. This is applicable to the entire project. Other areas of the project are expected for work m-co nfiriue foNo irtg acceptance of sub5tantial completion. 6.26 Is there a dedicated specificat€an far the concrete pressure injection Fisted in bid item # B-13? Response, Reference 03 43 00 Corie{ete Repair and RehabiJitatlon. 6.27 Js the weight of the existing blend tank cover known? Are shop drawings available for thIs cover? Respaw e; Yi= , see Reference DGcumr+ntsfolder In SI J 360_ 5_z8 Drawing WT- }4 WA5 Fabling Tank 5ectlons shows the elewalan of the manifold at 464.5' and the boar elevation at461,S'.....Please confirm. Respom;e: 'rhe manifold elevation is at the cliscretlon of the selected dlffuser manufacturer. The ftoo r elevation of 461.5' is correct 6.29 Reference 46 5121 Coarse Subb€e DIffurers. Paragraph 1.06.A shows the maximum pressure at the tap oVthe dropleg at 6.1 p5i.- P€ease confirm max pressu re artid submergence: Response: Yes, 6J psi(g) Is the maximum pressure at the top of dropleg. 6.30 Reference WT sheets and 46 53- 21 Coarse Bubble Diffusers, Contract dra irkgs show 8" drop leg s and Paragraph 1.06,B.2 states that the velocity In the pipe at 150% of the design -airfJow needs to be less than or equal to 300oftf sec (for 4"-10"j,,..Howe �er, at AdderfdLim NO-. 1 00 05 15 - 15 FTVV 17495 — VF-W RF 5rudgg ThlckeningIRlprpverneats City Projpct No. 02647 1890scfm (150° Design air) a 10" dropleg. will be needed to be under 30001IF M[n,,,Please canfirrn If an 8 inch dropleg is acceptable, Response: See Addendumr -No, 1, item 3,19, 6,31 Reference 46 5121 Coarse Bubble Diffusers. Paragraph 2.04.A states that the pipe supports shall not exceed 12' maximum spacing,,,anitaire standard for stairnless steel systems pipe %pports Is 17.5' maximum spacing, Please confirm the maximum support spacing allowed, Response: fvMaxlmam 12' spacing will remain in the specifIcation. 6.32 46 33 33 Polymer Blending &- Feed Equipment Paragraph 2.02.C- Baser# on the Unit size required the rnfx chamber motor needs to be 1 HP motor in Neu of 1/2HP. Paragraph 2,02,E3 - UCSI recaminends that the progressive cavity pump Utllii!e rnechanical seals, as packing seals tend to leak and require addi00naI maintenance. Paragraph 2.02.F.1,d UGSI design does not require a pressure differential switch for loss of water. ThE! rotameters have level Fwltches that sense a loss.df water and shutdown cor d1flort. Response: See Addendurn No, 1, Item 3.17 6.33 1-005 Poiyrner Storage and Feed P&ID 4. The control sign aIS'Shawn an Dra vving 01�005 do not rliatch speclfi"tion 46 33 3 : Section 46 33 33 - Paragraph 2.02.0 has rotameter flow Indicators with Integral rate adjusting valves_ The ratameters do not provide an analog flow feedback sign to the control panel. Only a discrete on/rrff signal far loss of water flow. Please review and confirm. S. The control signals shown on Dravuing #1-005 do not match spec If ica tl on 45 33 33, Sec tlan 46 33 33- Paragraph 2.D2.G has rota meter flow Indicators with integral rate adjusting valves. The Integral rate adjust ng valves are manually adjusted and set. The control scenaHa stated In section 46 33 33 does not have a capability for art analog dose input sigma]. Please review and con Firm, 5. Per mote 2, the Polymer Feed Lquipment I5 hardwired direct to the c.arri!: �ipcindiing gravity be Itthickener and rotary Drurn Thickener control panel. The equipment does not heave a M01)BU5 TCP/IP Flberoptic Interfam. Response: See Addendum 1 for Drawing I-005 changes, We confirm for Item 4 that the analog flaw feedback signal will be, replaced by a discrete "Carnmori Alarm" signal indLsive of "loss of water" and other alarms 115ted Within the speOfication. We conrirrn for Item 5 that the analog dose Input signal shown to the PFUs will be deleted as dosage controls are provided w the Thickener / Gj5T PLC parcels, For i tCFn Sr we can firm that the PFUs will Interface with Thickener/ GBT VENDOR CONTROL PANELS via hard iced signals. -Specification 46 33 33 has nn requirement for Modbus TC?/IP comrnunications from the PFU systems_ The Thickerer f GBT PLC control panels will. connect to the plant DG5 system +pia fiberoptii: Ethernet. See contract drawing 1-002 for more clariflcation, Addendum No. 1 .00 45 1S -16 FTWI749B -VCWRF 5iud$eThi�:kenIng Improvements City Projijct No. 02647 5.34 Is the new shop primed roof structural steel framing and the underside of the new gaivaniized metal roof decking at the Thickenlrlg facility Building to be field painted? There are no Indications to paint the new steel framing or galvanized decking and Two .systerrrs for Ithe steel framing or the goivenIzed decking, Response: Per 09 96 00.01 High -Performance Coatings, 1.01,B. Thickening Facility exposed structural Steel, hot nevi+ anti exIsting is to be painted, Per .1.01.C.3, gaIva ni4ed materials are Trot to he painted. 635 Reference 09 96 00.01 High Performance Cuatkigs, Port 1,0113Ah lodicated floor of polymer containment area in Thickening Building to he coated. 1s thls the only floor area to get coated? Response: The polymer containment area Irr the Thickening Building and the new E1'ectricaI BijiIding floor w H I he coated. 6.3b Interior Fiflish SchedLi le- on Sheer[ T1 -A1 indicates FS-I �Protectiue Coating No. 3) at new and existing cDncrete flflors . System 3 is for new anti c!xistinp, electrical equipment. Please clarify. Response: See Addenda No_ 1, Item 4,03.S. 6_37 Architectural sheets show gypsurn I�oard walls on ground level of Thickenlrig BuIlding, Akre these walls to be painted? Please specify system. Response. See Addenda No, 1, Item 4.03S_ 6. 39 Is; the new F-RP odor control durtvwark to be painted? If so, please specify a system. Response: No. 6 39 N. the new 1-1VAkC-durtwork to be field painted? If so, please spEclfy a system. Response. H VAC ductwork is aluminum and does not need to he painted }per Section 09 96 00.01, 1.OLCA, 6,40 W III there be a need fGrtemporary ar permanentfOnce7 Response: TemporarV fencing is trot anticipated to be needed_ However, security Is the - responsibility of the CDntfat~tor. 6.41 The Protective Coating spec 09 96 01 callF,-for a new manhole:to be coated. CouEd you confirm the diameter and vertical feet of the new manhole? Response: Per 510-PA5 Mechanical Details, Retail 302, manhole diameter is 60". Grade elevation at manhole is approximately 474,00, Addendum No. 1 FTti1V17498 — VCWRF Sludge Thickening Improverments City Prz)ject No, 02647 000515 • 17 6.42 Reference 0 42 43 Proposal Form. What is the percent so11ds of the material in tN! blend tank that is to be cleaned out as part of bid Item 13-9? If the percent solids of the material Is unknown, what percent should be used fog' bidding purpose.0- Respa nse: Sludge in the Mend tarA is ant Icipated to be about 3% tota I soil I& Payment will be made an a unit cost basis in dry tons of material removed as indicted In the bid Porm. 5.43 ClarifIcadore- The fe 11 ovving dijeuments have been uploaded to thE! 131M 360 Reference lulater.IW folder; A. Electronic CAp drawings fo.r TF-MIS, TF-M19, TF-M2.3, TF A7-, TF-Al2, E-0, -and L-8 B. Bid Farm and Proposal Form in excel C. Plan Holders list D. FxistIng Drawings for the following projects 1. 197015 MGD EXpansion. Project 2. 1975 51 M66 EXPq nsion. Project 3. 1983 Standby and 11-I1gh F14aw Facilities Phase 11 Unuent 1 ters 4. 1996 Sludge Management Project Digester and Thickeners 5, 2002 Hlgh Rate Clarification Project ACCEM'ANCE: 'I'Iie undersigned daes hereby agree to the additional* stjpullulion�i, aeecl lerinx on(Iiued jig Addendum Na. I to the plums and speeif Gallons for the VCVMF Sludge Thickening Improvements, City 1'rajeet Nu. C0 6,17. 4C:H EDULEU BID DATE: May 21, 21120 Rt, CEIPT AC KNOW LEDC. ED: By: Title: Company: END OF SEC;110N Addendum Nb. 1 00 OS 1s - 18 FT 17498-VCWRF SJudge Thickening ImprovamERnts Clry PojLecL'No- 02647 Note. Circle the name of the rnanufacturerlssjpplier of the following specified systemlequiprnent that Contractor will furnish. The apparant low bidder must su hrriit the Schedule of Supplier farm within three f31 business days after Bid Ouenina. Specification Item No. $ysterrlfl=guipment Description Supplier/Manufacturer Sec#ion a. A A1: =� RorT4! 13elco [)lama turinjt 1 23 3'1 15.16 Therrrrt�s t Flberndg I tl Plast.rc b. Ashl�fld NOV FiberplassSystems Ar essofire DgCt5 and AtteSSofJes< c. EFiyirun mentAi SY5 LWS a_ Aernven#; a Twin City Fan Company h. 3re.1dert. Al Prod uctsi Inc. Gee al Rae! veftt;la�er4 r., Cook, Laren Company 2 23 34 23 HVAC Povder Ventilators d. Greenhack Fan Corp. e_ JenrrF;fr1. 0W, of J3reidartAle Pc6d.urts. IhO. . . . F. Penrt$arry a. EnginPQred A I r Trane 3 �.3 74��3 lndIv�ct-FlriM, Outdoor, Heatin"MV r-. Ternt c. tntrnl, Nort+;c Air Makeup -Air QnJis d. York, A JGI Cdhipany e: CaTtler a. ASIR pad Mounted. Liquid Filled, Medium b. Cooper Power 5ysterris 4 25 12 19 Voltagp Transformers c_ Eaton d. General Electric (C.E,) a. Eaton 5 2G 24 13 Switchboards b. GE/AB3 c. Squaru D, by Schneider Ffer:tric a. Square-D �Schneiuler Elecr.rlc} AItluar 6 262R 23 Variable-f requenry Motor Centrollers J . AIIen-Bradley c. Eaton a. Carning Cahla Systams Corp. 7 27 15 23 Flber Optic Equipment b. Comm Scope C_ Systimax a. Whipps 8 40 05 5d Fabricated Gates b. Funtaine G. Golden Harveii a. DeZurik b, Pratt 13 40 05 62 Eccentric Plug Valves r. Val-MatJc rh Crisper Vaive a, Hallan strainer Company 10 r3{J OS 89.14 Automatic 5trairFer b. Approved Equal a, Ace-IndustrIf s, Inc. b. Konerr+aries, Inc- 11 412213.13 Bridge Cranes [', Oral CT -One Systr2MS Iris. 0. ProsefvCfane Group a. T1nivarsal Biawar Pac Rotary Lobe Posltive Displacement b. Aerfen 12 43 11 3� Blcswers c. Spencer Blowers d. liabuschr by Gardner Denver Sdiedule of Supplier FTW17498 - Sludge Thl&ening Improvements pity Prej"T No. CO2647 f��1i41 Note, Circle the name of the rnanufacturerfstlppIier of the following specified systemlequipmerlt that Contractor will furnish. The a P Parent low bidder nmtast gubmit the Schedule of S up P11er form within throe 131 hu9iness days after Bid 0Dan Inn. Specification Itom No. Systern/Equipment Description Supplier/Manufacturer Section Non -Clog Dry T34 Self -Priming Centrifugal A. Gorman-FRupp i3 +� +7J 55.U9 Pumps b. U�EMCO/Cnrriell Pumps 14 4� 56,1 induced Elmo+ jReeessed Impeller) a. VVeMW Centrifugal Pumps b, Hayward Gordon a, Moynof f�lor�uuflo IS 44 42 5E.13 Progreswe Cavity Pumps t5ludgel b. Netzsche r=. Setspex a. Moym ilmonofln 16 4442 5fi_14 Prngresslve Cavity Pumps {Polymer) b. Neuthe r=. �eupex a. Belco Manufae�unng Company b. Diamond Fiberglass f lberglass lteinforted Plastic Chemical t. EFshigs, Inc, Storage Tar*5 d_ LF Manuiarturing e. R"t. Industtlr s F. An -Car Industrial Plastics a_ UGSI Chemir-al Feed, anr. (PolVblerid) 18 AIj 33 33 Pelym-er Wending and Feed 5ystorn b, UGS4 c. Veloc" 0Vrtamirs, tLC. �Velodynej a_ Vaughn RotaMix b• Hayward Gordon HydroMix 19 46412, Sludge Mixing System c, MT5 Jez Mixing d. tandiaiMazzei Mixing a. Xylem S.anitafre b. 551 Aeration, Inc. 20' 46 51'21 Coarw Bubble Oiffu,�em C_ EnviFD"MP.ntai Dynamics InTernatlonal d. Agijarius Techrioiogles, LLC. a. Anciritz 21 46-71 1f Griivftq 3elt Thirkisn 06 h_ Alfa Laval/Ashbrook-Slmnn-Hartley c. 15DP a. Andrltz b, b, Alfa LavalfA5hbrpokwSjmon-Hartley 77 4� 73 33 Rotary Drum Thickeners FKC d. Parkson Schedule of Supplier FTW 17493 - Sludge ThIrkening Improvements City ProJert Nu, CC 2547 M4101 A B C D M N O Q 11 2 3 f' #f T7 1 DC UI �' t.tType 1 !O Try No. , 110110 Historical Updafe RaIa (see) Infa 11istorica1 Ltl glp Note 4 58 1_008 nmr9nn VA4 ananR11_� no_1_1t crPOLYMER i W k 59 1 005 RTU 90 VA A'Tn�G f WA } N 64 I.OD5 RT'U-90 VIJI I7)RSJ0432QA VOLYMER *A RIAk 101190a 1 VAI nnoti_�1n0_1-1-�iticr nnr 444F4R.1 1 i WA � -021-00✓ 41 VAO T-9 2038cc MA I N(Ak N/A 4 W..A x I 107 r•OD5 RTU_5] VDI FDR91432QA POLYMER 144 1005 R:Fu 92 VAI AR9201IF4 RGLVA4ER- uj& nTU 92 VA e�ron_�_�22o3SC I WA NIA h ,501_cn R'110_52 YDr P.RB2432QA POLYMER :,87[005 VA4 I non TrL3 nnr � 1881_006 RTU VAO nTon_�_��2o�n�cr i ❑()L*N49n } y 1931.005 RTU-53 -VDI DRD4311QA PULYIYILR NIA 14 230100 OTi QA VA4 n W 4401 1 cr NIA 2311985 RTJJs94 VAe e N4 NA NIA N 236 1+005 FkTU-94 VDI F)R(J 1d3ZQA IsOLY .It 273 1 005 OTU 95 VA n on�Ti 4 c-r N/ } _Y 274 100.5 RTIU jj *AO eT95203SC NA I y 279 Jd005 ?VDT VR95432QA PQLYWR WA N(A N 316i 1 005 RTU 9 VA4 n RL4CQI r> rr> rPOLYMER I N/A 4 _Y 3171-005 nm� VAO n rocz.�o2on�cr PQI.)(N46R NA I y 322 J-W5 RTU-96 VDI f3N%Q2QA POLYMER NIA NIA N 359 1005 UT[i_o_�_r67 VA4 n nn rA 1 z r r ran =L 360 1 005 DT VAO _7203S03SC NA I y 365 t�OW RTU-0 VDI €?R4743MA 11OLY-WR NIA NSA N 402 1 005 RTU 98 VA4 n n no g 1 crPOLYMER N/A } Y_ 4031_009 nT� U 9 VAO n-roarz�8203SC NA I � 408 IWM R U-98 VDI DR9943)(JA MLYAMER MA 4451� 90-.S 111 D-33 iJ1J n n nni 1 WA 40 61 93A - Page 1 of 2 A B c D M N 1 O Q 1 Histor ica I Info. z OCII/R7' 10 f'F%ID Tag Nm 3 tf V.ilp a Update Rate Historical r.0 1.0 (Sec) Loffghsg 4 446 i-005 DTTU 99 VAg IAT-99203SC 4 -Y 451 [-Wa- IV Ii OW.O4 PQA IPOL. VMER 1 WA N1A N 40 61 93A - Page 2 of 2 t�, I& FortW l■ V i I [age Creek W it I er Reclujimflo mad|@ S|nd■|eThkh un ing|m Pruvem en R 0 ly fr■|ktNo. CO2647 ADD£NDUrvi NO. 2 BID RECEIPT DATE 2(124) ■ fa I lowi ng ad di dom.d@kbn% mad me ations, or d arific atlions shal|be made to th@ a ||a■ r�on■ of the Co ntrac t Dom M e nts. Off mor m u A ac|now¥ ercm pt olths Add end m in thespace provided on #hem d Form. FREESEANU NC HOL%INC. TEXAS REGISTERED ENGINEERING FIRM F-2144 Reviewi and Approved By. EdaGode .P|l), P.E. Scm2itH■In�r Wa£rDeparmeil| addendum N .2 [TW1 — +RfgoAeThckm7C@mkmmb W W — City Rm t . 02G47 ARTICLE 1— ADDENDUM 1,01 Arnend the Contract Documents A. Make the add itlons, modifications, a deletions to the Contract Documents described In this Addendum). 1.02 Acknowledge Addenda A. Achnowledge receipt of this Addendum in the Hid Farm sutrrnitted for this Project. FaIIure to acknowledge receipt of this addendum in the -Bid Form may render the Bid as nonresponsive and serve as the basis for rejecting-Ithe $id. ARTICLE 2— HID REQUIREMENTS 2.01 Section 00 1113 "InVltatlon to Bidders" A. Replace "Document--aaMil natilon and Procurements" paragraph Page 2) With.the following: The Bidding and Carivact Documents may be examined or Dbtalned on-line by vlsilting the City of Fort orth's purchasing 0103ian website at http:/Iwww_lortworthtekas.gov/purrhasinpj and clicking an the link to the advertised project folders on the OWs electronic document managerne i and collaboration systefn site. The Contract Documents may be dlo wnloadcd, viewed, and printed by interested contractors and/or suppliers at the folCowing link! httas=lldocs.b360_Eiutodeisk,coat/sharesl28caafc:-�-29b2-4bbl-a61b-6c6-7a4 478af4 2.02 Section OD 4100 "Bid Form" A. Replace the Bid F*rm. 2.03 Section 00 42 43 "?Toposal Farm" A, Replace the Proposal Perm. 2,04 Section-00 52 43 "Agreernent" A, Amend Article 3_2 as folio s: "3.2 Finail Acceptance The Work will be substgntlally complete wlthin 6W 570 calendar days after the date when the Cantmct Time commences to run as.prayldLtd in P&Mrranh 2.03 of the General Conditions_ The Work will be complete for Final Acceptance within Addendum Na. 2 Fi 17498 — VC RF Siudge Thickening Iinprove meelts 00 05 1$ -:2 City Project No. 02647 "0 730 calendar days after the date when 41Ye Contract TirnQ comrnerlce5 to run .as provided in Paragraph 1.03 of the General Canditlons. 2.05 See-tion DO 35 13 "Conflict of Interest Statement'. A. Add section. ARTICLE 3-SPECIFICATIONS 3,D1 Ser-tlon 05 80 15 "Flberglass Relafprced Plastic Fabrications" A. Amend Paragraph LG4.A and rQiiiim E!r existIng- ftem51, 2, and 3 to 2, 3, and 4. "1. Des1gn the FRP wall for �1 lateral load of 15 lbr, per More foot-" 102 SectilDn 22 OQ 01 "Plumbing Systems" A. Renurnher Paragraphs 2.01 from A, 0, and-C to B, C, and D. 0. Amend Paragraph 2.01 adding the fplloWing: "A. Water PIning Above Grade: Copper Tubirn; For 4-1ngh diameter and less. (ASTM Q88), Type L. hard dra n Fittings, ANWAWE 616-18, cast brass, orANSI/ASMF 816_?7, WroughE copper. Joints; (ANSI/ASTWi 13.32), solder, (Grade 95TA) or Copper Pipe 2 through b inches may bc, installred gsing rgechanical typg- r-ouplings on roll- p,rooyed pipe, coupling liou5inp, ductile Iron (ASTM A.536) grade 65-45-12, with factory coat _copper_alkyd et�.ame.l_Pa1nt. baskets, �;a��ges, shai.l, be rated. for the systern by the manufacturer." C, Rep€ace Paragraph 2,01, subsectJon C with the foItow] ng: "C- Sanitary Drairt, Sanitary Waste and 1.eltt Piphig f DWV1 Buried, 1. Cast Iron, Plm (ASTM A74) !--ervice welght. Flttings: Cast Iron. All cast Iran loll Uipe and fftt€nI4 . shaII be marked with the collective trademark of the Cast I ran SoII Pi a Institute and be listed by N5F IntematIona I. ]olnts; H u b- a n d-sy liof CISPI 11SN compression tYPe with (ASTM C564) neoprene gaskets. 2. PVC DWV Pine: PoNvinyl Chloride, Schedule 40 IASTM D266511 aloe. iand fIttIno (ASTM 02466. 3, PVC 5,-Wer Pip12 (beVorld 5 feel: of b0ldlnn)-, Pulyvinyl Chloride Grivity Sewer Pipe (ASI'M 1034) SUR 3S, nr IAST M F789) 135 46 anrf Ht€inks, wir11 elastome ric hints. fUni-Bell 13.4-82, ASTM D3212)." D. Replace Paragraph 2.01, rghsectian D with the following: Addendum No ou M 15 - 3 F7W1?49a- VCWRF Sludge Thickening ImaraverneR1-s QRy Project No. 02647 " 0 . Sanitary Drain, 5anitarV Waste and Varit FilPirig WWV) Above Grade: L Cast Iron Pine; (ASTM A711, service we1,aht. FittIngs: Cast Iron. Jaints. F1ub- and-spigot, CJ5P1 HSN cornpre 55iiDn type with (ASTM C5641 neanrene Baskets. 2. cast Iran Pipe, CISPI 301 hubless service w I ht. FIttlnes: Cast Iron. AWN cast ifonpipe and fittings shaI'll be rnarked with the coIlectiye tradernark of tine Cast Iran Soil Pipe Ir,stituti� and shall be ll�ted by NSf Internatlpnal_Ja.Ints. Cast- iron coui�lings (ASTM A48, CIris 30-Al with neoptone skets (ASTM C1777, ASTM 0412 18-8 and CISPI 3101 stainless steel halts and nuts. manufactured MG Plipling Praducts Co. or jegua1. 3. Copper Pipe: (ASTM 9306), D W V. FittInRs, (ANSVAS ME 616.3b cast bronze, or t ANSJIASME B16.291, wrought copper_ Joints; (Ah1SIJASTM B321, solder, Grade 508508. 4. .EVC-Pi ae: tASTM D2665).. Schedule 40. Fittinigs: PVC D W V Type, Schedule 40, [ASTM D2665. J ]nts: ASTM 0 28 55and Lgj 64L solvent weld. PVC p]P installed In plenums and above ceiiln95 Shall be wrgpped car coated with an aoproved fire retardant to camPly with the local code." 103 Section 26 24 13 A. Delete Paragraph 1,03, ?wbsectlon A, sijbparagraph 7, subser_tlon e. B_ Delete Paragraph 2.01, subsection L. C. Delete Paragraph 2.0-1, subseotlon P. D. Delete paragraph 2.CX, suhsection CL subparagraph 7. L. Delete paragraph 2.C5, subsectton B. 3,04 Sect lon 33 05 01,02 "buctIle Iron Pipe and Fittings" A. Amend Paragraph M2 as follows: %. 5chedule Process Abbreviation Ripe Diameter (in) Pra5sure Worklqg Pressure_ Class BW 24 anal Over fUU -- — U PSI D 12 and Under 350 5 PSI D 14 to 20 250 F€''S °17. and Under 350 4. 0 P51 Addendum Nu 2 p045 Is - 4 F W17498 - VCWRF 51ur1ge Tfi1rkenIng Improvernents 0ty Project No. 02647 NP 12 �iftd under 350 00 Psi P5 12 and Udder 350 40 Psi PS 1. L�o 20 250 40 PSI PW 12 atrfd Under 350 00 psi RS 24 and Over 200 40 PSI sw 12 artd Under 35D 40 PSi TS 12 and Under 350 40 PSI s TW 12 and 4 so Psi WS 12 and Under 350 40 PSI. 3.05 Section 40 70 00 "Field Instruments" A, A66 POragraph 2.19 as follows; "2.19 DIAPHi AGMSEAL - ANNQLAR FLANGE lVIOUN'rED A� Ty!}g-: 1_ Line mDunted. between two flanges. 6. Fonctim/Perfarrnance; 1. Pressure Limlt; Cccrespond to flange ratIrigs. 2. lrkside diameter s h A I mriform to thg dimenslons of the (Ap2 Where the seal is Installed- 3. ANSI or DIN flanito class &hail be eaulvalent to the Hang! glass of this p[pi ng where the seal Is In-stailecf. DoItIng dimensions Shall conform to ANSI or DIN drffllrxg 5Pecif[cations as required by the irrstaliation. C. Physical. 1. 66dy r6a{i r�ak; 316:5Lai nless &tee 1. 2. Flange material: Carbon steel. 3. Proce!;5 connection; 1/4-inch NPT. 4. Sensing Sleeyy: BVrra-N, Addendum No. 2 DO 05 15 - 5 FTUV174W—VCMF Sludge ThickenIng Improve mf-nts City Project Np, 02(347 5. Sensing.Liquld. Slltgane Oil. d. Manufacturer(s)- I. Real Vaiv�! Company, 1 1.; 2, Ashcroft 3, Wiki3 4. Approved eQuak." 3.06 Section AO 70 OOA "I le Id Instfumertt; — Attachment A" A. Delete and replace in its entirety, 3.07 Section 4122 1.3.13 "Bridge Crarteks", A. Amend Paragraph 3.04 Table as follows: Location: Sludge ThI1,ken ing Facility Equipment Na.: paylagd: 4 Tads Ruhway Beam: Existing �lertrlc�llfplta�e — 45OV-3 -6OHz VAS : Bridge Speed: 100 FPM, rnaxlrnurn Trolley Speed: 80 FP , maximum Holst Speed: 20 fPM, maxlmurn Nook Elevation Ral5ed. 486,00 (rnInj M urn) Lowered: 464.5 Existing Ramkay Beams,. Le, nth: 148' L-5" Swm ( entiered on I -Beams)= 38'-2.51, * "`when fljlly raised, the bultom of thE! hock eIevatJDn most bP at a minirnUm eli +vatiion of 486.0D. Mainulacturer's that eannotachleve this will not be acceptable. 3.08 5ertlon-45 4121 "Sludge Mixing System" A. Amend the, fJrst sentence of Paragraph 2.D2.A as fa11aws-. "A. Provide fk3GFa e-mounted double nozzle mixing assemblies, air-epreserrt d-in tip— drweft:F." B. Delete and rep tace Paragraph 2.02.F as faltoWs: Addendum Ro. 2 0005 15 - 6 FrW17498 — VC1NRF Sludge ThIckenIng I rn provements City Project No. 02647 s " F, P1pe suPoo rts shall be fabricated from 316 stainless stget," 3.09 Sect[on 46 51 21 "Coarse Sub ble D fFu5ers„ A. Amend Pgiragraph 1.02.E. "5. Evogua Water TechnalngRes, LLC" ARTICLE 4 -- DRAWIN S 4.01 Sheet T-M3, Top ?Jan A. Replace cal Iout for 8-WS-5 connecting to exFsting pumps,. two I Dcatio n s, wi t h 14- W-S-S, 4.02 Sheet VVT-M3, Notes 8y 5ymboI A. Amend Note 8 as follows: 1, 16" x 14. �„ ECCENTRIC REDUCER INSTAMID FLAT SIDE LJP" 8. Amend Note Sas foilows: "9, 14" SL PINCH VALVE. VALVE SH&L HAVE A 14" X 8" CO N E D SLEEVE C. Amend Note 13 e5 follows: a13. CONNECT TO PUMP WITH A 14" X V ' X W RE€}UCFR" 4.03 Replace the following Drawings: A. TF-Al THICKENING FACILITY —GENERAL N07E5 AND SYMBOLS B. TF-A2 TAICKENING FACILJTY — DEMOLITION PLANS C, TF-A3 THICKE N ING FACILJTY — EXTERIOR ELEVATIONS DEIVIOUTION D. TF-All THICKENINGS FACILITY -- EXTEMOR ELEVATIONS II E. TF-Al2. THICKENING FACILITY— BUILDING SECTIONS I F. TF-A17THICKENING FACILITY —BUILDING DETAILS II t. PT-M2 EXISTING GRAVITY THICONEAS PIPE GALLERY DEMOLITION H. PT-M3 EXISTING GRAVITY THICKENERS DEMOLITION PHOTOS I L PT-M5 PRIMARY SLUDGE HOLDING TANKS OVERALL PLAN J_ PT-M6 PRI:M CRY SLUDGE MOLDING TANKS PIPE GALLERY PLAN! AND SECTIONS K_ PT-M7 PRIMARY SLU05E HOLDING TANKS PIPE GALLERY AREA PLAN Add erid um No. 2 FFW174948 — VCWRF Sludge Th€ckenin& Improvements Cott' Project No. 02647 0005 15 - 7 L. PT-M8 PRIMARY SLUDGE HOLOING TANKS PIPE GALLERY SECTIONS MD DEnTAIL5 M, PT-M9 PRIMARY SLUDGE HOLDING TANKS -SECTIONS N. 1-3' THICKENING FACILITY — ROTARY DRUM THICKENERS Pill] 0. 1-5 THICKENING FACILITY — POLYMER STORAGE AND FEET] P&Ib P, 1-6 PRIMARY SLUDGE HOLDING TANG{ PROCESS FLOW DIAGRAM Q. 1-7 PRIMARY SLUDGE HOLDING TANK — PROCESS AND IN51-RU M ENTATION 0IAGRAM R, 1-9 WAS 110LDIN6 TANK —PROCESS AND i N STRU M E NTATI 0 N DIAGRAM S. 1-12 BLEND TANK — PROCIvSS AND INSTRUMENTATION DIAGRAM Y. E-5 THICKENING FACILITY SITE POWER AND CONTROfS PLAN U. E-22 THICKENING FACILITY DUCT BAIT SECTIONS II V_ E-24 THICKENING FACILITY PANEL SCHEDULES II W. E-26 THICKENING FACILTY ONE LINE DIAGRAM I E-27 THICKENING FACIIITY ONE LINE DIAGRAM 11 Y_ E-28 THICKENING FACILITY CNI LIME DIAGRAM lit Z. E-30 PRIMARY SLUDGE HOLDING TANKS — POWER AND CONTROLS PLAN AA. SD-M4 MECHANICAL DETAILS ARTICLE 5 KIDDER'S QUESTIONS AND Ci..A1RIFICA'PON5 5,01 Can you please pravide the pressure class i f ductile iron pipe required? 2,01A says it will be as indicated In Section 3.02. Sea[on 3,02 just references Hydrostatic tt%sting. Response: See Addendum No. 2, Item 3.04. S.02 (PIpe Gallery Area] or the Sections do not show any pipe support or details for required supports. Pease advise needed supports For this area. Response: See Addendum No. 2, 1 tern 4_03. K grid 4.03_L. 5,03 In short, the typical re11 width of a coarse bubble system Is equal L-0 the depth of the tank. At a 13' S D and a 30' wide hasln w would recommend at least 3 header Ilnes to ensure adequate mixing. As it stands with everybody narnEd, we would not feel comfortable bidding into this, as our competitors have been known u) just "bid to spec" and win omt on prise alQrle. We would not feel comfortable bidding the system without at least the additional header line clarllh�d. panse: No change to SpeElflrations. Addon&m Na, 2 0005 S 5 - 8 F TW 17498 —VCWRF Sludge Thickening I'm pmvaments City Project hid, 02641 5.G4 The local building codes Section 0131 00 is not in t Ile specs. Al I appl Icable 9ect3an5 should be included correct? Response: SLe Adderidvrrt No, 1, Item 3_01_ 5.05 On the FRP wall, will a vacuum nead lo. be accounted for in the design sinde the hood i'art he pulling in air while the doves acre closed x Response: See Addendum No. 2, ltem 3,01, 5,06 Btd Items B22, B23, 1324, B2.5 are vague in.desr=ription. We need tD Include c05l5 For 'lowering" the piper but how low? There are substantial dirferences in casts between lowering a pipe 2'-3" or 10' and wetlo don't know how deep the initi.a.1 trench K based on these descriptions, therefare I can't accurately price this. Response: See Addendurn Nio- 2, Item 2,02. An updated Proposal Fnrm has been uploaded to RIM 360_ 5,07 Bid Kern B3 description states rernoval and of any material in the sludge holding tanks (grit, rags, etc-). WE! ,reed to kndvw Prow much of this material to figure on removing. Response: The quantity of material is unkrrowrr. MaWrlat in the gravity thia-.keners and DAFTs Is expected to be mlin.l mal as the tanks are regularly rIvanr-d, Material In the out - of -service Waste Sludge Holding Tank could be observed I the site was uislted, 5,08 Bld Item 13-3, ple-,ise clarify [lie Intent, of �cteaning." Is this just removal or sludge or is more cleaning expected? Response: Fier Contract Drawing PT-M 1, Generial Note No. 2 the tanks are to. be cleaned and power washed. 5,09 Bid Item Ef-11, rwitcrete pressiure infection, is there a dedicated speciflcatlon for Lhis or is It to lie based op 03 93 00-3.07? Response: Con r6te crack Injectiort shall he perforated per spec sec hon 03 03 00 -A,07_ Refer to detal[ 81SID•S6 (Addendurn Nu. 1, Item 5.01.FF) for additional lnfurmatfon 5.1Q S upplellner1tary Mad SC-4.02A fists 6 projects that were cornpleted in the past. Are we expected ka revlevu all these plans before this project bids to check physical condltion5? Response: Review of the past project plans is not exper-ted, 5.11 WIII you be adding crane spar, and ruriWay length to the ,text addendum? Response: See Addle ndurn No, 2, Item 3.07. Addendum No, 2 00 US 15 - 9 Frwi749a— Vr--WRF Sludge Thickening Improvements City Protect No. 02647 5.12 It is obvious the F R P Partition is not a structural part of the buIIding I U S being Installed in. however design c,jlculatjons ar(? required per the spec-If[cat lon. N0rMaily When a structure is designed there are certain cr]teria required to be designed fqr. -Some clarlticallort of the desired design criterla wuold be helpful In design and for calculations. Response: See Addendum No. 2, Item 3.01. 5.13 Is there a possibility that the FRP Partition Gould be 5Ubject to a vatUUM due W the exhaust systems In the adjacent raom5? There also is supply air being applied In at least half of the bullding. Can these amounts be provided? Response: See Addendum No, 2, Item 3,01, 5,14 Dre w ing Sheet TF-AI (Seq 95), 1 nterior Finish Schedule tells me to use Protective CbaLing #3 for All new and existing concrete floats. Speclflcatlon 09 95 00,01-25 5y5tem 03 N for E Iact rlcal EquIpment Exterfor. There is not a paint system, called far in the Protective Coatings paint Schedule for any concrete except for the containment area of the Polymer Storage Tanks, Th15 drawing schedule a[so specs Concrete walls to be pili vted. What paint system do yotl Want Us to use for painting ail new and existing Floors? What concrete walls paint? Response: Reft�rt!nte Addendum No.1, Item 5.01.5. 5.15 Drawling Seq 105 (TF-Al2); Note A-11 calls to coat the Basement fleck ac ftom and Walls from W-00". What paint system do you want us.to use fur paint]ng the basement Deck boitom and Walls from 8'-00"? Response: See Addendum No. 2, Item 4,03..E. 5A6 Drawing Seq.106 (TF-Al2), note 10 calls out new wall finish added to existing walls - full height at grouped level. Don't these wMis get the FRP wall siding per Seth, 110 nak 67 Response: See Addendum Nia. 2, Item 4.03.E 5.17 DraVuing sequences 148 — 153 (GT-AA1— GT-M6) shDwlbe new double 5irled F 9 P Divider Wall with Moors ant! framing. What specification are we-suppared to use to bid this work? Did you design this..walJ around a-manufactwes design? Response: See 5peciflcation Section 06 8015 Flb6rglass Ael6forced Plastic Fahricatibras. 5.18 Do all of the electrical devices and equipment motors In the re -purposed Sludge Thickening Building have to be Explosion Proof? Response: No, the spice is uncIass Ifled. 5.19 Drawing 53, TF-M18 shows two vent dryers apd a vent dryer reactivator unit. I have not freers able to find the spec sectl6n for t h N. Can you please tell me vuhere to find the Rpecs on rhi5 unit? Addendum No. 2 00 05 ,15 -10 FTVV.17498 —VCWRF 51udge Thickening Improvements Cary Project No, 02EA-1 Response- See SpecifIcaticn Sectlon 13 00 90 "Vent Dryer". 5,20 ThFrre. are 9 PSH/Pil assernblIe5 an the discharge side of the T5P's cn 1-003 which show to be installed with an annular seal. The PC51 Instrument List details this as well. What is the line size and subsequent annular Seal size for these devices? Response: The annular a1s ors the discharge of the thickerted sludge pumps is 6-Inch to match the pump discharge line size. 5.21 There Is an addltianal PSHJPI assembly on the discharge side of TWP-4400 arr 1-004 Which shoves to be ipstalled with an annular seal. The PCSI Instrument Last details this as well. Whit N the 11ne skx�; and subsequent annular seal sl?e for this devlce? Response: The annular seals on the discharge of the thickerred sludge pumps is 6-inch to match the pump dlscharge line size, 5.22 1 did not find a specifkcatlon for annular seats in tree b1d package- Wil I this be put out In a addendum?? Response: See Addendum No. 2, Item 3,05- 5, 23 The P{'SI Instrument list In the spec del -,ills all the gauges to he assembled to dlaphragrri seals. There are some devices in the drawings spawn which reflect this white others do n(it. Please spedfy which € evices are to be assembled with seals or which set of Information Is to be followed in order to spec these devices eorrectty. Response: See AddE!ndurn No. 2, Item 10-6. 5.24 2 2. 00 01 PIumbinp, Systems, 2.01 B & C - You show u5i�ng Cast iron Soil Pipe fittings with Ductile iron Pipe. Cast Iron 5011 Pipe has a different Pipe 0E) than Ductile Cron P1pe and they are not compadInte- P/401 Lining Is not available for Cask Iran Sall Pipe Flt-tings. - YaLl are calking out Ductile Iron Pipe with P/401 Liming; Please advise if M1 Fittings for the burled and Flange rlttings for the exposed would be acceptable since the rittings you specify ,ire ?rot compatible wfth the duc-tjte Iron pipe cr available with P/401 Ll0rig Respotue:.5ee Addendum No. 7, Item 3.02. 5,25 What Is the min R'VaILia of the 5cupper5 (k,e. thlcl hessof the ronf}a Response: Per 5pecIficatIon 07 52 16 Styrene-8uLadiene-Styrene (SSS) Madified Bituminous Mentbrane Roofing, Paragraph 2.07 B 2, 1nsuIatian at the pedrneter is 5" 5.26 We have had time to evaluate the sdhedule on the VIIIage Creek Sludge Thirkenirig project and wauld like to r"uest the Substantial Complet10A be changed to 760 days ,arid Final completion be changed to 820 days. Response: See Addeodum No. 2, item 2.04. Addendum Nu, 2 00 05 15 - 11 FTVd17498 -- VCWRF Sludge Thickening Improvemf-nIs City ?raj Lac t No- 02647 5.27 I'm checking an the butterfly valve spE!d(Icatiarn t4 determInes If a ductile iron body is acceptable. Response: Ductile iron body for butterfly valves is not acceptable. Per 40 05 64 But terfSy Valves, Paragraph 2.01, valves shall have stalniess steel body, dl�,c, and shaft. 5,28 Please inelode the CoofIIrt. of Interest Affidavit (00 35 13) with the riext Addenda. Response: Sree Addendurn Na. 2, item 2.05. 51-9 Do ynu have the IWe Goad sped ficatlon,� for the thickening facility main floor? Response: The IIve load far main ope4`ating floor of the th1Ckening facility is 200 P5F �unreducedI as noted on drawing G-SI u rider 'Deslgri Loads' section. ACCEPTANCE: The undersigned does lie reby ngrec to the additianal, stip u181ions, Und leans outlined in Addendum No. I to the lkluns atit) specifications For tine VCWRF Sludge Thickening Improvernents, City Prefect N% CO26 47. SCHEDULEI) 81P DATE: May 21, 2i120 s< XFE ADDENDUM ISSUED. May 19, 2020 RECEIPTACKNOWLEDGED: By - Title. Company: END OF SECTION Addendum No. J Do as 1S - 17 FTW1.7498— VCW RF Sludge Th1�*ening I rn provemen I s City Project No. 02647 003513 BID FORM Page 1 of 1 SECTION 00 35 13 CONFLICT OF INTEREST STATEMENT Each bidder, offeror or respondent (hereinafter referred to as "You") to a City of Fort Worth procurement may be required to complete a Conflict of Interest Questionnaire (the attached CIO Form) and/or a Local Government Officer Conflicts Disclosure Statement (the attached CIS Form) pursuant to state law. You are urged to consult with counsel regarding the applicability of these forms to your company. The referenced forms may be downloaded from the links provided below. http://www,ethics.state.tx.us/forms/CIQ.pdf http://www.ethics.state.tx.us/forms/ClS.pdf X1 CIO Form does not apply ° CIO Form is on fife with City Secretary ° CIO Form is being provided to the City Secretary CIS Form does not apply ° CIS Form is on File with City Secretary ° CIS Form is being provided to the City Secretary BIDDER: Eagle Contracting, L.P. By: Roy Ewen P.O Box 16 Signature: 00/570D Park Vista Circle _ Fart Worth, Texas 76244 6 Title: President END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VCWRF SLUDGE THICKENING IMPROVEMENTS April 2020 CITY PROJECT NO. CO2647 TO: The Purchasing Manager C/o: The Purchasing Division 200 Texas Street City of Fort Worth, Texas 76102 FOR: City Project No.: CO2647 1. Enter Into Agreement SECTION 00 4100 BID FORM Village Creek Water Reclamation Facility Sludge Thickening Improvements 0041 00 BID FORM Page 1 of 3 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non- competitive levels. d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VCWRF SLUDGE THICKENING IMPROVEMENTS April 2020 CITY PROJECT NO, CO2647 0041 00 BID FORM Page 2 of 3 3. Prequafification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Wastewater Treatment Facilities 4. Time of Completion 4.1, The Work will be substantially complete within 670 6W calendar days after the date when the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. The Work will be complete for Final Acceptance within 730-6&9 calendar days after the date when the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.3. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work (and/or achievement of Milestones} within the tithes specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms (optional at time of bid) f. Prequalification Statement, Section 00 45 12 g. Conflict of Interest Affidavit, Section 00 35 13 *If necessary, CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VCWRF SLUDGE THICKENING IMPROVEMENTS April 2020 CITY PROJECT NO. CO2647 6.3. Evaluation of Alternate Bid Items Total Base Bid Alternate Total Bid 7. Bid Submittal This Bid is submitted on May 21, 2020 Respectfully rslj itte By. (Signature) Roy Ewen (Printed Name) Title: President Company: Eagle Contracting, L.P. Address: P.O Box 160015700 Park Vista Circle Fort Worth, Texas 76244 State of Incorporation: Texas Email: r.ewenCa)-eaglecontractinglp.com Phone: (817) 379-1897 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS April 2020 004100 BID FORM Page 3 of 3 E '7 o 9r )o -o by the entity named below. Receipt is acknowledged of the following Addenda: Initial Addendum No. 1: Addendum No. 2: Addendum No. 3: Addendum No. 4: Addendum No. 5: Corporate Seal: VCWRF SLUDGE THICKENING IMPROVEMENTS CITY PROJECT NO. CO2647 00 42 43 n1DPROPo SAL Page i of 2 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Inro3marion Bidders Proposal Unit of 8idlis[ Item Na. Dese3iption Bid Anil Price Sid Value Measure Quantity Construction and operational completion of all paving, grading, yard piping, general site work, mobilization, demobilization, bonds, general B-1 conditions, development and implementation of a stormw water LS 1 pollution prevention plan (SWP3), overhead and profit, as well as all Hems not included in the helnw Rini kems 1 /_ I_f1 #,%Wi _ YJ Ai _ -L• Sludge Thickening Facility: Construction and operational b• B-2 completion of the improvements at the Sludge Thickening Facility LS 1 inclusive of all items shown on the TF sheets. $5,775,000.00 $5,775,000.00 Primary Sludge Holding Tank: Construction and operational completion of the improvements at the Gravity Thickeners 1 Primary 8-3 Sludge Holding Tanks inclusive of all items shown on the PT sheets LS 1 with the exception of the primary sludge header replacement in Bid Item B-4. $553,000.00 $553,000,00 Primary Sludge Header: Temporary bypass piping, construction and operational completion for removal and replacement of the B-4 primary sludge header in the piping gallery between the Grit Building LS 1 and Gravity Thickener No.'s 1, 2, and 4 inclusive of all items shown on the PT sheets. $460,000.00 $460,000.00 Waste Sludge Holding Tanks: Construction and operational B-5 completion of the improvements at the Waste Sludge Holding Tanks LS 1 inclusive of all items shown on the WT sheets. $530,000.00 $530,000.00 Blend Tank: Construction and operational completion of the B-6 improvements at the sludge Blend Tank inclusive of all items shown LS 1 on the BT sheets with the exception of Bid Items B-7, B-8, and B-9. $204,000.00 $204.000.00 Blend Tank Annular Seal: Construction and operational completion B-7 for the removal and replacement of the cover and annular seal of the LS 1 Blend Tank as shown on the BT sheets. $60,000.00 $60,000.00 Blend Tank Mixing System: Allowance for Landia Inc. to provide a B_8 gas -handling venluri jet mixing system for the Blend Tank per LS 1 Specialion Section 43 1143 and Appendix A. $176,574.00 $176,574.00 Blend Tank Claanout: Removal, dewatering by a mobile B-9 dewatering unit, and landfill disposal, inclusive of tipping fees, of the DRY 135 contents from the sludge Blend Tank in its entirety. TONS $740.00 $99,900.00 Gravity Belt Thickener Building: Construction and operational B-10 completion of the improvements at the Gravity Belt Thickener LS 1 Building inclusive of all items shown on the GT sheets. $54,000.00 $54,000.00 DAFT: Construction for decommissioning of the Dissolved Air B-11 Floatation Tanks inclusive of all items shown on the OF sheets. LS 1 $131,000.00 $131,000.00 Concrete Repair: Preparation and application of concrete repair mortars at the interior concrete vertical and horizontal surfaces in the B-12 Thickening Facility, Waste Sludge Holding Tanks, and at other CF 100 locations identified by the Engineer or Owner. $290.00 $29,000,00 Concrete Pressure Injection: Pressure injection of cracks and construction joints at the concrete vertical and horizontal surfaces in B-13 the Thickening Facility, Waste Sludge Holding Tanks, and at other LF 1000 locations identified by the Engineer or Owner. $90.00 $90,000.00 Trench Safety System: Development, design, and implementation of a Trench Safety system as required by the Occupational and B-14 Safety and Health Administration and for the assumption of LF 1000 responsibility for said system. $1.001 $1,000.00 Electrical and Instrumentation: Construction and the operational completion of the Electrical and Instrumentation improvements B-15 inclusive of all items shown on the I and E sheets, with the exception LS i of Bid Items B-16 and B-17. Cll'y orrORT WORTH STANDARD C'ONSTRUCT30N sPRCIPICATfQN IJIX:OMLNTS VC WRP SLUDGE THICKENING IMPROVEMENTS A t 2020 P" CITY PROJECT NO. CO2647 00 42 43 BID PROPOSAL Nge2ar2 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's application Project Item information Bidder's Proposal Birtha Item No. Description P Unit of Measure Bid Quantity Unit Price Bid Value Distributed Control System: Allowance for cabinets, controllers, B-16 network devices, and system programming by Emerson for the LS 1 Distributed Control System (DCS) per Appendix B. $329.000.00 $329.000.00 Distributed Control System: Allowance for stopgap option in B-17 Emerson's proposal for the Distributed Control System (DCS) per LS 1 Appendix B. $19,fi$0.00 Additional Concrete Sidewalk: Additional concrete sidewalk not 8-18 shown on the Drawings. Concrete sidewalk shall be installed at SY 50 : locations designated by the Owner or Engineer. — T$129,G(0)$6,450.00 Additional Concrete Pavement: Additional concrete pavement not B_19 shown on the Drawings. Concrete pavement shall be installed at SY 200 locations designated by the Owner or Engineer. $30,000.00 Additional Asphalt Pavement: Additional asphalt pavement not B-20 shown on the Drawings. Asphalt pavement shall be installed at SY 200 locations designated by the Owner or Engineer. $110.00 $22,000.00 Additional CLSM: Additional controlled low strength material B-21 (CLSM) not shown on the drawings or required by the specifications CY 300 and as directed by the Owner or Engineer. $140,fl0 $42,000.00 6" Yard Piping Lowering: Lowering of a 6" DI pipe, up to 4-ft, not 8-22 shown on the Drawings, at piping conflicts, inclusive of four, 45- EA 4 degree bends and piping required for the lowering. $4,000.00 $16,000,00 10" Yard Piping Lowering: Lowering of a 10" DI pipe, up to 4-ft. not B-23 shown on the Drawings, at piping conflicts, inclusive of four, 45- EA 8 degree bends and piping required for the lowering. $5,0()0.0011 $40,000,00 18" Yard Piping Lowering: Lowering of a 1 B" DI pipe, up to 4-ft, not B-24 shown on the Drawings, at piping conflicts, inclusive of four, 45- EA 2 degree bends and piping required for the lowering. $10,000.00 $20,000.00 24" Yard Piping Lowering: Lowering of a 24" DI pipe, up to 4-ft. not B-P5 shown on the Drawings, at piping conflicts, inclusive of four, 45- EA 2 degree bends and piping required for the lowering. $12,000.00 $24,000.00 Total Base Bid eit .afrP�.,tP nf.l A 1t= In lieu of Bid Item 8-7. removal and the replacement ofthe Blend D-1 Tank annular seal without removing the Blend Tank cover as shown on the BT sheets. LS 1 T qI Rieductisz Alternate Bid TlI— 4.d4 -Z i_ 60;i- �4m r+it1e Ot' CITY Or rORT WORTH STANDARD CONSTRUCTION SPECIPICATfON DOCUMENTS VCWRF SLUMS TI RCKENiNc fN PROVEMENTS ATAI 2020 CITY PROJECT No, M2647 004243 1311) PROPOSAL Page 1 or2 SECTION 00 42 43 PROPOSALFORM UNIT PRIG BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No. Description Unit of Bid Unit Price Bid Value bteasnre Quantity Construction and operational completion of all paving, grading, yard piping, general site work, mobilization, demobilization, bonds, B-1 general conditions, development and implementation of a stormw LS 1 water pollution prevention plan (SWP3), overhead and profit, as well as all items not included in the below Bid Items. Sludge Thickening Facility: Construction and operational B-2 completion of the improvements at the Sludge Thickening Facility LS 1 inclusive of all items shown on the TF sheets. Primary Sludge Holding Tank: Construction and operational completion of the improvements at the Gravity Thickeners 1 Primary B-3 Sludge Holding Tanks inclusive of all items shown on the PT sheets LS 1 with the exception of the primary sludge header replacement in Bid Item B-4. Primary Sludge Header: Temporary bypass piping, construction and operational completion for removal and replacement of the B-4 primary sludge header in the piping gallery between the Grit Building LS 1 and Gravity Thickener No.'s 1, 2, and 4 inclusive of all items shown on the PT sheets. Waste Sludge Holding Tanks: Construction and operational B-5 completion of the improvements at the Waste Sludge Holding LS 1 Tanks inclusive of all items shown on the WT sheets. Blend Tank: Construction and operational completion of the B-6 improvements at the sludge Blend Tank inclusive of all items shown LS 1 on the BT sheets with the exception of Bid Items B-7, B-8, and B-9. Blend Tank Annular Seal: Construction and operational B-7 completion for the removal and replacement of the cover and LS 1 annular seal of the Blend Tank as shown on the BT sheets - Blend Tank Mixing System: Allowance for Landia Inc. to provide a B-g gas -handling venturi jet mixing system for the Blend Tank per LS 1 Speciation Section 43 11 43 and Appendix A. $176,574.00 $176,574.00 Blend Tank Cleanout: Removal, dewatering by a mobile B-9 dewatering unit, and landfill disposal, inclusive of tipping fees, of the DRY 135 contents from the sludge Blend Tank in its entirely. TONS Gravity Belt Thickener Building: Construction and operational B-10 completion of the improvements at the Gravity Belt Thickener LS 1 Building inclusive of all items shown on the GT sheets. DAFT: Construction for decommissioning of the Dissolved Air B-11 Floatalion Tanks inclusive of all items shown on the DF sheets. LS 1 Concrete Repair: Preparation and application of concrete repair mortars at the interior concrete vertical and horizontal surfaces in B-12 the Thickening Facility, Waste Sludge Holding Tanks, and at other CF 100 locations identified by the Engineer or Owner. Concrete Pressure Injection: Pressure injection of cracks and construction joints at the concrete vertical and horizontal surfaces in B-13 the Thickening Facility, Waste Sludge Holding Tanks, and at other LF 1000 locations identified by the Engineer or Owner. Trench Safety System: Development, design, and implementation of a Trench Safety system as required by the Occupational and B-14 Safety and Health Administration and for the assumption of LF 1000 responsibility for said system. Electrical and Instrumentation: Construction and the operational completion of the Electrical and Instrumentation improvements 8-15 inclusive of all items shown on the I and E sheets, with the LS 1 exception of Bid Items B-16 and B-17, Distributed Control System: Allowance for cabinets, controllers, 8-16 network devices, and system programming by Emerson for the LS i Distributed Control System (DCS) per Appendix B. $329,000.00 $329,000.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS April 2020 VCWRr SLUDGE nnCKLNING IMPROVEMENTS CITY PROJECT NO. CO2647 00 4243 BID FROPOSAL Page 2 of 2 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Yrojcet Item Information Bidders Proposal Bidlist Item No. Description Unit Bid U&I Price Bid Value Measure Quantity Distributed Control System: Allowance for stopgap option in B-17 Emerson's proposal for the Distributed Control System (DCS) per LS 1 Appendix B. $19,680.00 $ t 9,fi80.00 Additional Concrete Sidewalk: Additional concrete sidewalk not B-18 shown on the Drawings. Concrete sAowafk shall be irstalled at SY 50 locations designated by the Owner or Engineer. Additional Concrete Pavement: Additional concrete pavement not B-19 shown on the Drawings. Concrete pavement shall be installed at SY 200 locations designated by the Owner or Engineer. Additional Asphalt Pavement: Additional asphalt pavement not B_20 shown on the Drawings. Asphalt pavement shall be installed at SY 200 locations designated by the Owner or Engineer. Additional CLSM: Additional controlled low strength material B-21 (CLSM) not shown on the drawings or required by the specifications Cy 300 and as directed by the Owner or Engineer. 6" Yard Piping Lowering: Lowering of a 6" M pipe up to 4-f1, not B-22 shown on the Drawings, a1 piping conflicts, inclusive of four, 45- EA 4 degree bends and piping required for the lowering. 10" Yard Piping Lowering: Lowering of a 10" DI pipe uo to 4-ft, not B-23 shown on the Drawings, at piping conflicts, inclusive of four, 45- EA 8 degree bends and piping required for the lowering. 18" Yard Piping Lowering: Lowering of a 18" DI pipe up to 4-ft, not B-24 shown on the Drawings, at piping conflicts, inclusive of four, 45- EA 2 degree bends and piping required for the lowering. 24" Yard Piping Lowering: Lowering of a 24" DI pipe up to 4-it, not B_25 shown or the Drawings, at piping conflicts, inclusive of four, 45- EA 2 degree bends and piping required for the lowering. TutulBa-Bid $525,254.00 Deductive Alternate Bid In lieu of Bid Item 0-7, removal and the replacement of the Blend D-1 Tank anrular seal without removing the Blend Tank cover as shown LS 1 on the BT sheets. Tutal Reductive Alternate Bid Total Bid (Base Bid - Deductive Alternate Bid) 1 $525,254.00 CITY UP FORT WORTH STANDARD CONSTRUCTION SPECIFICATION ] DOCUMIENn VCWKI' SLUDGE'I I IICKENING IMPROVE:MEN'I'S April 2020 CITY PROJrCT NO. CC2647 S I C I D I E I F I K L Dmpf UTZ; iaap sr r Poirril P&I Ivn. rlraJTiu� Ivor 2 , 1-013 DROP 3f58 AE 13001 AE13001 TFIICKE) Mount at 1 Foot above finished floor 0-100 PPM 3 I-013 DROP 8/58 AE 13002 AE13UU2 THICKE Mount at I foot above finished floor 0-100 PPm 4 I-013 DROP 8/58 AE 13003 AE13003 'I'HECKGA Mount at 1 foot above finished floor 0-100 PP11I 5 1 1-013 DROP 8/58 Al? 13004 AL13004 THICKE Mount at 1 foot above finished floor 0-100 PPM B I-013 DROP 8158 AE 1.1005 AU13005 TIIICKE1 Mount at 1 foot above finished floor 0-100 PPM 7 I-013 DR0118/58 AE 13006 AE13UU6 THICKE II Mount at I foot above finished floor U-1001,1"m 8 I-013 DROP 8/59 AE 13011 AE13911 THICKGB Mount at 1 foot above finished fluor 0-100 PPM 9 I I-013 DROP 8158 AE 13DU AE13012 THICKLI Mount at 1 foot above finished floor 0-100 PPM 10 1-013 DROP 8I58 AE 13013 AE13013 TlIICKEj Mount at 1 foot above finished floor 0-1f1D PPM 11 I-013 UROP8/58 AE 13014 AE13U14 TI IICKE1IMannfat l foot above finishedfloor 0-100 PPM 12 I-013 DROP 8158 A1T 13000 AIT13000 '1'H1CKIT nintable relay output for each sensor input, NIA 13 able inlay outputs. 1-013 DROP Sf58 AII- 13010 AIT13010 Krnable relay output for each sensor i nput, able NIA 14 relay outputs. PBIOFE I-019 [ZTU-52 DPIT 102-Ul ➢PIT102-01 ILT INLESS STEEL NEMA 4X (IP65) HOUSING 0-20 in IfLO 15 REPLACE E%1571NG I-018 IZT'U-52 DPIT 102-02 DPIT102-02 1110FILT INLESS STEEL NEMA 4X (IP65) HOUSING U - 20 in H2O i6 REPLACE E\ISF[NG I-018 RTU-52 DPIT 102-03 DPIT102 Q3 R101iu. L1 INLESS STEEL NEMA 4X (IP65) IIDUSING 0- 20 in H2O 17 REPI.ACF. F.%[STING 0-700 gpm 1-003 RTU-91 PIT 3100 FIT3100 RDT FEEISTEEL FLANGES 18 I-003 RTU-92 FIT 3211U F[T3200 RDT FEEjSTi;1U. FLANGE 0-700 gpm 19 I"003 RTU-93 FIT 3300 A [3300 1 RDT FEii+STEEL FLANGES 0-7(10 gpm 20 I-003 RTU-94 FIT 3400 F1T3400 RDT FEE4STEEL FLANGES ff-700 gpm 21 1-003 RTU-95 FIT 3504 FIT3500 RDT FEE STEEL PI,A NC:ES 0-700 gpm 22 I-003 RIU-96 FIT 3600 FLI'3600 RDT FEFjS'FEEL fLANGFS 0-700 gpm 23 I-003 RTU-97 F1T 3700 FIT3700 RDTFEEISTEEL FLANGES 0-700 gpm 24 0-700 gpm I-UU3 RTU-98 FIT 3800 FIT3800 RDT FEEISTEELFLANGES 25 i 1-003 1Z'1'U-99 FIT 3900 FI'['39UU RDT FE•E $T1iEL PLANGEiS 0-700 gpm 26 0-I500gpm 1-004 DROP 8/58 FIT 4000 FIT4000 IHICKE STEELFLANCES 27 0-1500 gpm I [4x)4 DROP 8/58 FIT 4ml FIT4001 TFIICKEIISTEEL FLANGES 28 I-004 DROP 8/58 FIT 4002 FIT4002 TITICKFN'S'I'EEL FLANGES 0-1500 gpm �9 0-700 gpm I-004 RTU-90 ;IT 4400 FIT4400 QSl FEE NSTEEL FLANGES 30 I-U07 RTU-7 FIT 7000 FIT7000 PRIMAR� STEEL FLANGES 0-2000 gpm 31 I-007 RTU-7 FIT 7001 IT17001 PRIMARY STEEL FLANGKS U-7000 gpm 32 I-007 RTU-7 FIT 7002 FIT7002 PRIMARI]STEEL FLANGES 0-741(10gpm 33 1-009 DROP 8158 F[I 90U1 FIT9001 WAS FI01 0-2000 SCFM 34 I-009 DR0118158 FIT 90M2 F1T9002 WASI101 0-2000 SCI"M 35 1-019 R"1'U-52 FIT 109 rfl'IU4 SS STEEL NEMA 4X (IP65) HOUSING AND ODOR 4 U 20,000 CFM 36 IiEPI,ACIi F.%1511NC 0-40,000 CFM REPLACE Exl.''nKC. [-019 RTTI-52 FIT XXX FITXXX CBT Bf04 37 ERNa1251256 0-1917T f-UU5 DROP 8158 LI 5100 1.I5100 POLYMIi pU'ITOU'['PUT. NI?MA 4X 38 1-005 DIZOI.8/58 LI 5200 1-152M ]1OI,YMdVL1'f/OUTPUT'. NEMA 4X 0-19 F F 39 1-005 Q DROP 8158 L[T 5100 LIT,51(IU POLYMEf ER, INSTRUMENT STAND, REMOTE p 19 FT, 44 Addendum No.2 40 91 02A - Page 1 of 5 B C D E F K L 1 JJP4tl / R TJI int o, I Srf PrrJ0 ix�,'rr.1 7y�rd' ��it��Gr, +ll5Ffifl �iilils3 JvL?. NO, Rf110ge ' 2 INSTRUMENT STAND, REMOTE I-005 41 DROP 9158 LIT 5200 LIT5200 POLYMER, 0-19 FT 1-007 RTU-7 1.11' 7100 L1T7100 PRIMA�l DIV 2, 316SS SUNSHIELD 0-17 FT 1 HIGH ALARM 98.9 measuring only sidewall 42 FT it would be 0 - 13 FT [-W7 RTU-7 LIT 7200 LTI'72UU PRIMA DIV 2, 31655 SUNS[ HELD 0-17 FT f HIGH ALARM W 8.9 measuring only sidew.11 43 F'[' it would be U - 13 FT DROP8758 LIT 9100 LTI'9100 'THICK 551 DIV 2,3165S SUNSHIELD 0-19 FT 441-009 6013 DROP 8158 ISH 13101 151113101 THICK[ X 1"AFF 45 I-W3 DROP8/58 LSH 13102 LSH13102 THICKgX 1"AFF 46 1-013 DROP 8158 LSH 13103 ISH13103 THICK X 1"AFF 47 I-005 DROP 8158 LEI II I 5100 LSHH5100 POLYM� 9 F1' 48 I-005 DROP 8158 LSHI-I 5200 LSHI-320D POLYM 9 FT 49 fro1lom of side wall 1-007 RTU-7 ISI. 7I00 LSL7100 PRIMA 3.5 FT rone () 1-007 RTU-7 LSL 7200 I,SL7200 PRIMAI 3.51'i' from bottom of side wall 51 (no mne) I-009 DROP 8I58 LSL 91N LSL9100 'THICK CATION, CLASS I DIV 2, 316SS MOUNTING 4.5 FT 52 1.003 RTU-91 PE 3100 PE3I00 RDTI INLE55 STEEL WETTED PARTS 63 I-003 RTU-91 .-.. 31 to PG7111 RDT FE -I NI,M STEEL WETTED PARTS, WELDED 54 EM IZTU-91 PIE 3112 PF3112 RDT FL•' INLESS STEEL WHI'MD PARTS, WELDED 55 RTU$2 PE 3200 PE3200 i RDT2'I�NNLESSS1EEl. WETTLD PARTS 561-003 1-003 RTU-92 PF 3211 PE3211 RDT FEq INLESS STEEL WETTED PARTS, WELDED 67 F I-003 RTU-92 PE Mil 1'E3212 RDTFE 1NLESS 5FEE1. WETTED PARTS, WELDED 58 I-W3 I0 U-93 PE 330. PE3300 R1113]I INLESS 51'E€I, WETTED PA RTS 59 6003 RTU 93 1'F. 3311 PE33I1 RDT FEEL INLESS STEEL WETTED PARTS, WELDED fio I 1-003 RTU-93 PE 3312 PF3312 1NLESS51-F;GI, WETTED PARTS, WELDED RDTrEO 61 1-003 RTU-94 PE 3400 PE3400 RDT 1(1INLESS STEEL WETTED PARTS 62 1-003 RTU-94 PE 3411 PE3411 RDT FE UNLESS STEEL WETTED PARTS, WELDED 63 INLESS31'FEL WETTED TARTS, WELDED I-003 RTU-4 PE 3412 PE3412 RDT FE 64 I-UU3 RTU-95 PE 35N PE,3500 RDI 5 T INL1S,4 S'1'IiE.I.. WF;TTFD I'AR'TS 65 1-003 RTU-95 PE 3511 PE3511 RDT FEBRINLESS STEEL WETTED PARTS, WELDED 68 I-00 RTU-95 T 3512 PE3512 RDTFE INI.ESS5TPEt. Wfi.TTED I'ARTS, WELDED 67 E-003 R'I'U-96 PE 3600 PE,5600 RDT 6 T INLESS SrrEEf. WETTED PARTS 68 I-003 RTU-96 1'E 3611 PE3611 RDTFE INLESS STEEL WETTED PARTS, WELDED69 INI.ESS STFiEI. WETTED PARTS, WF?I-DED 1-003 RTU-96 PF 3612 PE3612 RDT FE 70 1-003 RTU-97 PE 3700 1'E37{I0 RDI'7T INI.F$5 STEEL WETTED PARTS 7I I-003 RTU-97 PE 3711 PE3711 RDT FE UNLESS STEEL WETTED PARTS, WELDED 72 I-003 RTU-97 PE 3712 PE3712 RDT EEINF.ESS 5'IIiGL IVETTGD PARTS, YV1'.L131iD 73 f-W3 RTU-98 PE 38UU PE3W(1 RDT 8"1' INI.FS5 STEEL WETTED PARTS 74 I-003 RFU-98 PE 3911 PEMII RD'I" FE-INLESS STEEL WETTED PARTS, WELDED 75 INLESS STEEL WETTED PARTS, WELDED 1-003 RTU-98 Pli 3812 PE3812 RDT FE 75 1-003 RTU-99 PE 3900 PE3900 RDT9 TKINLESSSTEEL WETTED PARTS 77 1-(q3 RTU-99 PE 3911 PIJ9 Tl RDT NLESS STEEL WETTED PARTS, WELDED FEP p 1 78 Addendum No.2 1 40 91 02A - Page 2 of 5 B C D E F K L 1 VIvid14-11f 1,uN+1 #L'tfl€r114J'� Pr*{ 7€fla 7r.rFA'u, 111 ifvj }. NdItis 'din. lirr�l e 2 I-003 RTU-99 'E 3912 PE3912 RDT FEINLESS STEEL WETTED PARTS, WELDED 79 RTU-90 ill! 4400 PE4400 CBT 4'KIINLESS STEEL WETTED PARTS 801-004 1-005 DROPS/SS PE 51w PE5100 P OLY, 1NLESSSTEELI--EDPARTS 81 I-065 DROP 8158 PE 5209 PF52M POLYM�INLPSS STEEL WETTED PARTS 82 I-007 RTU-7 P£ 7011 PE70I1 PRIMA INLESS STEEL WETTED PARTS, WELDED 831 1 1-007 RTU-7 PE 7012 PE7012 PRIMA INLESS STEEL WETTED PARTS, WELDED 84 1-007 RTU-7 PE A21 PF,7021 PRIMA INLESS STEEL WETTED PARTS, WELDED 85 I-007 R'TU-7 PE 7022 PE7022 PRIMA INLESS STEEL WETTED PARTS, WELDED 86 I-D07 RTU-7 PE 7031 PE7031 PRIMAL INLESS STEEL WETTED PARTS, WELDED 87 1-007 RTU-7 PF 7032 PE7032 PRIMAINLESS STEEL WETTED PARTS, WELDED 88 14w RTU-90 nE 4411 PE9411 GBT4F INLE%S•TEF.L WL—F.D PAIITS, 4VELDEI7 89 I-009 RTU-9U PE 4417 PF4412 GBT4F INLESS STEEL WETTED PARTS, WELDED 90 I012 RIU-411 PE 12101 P£12101 MIX SY INLESS STEEL WETTED PARTS 91 1-012 RTU-40 VF 12102 PE12102 MLX SY�LMLESS STEEL WETTED PARTS 92 RTU-40 PE 12201 PE12201 M€X 5Y CILE55 STEEL WETTED PARTS 931-012 [-(112 RTD-00 PE 12202 I'F; 12202 MIX SY INL.ESS STEEL WETTED TARTS 94 I-018 RTU-52 PE 102-01A PEI02A11A B[OFILT `INLESS STEEL WETTED PARTS, WELDED 95 1-018 RTU-52 1'E 102-01B PE102-OIB BIOFILT 1NLFSS STEEL WETTED PARTS, WELDED 98 1 018 RTU-52 PE 102-02A PE102-02A MOFILT INLESSSTEEL WHITED PAIZIS' 4VELDII[1 97 I-018 IZTU-52 PE 102-02B PE]U24j2B [it OFfLTUNLESS STEEL WETTED PARTS, WELDED 98 I-018 RT_ I'G 102-03A P£102-03A INLESS STEEL WETTED PARTS, WELDED B€OFILT 99 RTC PE 1(12-03B PE102-03B BIOFILT IN LESS 51'FEL WETTED PARTS, Wfij,DEI) I-o]8 1oU I-003 RTU-91 P[ 3100 P13100 RDT 1 T111�sINLESS STEEL NEMA 4X (I1'65) HOUSING 0-100 PSI 1 L003 RTU-91 PI 3111 1'131I 1 RDT Ft,VNLESS STEEL NEMA 4X (IP65) HOUSING Cumpound gauge 30" Hgf15 102 RTU-91 PI M12 P[3112 RDT FE INLF555['EEL NGMA 4X {lP65) I [OUSING Psi 1 W3 0-36 PS[ 103 1-003 IZTU-91 PI 3113 PI3113 RUT FEEkINLESS STEEL N EMA 4X (I P65)HOUS[NG 0-30 PSI 104 1-003 R'I'U-91 PI 3121 11312I WASH4INLE55 STEEL NEMA 4X (IP65) HOUSING 0- too PSI 105 R7lI-91 ]'I 3131 PI3131 INLET S1P.EL NEMA4X (IP65) EIOUSING 12D"l' I T [-003 (1-30 PS] 106 I-W3 RTU-92 PI 3200 P13200 RDT 2 T INLESS STEEL NEMA 4X (1I'65) HOUSING 0-10D PSI 107 I-003 RTU-92 PI 3211 1'I3211 RDT F11ftUNLESS STEEL NEMA 4X (IP65) HOUSING Compound gauge 3U" Hg/IS 108 Psi I-003 RTU-92 Pi 3212 PI3212 yINI.ESS STEEL NEMA 4X (IP65) MOUSING RD3' FEH 0-30 PSI 109 1-003 RTU-92 P[ 3213 PI3213 RDT FE•[I INLESS STEEL NEMA 4X (I1'65) HOUSING: 0-30 PSI 110 I-003 RTU-92 PI 3221 P13221 WAR FA INLESS STEEL NEMA 4X (I1`65) HOUSING 0-100 PSI 111 I-003 RI'U-92 PI 3231 P13731 RDT 211 [NI..F55 STEEL NEMA 4X (IP65) HOUSING 0-301,51 112 RTU-93 III 330U PI3300 INLESS 51 FEL NENIA 4X (IP65) I IOUSING RDT 3'F 0-100 PSI 1131-003 1-0U3 RTU-93 PI 3311 P13311 RDT FEI3'INLESS STEEL N EMA IX(11'65) HOUSI NG Compound gauge 30"1Ig115 114 psi 1-O03 RTU-93 PI 3312 I'13312 INLESS STEEL NEMA 4X (IP65) HOUSING RDT FIiI1 0-30 P51 115 R'IU-93 PI 3313 N3313 RDT FEE VNI'ESS STEEL NEMA 4X (IP65) IIOUSING 1181-003 Addendum No.2 40 91 02A - Page 3 of 5 B C D E F R L t Vpapi R fib L[u ip Sc� J��rin#i 2 INLESS S"ITI L NUMA 4X (I V65) HOUSING 117 I-003 R'I'U-93 PI 332E PE3321 WASH 0-100 PSI I-O03 RTU-93 P1 3331 PI3331 :RDT 3'I''INLFSS STEELNEMA4X(LP65) HOUSING O-30 PS1 1 t e 1-003 RTU-94 PI 340O VOLIM ROT 4 T INLESS STEEL NEMA 4X (IP65) L DOUSING 0-€00 PSI 179 I-003 li'1'U-94 PI 3411 PI3411 RD3' PE INLESS STEEL. NEMA 4X (I1'65) HOUSING Compound gauge 30" 11g/15 120 psi 1-003 RTU-94 111 3412 P13412 RDT FE11 INLESS STEFL N1!MA 4X (IP65) HOUSING 0-30 PSI 12€ [-OD3 RTU-94 PI 3413 1113413 RDT FE 1INLESS STEEL NEMA 4X (IP65) HOUSING 0-301S1 122 f-003 RTU-94 Pl 342E 113921 WASI INLESS STEEL NEMA 4X (IP65) I IOUSING 0 M PSI 123 1-W3 R'TU-94 PI 3431 PI3431 RD'F 4 T I NI,ESSS,rEEL ME A 4X (IP65) HOUSING 0-30 PSI 124 1003 RTLI-95 ]'I 35oo P13500 RDT 5 T INLESS STEEL NEMA 4X (11'65) HOUSING 0-100 PS[ 125 I-OD3 RTU-95 P1 3511 P13511 RDT FE4UNLESS STEEL NEMA 4X (IP65) HOUSING Compound gauge 30" Hgf 15 125 psi I-003 RTU-95 PI 3512 1113512 RDT FEE INLESS STEEL NEMA 4X (11`65) 1 DOUSING (1-30 PSI 127 1-1103 RTU-95 P[ 3513 1`13513 lZD'1, F10 INLESS STEEL NEMA 4X (IP65) I-IOUSING 0-30 PSI 128 1-003 RTU-95 P[ 3521 PI3521 WASH INLESS S'I'E1J. NEMA 4X (11'65) HOUSING 0-100 PSI 129 1 003 RTU-95 PI 3531 P13531 RDT 5 T INLESS STEEL NE4fA 4X (IP65) HOUSING 0-30 115E 13C 1-003 RTU-96 PI 3600 1'13600 RDT 6 T1 INLESS STEEL NEMA 4X (IP65) I IOUSING 0-100 PSI 131 I-003 1<1 U-96 PI 3611 P13611 RDT FF! INLESS STEEL. NENIA 4X (IP65) HOUSING Compound gauge39" I Igl15 132 psi I-003 R'fU-96 I'[ 3612 PI3612 RDT FEE INLESS STEEL NEMA 4X (11'65) HOUSING 0-30 PSI 133 ' I-003 RTU-96 PI 3613 P13613 INLESS STEEL NEMA 4X (IP65) HOUSING RDT FE 0-30 1'S! 134 1 003 RTU-96 PI 3621 PI3621 WASHW�INLESS STEEL NUMA 4X (I1`65) D LOUSING 0-100 PSI 135 RTU-96 M 3631 PI3631 R➢T6T INLESS.gLE]. NFMA IX {11'65) VMS[ NG 0-30 PSI 1361-003 RTU-97 PI 3700 11I3700 R➢T7T�INLESS STEEL NEMA 4X(IP65)HOUSING 0-100 PS1 1371-003 1-003 RTU-97 PI 3711 P1371 L RDT FEI INLESS STEEL NEMA 4X (IP65) [DOUSING Compound gauge 30" I-Ig715 138 ps€ li3'U-97 Pt 3712 P13712 1N LESS S'I'FEL. NEMA 4X (IP65) HOUSING RDT FE "0 PSI 1391003 I-003 RTU-97 ['1 3713 P13713 RDT FE INLESS STEEL NEMA 4X (IP65) HOUSING 0-30 BI 140 1-W3 IZTU-97 PI 3721 1113721 WASH INLESS STEEL NEMA 4X (IP65) I MUSING 0-100115I 141 I-003 R'I U-97 PE 3731 P13731 RDT 7T NILESS SI'baiL N EM A 4X(I P65) HOUSI NG 0-30 PSI 142 I-OD3 RTU-99 Pf 3809 P13800 RUT 8 T INLESS STEEL NEMA 4X (IP65) HOUSING 0-100 PSI 143 [-003 RTU-98 PL 3911 1113811 RDT FE - INLESS STEEL NEMA 4X (IP65) I IOUSING Compound gauge 30" Hg)15 144 psi I-003 IZTU-Y8 ['I 3812 PI38L2 INLESS 511E?F.I. NEMA 4X (I['G) HOUSI NC RDT FE 0-30 PSI 145 [-003 RTU-98 1'1 3813 PI3813 RDT FGI INLESS STEEL NEMA 4X (LP65) HOUSING 0.30 PSI 146 I_003 RTU-98 Fir 3921 P13821 WASH 45) INLESS STEEL NEMA 9X (IP65) I IOUSING (I-MI)Ps[147 I-M3 RTU-98 PI 3831 P1383€ 12DT 8 T 1N LESS SI'IiFI, NEMA 4X (1[ 65) HOUSING 0-30 PSI 148 RTU-99 PI 3900 PI3900 RDT9T INLESS STEEL NEMA 4X(IP65) HOUSING 0-100 PS[ 1491.003 I-003 RTU-99 PI 3911 1113911 RDT IT 'INLESS STEEL NEMA 4X (IP65) HOUSING Compound gauge 30" Hgj15 ISO psi RTU-99 Pl 3912 1113912 RD'1'FEIf'NLIi55 STEEL NEMA 4X (IP65) E DOUSING 0-M PSL 1511-003 I-003 [{-I'U-99 PL 3913 P13913 1NLESS STEEL NEMA 4X (11'65) HOUSING RDTFEd 0- 30 PSI 152 1.003 RTU-99 111 3921 P13921 W ASHl4), INLESS STEEL NEMA 4X (IP65) HOUSING O-IM PSI 753 [-003 RTU-99 PI 393E PI3931 INLESS STEEL NEMA 4X (IP65) I DOUSING RDT97 0-301'S[ 754 Addendum No.2 1 40 91 02A - Page 4 of 5 B c 0 E F K L 1 f}peylFMI Lmp SrdPnirrr'! PeVID Type Iif2l, No, ii;l r�yr ' 2 I\INLESS S'1'EEI. NliMA 4X (IP65) HOUSING RTU-9U N 4400 P14400 ♦,UT411 0-100 PST 1661-004 UNLESS STEEL NEMA 4X (IP65) HOUSING 1-004 RTU-90 PI 4421 1'14421 WAS14 U-100 PSI 156 [{](}4 RTU-90 PI 4431 P14437 INLESS STEEL NEMA 4X (IP65) HOUSING ITT 7 0-30I'S[ 157 I-005 DROP 8168 P[ 5001 P15001 PLANT INLESS SPEE.1, NEMA 4X (IP65) HOUSING 0_100 PSI 158 I-005 DROP8158 P[ 5002 PI5002 PLANT rNLESS STEEL NEMA 4X (11165) HOUSING 0-10UP51 159 INLESS STEEL NEMA 4X (IP65) HOUSING I-005 DROP 8158 PI 5100 1'15100 POLYM 0-100 PSI 160 IN LESS STEEL NEMA 4X (IP65) E IOUSING [A V5 PROP 8158 PI 52M P1520U POLYM U-lUo PSI 161 NLES.S SI'k?Fil. NEMA 4X (IP65) HOUSING Compound gauge 30" I Ig115 I-007 RTU-7 PI 7011 P170I1 PRIMA 162 psi L-007 RTU-7 N 7012 PL7012 INLESS STEEL NEMA 4X (IP65) HOUSING PRIMA 0-30 P51 163 1-007 RTU-7 Pi 7021 ['17021 INLESS STEEL NEMA 4X (IP65) HOUSING PRIMAP Compound gauge 30" Hg/15 164 psi \1NLFiSS STEEL NEMA 4X (IP65) E IDUSING F-0U7 RTU-7 P[ 7022 P17022 I'rtIMA [] -3U I'Sf 165 I-007 I?']'U-7 P[ 7031 P17031 PRIb1A INLESS SCHRE. NEMA 4X (I1'65)1-IOUSING Compound gauge 30" 11g115 166 i i p9i 1-007 RTU-7 P1 7032 P17032 PRIMAL INLESS STEEL NEMA 4X {IP65) HOUSING 0-30 PSI 167 1-009 RTU-90 PI 4411 ['14411 UNLESS STEEL NEMA 4X (IP65) HOUSING GBTFE6 Compound gauge 30" Hg115 Psi "N RTU-90 PI 4412 PLS412 1NI,ESS STEEL NEMA 4X (IP65) I-IDUSING GB'[' IMF: 0,301151 169 INLESS SI'EIiI, NEMA 4X (IP65) HOUSING Compound gauge 30" I Ig/15 [-012 RTU-d0 P[ 12101 PU2I01 GAS MI, 170 psi �1LESS STEEL NEMA 4X (IP65) HOUSING IA12 RTU-40 ['I 72102 P[121U2 GASM 0-20 PSI 171 INLESS STEEL NEIvIA 4X (IP65) HOUSING Compound gauge 30" Hg/15 I-U72 RTU-40 PI 1220E 1'I 12207 GA5 MI 172 p9i I-012 It'1'U-4U PI 12202 Pf 12202 CAS M[ INLEiSS S'I'riEL NEMA 4X (IP65) I IDUSING 0-20 PSI 173 I-010 DROP 8158 I'll' logo PIT10000 STEEL NEMA 4X (Il'6,5) HOUSING WASTE o-15 PSI 174 IMNLESS I-003 RTU-91 PSH 31(10 PSH3100 RDT I. 7 INLESS STEEL NEMA 4X (IP65) HOUSING 90 PSI 175 p iNLUSS STEEL NEMA 4X (IP65) HOUSING f-003 RTU-92 PSII 3200 PSH3200 RDT 2 T gU 151 176 INLESS STEEL NEMA 4X (11'65) HOUSrNG 1-003 RTU-94 PSH 3300 PSH33D0 RDT 3 if 90 PSI 177 INLESS STEEL NEMA 4X (IP65) HOUSING -003 RTU-94 PSH 34UU 1'SH3400 RDT 4'11 9U PSI 178 I N I.IiSS STEEL NEMA 4X (IP65) I LOUSING I-p03 RTU-95 PSI[ 3500 PSH35U(I ItU 1'S 901'S1 179 1-003 RTU-96 PSH 3600 PSI 13600 RDT6 INLESS STEEL_ N EMA 4X (I P65) HOUSING 90 PSI 480 1-003 RTU-97 PSH 3700 PSF13700 RDT 7'I INLESS STEEL NEMA 4X (IP65) HOUSING 90 PSI 181 INI'ESS STEEL NEMA 4X (IP65) IIOUSING ]-1X13 RTU-98 PSI 3800 PSH3800 RDT 8 9(11151 182 UNLESS STEELNEMA 4X (U'65) HOUSING 1-003 RTU-49 PSH 3900 P5113900 RDT 9 90 PSI 183 STEEL NEMA 4X (IP65) HOUSING I-004 RTU-90 PSH HUD PSII4400 GOT 4 P�IALESS 901151 184 'NI'ISSS STEEL NEMe\4X (IP65)II01151NG I-005 DROP8158 PSI 5100 PSH5100 POLYN 901141 185 I-005 DROP8158 I'SH 5200 PSU1520U POLYM('€NLESSSTEEL. NEMA 4X (IP65) HOUSING 90 PSI 186 1 1-907 RT'U-7 PSH 7012 P5117012 PRIMA tINLESS STEEL NEMA 4X (IP65) HOUSING 30 PSI 187 I-U07 RTU-7 PSH 7022 PSH7022 PRIMA�INIX55 STEEL NEMA 4X (IP65) HOUSING '101,51 18a I INLESS 51'1:F NEMA 4X (IP65) I[OUSING I-007 R'['U-7 P51[ 7032 PSH7032 ., 1'R[MA 30 PSI 189 STEEL NEMA 4X (I1'65) HOUSING 1-012 RTU-00 PSH 12102 PSI [12102 GAS Mi�kINLESS 50 PSI 796 INLESS STEEL NEMA 4X (IP65) HOUSING 1-0[2 RTU-40 PSH 12202 1151112202 GAS MI'1 0 PSI 191 1-014 DROP 8158 TIT 450L1 -I'I'I'd,5U0 EI.ECT[+ACKET, 4-20MA 0-130 DEC P 192 Addendum No.2 1 40 91 02A - Page 5 of 5 00 11 13 INVITATION TO BIDDERS f30101 M 111011hjif K INVITATION TO BIDDERS RECEIPT OF BIDS Page i of Due to the COVIDI9 Emergency declared by the City of Fort Worth and until the emergency declaration, as amended, is rescinded, sealed bids for the construction of "Village Creek WRF Sludge Thickening Improvements Project (CPN CO2647)" will be received by the City of Fort Worth Purchasing Office until 1:30 P.M. CST, Thursday, May 21, 2020 as further described below: City of Fort Worth Purchasing Division 200 Texas Street, Fort Worth, Texas 76102 Bids will be accepted by: 1. US Mail at the address above, 2. By courier, FedEx or hand delivery from 8:30-1:30 on Thursdays only at the South End Lobby of City Hall located at 200 Texas Street, Fort Worth, Texas 76102, A Purchasing Department staff person will be available to accept the bid and provide a time stamped receipt; or 3. If the bidder desires to submit the bid on a day or time other than the designated Thursday, the bidder must contact the Purchasing Department during normal working hours at 817-392-2462 to make an appointment to meet a Purchasing Department employee at the South End Lobby of City Hall located at 200 Texas Street, Fort Worth, Texas 76102, where the bid(s) will be received and time/date stamped as above. Bids will be opened publicly and read aloud at 2.00 PM CST in the City Council Chambers and broadcast through live stream and CFW public television, which can be accessed at ht_tp://fortworthlexas.gov/fwtv/. The public will not be allowed in the City Council Chambers. In addition, in lieu of delivering completed MBE forms for the project to the Purchasing Office, bidders shall e-mail the completed MBE forms to the City Project Manager no later than 2:00 PM on the second City business day after the bid opening date, exclusive of the bid opening date. GENERAL DESCRIPTION OF WORK The major work will consist of the (approximate) following: 1. Repurposing of an existing building into a new Sludge Thickening Facility. The facility will have a new roof, bridge crane, nine rotary drum thickeners, one gravity belt thickener, polymer storage and feed equipment, thickening unit sludge feed pumps, and thickened sludge pumps. 2. Construction of a new electrical building to house electrical equipment for the Sludge Thickening Facility, 3. Repurposing of two Gravity Thickeners into Primary Sludge Holding Tanks complete with pump and nozzle type mixing. 4. Rehabilitation of two Waste Sludge Holding Tanks including new diffusers and blowers. 5. Rehabilitation of an existing sludge Blend Tank including replacement of the mixing system, removal of cover insulation, painting of the cover, and replacement of the cover annual seal. 6. Addition of a partition wall in the existing Gravity Belt Thickener building. 7. Decommission the existing Dissolved Air Floatation Tanks (DAFTs) 8. Yard piping improvements. CITY OF FOICF WORTI-1 VILLAGE CREEK WRF SI,U[)GF; TI-[[CKENWG IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. CO2047 April 2020, Temporarily Revised due to COVID 19 Emergency 0011 13 INVITATION TO BIDDERS Page 2 o r 3 PREQUALIFICATION The improvements included in this project must be performed by a contractor who is pre -qualified by the City at the time of bid opening. The procedures for qualification and pre -qualification are outlined in the Section 00 21 13 — INSTRUCTIONS TO BIDDERS. DOCUMENT EXAMINATION AND PROCUREMENTS The Bidding and Contract Documents may be examined or obtained on-line by visiting the City of Fort Worth's Purchasing Division website at http://www.fortworthtexas.gov/12urchasin.v,l and clicking on the link to the advertised project folders on the City's electronic document management and collaboration system site. The Contract Documents may be downloaded, viewed, and printed by interested contractors and/or suppliers at the following link: A -a -3 4 .h-h- Z 444d7de9gC27 . https://docs.b360.autodesk.com/shares/28c8afc3-29b2-4bb2-86lb-6c67a4478af4 PREBID CONFERENCE A non -mandatory prebid conference will be held as discussed in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following date and time via a web conferencing application: DATE: May 4, 2020 TIME: 10:00 AM Invitations for the prebid conference will be distributed directly to those who have submitted Expressions of Interest in the project to the City Project Manager and the Design Engineer. The presentation given at the prebid conference and any questions and answers provided at the prebid conference will be issued as an Addendum to the call for bids. CITY'S RIGHT TO ACCEPT OR REJECT BIDS City reserves the right to waive irregularities and to accept or reject bids. The City will evaluate the base 1\ bid and _Aad'i*i_ e A-'tematives alternate to determine the best value and choose m' inatio e4h-Emp,'_J4 R,,d ad:*:vp H4V-,MA vP,; the base bid or the base bid with alternate. AWARD City will award a contract to the Bidder presenting the lowest price, qualifications and competencies considered. FUNDING Any Contract awarded under this INVITATION TO BIDDERS is expected to be funded from revenues generated from bonds and reserved by the City for the Project. INQUIRIES All inquiries relative to this procurement should be addressed to the following: Attn: Farida Goderya, PhD, PE, City of Fort Worth Email: Farida.GodMgja � fortworth og v.org Phone: 817-392-8214 AND Attn: Chad Simmons, PE, BCEE, Freese and Nichols, Inc. CITY OF FORT WORTH WLL,AGE CREEK WRF SLUDGE, THICKENING IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. CO2647 April 2020, Temporarily Revised due to COVID19 Emergency 00 11 13 INVITATION TO BIDDERS Page 3 of Email: Chad. Simmons(a,freese.com Phone: 817-735-7305 EXPRESSION OF INTEREST To ensure bidders are kept up to date of any new information pertinent to this project or the COVIDI9 emergency declaration, as amended, as it may relate to this project, bidders are requested to download the Plan Holder Registration form from BIM 360 and email it to the City Project Manager and the Design Engineer Project Manager listed in INQUIRIES above. All Addenda will be distributed directly to those who have expressed an interest in the procurement and will also be posted in the City of Fort Worth's purchasing website at http://fortworthtexas.gov/purchasing/; also available at the following link: https://docs.b360.autodesk.com/shares/cO6dbe4f--6ee3. 4cbb-af5 f-444d7de9c574. ADVERTISEMENT DATES April 16, 2020 April 23, 2020 END OF SECTION CITY OF FORT WORTH VILLAGE CREEK WRF SLUDGE TFIICKENING IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. CO26447 April 2020, Temporarily Revised due to COViD19 Emergency THIS PAGE INTENTIONALLY BLANK This Document contains: Plan Holder Registration Form Page 1 To the Plan bolder, By downloading this form to your computer, completing and forwarding to appropriate persons, you help ensure that you are kept up to date of any new information pertaining to this project such as addendums. Please email your Plan Holder Registration Form to: ® Chad Simmons (chad.simmons@,freese.com) ® Farida Goderya (farida.goderya c,fortworthtexas.goy) Below completed by Plan Holder Plan Holder: ❑ Prime Contact Name: ❑ Sub Address: ❑ Both City: ❑ Reprographic Service State: Zip: ❑ Information Service Phone: ❑ Supplier Fax: Email: Comments: 1 THIS PAGE INTENTIONALLY BLANK 0021 13 - 1 INSI'RUCTIONS'TO BIDDERS SECTION 00 21 13 INSTRUCTIONS TO BIDDERS 1. Defined Terms Page 1 of 9 1.1. Terms used in these INSTRUCTIONS TO BIDDERS, which are defined in Section 00 72 00 - GENERAL CONDITIONS. 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings indicated below which are applicable to both the singular and plural thereof. 1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents. 1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents whose principal place of business is not in the State of Texas. 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City (on the basis of City's evaluation as hereinafter provided) makes an award. 2. Copies of Bidding Documents 2.1. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations resulting from the Bidders use of incomplete sets of Bidding Documents. 2.2. City and Engineer in making copies of Bidding Documents available do so only for the purpose of obtaining Bids for the Work and do not authorize or confer a license or grant for any other use. 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 3.1. All Bidders and their subcontractors are required to be prequalified for the work types requiring prequalification at the time of bidding. Bids received from contractors who are not prequalified (even if inadvertently opened) shall not be considered. 3.2. Each Bidder unless currently prequalified, must be prepared to submit to City within seven (7) calendar days prior to Bid opening, the documentation identified in Section 00 45 11, BIDDERS PREQUALIFICATIONS. 3.2.1. Submission of and/or questions related to prequalification should be addressed to the City contact as provided in Paragraph 6.1. CITY OF FORT WORTH VCWI�F SLUDGL THICKENING IMPROVLMEN"TS STANDARD CONSTRUCTION SP1 CIFICA'rION DOCUMENTS CITY PROJECT NO. CO2647 April 2020 0021 13-2 INSTRUCTIONS TO BIDDERS Page 2 of 9 3.3. The City reserves the right to require any pre -qualified contractor who is the apparent low bidder(s) for a project to submit such additional information as the City, in its sole discretion may require, including but not limited to manpower and equipment records, information about key personnel to be assigned to the project, and construction schedule, to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame. Based upon the City's assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional information, if requested, may be grounds for rejecting the apparent low bidder as non -responsive. Affected contractors will be notified in writing of a recommendation to the City Council. 3.4. In addition to prequalifrcation, additional requirements for qualification may be required within various sections of the Contract Documents. 3.5. Special qualifications required for this project include the following: None. 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 4.1. Before submitting a Bid, each Bidder shall: 4.1.1. Examine and carefully study the Contract Documents and other related data identified in the Bidding Documents (including "technical data" referred to in Paragraph 4.2. below). No information given by City or any representative of the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and site conditions that may affect cost, progress, perfonnance or furnishing of the Work. 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work. I A. Study all: (i) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) that have been identified in the Contract Documents as containing reliable "technical data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any, at the Site that have been identified in the Contract Documents as containing reliable "technical data." 4.1.5. Be advised that the Contract Documents on file with the City shall constitute all of the information which the City will furnish. All additional information and data which the City will supply after promulgation of the formal Contract Documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents. No information given by the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. CITY OF FORT WORTH VCWRF SCUDGE THICKENING IMPROVEMENTS STANDARD.) CONSTRUCTION SVEICIFICA110N DOCUM1? ] S CITY PR07ECTNO, CO2647 Apri 12020 0021 13 - 3 INSTRUCTIONS TO BIDDERS Page 3 of 9 4.1.6. Perform independent research, investigations, tests, borings, and such other means as may be necessary to gain a complete knowledge of the conditions which will be encountered during the construction of the project. On request, City may provide each Bidder access to the site to conduct such examinations, investigations, explorations, tests and studies as each Bidder deems necessary for submission of a Bid. Bidder must fill all holes and clean up and restore the site to its former conditions upon completion of such explorations, investigations, tests and studies. 4.1.7. Determine the difficulties of the Work and all attending circumstances affecting the cost of doing the Work, time required for its completion, and obtain all information required to make a proposal. Bidders shall rely exclusively and solely upon their own estimates, investigation, research, tests, explorations, and other data which are necessary for full and complete information upon which the proposal is to be based. It is understood that the submission of a proposal is prima -facie evidence that the Bidder has made the investigation, examinations and tests herein required. Claims for additional compensation due to variations between conditions actually encountered in construction and as indicated in the Contract Documents will not be allowed. 4.1.8. Promptly notify City of all conflicts, errors, ambiguities or discrepancies in or between the Contract Documents and such other related documents. The Contractor shall not take advantage of any gross error or omission in the Contract Documents, and the City shall be permitted to make such corrections or interpretations as may be deemed necessary for fulfillment of the intent of the Contract Documents. 4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identification o£ 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to the site which have been utilized by City in preparation of the Contract Documents. The logs of Soil Borings, if any, on the plans are for general information only. Neither the City nor the Engineer guarantee that the data shown is representative of conditions which actually exist. 4.2.2. those drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site that have been utilized by City in preparation of the Contract Documents. 4.2.3. copies of such reports and drawings will be made available by City to any Bidder on request. Those reports and drawings may not be part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.02. of the General Conditions has been identified and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion drawn from any "technical data" or any other data, interpretations, opinions or information. CITY OF FORT WORTH VCMU SLUDGE THICKENING TMPROVFMENfS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. CO2047 Apri 12020 0021 13-4 INSTRUCTIONS TO BIDDERS Page 4 o f 9 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder (i) that Bidder has complied with every requirement of this Paragraph 4, (ii) that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and applying the specific means, methods, techniques, sequences or procedures of construction (if any) that may be shown or indicated or expressly required by the Contract Documents, (iii) that Bidder has given City written notice of all conflicts, errors, ambiguities and discrepancies in the Contract Documents and the written resolutions thereof by City are acceptable to Bidder, and when said conflicts, etc., have not been resolved through the interpretations by City as described in Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract Documents. 5. Availability of Lands for Work, Etc. 1. The lands upon which the Work is to be performed, rights -of -way and easements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by City unless otherwise provided in the Contract Documents. 5.2.Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- of-way, easements, and/or permits are not obtained, the City reserves the right to cancel the award of contract at any time before the Bidder begins any construction work on the project. 5.3. The Bidder shall be prepared to commence construction without all executed right-of- way, easements, and/or permits, and shall submit a schedule to the City of how construction will proceed in the other areas of the project that do not require permits and/or easements. 6. Interpretations and Addenda 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to City in writing (by email) on or before 2 p.m., the Monday prior to the Bid opening. Questions received after this day may not be responded to. Interpretations or clarifications considered necessary by City in response to such questions will be issued by Addenda delivered to all parties recorded by City as having received the Bidding Documents. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. Address questions to: CITY OF FORT WORTII VCWRF SLUDGE THICKENING IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. CO2647 April 2020 002113-5 INSTRUCTIONS TO BIDDERS Pagc 5 of 9 Attn: Chad Simmons, P.E., BCEE, Freese and Nichols, Inc. Email: Chad.Simmonskfireese.com Phone: 817-735-7305 And: Attn: Farida S. Goderya, Ph.D., P.E., Water Department Email: Farida.Goderyaa),fortworth og v.arg Phone: 817-392-8214 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. 6.3. Addenda or clarifications may be posted to the City's Electronic Document Management and Collaboration System at: htt s://does.b360.autodesk.com/shares/2149eb5e-5185-4Oe6-a77a-f723854aed58. 6.4. A non -mandatory prebid conference will be held at the time indicated in the Advertisement or INVITATION TO BIDDERS. Representatives of City will discuss the Project. Bidders are encouraged to participate in the conference. City will transmit to all prospective Bidders of record such Addenda as City considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. 7. Bid Security 7.1. Each Bid must be accompanied by Bid Bond made payable to City in an amount of five (5) percent of Bidder's maximum Bid price on form attached, issued by a surety meeting the requirements of Paragraphs 5.01 of the General Conditions. 7.2. The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award have been satisfied. If the Successful Bidder fails to execute and deliver the complete Agreement within 10 days after the Notice of Award, City may consider Bidder to be in default, rescind the Notice of Award, and the Bid Bond of that Bidder will be forfeited. Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all other Bidders whom City believes to have a reasonable chance of receiving the award will be retained by City until final contract execution. 8. Contract Times The number of days within which, or the dates by which, Milestones are to be achieved in accordance with the General Requirements and the Work is to be completed and ready for Final Acceptance is set forth in the Agreement or incorporated therein by reference to the attached Bid Form. 9. Liquidated Damages Provisions for liquidated damages are set forth in the Agreement. CffY OF FORT WORTH VC WRF SLUDGE THICKENING IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. CO2647 April 2020 0021 13 - 6 INSTRUCTIONS TO BIDDERS Page 6 of 9 10. Substitute and "Or -Equal" Items The Contract, if awarded, will be on the basis of materials and equipment described in the Bidding Documents without consideration of possible substitute or "or -equal" items. Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or - equal" item of material or equipment may be furnished or used by Contractor if acceptable to City, application for such acceptance will not be considered by City until after the Effective Date of the Agreement. The procedure for submission of any such application by Contractor and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General Conditions and is supplemented in Section 01 25 00 of the General Requirements. 11. Subcontractors, Suppliers and Others 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No. 20020- 12-2011 (as amended), the City has goals for the participation of minority business and/or small business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. The Bidder shall submit the MBE and SBE Utilization Form, Subcontractor/Supplier Utilization Form, Prime Contractor Waiver Form and/or Good Faith Effort Form with documentation and/or Joint Venture Form as appropriate. The Forms including documentation must be received by the City no later than 2:00 P.M. CST, on the second business days after the bid opening date. The Bidder shall obtain a receipt from the City as evidence the documentation was received. Failure to comply shall render the bid as non- responsive. 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against whom Contractor has reasonable objection. 12. Sid Form 12.1. The Bid Form is included with the Bidding Documents; additional copies maybe obtained from the City. 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Fonn signed in ink. Erasures or alterations shall be initialed in ink by the person signing the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit price item listed therein. In the case of optional alternatives, the words "No Bid," "No Change," or "Not Applicable" may be entered. Bidder shall state the prices, written in ink in both words and numerals, for which the Bidder proposes to do the work contemplated or furnish materials required. All prices shall be written legibly. In case of discrepancy between price in written words and the price in written numerals, the price in written words shall govern. 12.3. Bids by corporations shall be executed in the corporate name by the president or a vice-president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed. The corporate address and state of incorporation shall be shown below the signature. CITY OF FORT WORTH VCWRF SLUDGE THICKENING IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJFCC NO. CO2647 April 2020 0021 13-7 1NSTRUC14ONS TO 131L)1)LRS Page 7 of 9 12.4. Bids by partnerships shall be executed in the partnership name and signed by a partner, whose title must appear under the signature accompanied by evidence of authority to sign. The official address of the partnership shall be shown below the signature. 12.5. Bids by limited liability companies shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm shall be shown. 12.6. Bids by individuals shall show the Bidder's name and official address. 12.7. Bids by joint ventures shall be executed by each joint venturer in the manner indicated on the Bid Form. The official address of the joint venture shall be shown. 12.8. All names shall be typed or printed in ink below the signature. 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of which shall be filled in on the Bid Form. 12.10. Postal and e-mail addresses and telephone number for communications regarding the Bid shall be shown. 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance to State Law Non Resident Bidder. 13. Submission of Bids Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents, at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, addressed to Purchasing Manager of the City, and shall be enclosed in an opaque sealed envelope, marked with the City Project Number, Project title, the name and address of Bidder, and accompanied by the Bid security and other required documents. If the Bid is sent through the mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED" on the face of it. 14. Modification and Withdrawal of Bids 14.1. Bids addressed to the Purchasing Manager and filed with the Purchasing Office cannot be withdrawn prior to the time set for bid opening. A request for withdrawal must be made in writing 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. After all Bids not requested for withdrawal are opened and publicly read aloud, the Bids for which a withdrawal request has been properly fled may, at the option of the City, be returned unopened. 14.2. Bidders may modify their Bid by electronic communication at any time prior to the time set for the closing of Bid receipt. Cfl'Y OP FOR'r WORTH VCWRF SLUDGE THICKENING IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. CO2647 April 2020 002t 13-9 INSTRUCTIONS TO BTT)DI-RS Page S of 9 15. Opening of Bids Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An abstract of the amounts of the base Bids and major alternates (if any) will be made available to Bidders after the opening of Bids. 16. Bids to Remain Subject to Acceptance All Bids will remain subject to acceptance for the time period specified for Notice of Award and execution and delivery of a complete Agreement by Successful Bidder. City may, at City's sole discretion, release any Bid and nullify the Bid security prior to that date. 17. Evaluation of Bids and Award of Contract 17.1. City reserves the right to reject any or all Bids, including without limitation the rights to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids and to reject the Bid of any Bidder if City believes that it would not be in the best interest of the Project to make an award to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by City. City also reserves the right to waive informalities not involving price, contract time or changes in the Work with the Successful Bidder. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists among the Bidders, Bidder is an interested party to any litigation against City, City or Bidder may have a claim against the other or be engaged in litigation, Bidder is in arrears on any existing contract or has defaulted on a previous contract, Bidder has performed a prior contract in an unsatisfactory manner, or Bidder has uncompleted work which in the judgment of the City will prevent or hinder the prompt completion of additional work if awarded. 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work as to which the identity of Subcontractors, Suppliers, and other persons and organizations must be submitted as provided in the Contract Documents or upon the request of the City. City also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 17.3. City may conduct such investigations as City deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to City's satisfaction within the prescribed time. 17.4. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. CFrY OF FORT WORTH VCWRF STAMOE THICKFNTNG IMPROVFMFNTS STANDARD CONSTRUCTION SPFCIFICA140N DOCUMENTS CITY PROJECT NO. CO2647 April 2020 0021 13 - 9 INSTRUCTIONS TO BIDDERS Page 9 of 9 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and responsive Bidder whose evaluation by City indicates that the award will be in the best interests of the City. 17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than the lowest bid submitted by a responsible Texas Bidder by the same amount that a Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. 17.7. A contract is not awarded until formal City Council authorization. If the Contract is to be awarded, City will award the Contract within 90 days after the day of the Bid opening unless extended in writing. No other act of City or others will constitute acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by the City. 17.8. Failure or refilsal to comply with the requirements may result in rejection of Bid. 18. Signing of Agreement When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Agreement. Within 14 days thereafter Contractor shall sign and deliver the required number of counterparts of the Agreement to City with the required Bonds, Certificates of Insurance, and all other required documentation. City shall thereafter deliver one fully signed counterpart to Contractor. END OF SECTION CITY OF FORT WORTH VCMU SLUDGE THICKENING IMPROVEMENTS STANDARD CONSTRUCTION SPF.CIFICA ION DOCUMENTS CITY PROJECT NO. CO2647 April 2020 THIS PAGE INTENTIONALLY BLANK TO: The Purchasing Manager c/o: The Purchasing Division 200 Texas Street City of Fort Worth, Texas 76102 FOR: City Project No.: CO2647 1. Enter Into Agreement SECTION 00 41 00 BID FORM Village Creek Water Reclamation Facility Sludge Thickening Improvements 00 41 00 BID FORM Page 1 of 3 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. 'fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non- competitive levels. d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VCWRF SLUDGE THICKENING IMPROVEMENTS April 2020 CITY PROJECT NO. 002647 00 41 00 BID FORM Page 2 of 3 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Wastewater Treatment Facilities 4. Time of Completion 4.1. The Work will be substantially complete within 670 600 calendar days after the date when the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. The Work will be complete for Final Acceptance within 730-660 calendar days after the date when the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.3. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work (and/or achievement of Milestones) within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms (optional at time of bid) f. Prequalification Statement, Section 00 45 12 g. Conflict of Interest Affidavit, Section 00 35 13 *If necessary, CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. Total Sid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VCWRF SLUDGE THICKENING IMPROVEMENTS April 2020 CITY PROJECT NO. CO2647 I 6.3. Evaluation of Alternate Bid Items Total Base Bid Deductive Alternate Total Bid 7. Bid Submittal This Bid is submitted on Month Day, Yt;.iI Respectfully submitted, By: (Signature) Prmled dame Isere I (Printed Name) Title: 'rillf3'.Ir-jrelimp" Company: 4--omparly uama ke Address: Address Hefe Address Mere of Space Clly, Slaw Zip Coda Hem State of Incorporation: Stato H Email: Your Email Addreas H Phone: Your F'k ure dumber H 2R7 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS April 2020 00 41 00 BID FORM Page 3 of 3 $525,254.00 $0.00 $525,254.00 by the entity named below. Receipt is acknowledged of the following Addenda: Initial Addendum No. 1: Addendum No. 2: Addendum No. 3: Addendum No. 4: Addendum No. 5: Corporate Seal: VCWRF SLUDGE THICKENING IMPROVEMENTS CITY PROJECT NO. CO2647 THIS PAGE INTENTIONALLY BLANK SCHEDULE OF SUPPLIER Note: Circle the name of the man ufacturerlsupplier of the following specified system/equipment that Contractor will furnish. The apparent low bidder must submit the Schedule of Supplier form within three 3 business da s after Bid O enin . Item No. Specification System/Equipment Description Supplier/Manufacturer Section Thermoset Fiberglass -Reinforced Plastic a. AOCAlianeys, Callie • N Belco Manufacturing 1 23 3116.16 Ducts and Accessories b. Ashland NOV Fiberglass_ S sty ems c. Environmental Systems a. Aerovent; a Twin City Fan Company b. Breidert Air Products, Inc. reRtr;fugal ReOf VeRtilat rs c. Cook, Loren Company HVAC Power Ventilators 2 23 34 23 d. Greenheck Fan Corp. e. JennFan: Div. of Breidart Air Products, Inc. f. Penn Barry a. Engineered Air Indirect -Fired, Outdoor, Heating -Only b. Trane 3 23 74 23 c. Temtrol, Nortec Air Makeup -Air Units d. York, A JCI Company e. Carrier a. ABB Pad Mounted, Liquid Filled, Medium b. Cooper Power Systems 4 261219 Voltage Transformers c. Eaton d. General Electric (G.E.) a. Eaton 5 262413 Switchboards b. GE/ABB c. Square D; by Schneider Electric a. Square-D (Schneider Electric) Altivar 6 26 29 23 Variable -Frequency Motor Controllers b. Allen-Bradley c. Eaton a. Corning Cable Systems Corp. 7 27 15 23 Fiber Optic Equipment b. Comm Scope C. Systimax a. Whipps 8 40 05 50 Fabricated Gates b. Fontaine C. Golden Harvest a. DeZurik 9 40 05 62 Eccentric Plug Valves b. Pratt c. Val-Matic d. Crispen Valve 10 40 05 89.14 Automatic Strainer a. Hellan Strainer Company b. Approved Equal a. Ace Industries, Inc. 11 4122 13.13 Bridge Cranes b. Konecranes, Inc. c. Omi Crane Systems Inc. d. ProservCrane Group a. Universal Blower Pac Rotary Lobe Positive Displacement b. Aerzen 12 431133 Blowers c. Spencer Blowers d. Robuschi by Gardner Denver Schedule of Supplier FTW17498 - Sludge Thickening Improvements City Project No. CO2647 004101 Note: Circle the name of the man ufacturertsupplier of the following specified system/equipment that Contractor will furnish. The apparent low bidder must submit the Schedule of Supplier form within three (3) business dais after Bid Onenina. Specification Item No. System/Equipment Description Supplier/Manufacturer Section 13 44 42 56.09 Non -Clog Dry Pit Self -Priming Centrifugal a. Gorman -Rupp Pumps b. USEMCO/Cornell Pumps 14 44 42 56.1Z Induced Flow (Recessed Impeller) a. Wemco Centrifugal Pumps b. Hayward Gordon a. Moyno/Monoflo 15 444256.13 Progressive Cavity Pumps (Sludge) b. Netzsche c. Seepex a. Moyno/Monoflo 16 44 42 56.14 Progressive Cavity Pumps (Polymer) b. Netzsche c.Seepex a. Belco Manufacturing Company b. Diamond Fiberglass 17 44 42 76 Fiberglass Reinforced Plastic Chemical c. Ershigs, Inc. Storage Tanks d. LF Manufacturing e. R.L. Industries f. An-Cor Industrial Plastics a. UGSI Chemical Feed, Inc. (Polyblend) 18 46 33 33 Polymer Blending and Feed System c. Velocity Dynamics, LLC. (VeloDyne) a. Vaughn Rota Mix 19 46 41 21 Sludge Mixing System b. Hayward Gordon HydroMixc. MTS Jet Mixing d. Landia/Mazzei Mixing a. Xylem Sanitaire b. SSI Aeration, Inc. 20 46 51 21 Coarse Bubble Diffusers c. Environmental Dynamics International d. Aquarius Technologies, LLC. a. Andritz 21 46 71 16 Gravity Belt Thickeners b. Alfa Lava l/Ashbrook-Simon-Hartley c. BDP a. Andritz 22 46 71 33 Rotary Drum Thickeners b. Alfa Lava l/Ashbrook-Simon-Hartley c. FKC Id. Parkson Schedule of Supplier FTW17498 - Sludge Thickening Improvements City Project No. CO2647 00 41 01 00 42 43 BID PROPOSAL Pagc I or2 SECTION 00 42 43 PROPOSALFORM l!JILI 109ail IRM --] IX Bidder's Application Pmjuct Item Inlorinallon Bidders Proposal Bidlist Item No. Descriplion Unit or Rid unit Price Rid value Measure Qnanli[y Construction and operational completion of all paving, grading, yard piping, general site work, mobilization, demobilization, bonds, B-1 general conditions, development and implementation of a stormw LS 1 water pollution prevention plan (SWP3), overhead and profit, as well as all items not included in the below Bid Items. Sludge Thickening Facility: Construction and operational B-2 completion of the improvements at the Sludge Thickening Facility LS 1 inclusive of all items shown on the TF sheets. Primary Sludge Holding Tank: Construction and operational completion of the improvements at the Gravity Thickeners! Primary B-3 Sludge Holding Tanks inclusive of all items shown an the PT sheets LS 1 with the exception of the primary sludge header replacement in Bid Item B-4, Primary Sludge Header: Temporary bypass piping, construction and operational completion for removal and replacement of the B-4 primary sludge header in the piping gallery between the Grit Building LS 1 and Gravity Thickener No.'s 1, 2, and 4 inclusive of all items shown on the PT sheets. Waste Sludge Holding Tanks: Construction and operational B-5 completion of the improvements at the Waste Sludge Holding LS 1 Tanks inclusive of all items shown on the WT sheets. Blend Tank: Construction and operational completion of the B-6 improvements at the sludge Blend Tank inclusive of all items shown LS 1 on the BT sheets with the exception of Bid Items B-7, B-8, and B-9. Blend Tank Annular Seal: Construction and operational B-7 completion for the removal and replacement of the cover and LS 1 annular seal of the Blend Tank as shown on the BT sheets. Blend Tank Mixing System: Allowance for Landia Inc. to provide a 8-8 gas -handling venturi jet mixing system for the Blend Tank per LS 1 Speciation Section 43 1143 and Appendix A. $176,574.00 $176,574.00 Blend Tank Cleanout: Removal, dewatering by a mobile B-9 dewatering unit, and landfill disposal, inclusive of tipping fees, of the 135 contents from the sludge Blend Tank in its entirety. TDONS Gravity Belt Thickener Building: Construction and operational B-10 completion of the improvements at the Gravity Belt Thickener LS 1 Building inclusive of all items shown on the GT sheets. DAFT: Construction for decommissioning of the Dissolved Air B-11 Floatation Tanks inclusive of all items shown on the DF sheets. LS 1 Concrete Repair: Preparation and application of concrete repair mortars at the interior concrete vertical and horizontal surfaces in B-12 the Thickening Facility, Waste Sludge Holding Tanks, and at other CF 100 locations identified by the Engineer or Owner. Concrete Pressure Injection: Pressure injection of cracks and construction joints at the concrete vertical and horizontal surfaces in B-13 the Thickening Facility, Waste Sludge Holding Tanks, and at other LF 1000 locations identified by the Engineer or Owner. Trench Safety System: Development, design, and implementation of a Trench Safety system as required by the Occupational and B-14 Safety and Health Administration and for the assumption of IT 100D responsibility for said system. Electrical and Instrumentation: Construction and the operational completion of the Electrical and Instrumentation improvements B-15 inclusive of all items shown on the 1 and E sheets, with the LS 1 exception of Bid Items B-16 and B-17. Distributed Control System: Allowance for cabinets, controllers, B-16 network devices, and system programming by Fmerson for the LS 1 Distributed Control System (DCS) per Appendix B. $329,000.00 $329,000.00 CITY OF FORT WORTII STANDARD CONSTRUMON SPECIFICATION DOCIIMN'I'S April auto VCWRF SLUDGE THICKENING IMPROVEMENTS CITY PROJECT NO. CO2647 00 42 a, RIP PROPOSAL Peae 2 or2 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Inlarmation Bidders Proposal Bidlist item No. Description Unit or Ulcasurc O Quantity Unit Price Bid VaIRc Distributed Control System: Allowance for stopgap option in B_17 Emerson's proposal for the Distributed Control System (DCS) per LS 1 Appendix B. $19,880.00 $19,660.00 Additional Concrete Sidewalk: Additional concrete sidewalk not B_18 shown on the Drawings. Concrete sidewalk shall be installed at SY 50 locations designated by the Owner or Engineer. Additional Concrete Pavement: Additional concrete pavement not 13-19 shown on the Drawings. Concrete pavement shall be installed at SY 200 locations designated by the Owner or Engineer. Additional Asphalt Pavement: Additional asphalt pavement not B-20 shown on the Drawings. Asphalt pavement shall be installed at SY 200 locations designated by the Owner or Engineer_ Additional CLSM: Additional controlled low strength material B_21 (CLSM) not shown on the drawings or required by the specifications Cy 300 and as directed by the Owner or Engineer. 6" Yard Piping Lowering: Lowering of a 6" DI pipe up to 4-ft, not B-22 shown on the Drawings, at piping conflicts, inclusive of four, 45- EA 4 degree bends and piping required for the lowering. 19" Yard Piping Lowering: Lowering of a 10" DI pipe up to 4-ft, not B-23 shown on the Drawings, at piping conflicts, inclusive of four, 45- EA a degree bends and piping required for the lowering. 18" Yard Piping Lowering: Lowering of a 18" OI pipe up to 4-ft, not B-24 shown on the Drawings, at piping conflicts, inclusive of four, 45- EA 2 degree bends and piping required for the lowering. 24" Yard Piping Lowering: Lowering of a 24" DI pipe up to 4-ft, not B-25 shown on the Drawings, at piping conflicts, inclusive of four, 45- EA 2 degree bends and piping required for the lowering. Total Base Bid I$525,254.00 Deductive Alternate Bid In lieu of Bid Item B-7, removal and the replacement of the Blend D-1 Tank annular seal without removing the Blend Tank cover as shown LS 1 on the BT sheets, Total Deductive Alternate Bid Total Bid (Base Bid - Deductive Alternate Bid) $525,254.00 CITY OF FONT' W OR'I'II STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS VCWRF SLUDGE THICKENING IMPROVEMENTS April 2020 CITY PROJECT NO. CO2647 SECTION 00 43 43 BID BOND KNOW ALL BY THESE PRESENTS: 004314 131D BOND Page 1 ur2 That we, Eagle Contracfing, LP , known as "Bidder" herein and C' lanral An:s:lceri Cps(r,dly ol1d SIJrOV Compaesy, Fldokly and Depmily Ccmpany of kluyland a corporate surety duly authorized to do business in the State of Texas, known as "Surety" herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal sum of five percent (5%) of Bidder's maximum bid price, in lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid or proposal to perform Work for the following project designated as Village Creek Water Reclamation Facility Sludge Thickening Improvements NOW, THEREFORE, the condition of this obligation is such that if the City shall award the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions required for the execution of the Contract and shall enter into the Contract in writing with the City in accordance with the terms of such same, then this obligation shall be and become null and void. If, however, the Principal fails to execute such Contract in accordance with the terms of same or fails to satisfy all requirements and conditions required for the execution of the Contract, this bond shall become the property of the City, without recourse of the Principal and/or Surety, not to exceed the penalty hereof, and shall be used to compensate City for the difference between Principal's total bid amount and the next selected bidder's total bid amount. PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division, IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the 21 st day of May , 2020. ATTEST: �1 ,, � -, Witness as to Prin ' al CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS April 2020 PRINCIPAL: Eagle Contractina. LP BY: filaw Sigoatufe HEH Enterprises, L.L.C., General Paitner Name and Title Roy Ewen, President VCWRF SLUDGE THICKENING IMPROVEMENTS CITY PROJECT NO. CO2647 Witness as to Surety San&l Roney Attach Power of Attorney (Surety) for Attorney -in -Fact 004313 BID BOND Page 2 of 2 Address: Eagle Contracting, LP 5700 Park Vista Circle Keller, TX 76244____ SURETY: Colonial American Casualty and Surety Gomoari Fidelity and De osit Company ofM wland BY: ignature John William Newby, Attorney in Fact Name and Title Address: 1299 Zurich Way, 5th Floor _ Schaumburg, IL 60196 n Y Telephone Number: 972-201-0100 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VGWRF SLUDGE THICKENING IMPROVEMENTS April 2020 CITY PROJECT NO. CO2647 ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Illinois, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"), by Robert D. Murray, Vice President, in pursuance of authority granted by Article V, Section $, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint John William NEWBY, Troy Russell KEY, Debra Lee MOON, Andrea Rose CRAWFORD, Sandra Lee RONEY, Linda Michelle STALDER, Suzanne Elizabeth NIEDZWIEDZ, Sherie Michelle GREENOUGH, Cheri Lynn IRBY and Joshua D. TRITT, all of Addison, Texas, its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance ofthese presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers ofthe ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland, and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland, in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section S, of the By -Laws of said Companies and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seats of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 5th day of March, A.D. 2020. ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND By.- Robert D. Murray Vice President By. Dawn E. Brown Secretary State of Maryland County of Baltimore On this 5' day of March, A.D. 2020, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, RobertD. Murray, Vice President and Dawn E. Brown, Secretary of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution ofsame, and being by me duly sworn, deposeth and saith, that he/she is the said officer of theCompany aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. ,ilkI ijl,rr =i 3€ Constance A. Dunn, Notary Public My Commission Expires: July 9,2023 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, Attorne s-in-)~act. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument tinder the attested corporate seal, appoint attorneys -in -fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney -in -fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By- Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney ... Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the loth day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 21st day of May 202G Cow") 4 n '1L"T•, S 998 i-�` By: Brian M. Dodges Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND, THE BOND NUMBER, AND YOUR CONTACT INFORMATION TO: Zurich Surety Claims 1299 Zurich Way Schaumburg, IL 60196-1056 www.nortsfelairns&urichna.com 800-626-4577 Texas Important Notice IMPORTANT NOTICE To obtain information or make a complaint: You may call Zurich North America's toll -free telephone number for information or to make a complaint at: 1-800-382-2150 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights, or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 490-1007 Web: www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. ZURiCH AVISO IMPORTANTE Para obtener informacion o para presentar una queja: Usted puede Ilamar al numeeo de telefono gratuito de Zurich North America's para obtener informacion o para presentar una queja al: 1-800-382-21 S4 Usted puede comunicarse con el Departamento de Se- guros de Texas para obtener informacion sobre com- panfas, coberturas, derechos, o quejas al: 1-800-252-3439 Usted puede escribir al Departamento de Seguros de Texas a: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 490-1007 Sitio web: www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov DISPUTAS POR PRIMAS DE SEGUROS O RECLAMACIONES: Si tiene una disputa relacionada con su prima de seguro o con una reclamacion, usted debe comunicarse con la companfa primero. Si la disputa no es resuelta, usted puede comunicarse con el Departamento de Seguros de Texas. ADJUNTE ESTE AVISO A SU POLIZA: Este aviso es solamente para propositos informativos y no se con- vierte en parte o en condicion del documento adjunto. U-GU-296-E (06115) Page 1 of 1 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1 of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of NIA , our principal place of business, are required to be N/A percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of N/A our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. K BIDDER: Company Name Here Eagle Contracting, L.P P.O Box 1600/5700 Park Vista Circle Ft Worth, Texas 76244 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMFNTS April 2020 By: Roy Ewen (Signature) Title: President Date: May 21, 2020 VCWRF SLUDGE THICKENING IMPROVEMENTS CITY PROJECT NO. CO2647 004511-I BII]I)tiRS PIU-QUALIFICATIONS Page 1 of 3 SECTION 00 45 11 BIDDERS PREQUALIFICATIONS 1. Summary. All contractors are required to be prequalifed by the City prior to submitting bids. To be eligible to bid the contractor must submit Section 00 45 12, Prequalification Statement for the work type(s) listed with their Bid. Any contractor or subcontractor who is not prequalifed for the work type(s) listed must submit Section 00 45 13, Bidder Prequalification Application in accordance with the requirements below. The prequalification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. The information must be submitted seven (7) days prior to the date of the opening of bids. For example, a contractor wishing to submit bids on projects to be opened on the 7th of April must file the information by the 31st day of March in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's Prequalification Application, the following must accompany the submission. a. A complete set of audited or reviewed financial statements. (1) Classified Balance Sheet (2) Income Statement (3) Statement of Cash Flows (4) Statement of Retained Earnings (5) Notes to the Financial Statements, if any b. A certified copy of the firm's organizational documents (Corporate Charter, Articles of Incorporation, Articles of Organization, Certificate of Formation, LLC Regulations, Certificate of Limited Partnership Agreement). c. A completed Bidder Prequalification Application. (1) The firm's Texas Taxpayer Identification Number as issued by the Texas Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification number visit the Texas Comptroller of Public Accounts online at the following web address www.window.state.tx.us/tgypermit/ and fill out the application to apply for your Texas tax ID. (2) The firm's e-mail address and fax number. (3) The firm's DUNS number as issued by Dun & Bradstreet. This number is used by the City for required reporting on Federal Aid projects. The DUNS number may be obtained at www.dnb.com. d. Resumes reflecting the construction experience of the principles of the firm for firms submitting their initial prequalification. These resumes should include the size and scope of the work performed. e. Other information as requested by the City. 2. Prequalification Requirements a. Financial Statements. Financial statement submission must be provided in accordance with the following: (1) The City requires that the original Financial Statement or a certified copy be submitted for consideration. CITY OF FORT WOR"CCI VCWRF SLUDGE THICKENING IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. CO2647 APrit 2020 004511 -2 BfDDIRS PKEQUALIFICATIONS Page 2 of 3 (2) To be satisfactory, the financial statements must be audited or reviewed by an independent, certified public accounting firm registered and in good standing in any state. Current Texas statues also require that accounting firms performing audits or reviews on business entities within the State of Texas be properly licensed or registered with the Texas State Board of Public Accountancy. (3) The accounting firm should state in the audit report or review whether the contractor is an individual, corporation, or limited liability company. (4) Financial Statements must be presented in U.S. dollars at the current rate of exchange of the Balance Sheet date. (5) The City will not recognize any certified public accountant as independent who is not, in fact, independent. (6) The accountant's opinion on the financial statements of the contracting company should state that the audit or review has been conducted in accordance with auditing standards generally accepted in the United States of America. This must be stated in the accounting firm's opinion. It should: (1) express an unqualified opinion, or (2) express a qualified opinion on the statements taken as a whole. (7) The City reserves the right to require a new statement at any time. (8) The financial statement must be prepared as of the last day of any month, not more than one year old and must be on file with the City 16 months thereafter, in accordance with Paragraph 1. (9) The City will determine a contractor's bidding capacity for the purposes of awarding contracts. Bidding capacity is determined by multiplying the positive net working capital (working capital — current assets — current liabilities) by a factor of 10. Only those statements reflecting a positive net working capital position will be considered satisfactory for prequalification purposes. (10) In the case that a bidding date falls within the time a new financial statement is being prepared, the previous statement shall be updated with proper verification. b. Bidder Prequalifacalion Application. A Bidder Prequalifi cation Application must be submitted along with audited or reviewed financial statements by firms wishing to be eligible to bid on all classes of construction and maintenance projects. Incomplete Applications will be rejected. (1) In those schedules where there is nothing to report, the notation of "None" or "NIA" should be inserted. (2) A minimum of five (5) references of related work must be provided. (3) Submission of an equipment schedule which indicates equipment under the control of the Contractor and which is related to the type of work for which the Contactor is seeking prequalification. The schedule must include the manufacturer, model and general common description of each piece of equipment. Abbreviations or means of describing equipment other than provided above will not be accepted. 3. Eligibility to Sid a. The City shall be the sole judge as to a contractor's prequalification. b. The City may reject, suspend, or modify any prequalification for failure by the contractor to demonstrate acceptable financial ability or performance. c. The City will issue a letter as to the status of the prequalification approval. CITY OF FORT WORTI I VCWRF SLUDGE THICKENINCT IMPROVEMENTS STANDARD CONSTRIJCTION SPECIFICATION DOCTWENTS CITY PROJECT NO. CO2647 April 2020 0045 11 -3 BIDDERS PREQUALIFICA`I'IONS Page 3 of 3 d. If a contractor has a valid prequalification letter, the contractor Will be eligible to bid the prequalitied work types until the expiration date stated in the letter. END OF SECTION CITY OF FORT WORTH VCWRF SLUDGE THICKENING IMPROVEMENTS STANDARD CONSTRUCTION SPFC[FICATION DOCUMENTS CITY PROJECT NO. CO2647 April 2020 THIS PAGE INTENTIONALLY BLANK 00 45 12 BID FORM Page 1 of 1 SECTION 00 45 12 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Wastewater Treatment Facilities Eagle Contracting, L.P. April 30, 2021 The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Eagle Contracting, L.P By: Roy Ewen ,�f P.O Box 160015700 Park Vista Circle hA"I � - - - -- Fort Worth, Texas 76244 (Signature) _- Title. President Date: May 21, 2020 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VCWRF SLUDGE THICKENING IMPROVEMENTS April 2020 CITY PROJECT NO. CO2647 FORT WoRT SECTION 00 45 13 BIDDER PREQUALIFICATION APPLICATION Date of Balance Sheet Mark only one: Name under which you wish to quality Individual Limited Partnership General Partnership Corporation Limited Liability Company Post Office Box City State Zip Code Street Address (required) City State Zip Code Telephone Fax Email Texas Taxpayer Identification No. Federal Employers Identification No. DUNS No. (if applicable) MAIL THIS QUESTiONAIRE ALONG WITH FINANCIAL STATEMENTS TO: CITY OF FORT WORTH TEXAS 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102-6311 AND MARK THE ENVELOPE: "BIDDER PREQUALIFICATION APPLICATION" 0045 13 - 2 BIDDER PREQUALIFICATION APPLICATION Page 2 of 8 BUSINESS CLASSIFICATION The Following should be completed in order that we may properly classify your firm: (Check the block(s) which are applicable Block 3 is to be left blank if Block 1 and/or Block 2 is checked) Has fewer than 100 employees and/or Has less than $6,000,000.00 in annual gross receipts OR Does not meet the criteria for being designated a small business as provided in Section 2006.001 of the Texas Government Code. The classification of your firm as a small or large business is not a factor in determining eligibility to become prequalified. MAJOR WORK CATEGORIES Water Department Augur Boring - 24-inch diameter casing and less Augur Boring - Greater than 24-inch diameter casing and greater Tunneling — 36-Inches — 60 —inches, and 350 LF or less Tunneling - 36-Inches --- 60 —inches, and greater than 350 LF Tunneling — 66" and greater, 350 LF and greater Tunneling 66" and greater, 350 LF or Less Cathodic Protection Water Distribution, Development, 8-inch diameter and smaller Water Distribution, Urban and Renewal, 8-inch diameter and smaller Water Distribution, Development, 12-inch diameter and smaller Water Distribution, Urban and Renewal, 12-inch diameter and smaller Water Transmission, Development, 24-inches and smaller Water Transmission, Urban/Renewal, 24-inches and smaller Water Transmission, Development, 42-inches and smaller Water Transmission, Urban/Renewal, 42-inches and smaller Water Transmission, Development, All Sizes Water Transmission, Urban/Renewal, All Sizes Sewer Bypass Pumping, 18-inches and smaller Sewer Bypass Pumping, 18-inches — 36-inches Sewer Bypass Pumping 42-inches and larger CCTV, 8-inches and smaller CCTV, 12-inches and smaller CCTV, 18-inches and smaller CCTV, 24-inches and smaller CCTV, 42-inches and smaller CCTV, 48-inches and smaller CITY OF FORT WORTH VCWRF SLUDGE THICKENING IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. CO2647 April 2020 0045 13 - 3 BIDDER PREQUALIFICATION APPLICATION Page 3 or8 MAJOR WORK CATEGORIES, CONTINUED Sewer CIPP, 12-inches and smaller Sewer CIPP, 24-inches and smaller Sewer CIPP, 42-inches and smaller Sewer CIPP, All Sizes Sewer Collection System, Development, 8-inches and smaller Sewer Collection System, Urban/Renewal, 8-inches and smaller Sewer Collection System, Development, 12-inches and smaller Sewer Collection System, Urban/Renewal, 12-inches and smaller Sewer Interceptors, Development, 24-inches and smaller Sewer Interceptors, Urban/Renewal, 24-inches and smaller Sewer Interceptors, Development, 42-inches and smaller Sewer Interceptors, Urban/Renewal, 42-inches and smaller Sewer Interceptors, Development, 48-inches and smaller Sewer interceptors, Urban/Renewal, 48-inches and smaller Sewer Pipe Enlargement 12-inches and smaller Sewer Pipe Enlargement 24-inches and smaller Sewer Pipe Enlargement, All Sizes Sewer Cleaning, 24-inches and smaller Sewer Cleaning, 42-inches and smaller Sewer Cleaning, All Sizes Sewer Cleaning, 8-inches and smaller Sewer Cleaning, 12-inches and smaller Sewer Siphons 12-inches or less Sewer Siphons 24-inches or less Sewer Siphons 42-inches or less Sewer Siphons All Sizes Transportation Public Works Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards) Asphalt Paving Construction/Reconstruction (15,000 square yards and GREATER) Asphalt Paving Heavy Maintenance (UNDER $1,000,000) Asphalt Paving Heavy Maintenance ($1,000,000 and OVER) Concrete Paving Construction/Reconstruction (LESS THAN 15,000 square yards) Concrete Paving Construction/Reconstruction (15,000 square yards and GREATER) Roadway and Pedestrian Lighting CITY OF FORT WORTH VCWRF SLUDGE THICKENING IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. CO2647 April 2020 0045 13 -4 BIDDER PREIUALIFICATION APPLICATION Page 4 of S 1. List equipment you do not own but which is available by renting DESCRIPTION OF EQUIPMENT I NAME AND DETAILED ADDRESS OF OWNER 2. How many years has your organization been in business as a general contractor under your present name? List previous business names: 3. How many years of experience in construction work has your organization had: (a) Asa General Contractor: (b) As a Sub -Contractor: 4. `What projects has your organization completed in Texas and elsewhere? CONTRACT AMOUNT CLASS OF WORK DATE COMPLETED LOCATION CITY -COUNTY- STATE NAME AND DETAILED ADDRESS OF OFFICIAL TO WHOM YOU REFER *if requalifying only show work performed since last statement. 5.Have you ever failed to complete any work awarded to you? If so, where and why? 6. Has any officer or owner of your organization ever been an officer of another organization that failed to complete a contract? If so, state the name of the individual, other organization and reason. 7.Has any officer or owner of your organization ever failed to complete a contract executed in his/her name? If so, state the name of the individual, name of owner and reason. CITY OF FORT WORTH VCWRF SLUDGE THICKENING IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. CO2647 April 2020 0045 13 - 5 BIDDER PREQUALIFICATION APPLICATION Page 5 of S 8. In what other lines of business are you financially interested? 9. Have you ever performed any work for the City? If so, when and to whom do you refer? 10. State names and detailed addresses of all producers from whom you have purchased principal materials during the last three years. NAME OF FIRM OR COMPANY I DETAILED ADDRESS 11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship to this person or firm. l2. What is the construction experience of the principal individuals in your organization? NAME PRESENT POSITION OR OFFICE YEARS OF EXPERIENCE MAGNITUDE AND TYPE OF WORK IN WHAT CAPACITY 13. If any owner, officer, director, or stockholder of your firm is an employee of the City, or shares the same household with a City employee, please list the name of the City employee and the relationship. In addition, list any City employee who is the spouse, child, or parent of an owner, officer, stockholder, or director who does not live in the same household but who receives care and assistance from that person as a direct result of a documented medical condition. This includes foster children or those related by adoption or marriage. CITY OF FORT WORTH VCWRF SLUDGE THICKENING IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. CO2647 April 2020 0045 13 -6 BIDDER PREQ1JALIFICATION APPLICATION Page 6 of 8 CORPORATION BLOCK PARTNERSHIP BLOCK If a corporation: Date of Incorporation Charter/File No. President Vice Presidents If a partnership: State of Organization Date of organization Is partnership general, limited, or registered limited liability partnership? File No. (if Limited Partnership) General Partners/Officers Secretary Treasurer Limited Partners (if applicable) LIMITED LIABILITY COMPANY BLOCK If a corporation: State of Incorporation Date of organization File No. Officers or Managers (with titles, if any) Individuals authorized to sign for Partnership Except for limited partners, the individuals listed in the blocks above are presumed to have full signature authority for your firm unless otherwise advised. Should you wish to grant signature authority for additional individuals, please attach a certified copy of the corporate resolution, corporate minutes, partnership agreement, power of attorney or other legal documentation which grants this authority. CfI'Y OF FORT' WORTII VCWRF SLUDGE THICKENING IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. CO2647 April 2020 14. Equipment 004513-7 BIDDER PREQUALIFICATION APPLICATION Page 7 of 8 TOTAL ITEM QUANTITY ITEM DESCRIPTION BALANCESHEET VALUE 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 Various - TOTAL Similar types of equipment may be lumped together. If your firm has more than 30 types of equipment, you may show these 30 types and show the remainder as "various". The City, by allowing you to show only 30 types of equipment, reserves the right to request a complete, detailed list of all your equipment. The equipment list is a representation of equipment under the control of the firm and which is related to the type of work for which the firm is seeking qualification. In the description include, the manufacturer, model, and general common description of each. CITY OF PORT WORTH VCWRF SLUDGE THICKENING IMPROVEMENTS &I ANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S CITY PROJECT NO. CO2647 Apri 12020 004513-8 BIDDER PREQUALIFICATION APPLICATION Page 8 of 8 BIDDER PREQUALIFICATION AFFIDAVIT STATE OF COUNTY OF The undersigned hereby declares that the foregoing is a true statement of the financial condition of the entity herein first named, as of the date herein first given; that this statement is for the express purpose of inducing the party to whom it is submitted to award the submitter a contract; and that the accountant Who prepared the balance sheet accompanying this report as well as any depository, vendor or any other agency herein named is hereby authorized to supply each party with any information, while this statement is in force, necessary to verify said statement. , being duly sworn, deposes and says that he/she is the of , the entity described in and which executed the foregoing statement that he/she is familiar with the books of the said entity showing its financial condition; that the foregoing financial statement taken from the books of the said entity as of the date thereof and that the answers to the questions of the foregoing Bidder Prequalification Application are correct and true as of the date of this affidavit. Firm Name: Signature: Sworn to before me this day of Notary Public Notary Public must not be an officer, director, or stockholder or relative thereof. CITY OF FORT WORTH VCWRF SLUDGE THICKENING IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. CO2647 April 2020 004526-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. CO2647. Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR: , MW 11MR23'. r Company 5-700 Address City/State/Zip THE STATE OF TEXAS § COUNTY OF TARRANT § By: Roy 45we'n (Please Print) Signature: Title: (Please Print) BEFORE ME, the undersigned authority, on this day personally appeared '&!:1 elvr4 - , known to me to be the person whose name is subscribed to ge foregoing instrument, and acknowledged to me that he/she executed the same as the act and deed of G 4 I- -P for the purposes and consideration therein expressed and in the capacity the ein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of , 20 ��,"u-Q9a . ��na98 • : •OAF,RY POO••.. 9J�pF,ig-I.P YID. 70�5 CITY OF FORT WORTH Notary Public in and for the State of Texas END OF SECTION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS April 2020 VCWRF SLUDGE THICKENING IMPROVEMENTS CITY PROJECT NO. CO2647 THIS PAGE INTENTIONALLY BLANK 00 45 40 - 1 Minority Business Enterprise Specifications Paget oft SECTION 00 45 40 TEMPORARY REVISION 4/6/2020 (COVID-19) Minority Business Enterprise Specifications APPLICATION OF POLICY If the total dollar value of the contract is greater than $50,000, then a MBE subcontracting goal is applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of all goods and services. All requirements and regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this bid. MBE PROJECT GOALS The City's MBE goal on this project is >9% of the total bid value of the contract (Base bid applies to Parks and Community Services). Note: if both MBE nil SBE subcontracting goals are established for this project, then an Offeror must submit both a MBE Utilization Form and a SSE Utilization Form to be deemed responsive. COMPLIANCE TO BID SPECIFICATIONS On City contracts $50,000 or more where a MBE subcontracting goal is applied, Offerors are required to comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following- 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation, or 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation, or 3. Good Faith Effort documentation, or; 4. Prime Waiver documentation. SUBMITTAL OF REQUIRED DOCUMENTATION Fhe appNiL able dockiments must he received by the ns5igned city of Fprt Werth Prtlject 1ltlanagcr car Department Di~sigi�ee, within the following txxnes Allocated, in order for the entire bid to be �;onsidered 1esponsive to the speciliCations. 'Me 0136ror slialI EMAIL the MHE documentation to Ilse assigned City of Tort Worth Pf0j=1 Manager ar Departtrieni Designee. A faxed eupy w i I J niit be accepted. 1. Subcontractor lltlila.a[Ion Form, iF received no later than 2:00 p.n1., on the second City bl,6inesa goal is met or exeeeded Jay a fter the bid evening date, exclusive of the bid openin_q dale. ?, Goud Failh EChert and rccJvcd no Cater Than 114 p.m., on the second City business 4trbconIracfor UfIlizatiun Form, iI' Clay after the bid opening &ie, exclusive of the Nd opening pa ation is less than. stated oar: date. :3. GoGd Faith Effort anal rccelved no later than 2,00 p.m., ran the second City bi-L inesg Subcontractor Utilization Furm, It ncr day after the hid u ning cute, exclusive of the bid opening IM BE pamir-�?ation - ldtue, 4. Prime C mitrector Waiver Form. Ir=- ived no later limn -2:00 pan., ou Lire 5ecalld City busing if You wit I perl'nrn1 all ,:lay after the bid weninz dwu. exc:iusive of the bid opening contractin su Iier work: Date. CITY OF FORT WORTH VC WRF SLUDGE, TI-IICKFNING IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. CO2647 April 2020 004540-2 Minority Business Enterprise Specifications Page 2 of 2 15. Join Venture Form, irgoal is met iivecivtW no later than 2',00 p.m., on. the mcond C'iLy busine�g yr exceeded. day alter the bid opening dale, exxOusivd -of the hid opcAing male. FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE WILL RESULT IN THE BID BEING CONSIDERED NON-RESONSIVE TO SPECIFICATIONS. FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED NON -RESPONSIVE. A SECOND FAILURE WILL RESULT IN THE OFFEROR BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR. THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALIFICAITON PERIOD OF THREE YEARS. Any Questions, Please Contact The BDE Office at (80) 392-2674. -END OF SECTION CII'Y OF FORT WORTH VCWRF SLUDGE THICKENING IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. CO2647 April 2020 00 52 43 - 1 Agreement Page 1 of 1 SECTION 00 52 43 2 AGREEMENT 3 4 THIS AGREEMENT, authorized on 06/23/20 is made by and between the City of Forth 5 Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, 6 ("City"), and _Eagle Contracting Limited Partnership , authorized to do business in Texas, 7 acting by and through its duly authorized representative, ("Contractor"). 8 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 9 follows: 10 Article 1. WORK 11 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 12 Project identified herein. 13 Article 2. PROJECT 14 The project for which the Work under the Contract Documents may be the whole or only a part is 15 generally described as follows: 16 Village Creeh Water Reclamation Facilijy Sludge Thickening Improvements 17 City Project No. CO2647 18 Article 3. CONTRACT PRICE 19 City agrees to pay Contractor for performance of the Work in accordance with the Contract 20 Documents an amount, in current finds, of Seventeen Million, Four Hundred Eighty Thousand 21 and no/100 Dollars ($17,480,000.00). 22 Article 4. CONTRACT TIME 23 4.1 Final Acceptance. 24 The Work will be substantially completewithin 670 calendar days after the date when the 25 Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 26 The Work will be complete for Final Acceptance within ,730 days after the date when the 27 Contract Time commences to run, as provided in Paragraph 2.03 of the General Conditions, 28 plus any extension thereof allowed in accordance with Article 12 of the General 29 Conditions. CITY OF FORT WORTH Village Creek Water Reclamation Facility STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Sludge Thickening Improvements Revised 11.15.17 City Project No. CO2647 00 52 43 - 2 Agreement Page 2 of 6 30 4.2 Liquidated Damages 31 Contractor recognizes that time is of the essence of this Agreement and that City will 32 suffer financial loss if the Work is not_c_ompleted within the times specified in Paragraph 33 3.2_ above, plus any extension thereof allowed in accordance with Article 12 of the 34 General Conditions. The Contractor also recognizes the delays, expense and difficulties 35 involved in proving in a legal proceeding the actual loss suffered by the City if the Work 36 is not completed on time. Accordingly, instead of requiring any such proof, Contractor 37 agrees that as liquidated damages for delay „(but not as a penalty), Contractor shall 38 pay City one thousand Dollars ($1,000) for each day that expires after the time 39 specified in Paragraph 3.2 for Substantial Completion until the City issues the 40 Letter of Substantial Completion in accordance with SC-14.0 of the Supplementary 41 Conditions. Auer Substantial Completion, if Contractor shall neglect, refuse, or fail to 42 complete the remaining Work for Final Acceptance within 60 calendar days from the date 43 of Substantial Completion, or any proper extension thereof ,granted by the City, 44 Contractor shall pay City one thousand Dollars $1 000.00 for each day that expires after 45 the time specified in Paragraph 3.2 for Final Acceptance until the City issues the Final 46 Letter of Acceptance. Contractor further agrees to Iiquidated damaged for replacement of 47 the primary sludge header between the Grit Removal Building and Gravity Thickeners in 48 accordance with Section 01 35 00, "Special Procedures". Contractor shall 1 av City one 49 thousand Dollars 1 000.00 for each da that expires after the time specified for 50 replacement of the primary sludize header. 51 Article 5. CONTRACT DOCUMENTS 52 5.1 CONTENTS: 53 A. The Contract Documents which comprise the entire agreement between City and 54 Contractor concerning the Work consist of the following: 55 1. This Agreement. 56 2. Attachments to this Agreement: 57 a. Bid Form 58 1) Proposal Form 59 2) Vendor Compliance to State Law Non -Resident Bidder 60 3) Prequalification Statement 6I 4) State and Federal documents (project specific) 62 b. Current Prevailing Wage Rate Table 63 c. Insurance ACORD Form(s) 64 d. Payment Bond 65 e. Performance Bond 66 £ Maintenance Bond 67 g. Power of Attorney for the Bonds 68 h. Worker's Compensation Affidavit 69 i. MBE and/or SBE Utilization Form 70 3. General Conditions. 71 4. Supplementary Conditions. 72 5. Specifications specifically made a part of the Contract Documents by attachment 73 or, if not attached, as incorporated by reference and described in the Table of 74 Contents of the Project's Contract Documents. 75 6. Drawings. CITY OF PORT WORTH Village Creek Water Reclamation Facility STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Sludge Thickening Improvements Revised 11.15.17 City Project No. CO2647 005243-3 Agreement Page 3 of 6 76 7. Addenda. 77 8. Documentation submitted by Contractor prior to Notice of Award. 78 9. The following which may be delivered or issued after the Effective Date of the 79 Agreement and, if issued, become an incorporated part of the Contract Documents: 80 a. Notice to Proceed. 81 b. Field Orders. 82 e. Change Orders. 83 d. Letter of Substantial Completion 84 e. Letter of Final Acceptance. 85 86 Article 6. INDEMNIFICATION 87 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 88 expense, the city, its officers, servants and employees, from and against any and all 89 claims arising out of, or alleged to arise out of, the work and services to be performed 90 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 91 under this contract. This indemnification provision is specifically intended to operate 92 and be effective even if it is alleged or proven that all or some of the damages being 93 sought were caused, in whole or in part, by any act, omission or negligence of the city. 94 This indemnity provision is intended to include, without limitation, indemnity for 95 costs, expenses and legal fees incurred by the city in defending against such claims and 96 causes of actions. 97 98 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 99 the city, its officers, servants and employees, from and against any and all loss, damage 100 or destruction of property of the city, arising out of, or alleged to arise out of, the work 101 and services to be performed by the contractor, its officers, agents, employees, 102 subcontractors, licensees or invitees under this contract. This indemnification I03 provision is specifically intended to operate and be effective even if it is alleged or 104 proven that all or some of the damages being sought were caused, in whole or in part, 105 by anv act, omission or neiliLyence of the city. 106 107 Article 7. MISCELLANEOUS I08 7.1 Terms. 109 Terms used in this Agreement which are defined in Article 1 of the General Conditions will 110 have the meanings indicated in the General Conditions. 111 7.2 Assignment of Contract. 112 This Agreement, including all of the Contract Documents may not be assigned by the 113 Contractor without the advanced express written consent of the City. 114 7.3 Successors and Assigns. 115 City and Contractor each binds itself, its partners, successors, assigns and legal 116 representatives to the other party hereto, in respect to all covenants, agreements and I I7 obligations contained in the Contract Documents. CITY OF FORT WORTH Village Creek Water Reclamation Facility STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Sludge Thickening Improvements Revised 11.15.17 City Project No. CO2647 005243-4 Agreement Page 4 of 6 118 7.4 Severability. 119 Any provision or part of the Contract Documents held to be unconstitutional, void or 120 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 121 remaining provisions shall continue to be valid and binding upon CITY and 122 CONTRACTOR. 123 7.5 Governing Law and Venue. 124 This Agreement, including all of the Contract Documents is performable in the State of 125 Texas. Venue shall be Tarrant County, Texas, or the United States District Coup for the 126 Northern District of Texas, Fort Worth Division. 127 7.6 Authority to Sign. 128 Contractor shall attach evidence of authority to sign Agreement if signed by someone other 129 than the duly authorized signatory of the Contractor. 130 131 7.7 Prohibition On Contracts With Companies Boycotting Israel. I32 Contractor acknowledges that in accordance with Chapter 2270 of the Texas Government 133 Code, the City is prohibited from entering into a contract with a company for goods or 134 services unless the contract contains a written verification from the company that it: (1) 135 does not boycott Israel; and (2) will not boycott Israel during the term of the contract. 136 The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms 137 in Section 808.001 of the Texas Government Code. By signing this contract, Contractor 138 certifies that Contractor's signature provides written verification to the City that 139 Contractor. (I) does not boycott Israel, and (2) will not boycott Israel during the term of 140 the contract 141 142 7.8 Immigration Nationality Act. 143 Contractor shall verify the identity and employment eligibility of its employees who 144 perform work under this Agreement, including completing the Employment Eligibility 145 Verification Form (I-9). Upon request by City, Contractor shall provide City with copies of 146 all I-9 forms and supporting eligibility documentation for each employee who performs 147 work under this Agreement. Contractor shall adhere to all Federal and State laws as well as 148 establish appropriate procedures and controls so that no services will be performed by any 149 Contractor employee who is not legally eligible to perform such services. 150 CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS 151 FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF 152 THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES, 153 SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to 154 Contractor, shall have the right to immediately terminate this Agreement for violations of 155 this provision by Contractor. 156 157 7.9 No Third -Party Beneficiaries. 158 This Agreement gives no rights or benefits to anyone other than the City and the Contractor 159 and there are no third -party beneficiaries. 160 161 7.10 No Cause of Action Against Engineer. CITY OF FORT WORTH Village Creek Water Reclamation Facility STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Sludge Thickening Improvements Revised 11.15.17 City Project No. CO2647 005243-5 Agreement Page 5 of 6 I62 Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their 163 sureties, shall maintain no direct action against the Engineer, its officers, employees, and 164 subcontractors, for any claim arising out of, in connection with, or resulting from the 165 engineering services performed. Only the City will be the beneficiary of any undertaking by 166 the Engineer. The presence or duties of the Engineer's personnel at a construction site, 167 whether as on -site representatives or otherwise, do not make the Engineer or its personnel 168 in any way responsible for those duties that belong to the City and/or the City's construction 169 contractors or other entities, and do not relieve the construction contractors or any other 170 entity of their obligations, duties, and responsibilities, including, but not limited to, all 171 construction methods, means, techniques, sequences, and procedures necessary for 172 coordinating and completing all portions of the construction work in accordance with the 173 Contract Documents and any health or safety precautions required by such construction 174 work. The Engineer and its personnel have no authority to exercise any control over any 175 construction contractor or other entity or their employees in connection with their work or 176 any health or safety precautions. 177 178 SIGNATURE PAGE TO FOLLOW 179 CITY OF FORT WORTH Village Creek Water Reclamation Facility STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Sludge Thickening Improvements Revised 11.15.17 City Project No. CO2647 180 181 182 193 184 185 186 187 188 189 190 I91 005243-6 Agreement Page 6 of 6 IN WITNESS WHEREOF, City and Contractor have each executed this Agreement- to be effective as of the date subscribed by the City's designated Assistant City Manager ("Effective Date"). Contractor.- Eagle Contracting By: ;(-Signature) Roy rwe,�n (Printed Name) Title: Pr"; vi&o f Address: 5 DD rlf* V- i-q C it de, City of Fort Worth Dana Surghdof By: Dana BurghdofF u110, 20201T:01 CDT) Dana BurghdofF Assistant City Manager Date Ju110, 2020 i Attest: City secreta(y (Seal) M&C 20-0464 Date: 06/23/20 Form 1295 No. 2020-625127 City/State/Zip: Jj eJ 14r- 'TX `76 7,+4 Contract Compliance Manager: C —!"- 4 Date By slgnIng, l acknowledge the# I am Lite person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting reeluirements bA p Farida oderya, P.E. Project Manager Approved as to Form and Legality: B zallt.,u� Mack (Jul 10, 202013:06 CDT) Douglas W. Black Senior Assistant City Attorney APPROVAL RECOMMENDED: Clc�die� tfaa^der �*--:-w ader IJuI 9_11WO 17:33 CDA Chris Harder, P.E. Water Department Director CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 11.1SJ7 Village Creels Water Reclamation Facility Sludge Thickening Improvements City Project No. CO2647 006113-1 PERFORMANCE BOND Page l of 2 I SECTION 00 61 13 2 PERFORMANCE BOND Bond No. PRF9355401 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we, Eagle Contracting, Limited Partnership , known as Colonial American Casualty and Surety Company 9 "Principal" herein and Fidelity and Deposit Company of Maryland , a corporate 10 surety(sureties, if more than one) duly authorized to do business in the State of Texas, known as I I "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a 12 municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal 13 Sum of, Seventeen Million Four Hundred Eighty Thousand & 001100s Dollars 14 ($17,480,000.00 ), lawful money of the United States, to be paid in Fort Worth, 15 Tarrant County, Texas for the payment of which sum well and truly to be made, we bind 16 ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, 17 firmly by these presents. 18 WHEREAS, the Principal has entered into a certain written contract with the City 19 awarded the 23rd day of June , 20 20, which Contract is hereby referred to and 20 made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment 21 labor and other accessories defined by law, in the prosecution of the Work, including any Change 22 Orders, as provided for in said Contract designated as Village Creels Water Reclamation 23 Facility -Sludge Thickening Improvements, City Project No. CO2647 24 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 25 shall faithfully perform it obligations under the Contract and shall in all respects duly and 26 faithfully perform the Work, including Change Orders, under the Contract, according to the plans, 27 specifications, and contract documents therein referred to, and as well during any period of 28 extension of the Contract that may be granted on the part of the City, then this obligation shall be 29 and become null and void, otherwise to remain in full force and effect. 30 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 31 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 32 Worth Division. CITY OF FORT WORTH Village Creek Water Reclamation Facility STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Sludge Thickening Improvements Revised July I, 2011 City Project No. CO2647 0061 13-2 PERFORMANCE BOND Page 2 of 2 I This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statue. 4 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED 5 this instrument by duly authorized agents and officers on this the 6th day of 6 July 7 20 20 7 8 9 10 Il 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 ATTEST: (Principa Secretary" Witness s PrIncipal Witness as 9Surety PRINCIPAL: Eagle Contracting, Limited Partnership BY: r �W 7 M9 Si ure HEH Enterprises, L.L.C. General Partner Roy Ewen, President Name and Title Address: 5700 Park Vista Circle Keller, TX 76204 SURETY: Colonial American Casualty and Surety Company FidelityandDeposit Company of Mpryla'id u A4�_tuBY: y(" Agnature John William Newby, Attorne in Fart Name and Title Address: 1299 Zurich Way, 5th Floor Schaumburg, IL 60196 Telephone Number: 214-866-1000 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH Village Creck Water Reclamation Facility STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Sludge Thickening Improvements Revised July 1, 2011 City Project No. CO2647 0061 14 - 1 PAYMENT BOND Page I of 2 I SECTION 00 61 14 Bond No. PRF9355401 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, Eagle Contracting, Limited Partnership known as Colonial American Casualty and Surety Company 8 "Principal" herein, and Fidelity and Deposit Company of Maryland _ , a 9 corporate surety (sureties), duly authorized to do business in the State of Texas, known as I0 "Surety" herein (whether one or snore), are held and firmly bound unto the City of Fort Worth, a I I municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, 12 in the penal sum of Seventeen Million Four Hundred Eighty Thousand & 001100s Dollars 13 ($ 17,480,000.00 , lawful money of the United States, to be paid in Fort Worth, 14 Tarrant County, Texas, for the payment of which sum well and truly be made, we bind ourselves, 15 our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these 16 presents: 17 WHEREAS, Principal has entered into a certain written Contract with City, awarded the 18 23rd day of Jane , 2020 , which Contract is hereby referred to and 19 made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, 20 labor and other accessories as defined by law, in the prosecution of the Work as provided for in 21 said Contract and designated as Village Creek Water Reclamation Facility Sludge Thickening 22 Improvements, City Project No. CO2647 23 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 24 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 25 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 26 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 27 force and effect. 28 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 29 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 30 accordance with the provisions of said statute. 31 CITY OF FORT WORTH Village Creek Water Reclamation Facility STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Sludge Thickening Improvements Revised July 1. 2011 City Project No. CO2647 0061 14 - 2 PAYMENT BOND Page 2 of IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 2 this instrument by duly authorized agents and officers on this the 6th day of 91 4 5 6 7 8 9 10 12 July , 20 20 ATTEST: (Principal ecretat Z4", 1�j Witness as to in &pal ATTEST: (Surety) Secretary 6LOIW61 %Wtness as 0Surety PRINCIPAL: Eagle Contracting, Limited Partnership BY: Signat r HEH Enterprises, L.L.C. General Partner Roy Ewen, President Name and Title Address: 5700 Park Vista Circle Keller, TX 76244 SURETY: Colonial American Casualty and Surety Company Fidelity and Deposit Company of Maryland BY: Signdture John William Newby, Attorney in Faet Name and Title Address: 1299 Zurich Way, 5th Floor Schaumburlr. IL 60196 Telephone Number: 214-866-1000 Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shal I not be prior to the date the Contract is awarded. END OF SECTION CITY OF FORT WORTH Village Creel: Water Reclamation Facility STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Sludge Thickening Improvements Revised July I.2011 City Project No. CO2647 0061 19- 1 MAINTENANCE BOND page I on SECTION 00 6119 2 MAINTENANCE BOND Bond No. PRF9355401 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § Colonial American Casualty and Surety Company 7 Fidelity and Deposit Company of Maryland 8 That we Eagle Contracting, Limited Partnership , known as Colonial American Casualty and Surety Company 9 "Principal" herein and Fidelity and Deposit CompanyCompaRy of M land , a corporate surety 10 (sureties, if more than one) duly authorized to do business in the State of Texas, known as 1 I "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a 12 municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, 13 in the sunt of Seventeen Miltion Four Hundred Eighty Thousand & 001100s Dollars 14 ($17,480,000.00 ), lawful money of the United States, to be paid in Fort Worth, 15 Tarrant County, Texas, for payment of which sum well and truly be made unto the City and its 16 successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly 17 and severally, firmly by these presents. is 19 WHEREAS, the Principal has entered into a certain written contract with the City awarded 20 the 23rd day of June , 20 20 , which Contract is hereby 21 referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all 22 materials, equipment labor and other accessories as defined by law, in the prosecution of the 23 Work, including any Work resulting from a duly authorized Change Order (collectively herein, 24 the "Work") as provided for in said contract and designated as Village Creek Water 25 Reclamation Facility Sludge Thickening Improvements, City Project No. CO2647; and 26 27 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 28 accordance with the plans, specifications and Contract Documents that the Work is and will 29 remain free from defects in materials or workmanship for and during the period of two (2) years 30 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and 31 32 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 33 upon receiving notice from the City of the need therefor at any time within the Maintenance 34 Period. CITY Of FORT WORTH Village Creek Water Reclamation Facility STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Sludge Thickening Improvements Revised July 1, 2011 City Project No, CO2647 1 2 3 4 5 6 7 8 9 ]0 11 12 13 14 15 16 17 18 19 20 0061 19 - 2 MAINTENANCE BOND Page 2 of 3 NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy any defective Work, for which timely notice was provided by City, to a completion satisfactory to the City, then this obligation shall become null and void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, if Principat shall 'fail so to repair or reconstruct any timely noticed defective Work, it is agreed that the City may cause any and all such defective Work to be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the Surety under this Maintenance bond; and PROVIDED FURTHER, that if any Iegal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division; and PROVIDED FURTHER, that this obligation shall be continuous in nature and successive recoveries may be had hereon for successive breaches. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Village Crcek Witter Reclamation facility Sludge Thickening Improvements City Project No. CO2647 0061 19-3 MAINTENANCE BOND Page 3 or3 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the 6th day of - - July , 2020 5 PRINCIPAL: 6 Eagle Contracting, Limited Partnership 7 8 9 BY: 10 Signature 11 ATTEST: HEH Enterprises, L.L.C. 12 General Partner 13 Roy Ewen, President 14 (Principal) Secretary Name and Title 15 16 Address: 5700 Park Vista Circle 17 Keller, TX 76244 18 19 20 Witness as to Principal 21 SURETY: 22 Colonial American Casualty and Surety, Eumpany 23 Fidelity and Deposit Company of M 'larjand 24 , 25 BY: 26 AgnatUTe 27 28 John William Newby, Attorney in Fact 29 ATTEST: Name and Title 30 31 Address: 1299 Zurich Way, 5th Floor 32 (�urety) S cretary Schaumburg, IL 60196 33 G 34 3S itness as t urety Telephone Number: 214-866-1000 36 37 *Note: If signed by an officer of the Surety Company, there must be on file a certified exact 38 from the by-laws showing that this person has authority to sign such obligation. If 39 Surety's physical address is different from its mailing address, both must be provided. 40 The date of the bond shall not be prior to the date the Contract is awarded. 41 CITY OF FORT WORTH Village Creek Water Reclamation Facility STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Sludge Thickening Improvements Revised July I, 2011 City Project No. CO2647 ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETYCOMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Illinois, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"), by Robert D. Murray, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint John William NEWBY, Troy Russell KEY, Debra Lee MOON, Andrea Rose CRAWFORD, Sandra Lee RONEY, Linda Michelle STALDER, ,Suzanne Elizabeth NIEDZWIEDZ, Sherie Michelle GREENOUGH, Cheri Lynn IRBY and Joshua D. TRITT, all of Addison, Texas, its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland, and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland, in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 5th day of March, A.D. 2020. Ry + s j4,: 64�fA���a P r 79Ek7 ��++ Dfi ItAJ � ATTEST: ZURICU AMERICAN INSURANCE COMPANY COLONIAL. AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND By: Robert D. Murray Vice President By: Dawn E. Brown Secretary State of Maryland County of Baltimore On this 5' day of March, A.D. 2020, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, RobertD. Murray, Vice President and Dawn E. Brown, Secretary of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, andbeing by me duly sworn, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. Constance A. Dunn, Notary Public My Commission Expires: July 9, 2023 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, Attorneys -in -Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney -in -fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By- Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsinule under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney ... Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on theCompany." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 1 Oth day of May,1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this Bth day of July zozo SAL sit f i, 5i99 LOP, ,,( g2.........F`ret;r' By: Brian M. Hodges Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND, THE BOND NUMBER, AND YOUR CONTACT INFORMATION TO: Zurich Surety Claims 1299 Zurich Way Schaumburg, IL 60196-1056 www.reportsfclaims(a)zurichna.com 800-626-4577 Texas Important Notice IMPORTANT (NOTICE To obtain information or make a complaint: You may call Zurich North America's toll -free telephone number for information or to make a complaint at: 1-800-382-2150 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights, or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 490-1007 Web: www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. ?.! RICH AVISO li'lfiPORTAI'NTE Para obtener informacion o para presentar una queja: Usted puede Ilamar al numbeo de telefono gratuito de Zurich North America's para obtener informaci6n o para presentar una queja al: 1-800-382-2150 Usted puede comunicarse con el Departamento de Se- guros de Texas para obtener informacion sobre com- pafifas, coberturas, derechos, o quejas al: 1-800-252-3439 Usted puede escribir al Departamento de Seguros de Texas a: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 490-1007 Sitio web: www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov DISPUTAS POR PRIMAS DIE SEGUROS O RECLAMACIOINES: Si tiene una disputa relacionada con su prima de seguro o con una reclamaci6n, listed debe comunicarse con la companfa primero. Si la disputa no es resuelta, usted puede comunicarse con el Departamento de Seguros de Texas. ADJUINTIE ESTE AVISO A SU POLIZA: Este aviso es solamente para prop6sitos informativos y no se con- vierte en parte o en condici6n del documento adjunto. U-GU-296-E (06115) Page 1 of 1 00 61 25 - 1 CERTIFICATE OF INSURANCE Page l of I SECTION 00 6125 CERTIFICATE OF INSURANCE END OF SECTION CITY OF FORT WORTH VIT,LAGE CREEK WRF SLUDGE THICKLNINC IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS: CITY PROJECT NO. CO2647 April 2020 THIS PAGE INTENTIONALLY BLANK STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH VCWRI' SLUDGE THICKENING IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUML;NIS: CITY PROJECT NO. CO2647 April 2020 CITY OF FORT WORTH WWW' SLUDGE THICKENING IMPROWMENI'S STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS: CITY PROJECT NO, CO2647 Apri12020 I STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article I —Definitions and Terminology•......................................................................................................... I 1.01 Defined Terms...............................................................................................................................1 1.02 Terminology..................................................................................................................................6 Article2 — Preliminary Matters......................................................................................................................... 7 2.01 Copies of Documents.................................................................................................................... 7 2.02 Commencement of Contract Time; Notice to Proceed................................................................ 7 2.03 Starting the Work.......................................................................................................................... 8 2.04 Before Starting Construction........................................................................................................ 8 2.05 Preconstruction Conference.......................................................................................................... 8 2.06 Public Meeting................................................................................................... 2.07 Initial Acceptance of Schedules..........................................................•.........................................8 Article 3 — Contract Documents: Intent, Amending, Reuse............................................................................ 8 3.01 Intent.............................................................................................................................................. 8 3.02 Reference Standards......................................................................................................................9 3.03 Reporting and Resolving Discrepancies....................................................................................... 9 3.04 Amending and Supplementing Contract Documents.................................................................10 3.05 Reuse of Documents...................................................................................................................10 3.06 Electronic Data............................................................................................................................ I I Article 4 — Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions; Reference Points...........................................................................................................11 4.01 Availability ol�Lands.................................................................................................................. 11 4.02 Subsurface and Physical Conditions.......................................................................................... 12 4.03 Differing Subsurface or Physical Conditions.............................................................................12 4.04 Underground Facilities...............................................................................................................13 4.05 Reference Points.........................................................................................................................14 4.06 Hazardous Environmental Condition at Site..............................................................................14 Article 5 Bonds and Insurance.....................................................................................................................16 5.01 Licensed Sureties and Insurers...................................................................................................16 5.02 Performance, Payment, and Maintenance Bonds.......................................................................16 5.03 Certificates of Insurance............................................................................................................. 16 5.04 Contractor's Insurance..................................................................................................... ....18 5.05 Acceptance of Bonds and Insurance; Option to Replace...........................................................19 Article 6 Contractor's Responsibilities........................................................................................................ 19 6.01 Supervision and Superintendence...............................................................................................19 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS! Apit2020 VCWRF SLUDGE THICKENING IMPROVEMENTS CITY PROJECT NO. CO2647 6.02 Labor; Working Hours................................................................................................................20 6.03 Services, Materials, and Equipment...........................................................................................20 6.04 Project ScheduIe..........................................................................................................................21 6.05 Substitutes and "Or -Equals" .................... ............................................................................... .... 21 6.06 Concerning Subcontractors, Suppliers, and Others .................. 6.07 Wage Rates..................................................................................................................................25 6.08 Patent Fees and Royalties.................................................................. ...26 6.09 Permits and Utilities....................................................................................................................27 6.10 Laws and Regulations.................................................................................................................27 6.11 Taxes...........................................................................................................................................28 6.12 Use of Site and Other Areas....................................................................................................... 28 6.13 Record Documents......................................................................................................................29 6.14 Safety and Protection.................................................................................................................. 29 6.15 Safety Representative..................................................................................................................30 6.16 Hazard Communication Programs............................................................................................. 30 6.17 Emergencies and/or Rectification............................................................................................... 30 6.18 Submittals....................................................................................................................................31 6.19 Continuing the Work...................................................................................................................32 6.20 Contractor's General Warranty and Guarantee..........................................................................32 6.21 Indemnification.........................................................................................................................33 6.22 Delegation of Professional Design Services.............................................................................. 34 6.23 Right to Audit..............................................................................................................................34 6.24 Nondiscrimination.......................................................................................................................35 Article 7 - Other Work at the Site....... 7.01 Related Work at Site ....... 7.02 Coordination .................... ................... 35 ................... 35 ................... 36 Article 8 City's Responsibilities...................................................................................................................36 8.01 Communications to Contractor...................................................................................................36 8.02 Furnish Data................................................................................................................................36 8.03 Pay When Due............................................................................................................................36 8.04 Lands and Easements; Reports and Tests................................................................................... 36 8.05 Change Orders.............................................................................................................................36 8.06 Inspections, Tests, and Approvals ........................................... ........... 36 8.07 Limitations on City's Responsibilities ............... 8.08 Undisclosed Hazardous Environmental Condition....................................................................37 8.09 Compliance with Safety Program.........................•..................................................................... 37 Article 9 - City's Observation Status During Construction........................................................................... 37 9.01 City's Project Manager............................................................................................................ 37 9.02 Visits to Site................................................................................................................................37 9,03 Authorized Variations in Work................................................................. ...38 .............................. 9.04 Rejecting Defective Work..........................................................................................................38 9.05 Determinations for Work Performed..........................................................................................38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work ..................... 38 CITY OF FORT WOR111 VCWkF SLUDGE THICKLNING IMPROVEMENTS STANDARD CONSTRUCTION SPF.CIFICA"r1ON DOCUMENTS: CITY PROJECT NO. CO2647 April 2020 Article 10 - Changes in the Work; Claims; Extra Work................................................................................38 10.01 Authorized Changes in the Work..................................................•---•----.................................... 38 10.02 Unauthorized Changes in the Work ................................................... ...39 ..................................... 10.03 Execution of Change Orders.......................................................................................................39 10.04 Extra Work.........................................................................................................•----....................39 10.05 Notification to Surety..................................................................................................................39 10.06 Contract Claims Process.............................................................................................................40 Article I I - Cost of the Work; Allowances; Unit Price Work; Plans Quantity Measurement ......................41 11.01 Cost of the Work......................................................................................................................... 41 11.02 Allowances..................................................................................................................................43 11.03 Unit Price Work..........................................................................................................................44 11.04 Plans Quantity Measurement...................................................................................................... 45 Article 12 - Change of Contract Price; Change of Contract Time.................................................................46 12.01 Change of Contract Price...............................................................................-----...---..................46 12.02 Change of Contract Time............................................................................................................ 47 12.03 Delays.........................................................................................•--......--......................................47 Article 13 - Tests and Inspections; Correction, Removal or Acceptance of Defective Work ......................48 13.01 Notice of Defects........................................................................................................................ 48 13.02 Access to Work...........................................................................................................................48 13.03 Tests and Inspections..................................................................................................................48 13.04 Uncovering Work........................................................................................................................49 13.05 City May Stop the Work.............................................•------.........................................................49 13.06 Correction or Removal of Defective Work................................................................................ 50 13.07 Correction Period........................................................................................................................ 50 13.08 Acceptance of Defective Work................................................................................................... 51 13.09 City May Correct Defective Work......................................................................................... .... 51 Article 14 - Payments to Contractor and Completion.................................................................................... 52 14.01 Schedule of Values ...................................................................................................................... 52 14.02 Progress Payments......................................................................................................................52 14.03 Contractor's Warranty of Title.................................................................. ..... 54 ............................ 14.04 Partial Utilization ............................ ............................................................................................ 55 14.05 Final Inspection...........................................................................................................................55 14.06 Final Acceptance......................................................................................................................... 55 14.07 Final Payment..............................................................................................................................56 14.08 Final Completion Delayed and Partial Retainage Release........................................................ 56 14.09 Waiver of Claims........................................................................................................................ 57 Article 15 - Suspension of Work and Termination ............................................. .............. 57 ............................. 15.01 City May Suspend Work .................................. 15.02 City May Terminate for Cause................................................................................................... 58 15.03 City May Terminate For Convenience.......................................................................................60 Article 16 -Dispute Resolution......................................................................................................................61 16.01 Methods and Procedures............................................................................................................. 61 CITY OF FORT WORTII WWRI' SLUDGE THICKENING IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUNIENTS: CITY PROJECT NO. CO2647 Apci12020 Article17 — Miscellaneous.............................................................................................................................. 62 17.01 Giving Notice............................•----------------.....------...-----•--•---......................................62 17.02 Computation of Times................................................................................................................ 62 17.03 Cumulative Remedies.................................................................................................................62 17.04 Survival of Obligations............................................................................................................... 63 17.05 Headings......................................................................................................................................63 CITY 01" FORT WORTH VCWRF SLUDGE THICKENING IMPROVFMF.NCs STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS: CITY PROJECT NO, CO2647 ApiiI 2020 007200-1 GENERAL CONDITIONS Page 7 of 63 i ARTICLE l — DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed -defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement The written instrument which is evidence of the agreement between City and Contractor covering the Work. 3. Application for Payment —The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos —Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Azitodesk BIM360 City's electronic document management and collaboration system. 6. Award — Authorization by the City Council for the City to enter into an Agreement. 7. Bid The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. S. Bidder —The individual or entity who submits a Bid directly to City. 9. Bidding Documents —The Bidding Requirements and the proposed Contract Documents (including all Addenda). 10, Bidding Requirements —The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements. 11. Business Day — A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 12. Calendar Day -- A day consisting of 24 hours measured from midnight to the next midnight. CITY OF FORT WORTH VCWRF SI.UDGE THICKENING IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCTJMENTS: CrrY PROJECT NO. CO2647 Apti120220 00 72 00 - 1 GENERAL CONDITIONS Page 8 of 63 13. Change Order —A document, which is prepared and approved by the City, which is signed by Contractor and. City and 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. 14. City— The City of Fort Worth, Texas, a home -rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perform specific duties with responsibility for final enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whom the Work is to be perfonned. 15. City Attorney --- The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 16. City Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. 17. City Manager The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. 18. Contract Claim —A demand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract Time, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Contract Claim. 19. Contract The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations, representations, or agreements, whether written or oral. 20. Contract Documents Those items so designated in the Agreement. All items listed in the Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 21. Contract Price ---The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 22, Contract Time —The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and (ii) complete the Work so that it is ready for Final Acceptance. 23. Contractor The individual or entity with whore City has entered into the Agreement. 24. Cost of the Work See Paragraph 11.01 of these General Conditions for definition. CITY OF FORT WORTH VCWRF SLUDGE THTCKE''NING IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS: CITY PR07FCT NO. CO2647 April2020 007200-I GENERAL CONDITIONS Page 9 of 63 25. Damage Claims A demand for money or services arising from the Project or Site from a third party, City or Contractor exclusive of a Contract Claim. 26. Day or day -- A day, unless otherwise defined, shall mean a Calendar Day- 27. Director of Aviation — The officially appointed Director of the Aviation Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 28. Director of Parks and Community Services The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 29. Director of Planning and Development The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 30. Director of Transportation Public Works The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 31. Director of Water Department — The officially appointed Director of the Water Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 32. Drawings —That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 33. 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 two parties to sign and deliver. 34. Engineer —The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 35. Extra Work Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents. Extra work shall be part of the Work. 36. Field Order A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. Field Orders are paid from Field Order AIlowances incorporated into the Contract by funded work type at the time of award. 37. Final Acceptance -- The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITYOI" ItOXI' WORTH VCWRF SLUDGE THICKENING IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS: CITY PROJECT NO. CO2647 Apri12020 007200- l GENERAL CONDITIONS Page 10 of 63 38. Final Inspection — Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 39. General Requirements Sections of Division 1 of the Contract Documents. 40. Hazardous Environmental Condition ---The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 41. Hazardous Waste Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time. 42. Laws and ReWilations Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 43. Liens —Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 44. Major Item -- An Item of work included in the Contract Documents that has a total cost equal to or greater than 5% of the original Contract Price or $25,000 whichever is less. 45. Milestone —A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 46. Notice of Award --The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. 47. Notice to Proceed --A written notice given by City to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Documents. 48. PCBs —Polychlorinated biphenyls. 49. Petroleum —Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non -Hazardous Waste and crude oils. 50. Plans See definition of Drawings. CITY OF FORT WORTH VCWRF SLUDGE TI-RCKENING IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS: CITY PROJECTNO. CO2647 Apd] 2020 0012 00 - 1 GENERAL CONDITIONS Page I l of63 51. Project Schedule ---A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 52. Project --The Work to be performed under the Contract Documents. 53. Project Manager The authorized representative of the City who will be assigned to the Site. 54. Public Meeting — An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an informed view of the Project. 55. Radioactive Material Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time. 56. Regular Working Hours — Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 57. Samples Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 58. Schedule of Submittals A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 59. Schedule of Values —A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 60. Site —Lands or areas indicated in the Contract Documents as being furnished by City upon which the Work is to be performed, including rights -of -way, permits, and easements for access thereto, and such other lands furnished by City which are designated for the use of Contractor. 61. Specifications —That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 62. Subcontractor —An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. CITY OF FORT WORTH VC WRF SLUDGE THICKENING IMPROVEMENT'S STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS: CITY PROJECT NO. CO2647 April 2020 007200-1 GENERAL CONDITIONS Pagc 12 of 63 63. Submittals —All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 64, Successful Bidder —The Bidder submitting the lowest and most responsive Bid to whom City snakes an Award. 65. Superintendent The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 66. Supplementary Conditions —That part of the Contract Documents which amends or supplements these General Conditions. 67. Supplier A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 68. Underground Facilities All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 69. Unit Price Work —See Paragraph 11.03 of these General Conditions for definition. 70. Weekend Working Hours — Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 71. Work —The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 72. Working Day — A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B through E are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Intent of Certain Terms or Adjectives: CITY OF Foin, WORTI I VCWRF SI,UDGE THICKENING IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS: CITY PROJECT NO. CO2647 Apii12020 00 72 00 - 1 GENERAL CONDITIONS Page 13 of 63 I I. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like erect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective: The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. D. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2 — PRELIMINARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contract Time; Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 14 days after the Effective Date of the Agreement. CITY OF FORT WORTH VCWRF SLUDGE THICKENING IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS: CITY PROJECTNO. CO2647 Apd[2020 00 72 00 - 1 GENERAL CONDITIONS Page 14 or63 2.03 Starting the Work Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on which the Contract Time commences to run. 2.04 Before Starting Construction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work. 2.05 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.06 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. 2.07 Initial Acceptance of'Schedules No progress payment shall be made to Contractor until acceptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents. ARTICLE 3 — CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.01 Intent A. The Contract Documents are complementary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in form, format and style. Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison. Omission of such words and phrases as "the Contractor shall," "in conformity with," "as shown," or "as specified" are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the CITY OF FORT WORTH VCWRF SLUDGE THICKENING IMPROVEMENTS STANDAM) CONSTRUCTION SPECIFICATION DOCUMENTS: CITY PROJECT NO. CO2647 April 2020 00 72 00 - 1 GENERAL CONDITIONS Page 15 of 63 1 section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims. E. The cross referencing of specification sections under the subparagraph heading "Related Sections include but are not necessarily Iimited to:" and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations I. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: Contractor's Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractor's Review of Contract Documents During Performance of' Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation , (b) any standard, specification, manual, or code, or (c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph CITY OF FORT WORTH VCWRF SLUDGE THICKENING IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS: CITY PROJECT NO. CO2647 Apri12020 00 72 00 - l GENERAL CONDITIONS Page M of 63 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification, manual, or the instruction of any Supplier (whether or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; 2. City's review of a Submittal (subject to the provisions of Paragraph 6.18.C); or 3. City's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer, including electronic media editions; or 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of City and specific written verification or adaptation by Engineer. CITY OF FORT WORTH VCWRF SLUDGE TMCKENTNG IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS: CITY PROJECT NO. CO2647 Apiil2020 007200-1 GENERAL CONDITIONS Page 17 of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are Iimited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City's Electronic Document Management and Collaboration System. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies, the hard copies govern. B. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4 — AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS t 4.01 Availability of Lands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. 1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed, adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. CITY OF FORT WORTH VCWRF SLUDGE THICKENING IMPROVF,MENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS: CITY PROJECT NO. CO2647 Apci12020 00 72 00 - 1 GENERAL CONDITIONS Page 18 of 63 C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings ]mown to City of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. 4.03 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any "technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; CITY OF FORT WORTH VCWRF SLUDGE THICKENING IMPROVEMF.N-rS STANDARD CONSTR€JCCION SPLCIFICATION DOCUMENTS: CITY PROJECT NO. CO2647 April 2020 00 72 00 - 1 GENERAL CONDITIONS Page 19 of 63 then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), notify City in writing about such condition. B. Possible Price and Time Adjustments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if.. 1. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract; or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or Indicated.• The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. Iocating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities, including City, during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated.- 1. if an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any CITY OF FORT WORTS[ VCWRF SLUDGE THICKENING IMPROVEMENTS STANDARD CONS"[ -RUCTION SPECIFICATION DOCUMENTS; CITY PROJECT NO. CO2647 Ap612020 007200-1 GENERAL CONDITIONS Page 20 of 63 Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of CITY OF FORT WORTH VCWRF SLUDGE THICKENING IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS: CITY PROJECT NO. CO2647 Apd] 2020 007200-I GENERAL CONDITIONS Page 21 of 63 construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action, if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (1) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06.G shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CITY OF FORT WOR1,11 VCWRF SLUDGE THICKENING IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS: CITY PROJECT NO. CO2647 Apdt2020 00 72 00 - 1 GENERAL CONDITIONS Page 22 of 63 ARTICLE 5-- BONDS AND INSURANCE 5.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the 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 Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney -in -fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney -in -fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certificates of Insurance Contractor shall deliver to City, with copies to each additional insured and Ioss payee identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by City or any other additional insured) which Contractor is required to purchase and maintain. 1. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as "Additional Insured" on all liability policies. CITY OF FORT WORTH VCWRF SLUDGE THICKENING IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENT& CITY PROJECT NO. CO2647 Apc-il 2020 007200- I GENERAL CONDITIONS Page 23 of 63 2. The Contractor's general liability insurance shall include a, "per project" or "per Iocation", endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in the Supplementary Conditions 6. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. S. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". if coverage is underwritten on a claims -made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims -made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 9. PoIicies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%, 10. Any self -insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH VCWRF SLUDGE THICKENING IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS: CrrY PROJECT NO. CO2647 Apri12020 007200-1 GENERAL CONDITIONS Page 24 of 63 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. I I. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first -dollar basis, must be acceptable to and approved by the City. 12. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 13. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terns, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 14. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 5.04 Contractor's Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's perfonnance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other CITY OF FORT WORTH VCWIZY SLUDGE THICKENING IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS: CITY PROTECT NO. CO2647 Aptil2020 007200- l GENERAL CONDITIONS Page 25 of63 insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project (if identified in the Supplementary Conditions). C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto', defined as autos owned, hired and non -owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the requirements identified in the Supplementary Conditions. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 5.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6 — CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. Contractor shall supervise, inspect, 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. CITYOV IDOL , WORTH VCWRF ST.UDGF. TFTICKF,NTNG IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS: CITY PROJECT NO. CO2647 Apiil2020 00 72 00 - l GENERAL CONDITIONS Page 26 of 63 B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 6.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Doeurnents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. CITY OF FORT WORTH VCWVRF SI,UI)GE T[11CKENrMG IMPROVFMFNTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS: CITY PROJECT NO. CO2647 April2020 00 72 00 - t GENERAL CONDITIONS Page 27 of 63 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid, unless otherwise specified. 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification 01 32 16. 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitutes and "Or -Equals " A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or -equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. "Or -Equal" Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or -equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. the City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; CITY OF FORT WORTH VCWRF SLUDGE THICKENING IMPROVEMENTS STANDARD CONSTRUCTION SPF.CTFICAT10N DOCUMENTS: CITY PROJECT NO. CO2647 Apdt 2020 007200-1 GENERAL CONDITIONS Page 28 of 63 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into. the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or -equal" item under Paragraph 6.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 01 25 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; CITY OF FORT WORTH VCWRF SLLIDGE THICKENING IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS: CITY PROJECT NO. CO2647 Apol2020 007200-1 GENERAL CONDITIONS Page 29 of 63 c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and. 3) will identify: a) all variations of the proposed substitute item from that specified; b) available engineering, sales, maintenance, repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.13. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or-equaI." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.B. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents (or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or -equal" at Contractor's expense. CITYOF FORT WOKUL VCWRF SLUDGE THICKENING IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMF,NTS: CITY PROJECT NO. CO2647 Apail2020 00 72 00 - 1 GENERAL CONDITIONS Page 30 of 63 G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions: No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions, D. Minority Business Enterprise Compliance: It is City policy to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MBE goal, Contractor is required to comply with the intent of the City's MBE Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MBE. Material misrepresentation of any nature will be grounds for termination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: CfrY OP FORT WORTH VCWRF SLUDGE THiCKENiNG IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS: CITY PROTECT NO. CO2647 ApHt 2020 007200-I GENERAL CONDITIONS Page 31 o€63 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. F. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the frill amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. CITY OF FORT WOR`r1-1 VCWRI' SLUDGE THICKENING IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS: CITY PROJECT NO. CO2647 April 2020 007200-I GENERAL CONDITIONS Page 32 of 63 D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258,023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the I Ith day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (1) the name and occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 6.08 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual knowledge of City, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such information does not relieve the Contractor from its obligations to pay for the use of said fees or royalties to others. B. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from CITY OF FORT WORTI-I VCWRF SLUDGE. TI-TICKENING IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS: CITY PROYFCT NO, CO2647 April 2020 007200-1 GENERAL CONDITIONS Page 33 (if 63 the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 6.09 Permits and Utilities A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City 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, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.13. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S. Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6. I0 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all CITY OF FORT WORTH VC WRF SLUDGE THICK1:NING IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS: CITY PROJF..Cr NO. CO2647 April 2020 00 72 00 - 1 GENERAL CONDITIONS Page 34 of 63 court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permits and information may be obtained from: 1. Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX 78711.; or 2. hup://www.window.state.tx.us/taxinfo/taxforms/93-forms.html 6.12 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas 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 adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. CITY OF FORT WORTH VCWRF SLUDGE THICKENING IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS: Crl.'Y PROJFCr NO. CO2647 April 2020 007200-1 GENERAL CONDITIONS Page 35 of63 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 621, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleaning Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6.14 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall CITY Of PORT WORTH VCWRF SLUDGE THICKENING IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS: CITY PROJECT NO. CO2647 Api] 2020 007200- l GENERAL CONDITIONS Page 36 of 63 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property 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 of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emergencies and/or Rectification A. in emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CITY OF FORT WORTH VC WRF SLUDGE THICKENING IMPROVEMEN'rs SrANDARL) CONSTRUCTION SPECIFICATION DOCUMENTS: CITY PROJECT NO. CO2647 Apri12020 007200-1 GENERAL CONDITIONS Page 37 of 63 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Project. 6.18 Submittals A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 6.1 S.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. Far -Information -Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents, 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.C. CITY OF PORT WORI'II VCWRI' SLUDGE THICKENING IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS: CITY PROJECT NO. CO2647 Apci12020 00 72 00 - 1 GENERAL CONDITIONS Page 38 of63 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6.20 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or CITY OF FORT WORTH VCWRF SLUDGE THICKENING IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCOWNTS: CITY PROJECT NO. CO2647 Apil2020 00 72 00 - 1 GENERAL CONDITIONS Page 39 of 63 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: I. observations by City; 2. recommendation or payment by City of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.13. The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THt$ INDEMNIFICATION PROVISION IS CITY OF FORT WORTH VC WRF SLUDGE THICKENING IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS: CITY PROJECT NO. CO2647 April 2020 00 72 00 - 1 GENERAL CONDITIONS Page 40 of 63 SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED IN WHOLE OR IN PART BY ANY ACT OMISSION OR NEGLIGENCE OF THE CITY. 6.22 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.18.C. 6.23 Right to Audit A. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all CITY OF FORT WORTH VCWRF SLUDGE THICKENING IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. CO2647 April 2020 007200- 1 GENERAL CONDITIONS Page41 of63 Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 6.24 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit - related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title V1, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7 — OTHER WORK AT THE SITE 7.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. CITY of PORT WORTH VCWRI' SLUDGE "fIllCKL'.NING IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS: CITY PROJECT NO. CO2647 April 2020 00 72 00 - I GENERAL CONDITIONS Page 42 of 63 7.02 Coordination A. If City intends to contract with others for the performance of other work on the Project at the Site, the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. ARTICLE 8 — CITY'S RESPONSIBILITIES 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.02 Furnish Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay When Dire City shall make payments to Contractor in accordance with Article 14. 8.04 Lands and Easements; Reports and Tests City's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01. and 4.05. Paragraph 4.02 refers to City's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03. CITY OF FORT WORTH VCWRF SLUDGL', 14HCK-ENING IMPROVF,MFNTS STANDARD CONSTRUCTION SPF,CTFICATION DOCUMENTS: CITY PROTECT NO. CO2647 Apil2020 007200- 1 GENERAL CONDITIONS Page 43 of 63 i 8.07 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.09 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9 — CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City's Project Manager City will provide one or more Project Manager(s) during the construction period. The duties and responsibilities and the limitations of authority of City's Project Manager during construction are set forth in the Contract Documents. The City's Project Manager for this Contract is Farida S. Goderya, Ph.D., P.E., or his/her successor pursuant to written notification from the Director of Water Department. 9.02 Visits to Site A. City's Project Manager will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Manager will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Manager will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Manager's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Manager's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents including those set forth in Paragraph 8.07. CITY OF FORT WORTH WWRI' SLUDGE'rIIICKENING IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS: C[TY PROJECT NO. CO2647 Api12020 007200-1 GENERAL CONDITIONS Page 44 of 63 9.03 Authorized Variations in Work City's Project Manager may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City and also on Contractor, who shall perform the Work involved promptly. 9.04 Rejecting Defective Work City will have authority to reject Work which City's Project Manager believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed. 9.05 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Manager will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. B. City will render a written decision on any issue referred. C. City's written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10.06. ARTICLE 4.0 — CHANGES IN THE WORK; CLAIMS; EXTRA WORK 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be perfonned under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. CITY OF FORT WORTH VCWRF SLUDGE TI-fICKENING IMPROVEMENTS STANDARD CONSTRUCTION SPF.CQVICATION DOCUMENT'S: CITY PROJECT NO. CO2647 April2020 007200-1 GENERAL CONDITIONS Page 45 of 63 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10.03 Execution of Change Orders A. City and Contractor shall execute appropriate Change Orders covering: 1. changes in the Work which are: (i) ordered by City pursuant to Paragraph 1.0.01.A, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09, or (111) agreed to by the parties; 2. changes in the Contract Price or Contract 'rime which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. 10.04 Extra Work A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effiect of any such change. CITY OF FORT WORTH VCWRF SLUDGE THICKENING IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS: CrI'Y PROJECT NO. CO2647 Apri12020 00 72 00 - I GENERAL CONDITIONS Page 46 of 63 10.06 Contract Claims Process A. City's Decision Required: All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. B. Notice: 1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim. 2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto (unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5. Each Contract Claim shall be accompanied by Contractor's written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. 6. The City shall submit any response to the Contractor within 30 days after receipt of the claimant's last submittal (unless Contract allows additional time). C. City's Action: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor, if any, take one of the following actions in writing: 1. deny the Contract Claim in whole or in part; 2. approve the Contract Claim; or 3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's sole discretion, it would be inappropriate for the City to do so. For purposes of further, resolution of the Contract Claim, such notice shall be deemed a denial. CITY OF FORT WORTH VC U SLODUE 111ICKEMNO IMPROVEMEN"rs STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS: CITY PROJFC'r NO. CO2647 Apri 2020 007200-1 GENERAL CONDITIONS Page 47 of 63 D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE 11— COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Wor k A. Costs Included: The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.01.B, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.01.B, and shall include but not be limited to the following items: Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55% markup, or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. CITY OF FORT WORTH VCWRF SLUDGE THICKENING IMPROVEMENTS STANDARD CONSTRUCTION sPECIFICA"PION DOCUMENTS: CITY PROJECT NO. CO2647 Ap612020 007200-1 GENERAL CONDITIONS Page 48 of 63 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. f. The cost of utilities, fuel, and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. CITY OF MCI WO1Z1'11 VCWRI'SLUDGE; T1UCKLNING IMPROVEMENTS STANDARD CONSTRUCTION SPFC[FICATION DOCUMENTS; MY PROJECTNO. CO2647 Ala 2020 00 72 00 - 1 GENERAL CONDITIONS Page 49 of 63 h. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Excluded: The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.01.A.1 or specifically covered by Paragraph 11.0l.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind. C. Contractor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be determined as set forth in Paragraph 12.01.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.01.A and 11.01.13, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre -bid Allowances: 1. Contractor agrees that: CITY OF FORT WORTH VC WRF SLUDGE THICKENING IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS: CITY PROJECT NO, CO2647 Apil2020 00 72 00 - 1 GENERAL CONDITIONS Page 50 of 63 a. the pre -bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the pre -bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to Final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9.05, C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if: 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work. E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. I. If the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered work will be paid for at the Contract unit price. Cr1Y OF FORT WORTH VCWRF SLUDGE THICKENING IMPROVEMENTS STANDARD CONSTRUCTION SPECIF 1CA"I'ION DOCUMENTS: CITY PROJECT NO. CO2647 Apiil2020 00 72 00 - 1 GENERAL CONDITIONS Page 51 of63 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more than 25% from the original Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 Plans Quantity Measurement A. Plans quantities may or may not represent the exact quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities, unless revised by the governing ,Section or this Article. B. If the quantity measured as outlined under "Price and Payment Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item, except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. CITY OF FORT WORTH VCWRF SLUDGE THICKENING IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMF,NTS: CITY PROJECT NO. CO2647 ApriI2020 00 72 00 - 1 GENERAL CONDITIONS Page 52 of 63 E. For callout work or non -site specific Contracts, the plans quantity measurement requirements are not applicable. ARTICLE 12 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT T1NLE 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2, where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.0l .C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.0l.B.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit (determined as provided in Paragraph 12.01.C). C. Contractors Fee: The Contractor's additional fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.01.A.1, 11.0l.A.2. and 11.01.A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.01.A.4 and 11,01.A.5, the Contractor's fee shall be five percent (5%); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.01.C.2.a and 12.0l.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH VC WRF SLUDGE TIIICKEMNG IMPROVEMENTS STAM]ARD CONSTRIJCTION SPECIFICATION DOCUMENTS: CITY PROJECT NO. CO2647 April2020 007200-1 GENERAL CONDITIONS Page 53 of63 tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.01.A.1 and 11.0l.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (5%) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of Pecs paid be in excess of 25%; c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.01.A.6, and 11.0LB; d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent (5%) of such net decrease. 12.02 Change of Contract Time A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed delay adversely affects the critical path. 12.03 Delays A. Where Contractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor, the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph. B. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. CITY OF FORT WORTH VCWRF SLUDGE TIECKLNING IMPROVEMENTS STANDARD CONSTRUCTION SPECLFICATION DOCUMENTS: CITY PROJF,CC NO. CO2647 ApOI2020 007200- I GENERAL CONDITIONS Page 54 of 63 ARTICLE 13 — TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Work - City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the. Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re -tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re -tests, or approvals shall be performed by organizations acceptable to City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 13.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH VCWRF SLUDGE THICKENING IMPROVEMENTS STANDARD CONSTRUCffON SPL;CIFICATION DOCUMFMTS: CITY PROJECT NO. CO2647 April2020 007200-1 GENERAL CONDITIONS Page 55 of 63 3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor- 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing Lab is paid. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense. G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued under Section 13.03 D. 13.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. B. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor, at City's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question, furnishing all necessary labor, material, and equipment. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); or City shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing, observing, and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. 13.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any CITY OF FORT WORTH VCWRr SLUDGE THICKENING IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS: CITY PROJECT NO. CO2647 Api[ 2020 00 72 00 - I GENERAL CONDITIONS Page 56 of 63 Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 13.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use. by City or permitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. CITY OF FORT WORTH VCWRF SLUDGE THICKENING IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS: CITY PROJECT NO, CO2647 Apri12020 007200-1 GENERAL CONDITIONS Page 57 of 63 C. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor should such additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim, pursuant to Paragraph 10.06. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributable to City's evaluation of and determination to accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. 13.09 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 13.06.A, 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, City may, after seven (7) days written notice to Contractor, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City 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, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution CrrY OF FORT WORTH VCWRF SLUDGE "r[IICKF,NING IMPROVEMENTS STANDARD CONSTRUCTION SPECIFTCA"LION IDOCUMEN"rs: CITY PROJECT NO. CO2647 Apii12020 00 72 00 - 1 GENERAL CONDITIONS Page 58 of 63 costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE t4 — PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments: 1. Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. 3. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City's interest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. S. The amount of retainage with respect to progress payments will be as stipulated in the Contract Documents. CITY OF FORT WORTH VC WRF SLUDGE "THICKENING IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS: CITY PROJECTNO. CO2647 Apri12020 007200-1 GENERAL CONDITIONS Page 59 of63 B. Review of Applications: 1. City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City's processing of any payment requested in an Application for Payment will be based on City's observations of the executed Work, and on City's review of the Application for Payment and the accompanying data and schedules, that to the best of City's knowledge: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Work perfonmed under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor, or c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from loss because: a. the Work is defective, or the completed Work has been damaged by the Contractor or his subcontractors, requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or CITY OF FORT WORTH VC WRF SLUDGE THICKENING IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS: CITY PROJECT NO, CO2647 Apil 2020 007200-1 GENERAL CONDITIONS Page 60 of 63 e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage: 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent (5%). D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement, will be deducted from the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the City. E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. F. Reduction in Payment: 1. City may refuse to make payment of the amount requested because: a. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recommended; or c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.13.4.e or Paragraph 15.02.A. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. Cr1'Y OF I'OR'I' WOR'nI VCWRF SLUDGE THTCKENTNG IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS: CITY PROJECT NO. CO2647 Apil 2020 007200- l GENERAL CONDITIONS Page61 of63 14.04 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 14.05 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said date of notification of the City and the date of Final Inspection. Should the City determine that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. cn,y Ol' FORT WORTH VCWRF SLUDGE THICKENING IMPROVEMENTS STANDARD CONSTRUCTION SPECIV ICATION DOCUMENTS: CITY PROJECT NO. CO2647 April2020 00 72 OU - 1 GENERAL CONDITIONS Page 62 of 63 14.07 Final Payment A. Application f r Payment: 1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied (except as previously delivered) by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any, to final payment; c. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and d. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. B. Payment Becomes Due: 1. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any suln City is entitled, including but not limited to liquidated damages, will become due and payable. 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Completion Delayed and Partial Retainage Release A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon receipt of Contractor's final Application for Payment, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by City for Work not fully completed or corrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that CfrY OF FORT' WORTH VCWRF SLUDGETHICKENING NING IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS: CITY PROTECT NO. CO2647 Apil2020 007200-1 GENERAL CONDITIONS Page 63 of 63 portion of the Work fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Contract Claims. B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations, the City may release a portion of the amount retained provided that all other work is completed as determined by the City. Before the release, all submittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 14.09 Waiver of Claims The acceptance of final payment will constitute a release of the City from all claims or liabilities under the Contract for anything done or furmshed or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 15 — SUSPENSION OF WORK AND TERMINATION 15.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will make no extra payment for stand-by time of construction equipment and/or construction crews. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. CITY OF FORT WORTIT VCWRF SLUDGE THICKENING IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCLIMEN'I'S: CITY PROJECT NO. CO2647 April 2020 00 72 00 - 1 GENERAL CONDITIONS Page 64 of 63 15.02 City May Terminate for Cause A. The occurrence of any one or more of the following events by way of example, but not of limitation, may justify termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance 920020-12-201lestablished under Paragraph 6.06.D); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature, the correction of which has been directed in writing by the City; or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily; or 8. Contractor commences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. 1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. if Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its CITY OF FORT WORTH VCWRF SLUDGE THICKENING IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS: CITY PROJECT NO. CO2647 Apri12020 00 72 00 - I GENERAL CONDITIONS Pagc 65 of 63 I obligations, then City, without process or action at law, may take over any portion of the Work and complete it as described below. a. If City completes the Work, City may exclude Contractor and Surety from the site and take possession of the Work, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere, and finish the Work as City may deem expedient. 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, Iosses and damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.13, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this Article. CITY OF FORT WORTH VC WRI' SLUDGE THICKENING IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS: CITY PROJECT NO. CO2647 Apd] 2020 007200-1 GENERAL CONDITIONS Page 66 of 63 15.03 City May Terminate For Convenience A. City may, without cause and without prejudice to any other right or remedy of City, terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2, place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Work as shall not have been terminated by the notice of termination; and. 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. CIl'Y OF FORT WORTH VC WRF SLUDGE`I HICKENING IMPROVEMENTS STANDARD CONS'fIZUC I'[ON SPECIFICATION DOCITMENTS: CITY PROTECT NO. CO2647 April2020 007200-1 GENERAL CONDITIONS Page 67 of 63 D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F. In such case, Contractor shall be paid for (without duplication of any items): I. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expenses directly attributable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination of the Work, the City shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 46 — DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.D shall become final and binding 30 days after termination of the mediation unless, within that time period, City or Contractor: CITY OF FORT WORTH VCWRF SLUDGE THICKCNING IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS: CITY PROJECT NO. CO2647 Ap it 2020 007200-1 GENERAL CONDITIONS Page 68 of 63 elects in writing to invoke any other dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process; or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 1.7 —MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if. 1. 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 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 17.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 17.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH VCWRF SLITDGE THICKENING IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMLNrS: CITY PROJECT NO. CO2647 ApHI2020 007200-1 GENERAL CONDITIONS Page 69 of 63 IJ 17.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH VCWRF SU FDGE THICKENING IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENT& CITY PROJECT NO. CO2647 ApdI2020 THIS PAGE INTENTIONALLY BLANK 00 73 00 - 1 SUPPLEMENTARY CONDITIONS SECTION 0073 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS Supplementary Conditions Page 1 of 6 These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are modified or supplemented remain in full force and effect as so modified or supplemented. All provisions of the General Conditions which are not so modified or supplemented remain in full force and effect. Defined Terms The terms used in these Supplementary Conditions which are defined in the General Conditions have the meaning assigned to them in the General Conditions, unless specifically noted herein. Modifications and Supplements The following are instructions that modify or supplement specific paragraphs in the General Conditions and other Contract Documents. SC-1.01, "Defined Terms" Add Definition: A Consultant — Freese and Nichols, Inc., 4055 International Plaza, Suite 200, Fort Worth Texas, 76109 B. Substantial Completion — The date at which the Work or a specified part thereof) has progressed to the point where in the opinion of the City,the Work or a specified part thereof) is sufficiently complete, in accordance with the Agreement and all Contract Documents, so that the Work (or a specified part thereof) can be utilized for the purposes for which it is intended. Additionally, final Operation and Maintenance manuals for the Work (or a specified part thereof) have been approved, delivered to the City, and training has been conducted. The terms "substantially complete" and "substantially completed" as applied to all or part of the Work refer to Substantial Completion thereof. SC-3.038.2, "Resolving Discrepancies" Plans govern over Specifications. SC-4.01 A Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. Upon receiving the Final easements descriptions, Contractor shall compare them to the lines shown on the Contract Drawings. SC-4.01A.1., "Availability of Lands" The following is a list of known outstanding right-of-way, and/or easements to be acquired: Outstanding Right -Of -Way, and/or Easements to Be Acquired PARCEL NUMBER 1011ATi lutl TARGET DATE OF POSSESSION CITY OF FORT WORTH STANDARD CONSTRUCTION VCWRF SLUDGE THICKENING IMPROVEMENTS SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT NO. CO2647 Apii12020 007300-2 SUPPLEMENTARY CONDITIONS PARCEL NUMBER ►C.T2 - 41►A1211117 Page 2 of 6 TARGET DATE OF POSSESSION The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. If Contractor considers the final easements provided to differ materially from the representations on the Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, notify City in writing associated with the differing easement line locations. SC-4.01A.2, "Availability of Lands" Utilities or obstructions to be removed, adjusted, and/or relocated The following is list of utilities and/or obstructions that have not been removed, adjusted, and/or relocated: EXPECTED UTILITY AND LOCATION TARGET DATE OF OWNER ADJUSTMENT As indicated in the Contract Drawings The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. SC-4.02A., "Subsurface and Physical Conditions" The following are reports of explorations and tests of subsurface conditions at the site of the Work: A Geotechnical Investigation, dated August 12, 2019, prepared by Freese and Nichols, Inc., a consultant of the City, providing additional information on foundation recommendations for the Thickening Facility electrical building and foul air duct pipe supports. The report is included in the Appendixes. The following are drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site of the Work: 1970 15 MGD Expansion, Project 106-16000-1012 Contract 4; Freese and Nichols, Inc. 1975 51 MGD Expansion (Volume 1), Project 106-16000-1042 Contract 2; Freese and Nichols, Inc. 1975 51 MGD Expansion (Volume I1), Project 106-16000-1042 Contract 2; Freese and Nichols, Inc. 1983 Standby and High flow Phase II Effluent Filters; Project 08-016006-00; Freese and Nichols, Inc. 1986 WWTP Sludge Management Project Digesters and Thickeners (Volume VI); Project 054-016001-00; Freese and Nichols, Inc. 2002 I-lith Rate Clarification Project (Volume II); Project PE42-07042016120;CDM Smith, Inc. CITY OF FORT WOItTll STANDARD CONSTRUCTION VCWRF SLUDGE THICKENING IMPROVEMENTS SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT NO. CO2647 April 2020 0073 00 - 3 STJPPLEMENTARY CONDITIONS Page 3 of 6 SC-4.06A., "Hazardous Environmental Conditions at Site" The following are reports and drawings of existing hazardous environmental conditions known to the City: Technical Report for the City of Fort Worth Village Creek Centrifuge Building, dated December 02, 2015 noting presence of lead and asbestos in the former centrifuge building beings repurposed to a Sludge Thickening Facility. The City has abated the building. SC-5.03A., "Certificates of Insurance" The entities listed below are "additional insureds as their interest may appear" including their respective officers, directors, agents and employees. (1) City (2) Consultant: Freese and Nichols, Inc. (3) Other: None. SC-5.04A., "Contractor's Insurance" The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following coverages for not less than the following amounts or greater where required by laws and regulations: 5.04A. Workers' Compensation, under Paragraph GC-5.04A. Statutory limits Employer's liability $100,000 each accident/occurrence $100,000 Disease - each employee $500,000 Disease - policy limit SC-5.04B., "Contractor's Insurance" 5.0413. Commercial General Liability, under Paragraph GC-5.0413. Contractor's Liability Insurance under Paragraph GC-5.04B., which shall be on a per project basis covering the Contractor with minimum limits of: $1,000,000 each occurrence $2,000,000 aggregate limit The policy must have an endorsement (Amendment — Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. SC 5.04C., "Contractor's Insurance" 5.04C. Automobile Liability, under Paragraph GC-5.04C. Contractor's Liability Insurance under Paragraph GC-5.04C., which shall be in an amount not less than the following amounts: (1) Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non -owned. $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: $250,000 Bodily Injury per person / CITY OF PORT WORTH STANDARD CONSTRUCTTON VC WRF SLUDGE THICKENING IMPROVEMENTS SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT NO. CO2647 ApriI202O 0073 00 - 4 SUPPI,NMFNTAtiY CONDITIONS Page 4 of 6 $500,000 Bodily Injury per accident / $100,000 Property Damage SC-5.04D., "Contractor's Insurance" The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks: None SC-6.04., "Project Schedule" Project schedule shall be tier 4 for the project. SC-6.07., "Wage Rates" The following is the prevailing wage rate table applicable to this project and is provided in the Appendixes: 2013 Prevailing Wage Rates (Heavy and Highway Construction Projects) SC-6.09., "Permits and Utilities" SC-6.09A., "Contractor obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: The City has already applied for the building permits far this project. The Contractor .shall coordinate with the Pre -development Department prior to construction of the project. Contractor shall provide Engineer with Storm Water Pollution Prevention Plan to obtain Grading Permit as part of 'Building Permit approval. SC-6.09B. "City obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the City: NONE SC-6.09C. "Outstanding permits and licenses" The following is a list of known outstanding permits and/or licenses to be acquired: Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION None SC-6.12A.4., "Limitation on Use of Site and Other Areas" On the first sentence of the paragraph, add the following words after the word "City", "and its Consultant". SC-6.21A, "Indemnification" On the first sentence of the paragraph, add the following words after the word "employees", "and its Consultant". CITY OF FORT WORTH STANDARD CONSTRUCTION VCWRF SLUDGE THICKENING IMPROVEMENT'S SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT NO. CO2647 April 2020 007300-5 SUPPLEMENTARY CONDITIONS Page 5 of 6 SC-6.21B, "Indemnification" On the first sentence of the paragraph, add the following words after the word "employees", "and its Consultant". SC-7.02., "Coordination" The individuals or entities listed below have contracts with the City for the performance of other work at the Site: Vendor Scope of Work Coordination Authority TBD VCWRF Grit Removal Project CITY TBD VCWRF South Flow Lift Station Project CITY SC-8.01, "Communications to Contractor" Contractor shall coordinate laydown space, project site access, and schedule with other construction contracts listed in SC-7.02 above. SC-9.01., "City's Project Manager" The City's Project Manager for this Contract is Farida S. Goderya, Ph.D., P.E., or his/her successor pursuant to written notification from the Director of Water Department. SC-13.03C., "Tests and Inspections" None. SC-14.10, "Substantial Completion" Add the following Section as follows: 14.10 Substantial Completion A. The Project shall be considered substantially complete after final Operation & Maintenance Manuals have been approved, Equipment Testing and Startup has been completed, Operation & Maintenance Staff training has been completed, and field performance testing has been completed and approved. B. When Contractor considers the entire Work sufficiently comnlete. in accordance with the Contract Documents and this Agreement, such that the City may implement or use the Work for its intended purpose, Contractor shall notify the City in writing; that the entire Work is substantially complete and request that the City issue a letter of Substantial Completion. Contractor shalt at the same time submit to the Citv an initial draft punch list to be completed or corrected before final acceptance. C. Promptly after Contractor's notification, City and Contractor shall make an inspection of the Work to determine the status of completion. If City does not consider the Work substantially complete, City will notify Contractor in writing giving the reasons therefore. D. If City considers the Work substantially complete, City will deliver to Contractor a letter of Substantial Completion which shall fix the date of Substantial Completion. There shall be attached to the Letter of Substantial Completion a list of items to be completed or corrected before Final Acceptance. CITY OF FORT WORTH STANDARD CONSTRUCTION VCWRF SLUDGE TIUCKENING IMPROVEMENTS SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT NO. CO2647 Ap 12020 0073 00 - 6 SUPPLEMENTARY CONDITIONS Page 6 of 6 ) . At the time of receipt of the letter of Substantial Completion, City and Contractor will confer regarding City's use or occupancy of the Work following Substantial Completion. All surety and insurance shall remain in effect until Final Payment. F. After Substantial Completion, the Contractor shall promptly begin work on the punch list of items to be completed or corrected prior to Final Acceptance. In appropriate cases, Contractor may submit monthtyApplications for Payment for completed punch list items, following the progress payment procedures set forth herein. SC-16.01C.1, "Methods and Procedures" None END OF SECTION CITY OV UORT WOR'TCI STANDARD CONSTRUCTION VCWKI' SLUDGE TIIICKEiNING IMPROVEMENTS SPECTPICATION DOCIWENTS — WATER FACTLITY PROJECTS CITY PROJECT NO. CO2647 Apii12020 DIVISION 1 GENERAL REQUIREMENTS UIF EMEI TS TH15 PAGE INTENTIONALLY BLANK SECTION 01 11 00 SUMMARY OF WORK PART1- GENERAL 1.1 SUMMARY A. Section Includes: 011E00-I SUMMARY OF WORK Page I of 3 1. Summary of Work to be performed in accordance with the Contract Documents B. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is included in the total lump sum price. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Work Covered by Contract Documents 1. Work is to include furnishing all labor, materials, and equipment, and performing all Work necessary for this construction project as detailed in the Drawings and Specifications. 2. The work of this Contract is located at the City of Fort Worth's Village Creek Water Reclamation Facility (VCWRF), 4500 Wilma Lane, Arlington, Texas 76102. 3. This Section describes the project in general and provides an overview of the extent of the work to be performed. Detailed requirements and the extent of work is stated in the applicable Specification Sections and shown on the Drawings. The Contractor shall, except as otherwise specifically stated herein in any applicable parts of these Contract Documents, provide and pay for all labor, materials, equipment, tools, construction equipment, and other facilities and services necessary for proper execution, start-up and testing, and completion of the work. 4. Any part or item of the work which is reasonably implied or normally required to make each installation satisfactorily and completely operable locally shall be performed by the Contractor and the expense thereof shall be included in the applicable unit prices or lump sum prices bid for the various items of work. It is the intents of these Specifications to provide the Owner with complete operable systems, subsystems, and other items of work. All miscellaneous appurtenances and other items or work that are incidental to meeting the intent of these Specifications shall be considered as having been included even though these appurtenances and items may not be specifically called for in the Specifications. 5. The Work includes, but is not necessarily limited to, the following: CITY OF FORT WORTH STANDARD CONSTRUCTION VCWRI' SLUDGE'I'IIICKENING IMPROVEMENTS SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT NO. CO2647 Api12020 01I100-2 SUMMARY OF WORK Page 2 of 3 a. Repurposing of an existing building into a new Sludge Thickening Facility. The facility will have a new roof, bridge crane, nine rotary drum thickeners, one gravity belt thickener, polymer storage and feed equipment, thickening unit sludge feed pumps, and thickened sludge pumps. b. Construction of a new electrical building to house electrical equipment for the Sludge Thickening Facility. e. Repurposing of two Gravity Thickeners into Primary Sludge Holding Tanks complete with pump and nozzle type mixing systems. d. Rehabilitation of two Waste Sludge Holding Tanks including new diffusers and blowers. e. Rehabilitation of an existing sludge Blend Tank including replacement of the mixing system, removal of cover insulation, painting of the cover, and replacement of the cover annual seal. f. Addition of a partition wall in the existing Gravity Belt Thickener building. g. Decommission the existing Dissolved Air Floatation Tanks (DAFTs) h. Electrical and Instrumentation improvements. i. Yard piping improvements. B. Subsidiary Work 1. Any and all Work specifically governed by documentary requirements for the project, such as conditions imposed by the Drawings or Contract Documents are included in the lump sum price bid. C. Examination of the Site 1. Visit the site, to compare drawings and specifications with any work in place, and observe all site conditions, including other work, if any, is being performed. Failure to visit the site shall not relieve the Contractor from the necessity of furnishing materials or performing work required to complete work in accordance with the Contract Documents. D. Use of Premises 1. Coordinate uses of premises under direction of the City. 2. Limit use of Project site to areas within Contract limits indicated. Do not disturb portions of Project site beyond areas in which the Work is indicated. 3. Keep driveways, loading areas, and entrances services premises clear and available to Owner, Owner's employees, and emergency vehicles at all times. 4. Maintain portions of existing grounds, landscaping, and hadscaping affected by construction operations throughout construction period. Repair damage caused by construction operation. E. Partial Owner Occupancy 1, The City reserves the right to take possession and use any completed or partially completed portion of the Work regardless of the time of completion of the Work, providing it does not interfere with the Contractor's work. Such possession or use of the Work shall not be construed as final acceptance of the project or any portion thereof. CITY OF FORT WORTH STANDARD CONSTRUCTION VCWRF SLUDGE. THICKF.,NING INMROVFMFNTS SPECIFICATION DOCUMENT'S — WA"rF.R FACILITY PitOJFCTS CVI'Y PROJECT NO. CO2647 Apti12020 I 01 11 00-3 SUMMARY OF WORK Page 3 of 3 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS ]NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING ]NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USE, PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OF PORT WORTH STANDARD CONSTRUCTION VC WRF SLUDGE TI-ECKENING IMPROVEMENTS SPECIFICATION DOCUMENTS — WATRR FACILITY PROJECTS CITY PROJECT NO. CO2647 Apii12020 THIS PAGE INTENTIONALLY BLANK 012310 ALTERNATES AND ALLOWANCES s PART 1- GENERAL 1.01 SUMMARY A. Alternates: 1. This Section describes each alternate by number and describes the basic changes to be incorporated into the Work when this alternate is made a part of the Work in the Agreement. 2. The Drawings and Specifications will outline the extent of Work to be included in the alternate Contract Price. 3. Coordinate related Work and modify surrounding Work as required to properly integrate the Work under each alternate and provide a complete and functional Project as required by the Contract Documents. 4. Alternate Bids or Proposals may be accepted or rejected at the option of the Owner. 5. Owner may incorporate these alternates in the Contract when executed or may issue a Change Order to incorporate these alternates within 120 days of the opening of Contractor's Bid or Proposal at the prices offered in the Contractor's Bid or Proposal, unless noted otherwise. A Request for a Change Proposal may be issued after 120 days or other designated time period to negotiate a new price for incorporating the Work into the Project. B. Allowances: 1. Include the specified allowance amounts in the Contract Price. 2. The amount of each allowance includes: a. The cost of the product to the Contractor less any applicable trade discounts; b. Delivery to the Site; and c. Applicable taxes. 3. Include in the Contract Price all costs for: a. Handling at the Site, including unloading, uncrating, and storage. b. Cost for labor and equipment for installation and finishing. c. Cost for related products not specifically listed in the allowance required for installation, including consumable supplies and materials. d. All overhead, profit, and related costs. 1.02 DOCUMENTATION A. Provide shop drawings and operation and maintenance manuals for materials furnished as part of each alternate in accordance with Section 0133 00 "Submittals" and Section 0178 23 "Operation and Maintenance Data". Alternates and Allowances 01 23 10 -1 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 1.03 DESCRIPTION OF ALLOWANCES A. Bid Item B-8: Allowance for Land ia, Inc. to provide a mixing system for the existing Blend Tank per Specification 43 1143 — Gas -Handling Venturi Jet Mixing System, Contract Drawings and their proposal in Appendix A. B. Bid Item B-16: Allowance for Emerson Process Management Power and Water Solutions, Inc. to provide cabinets, controllers, network devices, and system programming services outlined in their proposal in Appendix B. C. Bid Item B-17: Allowance for Emerson Process Management Power and Water Solutions, Inc. to provide a stopgap option outlined in their proposal in Appendix B. 1.04 DESCRIPTION OF ALTERNATES A. Deductive Alternate D-1: Reduction in payment of the Total Base Bid for removal and replacement of the Blend Tank annular seal without removing the Blend Tank cover as shown on the BT sheets PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION Alternates and Allowances 01 23 10 - 2 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 SECTION 0125 00 SUBSTITUTION PROCEDURES PART1- GENERAL 1.1 SUMMARY A. Section Includes: 01 2500- 1 SUIBTffUTION PROCEDURES Page l of 4 The procedure for requesting the approval of substitution of a product that is not equivalent to a product which is specified by descriptive or performance criteria or defined by reference to 1 or more of the following: a. Name of manufacturer b. Name of vendor c. Trade name d. Catalog number 2. Substitutions are not "or -equals". B. Deviations from this City of Fort Worth Standard Specification 1. Modified 1.2A.1 2. Added 1.2A.2 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 General Requirements 1.2 PR[CE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Unit Price - Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 2. Lump Sum Price - Work associated with this Item is included in the total lump sum price. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Request for Substitution - General 1. Within 30 days after award of Contract (unless noted otherwise), the City will consider formal requests from Contractor for substitution of products in place of those specified. 2. Certain types of equipment and kinds of material are described in Specifications by means of references to names of manufacturers and vendors, trade names, or catalog numbers. a. When this method of specifying is used, it is not intended to exclude from consideration other products bearing other manufacturer's or vendor's names, trade names, or catalog numbers, provided said products are "or -equals," as determined by City. CITY OF FORT WORTH SfANIDA1tD CONSTRUCTION VC WRF SLUDGE THICKENING IMPROVEMENTS SPECIFICATION DOCUMENTS —WATER FACILITY PROJECTS CITY PROJECT NO, CO2647 Apii12020 012500-2 SUBSTITITTION PROCEDURES Page 2 t)f 4 3. Other types of equipment and kinds of material may be acceptable substitutions under the following conditions: a. Or -equals are unavailable due to strike, discontinued production of products meeting specified requirements, or other factors beyond control of Contractor; or, b. Contractor proposes a cost and/or time reduction incentive to the City. 1.5 SUBMITTALS A. See Request for Substitution Form (attached) B. Procedure for Requesting Substitution 1. Substitution shall be considered only: a. After award of Contract b. Under the conditions stated herein 2. Submit 3 copies of each written request for substitution, including: a. Documentation 1) Complete data substantiating compliance of proposed substitution with Contract Documents 2) Data relating to changes in construction schedule, when a reduction is proposed 3) Data relating to changes in cost b. For products 1) Product identification a) Manufacturer's name b) Telephone number and representative contact name c) Specification Section or Drawing reference of originally specified product, including discrete name or tag number assigned to original product in the Contract Documents 2) Manufacturer's literature clearly marked to show compliance of proposed product with Contract Documents 3) Itemized comparison of original and proposed product addressing product characteristics including, but not necessarily limited to: a) Size b) Composition or materials of construction c) Weight d) Electrical or mechanical requirements 4) Product experience a) Location of past projects utilizing product b) Name and telephone number of persons associated with referenced projects knowledgeable concerning proposed product c) Available field data and reports associated with proposed product 5) Samples a) Provide at request of City. b) Samples become the property of the City. c. For construction methods: 1) Detailed description of proposed method. 2) Illustration drawings C. Approval or Rejection 1. Written approval or rejection of substitution given by the City CITY OF FORT WORTH STANDARD CONSTRUCTION VCWRF SLUDGE THICKENING IMPROVEMENTS SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CrrY PROJECT NO. CO2647 Ap6[ 2020 01 25 00 - 3 SUBSTITUTION PROCEDURES Page 3 oP4 2. City reserves the right to require proposed product to comply with color and pattern of specified product if necessary to secure design intent. 3. In the event the substitution is approved, the resulting cost and/or time reduction will be documented by Change Order in accordance with the General Conditions. 4. No additional contract time will be given for substitution. 5. Substitution will be rejected if: a. Submittal is not through the Contractor with his stamp of approval b. Request is not made in accordance with this Specification Section c. In the City's opinion, acceptance will require substantial revision of the original design d. In the City's opinion, substitution will not perform adequately the function consistent with the design intent 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. In making request for substitution or in using an approved product, the Contractor represents that the Contractor: 1. Has investigated proposed product, and has determined that it is adequate or superior in all respects to that specified, and that it will perform function for which it is intended 2. Will provide same guarantee for substitute item as for product specified 3. Will coordinate installation of accepted substitution into Work, to include building modifications if necessary, making such changes as may be required for Work to be complete in all respects 4. Waives all claims for additional costs related to substitution which subsequently arise 110 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USE, PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION VCWRF SLUDGE TFIICKENING IMPROVEMENTS SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT NO. CO2647 Ap612020 THIS PAGE INTENTIONALLY BLANK I EXHIBIT A REQUEST FOR SUBSTITUTION FORM: TO: 01 25 00 - 4 SUBSTITUTION PROCEDURES Page 4 of 4 PROJECT: DATE: We hereby submit for your consideration the following product instead of the specified item for the above project: SECTION PARAGRAPH SPECIFIED ITEM Proposed Substitution: Reason for Substitution: Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences between proposed substitution and specified item? D. Differences in product cost or product delivery time? E. Manufacturer's guarantees of the proposed and specified items are: Equal Better (explain on attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City Signature Recommended Recommended as noted Firin Address Date Telephone For Use by City: Approved City Not recommended Received late By Date Remarks vaLc Rejected CITY OF FONT WORTII STANDARD CONSTRUCTION VCWRF SLUDGE THICKENING IMPROVEMENTS SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT NO. CO2647 April 2020 THIS PAGE INTENTIONALLY BLANK 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT PART 1- GENERAL 1.01 PAYMENT FOR MATERIALS AND EQUIPMENT A. Payment will be made for materials and equipment materials properly stored and successfully incorporated into the Project less the specified retainage. 1.02 MEASUREMENT AND BASIS FOR PAYMENTS ON LUMP SUM ITEMS A. Measurement for progress payments is the invoice value for stored materials and the earned value for all other cost for constructing each item. Earned value is expressed as the value of the Work completed divided by the total value of installation cost. The total amount paid will be equal to the total lump sum amount for that item. 1.03 MEASUREMENT AND BASIS FOR PAYMENTS ON UNIT PRICE ITEMS A. Measure the Work using the unit of measure indicated in this Section for each unit price line item. Payment will be made only for the actual measured unit and/or computed length, area, solid contents, number, and weight unless other provisions are made in the Contract Documents. Payment on a unit price basis will not be made for Work outside dimensions shown in the Contract Documents. B. Payment will be made for the actual quantity of Work completed and for materials and equipment stored during the payment period. Payment amount is the Work quantity measured per Paragraph A above multiplied by the unit price for that line item in the Agreement. C. Quantities shown in the Section 00 42 43 Proposal Form are approximate quantities only. Payment will be made only for measured quantities installed and accepted by Owner. 1.04 MEASUREMENT AND BASIS FOR PAYMENT FOR BASE ITEMS A. Bid Item B-1—Thickening Improvements Project Payment for this Bid Item shall be at the lump sum bid price in the Proposal Form for construction and operational completion of all paving, grading, yard piping, general site work, development and implementation of a storm water pollution prevention plan (SWP3), mobilization, demobilization, bonds, general conditions, overhead and profit, as well as all items not included in the Bid Items below. B. Bid Item B-2 — Sludge Thickening Facility I. Payment for this Bid Item shall be at the lump sum bid price in the Proposal Form for construction and operational completion of the improvements at the Sludge Thickening Facility inclusive of all items shown on the TF sheets. Work shall consist of labor, materials, equipment, incidentals, demolition, roof replacement, other structural and architectural modifications, HVAC, process piping and valves, plumbing, appurtenances, installation and startup, and other related costs required to complete the improvements. Measurement and Basis for Payment 01 29 01-1 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 C. Bid Item B-3 —Primary Sludge Holding Tank Payment for this Bid Item shall be at the lump sum bid price in the Proposal Form for construction and operational completion of the improvements at the Gravity Thickeners / Primary Sludge Holding Tanks inclusive of all items shown on the PT sheets with the exception Bid Items B-4. Work shall consist of labor, materials, equipment, incidentals, demolition, tank cover removal and replacement, process piping and valves, appurtenances, removal and disposal of any material in the tanks (grit, rags, etc.), cleaning of Gravity Thickeners No. 2 and 4, new mixing systems, installation and startup, and other related costs required to complete the improvements. Q. Bid Item B-4 -- Primary Sludge Header Payment for this Bid Item shall be at the lump sum bid price in the Proposal Form for temporary bypass piping around the Grit Removal Building, construction and operational completion for removal and replacement of the primary sludge header in the piping gallery between the Grit Building and influent to Gravity Thickener No.'s 1, 2, and 4 inclusive of all items shown on the PT sheets. Work shall consist of labor, materials, equipment, incidentals, demolition, primary sludge piping and valves, appurtenances, flow meters, installation and startup, and other related costs required to complete the improvements. E. Bid Item B-5 —Waste Sludge Holding Tanks Payment for this Bid Item shall be at the lump sum bid price in the Proposal Form for construction and operational completion of the improvements at the Waste Sludge Holding Tanks inclusive of all items shown on the WT sheets. Work shall consist of labor, materials, equipment, incidentals, demolition, removal and disposal of any material in the tanks (grit, rags, etc.), process piping and valves, appurtenances, new diffusers, blowers, Gravity Belt Thickener Feed Pump, installation and startup, and other related costs required to complete the improvements. Bid Item B-6 — Blend Tank Payment for this Bid Item shall be at the lump sum bid price in the Proposal Form for construction and operational completion of the improvements at the sludge Blend Tank inclusive of all items shown on the BT sheets with the exception of Bid Items B-7, B-8, and B-9. Work shall consist of labor, materials, equipment, incidentals, demolition, removal of the cover insulation, coating of the cover, process piping and valves, appurtenances, installation and startup, and other related costs required to complete the improvements. G. Bid Item B-7 — Blend Tank Annular Seal 1. Payment for this Bid Item shall be at the lump sum bid price in the Proposal Form for construction and operational completion of the improvements at the sludge Blend Tank for the removal and replacement of the cover and annular seal as shown on the BT sheets. Work shall consist of labor, materials, equipment, incidentals, and other related costs required to complete the improvements. Measurement and Basis for Payment 01 29 01- 2 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 A. Bid Item B-8 — Blend Tank Mixing System Payment for this Bid Item shall be at the lump sum bid price in the Proposal Form for an allowance for Landia Inc. to provide a gas -handling venturi jet mixing system for the Blend Tank per Specification Section 43 1143 and Appendix A. The cost for unloading, storing, installation and startup, and all overhead and profit shall be included in Bid Item B-6. B. Bid Item B-9 — Blend Tank Cleanout Payment for this Bid Item shall be at the actual dry tons bid price for removal, dewatering by a mobile dewatering unit and landfill disposal, inclusive of tipping fees, of the contents of the sludge Blend Tank in its entirety. The Contractor shall provide one (1) sample of dewatered material to the Owner per truck for measurement of total solids. Weight of the dewatered material, in dry tons, will be calculated as follows: Weight (dry tons) = Truck Gross Weight (lb) —Truck Tare Weight (lb) x total solids (%} 2000 lb/ton 100 C. Bid Item B-10 — Gravity Belt Thickener Building Payment for this Bid Item shall be at the lump sum bid price in the Proposal Form for construction and operational completion of the improvements at the Gravity Belt Thickener Building inclusive of all items shown on the GT sheets. Work shall consist of labor, materials, equipment, incidentals, demolition, appurtenances, installation and startup, and other related costs required to complete the improvements. D. Bid Item B-11—DAFT 1. Payment for this Bid Item shall be at the lump sum bid price in the Proposal Form for decommissioning of the Dissolved Air Floatation Tanks inclusive of all items shown on the DF sheets. Work shall consist of labor, materials, equipment, incidentals, demolition, salvage of equipment and return to Owner, removal and disposal of any material in the tanks (grit, rags, etc.), cleaning of the tanks, and other related costs required to complete the improvements. E. Bid Item B-12 —Concrete Repair Payment for this Bid Item shall be at the actual cubic feet bid price in the Proposal Form for preparation and application of concrete repair mortars at the interior concrete vertical and horizontal surfaces in the Thickening Facility, Waste Sludge Holding Tanks, and at other locations identified by the Engineer or Owner including labor, materials, equipment, and incidentals required to complete the work. Bid Item 8-13 — Concrete Pressure Injection Payment for this Bid Item shall be at the actual linear feet bid price in the Proposal Form for pressure injection of cracks and construction joints at the concrete vertical and horizontal surfaces in the Thickening Facility, Waste Sludge Holding Tanks, and at other locations identified by the Engineer or Owner including labor, materials, equipment, and incidentals required to complete the work. Measurement and Basis for Payment FTW17498 — VCWRF Sludge Thickening Improvements 012901-3 City Project No. CO2647 G. Bid Item 8-14 — Trench Safety System Payment for this Bid Item shall be at the actual linear feet bid price in the Proposal Form for development, design, and implementation of the Trench Safety System. Work shall consist of labor, materials, incidentals, equipment, and performing all operations to plan, design, construct, install, maintain, monitor, modify as necessary, and remove upon competition, a Trench Safety System for trenches or structural excavation more than five feet deep. All other work associated with the Trench Safety System such as excavation, dewatering, formwork, concrete placement, and backfill shall be included in Bid Item B-1. H. Bid Item B-15 — Electrical and Instrumentation Payment for this Bid Item shall be at the lump sum bid price in the Proposal Form for construction and the operational completion of the Electrical and Instrumentation improvements inclusive of all items shown on the I and E sheets, with the exception of Bid Items B-16 and B-17. Work shall consist of labor, materials, equipment, incidentals, ductbanks, power and control wiring, variable frequency drives, instrumentation, lighting, and all other related costs required to complete the installation of all electrical and instrumentation components. Bid Item B-16 — Distributed Control System Payment for this Bid Item shall be at the lump sum bid price in the Proposal Form for an allowance for cabinets, controllers, network devices, and system programming by Emerson for the Distributed Control System (DCS) per Appendix B. Bid Item B-17 — Distributed Control System 1. Payment for this Bid Item shall be at the lump sum bid price in the Proposal Form for an allowance for the stopgap option in Emerson's proposal for the Distributed Control System (DCS) per Appendix B. K. Bid Item B-18 — Additional Concrete Sidewalk Payment for this Bid Item shall be at the actual square yard bid price in the Proposal Form for additional concrete sidewalk designated by Owner or Engineer for labor, materials, equipment, and incidentals to complete the work. L. Bid Item B-19 —Additional Concrete Pavement Payment for this Bid Item shall be at the actual square yard bid price in the Proposal Form for additional concrete pavement designated by Owner or Engineer for labor, materials, equipment, and incidentals to complete the work. M. Bid Item 8-20 —Additional Asphalt Pavement Payment for this Bid Item shall be at the actual square yard bid price in the Proposal Form for additional asphalt pavement designated by Owner or Engineer for labor, materials, equipment, and incidentals to complete the work. N. Bid Item B-21—Additional CLSM Payment for this Bid Item shall be at the actual cubic yard bid price in the Proposal Form for additional controlled low strength material (CLSM) designated by Owner or Engineer for labor, materials, equipment, and incidentals to complete the work. Measurement and Basis for Payment FTW17498 — VCWRF Sludge Thickening Improvements 012901-4 City Project No. CO2647 O. Bid Item B-22 — 6" Yard Pipe Lowering Payment for this Bid item shall be at the actual quantity in the Proposal Form for lowering of 6" DI piping at piping conflicts, inclusive of four, 45-degreee bends and piping required for the lowering, labor, materials, equipment, and incidentals to complete the work. Additional CLSM backfill for the lowering is included in Bid item 13- 21. Bid Item B-23 — 10" Yard Pipe Lowering Payment for this Bid Item shall be at the actual quantity in the Proposal Form for lowering of 10" DI piping at piping conflict, inclusive of four, 45-degreee bends and piping required for the lowering, labor, materials, equipment, and incidentals to complete the work. Additional CLSM backfill for the lowering is included in Bid Item B- 21. Q. Bid Item B-24— 18" Yard Pipe Lowering Payment for this Bid Item shall be at the actual quantity in the Proposal Form for lowering of 18" DI piping at piping conflicts, inclusive of four, 45-degreee bends and piping required for the lowering, labor, materials, equipment, and incidentals to complete the work. Additional CLSM backfill for the lowering is included in Bid Item B- 21. R. Bid Item B-25 — 24" Yard Pipe Lowering 1. Payment for this Bid Item shall be at the actual quantity in the Proposal Form for lowering of 24" DI piping at piping conflicts, inclusive of four, 45-degreee bends and piping required for the lowering, labor, materials, equipment, and incidentals to complete the work. Additional CLSM backfill for the lowering is included in Bid Item 13- 21. 1.05 MEASUREMENT AND BASIS FOR PAYMENT FOR ALTERNATES A. Bid Item D-1 - Deductive Alternative Reduction in payment of the Total Base Bid for removal and replacement of the Blend Tank annular seal without removing the Blend Tank cover as shown on the BT sheets inclusive of labor, materials, equipment, and incidentals to complete the work. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION Measurement and Basis for Payment FTW17498 — VCWRF Sludge Thickening Improvements 012901-5 City Project No. CO2647 THIS PAGE INTENTIONALLY BLANK 01 31 13 PROJECT COORDINATION 1.00 GENERAL 1.01 WORK INCLUDED A. Administer contract requirements to construct the Project. Provide documentation per the requirements of this Section. 1,02 DOCUMENTATION A. Provide documents in accordance with Section 0133 00 "Submittals." 1.03 COMMUNICATION DURING THE PROJECT A. The Construction Manager is to be the first point of contact for all parties on matters concerning this Project. B. The Construction Manager will coordinate correspondence concerning: 1. Contract administration; 2. Clarification and interpretation of the Contract Documents; 3. Contract modifications; 4. Observation of Work and testing; and 5. Claims. C. The Construction Manager will normally communicate only with the Contractor. Any required communication with Subcontractors or Suppliers will only be with the direct involvement of the Contractor. D. Direct written communications to the Construction Manager with the following with communications as a minimum: I. Name of the Owner; 2. Project name; 3. Contract title; 4. Project number; S. Date; and 6. A reference statement. Project Coordination 01 31 13 -1 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 1.04 PROJECT MEETINGS A. Attend a pre -construction conference per Section 01 31 19 "Preconstruction Meetings". B. Attend project meetings per Section 01 31 20 "Project Meetings". C. Pre -Documentation and Pre -Installation Meetings: 1. Conduct pre documentation and pre installation meetings as required in the individual technical Specifications or as determined necessary by the Construction Manager (for example, instrumentation, roofing, concrete mix design, etc.). 2. Set the time and location of the meetings when ready to proceed with the associated Work. Submit a Notification by Contractor in accordance with Paragraph 1.07 for the meeting 2 weeks before the meeting. The Construction Manager must approve of the proposed time and location. 3. Attend the meeting and require the participation of appropriate Subcontractors and Suppliers in the meeting. 4. Construction Manager or Design Professional will prepare a record of meeting proceedings. Review the record of the meeting and notify the Construction Manager and Design Professional of any discrepancies within 10 days of the date the record of the meeting is provided. The record will not be corrected after the 10 days have expired. Corrections will be reflected in the record of the following meeting. D. Weekly Coordination Meetings: Meet on a weekly basis with the Construction Manager to discuss Work planned for the following week, review coordination issues, testing required, or other issues. Records of these meetings are not required. 1.05 REQUESTS FOR INFORMATION A. Submit a Request for Information to the Design Professional to obtain additional information or clarification of the Contract Documents per Section 0133 00 "Submittals". 1.06 NOTIFICATION BY CONTRACTOR A. Notify the Construction Manager of: 1. Need for testing; 2. Intent to work outside regular working hours; 3. Request to shut down facilities or utilities; 4. Proposed utility connections; 5. Required observation by Construction Manager, Design Professional, or inspection agencies prior to covering Work; and 6. Training. B. Provide notification a minimum of 2 weeks in advance in order to allow OPT time to respond appropriately to the notification. C. Use the Notification by Contractor form provided by the Design Professional. Project Coordination 01 31 13 - 2 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 1.07 REQUESTS FOR MODIFICATIONS A. Submit requests for Modifications per Section 0126 00 "Change Management." 1.08 PLAN OF ACTION A. Submit a written Plan of Action for approval for shutting down essential services. These include: 1. Electrical power; 2. Control power; 3. Process piping; 4. Process equipment; 5. Communications equipment; and 6. Other designated functions. B. Describe the following in the Plan of Action: 1. Scheduled dates for construction; 2. Work to be performed; 3. Utilities, piping, or services affected; 4. Length of time the service or utility will be disturbed; 5. Procedures to be used to carry out the Work; 6. Plan of Action to handle emergencies; 7. List of manpower, equipment, and ancillary supplies; 8. Backups for key pieces of equipment and key personnel; 9. Contingency plan that will be used if the original schedule cannot be met; and C. Submit plan 1 month prior to beginning the Work. 1.09 RECORD DATA A. Submit information required by the Contract Documents that is not related to a product as Record Data using the form provided by the Design Professional. 1.10 RECORD DOCUMENTS A. Maintain one complete set of printed Record Documents at the Site including: 1. Drawings; 2. Specifications; 3. Addenda; 4. Modifications; 5. Product Data and approved Shop Drawings; Project Coordination 01 31 13 - 3 FTW17498--VCWRF Sludge Thickening Improvements City Project No. CO2647 6. Construction photographs; 7. Test Reports; 8. Clarifications and other information provided in Request for Information responses; and 9. Reference standards. B. Store printed Record Documents and Samples in the Contractor's field office. 1. Record Documents are to remain separate from documents used for construction. 2. Provide files and racks for the storage of Record Documents. 3. Provide a secure storage space for the storage of Samples. 4. Maintain Record Documents in clean, dry, legible conditions, and in good order. 5. Make Record Documents and Samples available at all times for inspection by the OPT. C. Maintain an electronic record of Specifications and Addenda to identify products provided in PDF format. 1. Reference the Product Data number, Shop Drawing number, and 0&M manual number for each product and item of equipment furnished or installed. 2. Reference Modifications by type and number for all changes. D. Maintain an electronic record of Drawings in PDF format. 1. Reference the Product Data number, Shop Drawing number, and 0&M manual number for each product and item of equipment furnished or installed. 2. Reference Modifications by type and number for all changes. 3. Record information as construction is being performed. Do not conceal any Work until the required information is recorded. 4. Mark Drawings to record actual construction. a. Depths of various elements of the foundation in relation to finished first floor datum or the top of walls. b. Horizontal and vertical locations of underground utilities and appurtenances constructed, and existing utilities encountered during construction. C. Location of utilities and appurtenances concealed in the Work. Refer measurements to permanent structures on the surface. Include the following equipment: 1) Piping; 2) Ductwork; 3) Equipment and control devices requiring periodic maintenance or repair; 4) Valves, unions, traps, and tanks; 5) Services entrance; 6) Feeders; and Project Coordination 01 31 13 - 4 FTW17498 —VCWRF Sludge Thickening Improvements City Project No. CO2647 7) Outlets. d. Changes of dimension and detail. e. Changes by Modifications. f. Information in Requests for Information or included in the Decision Register. g. Details not on the original Drawings. Include field verified dimensions and clarifications, interpretations, and additional information issued in response to Requests for Information. 5. Mark Drawings with the following colors: a. Highlight references to other documents, including Modifications in blue. b. Highlight mark ups for new or revised Work (lines added) in yellow. C. Highlight items deleted or not installed (lines to be removed) in red. d. Highlight items constructed per the Contract Documents in green. 6. Submit Record Documents to the Design Professional for review and acceptance 30 days prior to Final Completion of the Project. E. Applications for Payment will not be recommended for payment if Record Documents are found to be incomplete or not in order. Final payment will not be recommended without complete Record Documents. 2.00 PRODUCTS (NOT USED) i 3.00 EXECUTION (NOT USED) END OF SECTION Project Coordination 0131 13 - 5 FTW17498 -- VCWRF Sludge Thickening Improvements City Project No. CO2647 11aNW-ITC] aI011ALill hl►h_1IwaHwe1►1C/ SECTION 01 31 19 PRECONSTRUCTION MEETING PART1- GENERAL 1.1 SUMMARY A. Section Includes: 01 31 19 - 1 PRECONSTRUCI'ION MEETING Page l of 3 1. Provisions for the preconstruction meeting to be held prior to the start of Work to clarify construction contract administration procedures B. Deviations from this City of Fort Worth Standard Specification 1. Modified 1.2A.1 2. Added 1.2A.2 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 -- Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Unit Price - Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 2. Lump Sum Price - Work associated with this Item is included in the total lump sum price. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting 1. A preconstruction meeting will be held within 14 days after the execution of the Agreement and before Work is started. a. The meeting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting, prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Project Representative b. Contractor's project manager CITY OF FORT WORTH STANDARD CONSTRUCTION VC WRY SLUDGE THICKENING IMPROVFMENfS SPECIFICATION DOCLMFN'rs — WATER FACILITY PROJECTS CITY PROJECT NO. CO2047 Apa12020 0131 19-2 PRFCONSTRI.JCTION MEETING Page 2 of 3 c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request e. Other City representatives f. Others as appropriate 4. Construction Schedule a. Prepare baseline construction schedule in accordance with Section 01 32 16 and provide at Preconstruction Meeting. b. City will notify Contractor of any schedule changes upon Notice of Preconstruction Meeting. 5. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor's work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking b. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material 1. Insurance Renewals in. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre -Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City's representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg. MIWBE or MBE/SBE procedures hh. Final Acceptance ii. Final Payment j j . Questions or Comments CITY OF FORT WORTH STANDARD CONSTRUCTION VCWRF SLUDGF. TFT[CKENTNG IMPROVEMENTS SPECIFICATION DOCUMi NTs — WATER FACILITY PROJECTS CITY PROJECT NO. CO2647 Apr l 2020 0 B 01 31 19 - 3 PRE -CONSTRUCTION MEETING Page 3 of 3 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION VC WRF SLUDGE TIRCKE;NWO IMPROVEMENTS SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT NO. CO2647 Apii12020 THIS PAGE INTENTIONALLY BLANK SECTION 01 31 20 PROJECT MEETINGS PART1- GENERAL 1.1. SUMMARY A. Section Includes: 01 3120- 1 PROMCT MEETINGS Page I of 3 1. Provisions for project meetings throughout the construction period to enable orderly review of the progress of the Work and to provide for systematic discussion of potential problems B. Deviations this City of Fort Worth Standard Specification 1. Modified I.2A.1 2. Added 1.2A.2 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Unit Price - Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 2. Lump Sum Price - Work associated with this Item is included in the total lump sum price. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination l . Schedule, attend and administer as specified, periodic progress meetings, and specially called meetings throughout progress of the Work. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meetings administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. 4. Meetings, in addition to those specified in this Section, may be held when requested by the City, Engineer or Contractor. B. Progress Meetings 1. Formal project coordination meetings will be held periodically, generally on a monthly basis. Meetings will be scheduled and administered by Project Representative. 2. Additional progress meetings to discuss specific topics will be conducted on an as - needed basis. Such additional meetings shall include, but not be limited to: CITY OF FORT WORTII STANDARD CONSTRUCTION VCWRF SLUDGE THICKENING IMPROVEMENTS SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT NO. CO2647 April2020 013120-2 PROJEC'I.' MEETINGS Page 2 of 3 a. Coordinating shutdowns b. Installation of piping and equipment c. Coordination between other construction projects d. Resolution of construction issues c. Equipment approval 3. The Project Representative will preside at progress meetings, prepare the notes of the meeting and distribute copies of the same to all participants who so request by fully completing the attendance form to be circulated at the beginning of each meeting. 4. Attendance shall include: a. Contractor's project manager b. Contractor's superintendent c. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request d. Engineer's representatives e. City's representatives f. Others, as requested by the Project Representative 5. Preliminary Agenda may include: a. Review of Work progress since previous meeting b. Field observations, problems, conflicts c. Items which impede construction schedule d. Review of off -site fabrication, delivery schedules e. Review of construction interfacing and sequencing requirements with other construction contracts f. Corrective measures and procedures to regain projected schedule g. Revisions to construction schedule h. Progress, schedule, during succeeding Work period i. Coordination of schedules j. Review submittal schedules k. Maintenance of quality standards 1. Pending changes and substitutions in. Review proposed changes for: 1) Effect on construction schedule and on completion date 2) Effect on other contracts of the Project n. Review Record Documents o. Review monthly pay request p. Review status of Requests for Information 6. Meeting Location 1) Meetings will be held at the City's construction trailer. CITY OF FORT WORTH STANDARD CONSTRUCTION VCWRF SLUDGE TFIiCKFNING IMPROVEML'NTS SPECIFICATION DOCUMENTS — WATER FACILITY PR0JF?CTS CITY PROJECT NO. CO2647 A1xi12020 013120-3 PROJECT MEETINGS Page 3 of 3 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS ]NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD ISITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART Z - PRODUCTS INOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION VCWRF SLUDGE THICKENING IMPROVF,MLN'fS SPECIFICATION DOCUMENTS — WATER FAC[LITY PROJECTS CITY PROJECT NO. CO2647 Api12020 THIS PAGE INTENTIONALLY BLANK 0132B-1 SCHEDULE OF VALUES MDTf11 Y ISM1111WWRI SCHEDULE OF VALUES PARTI- GENERAL 1.1 SUMMARY A. Section Includes: Page 1 of 2 1. General requirements for the preparation, submittal, updating, status reporting and management of the Schedule of Values B. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is included in the total lump sum price. 1.3 REFERENCES [NOT USED1 1.4 ADMINISTRATIVE REQUIREMENTS A. Schedule of Values 1. General a. Prepare a schedule of values in conjunction with the preparation of the progress schedule. 1) Coordinate preparation of schedule of values and progress schedule. b. Correlate line items with other administrative schedules and the forms required for the work, including the progress schedule, payment request form, listing of subcontractors, schedule of allowances, schedule of alternatives, listing of products and principal suppliers and fabricators, and the schedule of submittals. c. Provide breakdown of the Contract Sum in accordance with measurement and payment sections and with sufficient detail to facilitate continued evaluation of payment requests and progress reports. 1) Break down principal subcontract amounts into several line items in accordance with section measurement and payment. 2) Installation cost line items may not exceed $50,000. Items that are not subdivided into smaller units may only be included in the Application for Payment when Work on the entire unit is complete. d. Round off to the nearest whole dollar, but with the total equal the Contract Sum, 1.5 SUBMITTALS A. Schedule of Values 1. Submit Schedule of Values in native file format and pdf format. 2. Submit Schedule of Values monthly no later than the last day of the month. CITY OF FORT WORTH STANDARD CONSTRUCTION VCWRF SLUDGE THICKENING IMPROVEMENTS SPECIFICATION DOCUMENTS — WATER FACfLI TY PROJECTS CITY PROJECT NO. CO2647 Ap612020 01 32 13 -2 SCHEDULE' OF VALUES Page 2 of2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. The person preparing and revising the construction Schedule shall be experienced in the preparation of schedules of similar complexity. B. Schedule and supporting documents addressed in this Specification shall be prepared, updated and revised to accurately reflect the performance of the construction. C. Contractor is responsible for the quality of all submittals in this section meeting the standard of care for the construction industry for similar projects. 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION VCWRF SLUDGI THICKENING IMPROVEMENTS SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT NO. CO2647 April 2020 01 32 16- 1 CONSTRUCTION PROGRESS SCHEDULE Pagel ors SECTION 0132 16 CONSTRUCTION PROGRESS SCHEDULE PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. General requirements for the preparation, submittal, updating, status reporting and management of the Construction Progress Schedule 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance Document B. Deviations from this City of Fort Worth Standard Specification 1. Modified 1.2A.1 2. Added 1.2A.2 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Unit Price - Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 2. Lump Sum Price - Work associated with this Item is included in the total lump sum price. 1.3 REFERENCES A. Definitions Schedule Tiers a. Tier 1 - No schedule submittal required by contract. Shall, brief duration projects b. Tier 2 - No schedule submittal required by contract, but will require some milestone dates. Small, brief duration projects c. Tier 3 - Schedule submittal required by contract as described in the Specification and herein. Majority of City projects, including all bond program projects d. Tier 4 - Schedule submittal required by contract as described in the Specification and herein. Large and/or complex projects with long durations 1) Examples: large water pump station project and associated pipeline with interconnection to another governmental entity e. Tier 5 - Schedule submittal required by contract as described in the Specification and herein. Large and/or very complex projects with long durations, high public visibility 1) Examples might include a water or wastewater treatment plant CITY OF FORT WOR'1'11 STANDARD CONSTRUCTION VCWRF SLUDGE. THICKENING IMPROVEMENTS SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT NO. CO2647 April 2020 01 32 16-2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 5 2. Baseline Schedule - Initial schedule submitted before work begins that will serve as the baseline for measuring progress and departures from the schedule. 3. Progress Schedule - Monthly submittal of a progress schedule documenting progress on the project and any changes anticipated. 4. Schedule Narrative - Concise narrative of the schedule including schedule changes, expected delays, key schedule issues, critical path items, etc B. Reference Standards 1. City of Fort Worth Schedule Guidance Document 1.4 ADMINISTRATIVE REQUIREMENTS A. Baseline Schedule 1. General a. Prepare a cost -loaded baseline Schedule using approved software and the Critical Path Method (CPM) as required in the City of Fort Worth Schedule Guidance Document. b. Review the draft cost -loaded baseline Schedule with the City to demonstrate understanding of the work to be performed and known issues and constraints related to the schedule. c. Designate an authorized representative (Project Scheduler) responsible for developing and updating the schedule and preparing reports. B. Progress Schedule 1. Update the progress Schedule monthly as required in the City of Fort Worth Schedule Guidance Document. 2. Prepare the Schedule Narrative to accompany the monthly progress Schedule. 3. Change Orders a. Incorporate approved change orders, resulting in a change of contract time, in the baseline Schedule in accordance with City of Fort Worth Schedule Guidance Document. C. Responsibility for Schedule Compliance Whenever it becomes apparent from the current progress Schedule and CPM Status Report that delays to the critical path have resulted and the Contract completion date will not be met, or when so directed by the City, make some or all of the following actions at no additional cost to the City a. Submit a Recovery Plan to the City for approval revised baseline Schedule outlining: 1) A written statement of the steps intended to take to remove or arrest the delay to the critical path in the approved schedule 2) Increase construction manpower in such quantities and crafts as will substantially eliminate the backlog of work and return current Schedule to meet projected baseline completion dates 3) Increase the number of working hours per shift, shifts per day, working days per week, the amount of construction equipment, or any combination of the foregoing, sufficiently to substantially eliminate the backlog of work 4) Reschedule activities to achieve maximum practical concurrency of accomplishment of activities, and comply with the revised schedule CTTY OF FORT WORTH STANDARD CONSTRUCTION VCWRF SLUDGE TI-11CIC iN1NG IMPROVEMENTS SPECIFICATION DOCUML;N'T'S — WATER VACTLITY PROJECTS CITY PROJECT NO. CO2647 April 2020 O1 32 16 - 3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 5 2. If no written statement of the steps intended to take is submitted when so requested by the City, the City may direct the Contractor to increase the level of effort in manpower (trades), equipment and work schedule (overtime, weekend and holiday work, etc.) to be employed by the Contractor in order to remove or arrest the delay to the critical path in the approved schedule. a. No additional cost for such work will be considered. D. The Contract completion time will be adjusted only for causes specified in this Contract. a. Requests for an extension of any Contract completion date must be supplemented with the following: 1) Furnish justification and supporting evidence as the City may deem necessary to determine whether the requested extension of time is entitled under the provisions of this Contract. a) The City will, after receipt of such justification and supporting evidence, make findings of fact and will advise the Contractor, in writing thereof. 2) If the City finds that the requested extension of time is entitled, the City's determination as to the total number of days allowed for the extensions shall be based upon the approved total baseline schedule and on all data relevant to the extension. a) Such data shall be included in the next updating of the Progress schedule. b) Actual delays in activities which, according to the Baseline schedule, do not affect any Contract completion date shown by the critical path in the network will not be the basis for a change therein. 2. Submit each request for change in Contract completion date to the City within 30 days after the beginning of the delay for which a time extension is requested but before the date of final payment under this Contract. a. No time extension will be granted for requests which are not submitted within the foregoing time limit. b. From time to time, it may be necessary for the Contract schedule or completion time to be adjusted by the City to reflect the effects of job conditions, weather, technical difficulties, strikes, unavoidable delays on the part of the City or its representatives, and other unforeseeable conditions which may indicate schedule adjustments or completion time extensions. 1) Under such conditions, the City will direct the Contractor to reschedule the work or Contract completion time to reflect the changed conditions and the Contractor shall revise his schedule accordingly. a), No additional compensation will be made to the Contractor for such schedule changes except for unavoidable overall contract time extensions beyond the actual completion of unaffected work, in which case the Contractor shall take all possible action to minimize any time extension and any additional cost to the City. b) Available float time in the Baseline schedule may be used by the City as well as by the Contractor. 3. Float or slack time is defined as the amount of time between the earliest start date and the latest start date or between the earliest finish date and the latest finish date of a chain of activities on the Baseline Schedule. CITY OF FORT WORTH STANDARD CONSTRUCTION VCWRF SLUDGE TIIICKENING IMPROVEMENTS SPECIFICATION DOCUMENTS ._ WATER FACILITY PROJECTS CITY PROJECT NO, CO2647 April 2020 01 32 16 - 4 CONSTRUCTION PROGRESS SCHEDUR Page 4 of 5 a. Float or slack time is not for the exclusive use or benefit of either the Contractor or the City. b. Proceed with work according to early start dates, and the City shall have the right to reserve and apportion float time according to the needs of the project. c. Acknowledge and agree that actual delays, affecting paths of activities containing float time, will not have any effect upon contract completion times, providing that the actual delay does not exceed the float time associated with those activities. E. Coordinating Schedule with Other Contract Schedules 1. Where work is to be performed under this Contract concurrently with or contingent upon work performed on the same facilities or area under other contracts, the Baseline Schedule shall be coordinated with the schedules of the other contracts. a. Obtain the schedules of the other appropriate contracts from the City for the preparation and updating of Baseline schedule and make the required changes in his schedule when indicated by changes in corresponding schedules. 2. In case of interference between the operations of different contractors, the City will determine the work priority of each contractor and the sequence of work necessary to expedite the completion of the entire Project. a. in such cases, the decision of the City shall be accepted as final. b. The temporary delay of any work due to such circumstances shall not be considered as justification for claims for additional compensation. 1.5 SUBMITTALS A. Baseline Schedule Submit Schedule in native file format and pdf format as required in the City of Fort Worth Schedule Guidance Document. a. Native isle format includes: 1) Primavera (P6 or Primavera Contractor) 2. Submit draft baseline Schedule to City prior to the pre -construction meeting and bring in hard copy to the meeting for review and discussion. B. Progress Schedule 1. Submit progress Schedule in native file format and pdf format as required in the City of Fort Worth Schedule Guidance Document. 2. Submit progress Schedule monthly no later than the last day of the month. C. Schedule Narrative 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth Schedule Guidance Document. 2. Submit schedule narrative monthly no later than the last day of the month. D. Submittal Process 1. The City administers and manages schedules through the City's Electronic Document Management and Collaboration System. 2. Contractor shall submit documents as required in the City of Fort Worth Schedule Guidance Document. 3. Once the project has been completed and Final Acceptance has been issued by the City, no further progress schedules are required. CITY OF FORT WORTH STANDARD CONSTRUCTION VCWRF SLIJDGE THICKF.,NTNG IMPROVEMENTS SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT NO. CO2647 April 2020 I 01 32 16-5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 5 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. The person preparing and revising the construction Progress Schedule shall be experienced in the preparation of schedules of similar complexity. B. Schedule and supporting documents addressed in this Specification shall be prepared, updated and revised to accurately reflect the performance of the construction. C. Contractor is responsible for the duality of all submittals in this section meeting the standard of care for the construction industry for similar projects. 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY" [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION VC WRF SLUDGE T IICKENING IMPROVEMENTS SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT NO. CO2647 April 2020 THIS PAGE INTENTIONALLY BLANK SECTION 0132 33 PRECONSTRUCTION VIDEO 16WO 161101. f1010_011117.111' 1.1 SUMMARY 01 32 33 - 1 PRECONSTRUCTION VIDEO Pagel oP2 A. Section Includes: 1. Administrative and procedural requirements for: a. Preconstruction Videos B. Deviations from this City of Fort Worth Standard Specification 1. Modified 1..2A.1 2. Added 1.2A.2 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division I — General Requirements i1P4W"r*W.11►10XslfilIDlizar9:Z1Iy 11111.:1D61 A. Measurement and Payment 1. Unit Price - Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 2. Lump Sum Price - Work associated with this Item is included in the total lump sum price. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Preconstruction Video I. Produce a preconstruction video of the site/alignment, including all areas in the vicinity of and to be affected by construction. a. Provide digital copy of video upon request by the City. 2. Retain a copy of the preconstruction video until the end of the maintenance surety period. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL. SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] L11 FIELD [SITE] CONDITIONS [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION VC WRF SLUDGE ` HICKLNING MODIFICA'rIONS SPECLFICATION DOCUMENTS - WATER FACII,ITY PROJECTS CITY PROJECT NO. CO2647 Ap612020 01 32 33 - 2 PRECONS1'RUCTION VIDEO 1.12 WARRANTY [NOT USED] Page 2 of 2 PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH STANDARI) CONSTRUCTION VCWRF SLUDGE. TITICKEKING MODIFICATIONS SPECIFICATION DOCUMENTS —WATER FACILITY PROJECTS CITY PROJECT NO. CO2647 Apiil 2020 01 32 35 - 1 AERIAL/PHOTOGRAPHIC DOCUMENTATION Page I of 2 SECTION 0132 35 AERIAL/PHOTOGRAPHIC DOCUMENTATION PART]- GENERAL 1.1 SUMMARY A. Section Includes 1. Administrative and procedural requirements for: a. Aerial Photographs b. Project Photographs B. Related Specification Sections include but are not necessarily limited to 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division I - General Requirements. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Lump Sum Price - Work associated with this Item is included in the total lump sum price. 1.3 REFERENCES [NOT USEDI 1.4 ADMINISTRATIVE REQUIREMENTS A. Project Aerials Photographs 1. Take aerial photographs of the project site prior to construction, monthly during the construction of the project, and after completion of the project. 2. Aerial Photographs Provided by: a. Aerial Photography, Incorporated, or approved equal 1) Contact: Michael Chase Eaton a) Phone:954-568-0484 b) Email: michael@api4.com 3. Aerial Photographs a. Taken with a quality digital camera (300 ppi or greater) b. Provide three (3) photos for each trip, each at a different angle 4. Aerial Photograph Copies a. Format 1) Provide digital copies of all photographs. 2) Provide prints of photographs as follows: a) One glossy color 8.5" x 11" prints for each photograph taken. b) Mark each print to indicate: (1) Project name, (2) Date, (3) Location, 3) Photographs shall be clear and sharp with proper exposure. 5. Preconstruction Aerials CITY OF FORT WORTH STANDARD CONSTRUCTION VCWRF SLUDGE THICKENING MODIFICATIONS SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJF,CT NO. CO2647 April 2020 01 3235 -2 AERIALIPHOTOG RAP[ HC DOCUMENTATION Page 2 of 2 a. Provide no less than three (3) aerial photographs of the site prior to construction 6. Progress Aerials a. Starting one month after the date of the preconstruction aerial photographs and continuing as long as the work is in progress, provide: 1) Progress Photos: a) Three (3) monthly aerial photographs taken to accurately record the work that has progressed during that period. b. Prints and Digital photographs are to be submitted with the monthly Partial Pay Request. 1) Provide prints in plastic binder. B. Project Photographs l . Take photographs of the project site/alignment prior to construction, monthly during the construction of the project, and after completion of the project. 2. Photographs shall be taken with a quality digital camera with date back capability, with lenses ranging from wide angle to 135mm. 3. Photographs shall be taken at locations designated by the Resident Project Representative. 4. Provide digital copies of all photographs. 5. Preconstruction Photos a. Provide no less than forty-eight (48) photographs of the site and alignment prior to construction. Progress Photos a. Starting one month after the date of the preconstruction photographs, and continuing as long as the work is in progress, provide twenty-four (24) monthly photographs taken to accurately record the work that has progressed during that period. b. Digital photographs are to be submitted with the monthly Partial Pay Request. 1.5 -1.12 [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION VCWRF SL[JDGE THICKF..NING MODIFICATIONS SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CrrY PROJECT NO. CO2647 Apol 2020 9 SECTION 0133 00 SUBMITTALS PART 1 - GENERAL 1.1 SUMMARY 01 33 00 - 1 SUBMITTALS Pagel o f 8 A. Section Includes: 1. General methods and requirements of submissions applicable to the following Work -related submittals: a. Shop Drawings b. Product Data (including Standard Product List submittals) C. Samples d. Mock Ups B. Deviations from this City of Fort Worth Standard Specification 1. Modified 1.2.A.1 2. Added 1.2.A.2 3. Added 1.4.13 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Unit Price - Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 2. Lump Sum Price - Work associated with this Item is included in the total lump sum price. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Notify the City in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. 2. Coordination of Submittal Times a. Prepare, prioritize and transmit each submittal sufficiently in advance of performing the related Work or other applicable activities, or within the time specified in the individual Work Sections, of the Specifications. CITY OF PORT WORTH STANDARD CONSTRUCTION VCWRF' SLUDGE THICKENING IMPROVEMENTS SPECIE (CATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT NO. CO2047 April 2020 01 3300-2 SUBMITTALS Page 2 of 8 b. Contractor is responsible such that the installation will not be delayed by processing times including, but not limited to: c. Disapproval and resubmittal (if required) d. Coordination with other submittals e. Testing f. Purchasing g. Fabrication h. Delivery i. Similar sequenced activities j. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. k. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Log/Schedule 1. Prior to submitting the first submittal for the project, provide a submittal log/schedule to include a. Anticipated Submittals b. Proposed Submittal Numbering c. Anticipated Submittal Dates. C. Submittal Numbering 1. When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B-3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 03 30 00-08-13-Short Description (i.e. Rotary Drum Thickener) 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing 4) Short Description of what is being submitted. D. Contractor Certification 1. Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria e. Catalog numbers and similar data CITY OF FORT WORTII STANDARD CONSTRUCTION VCWRF SLUDGE THICKENING IMPROVEMENTS SPECIFICATION DOCUMF.,NTS — WATER FACILITY PROJECTS CITY PROJECT NO, CO2647 April 2020 013300-3 SUBMITTALS Page 3 of 8 d. Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) "By this submittal, I hereby represent that 1 have determined and verified field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and 1 have checked and coordinated each item with other applicable approved shop drawings." E. Submittal Format Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b. List of items / Table of Contents c. Product Data /Shop Drawings/Samples /Calculations F. Submittal Content 1. The date of submission and the dates of any previous submissions 2. The Project title and number 1 Contractor identification 4. The names of: a. Contractor b. Supplier c. Manufacturer 5. Identification of the product, with the Specification Section number, page and paragraph(s) 6. Field dimensions, clearly identified as such 7. Relation to adjacent or critical features of the Work or materials 8. Applicable standards, such as ASTM or Federal Specification numbers 9. Identification by highlighting of deviations from Contract Documents 10. Identification by highlighting of revisions on resubmittals G. Shop Drawings l . As specified in individual Work Sections includes, but is not necessarily limited to: a. Custom -prepared data such as fabrication and erection/installation (working) drawings b. Scheduled information e. Setting diagrams d. Actual shopwork manufacturing instructions e. Custom templates CITY OF FORT WORTH STANDARD CONSTRUCTION VC WRF SLUDGE TIIICKENZNG IMPROVEMENTS SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT NO. CO2047 April 2020 01 33 00 - 4 SUBMITTALS Page 4 of 8 f. Special wiring diagrams g. Coordination drawings h. Individual system or equipment inspection and test reports including: 1) Performance curves and certifications As applicable to the Work 2. Details a. Relation of the various parts to the main members and lines of the structure b. Where correct fabrication of the Work depends upon field measurements 1) Provide such measurements and note on the drawings prior to submitting for approval. H. Product Data Submittal data may include, but is not necessarily limited to: a. Standard prepared data for manufactured products (sometimes referred to as catalog data) 1) Such as the manufacturer's product specification and installation instructions 2) Availability of colors and patterns 3) Manufacturer's printed statements of compliances and applicability 4) Roughing -in diagrams and templates 5) Catalog cuts 6) Product photographs 7) Standard wiring diagrams 8) Printed performance curves and operational -range diagrams 9) Production or quality control inspection and test reports and certifications 10) Mill reports 11) Product operating and maintenance instructions and recommended spare -parts listing and printed product warranties 12) As applicable to the Work I. Samples As specified in individual Sections, include, but are not necessarily limited to: a. Physical examples of the Work such as: 1) Sections of manufactured or fabricated Work 2) Small cuts or containers of materials 3) Complete units of repetitively used products color/texture/pattern swatches and range sets 4) Specimens for coordination of visual effect 5) Graphic symbols and units of Work to be used by the City for independent inspection and testing, as applicable to the Work J. Do not start Work requiring a shop drawing, sample or product data nor any material to be fabricated or installed prior to the approval or qualified approval of such item. CITY OF FORT WORTH STANDARD CONSTRUCTION VCWIW SL,UDGH TIIICKE.NING IMPROVEMENT'S SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT NO, CO2647 April 2020 01 33 00 - 5 SUBMITPALS Page 5 oI8 Fabrication performed, materials purchased or on -site construction accomplished which does not conform to approved shop drawings and data is at the Contractor's risk. 2. The City will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity. 3. Complete project Work, materials, fabrication, and installations in conformance with approved shop drawings, applicable samples, and product data. K. Submittal Distribution 1. Electronic Distribution a. Confirm development of Project directory for electronic submittals to be uploaded to City's EIectronic Document Management and Collaboration System. b. Shop Drawings 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. c. Product Data 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. d. Samples 1) Distributed to the Project Representative 2. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site File and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified. L. Submittal Review The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials c. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. 3. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. CITY OF FORT WOR"111 STANDARD CONSTRUCTION VCWRF SLUDGE THICKENING IMPROVEMENTS SPECIFICATION DOCUMENTS -- WATER FACILITY PROJECTS CITY PROJECT NO. CO2647 April 2020 013300-6 SUBMITTALS Page 6 of S 4. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance, the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under 1 of the following codes: a. Code 1 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. c. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments, omissions and non -conforming items that were noted. c) Resubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor's risk if not marked b. Submittals for each item will be reviewed no more than twice at the City's expense. CITY OF FORT WOR'1T1 STANDAM CONSTRUCTION VCWRF SLUDGE TIIICKRNING IMPROVEMENTS SPECIUICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROTECT NO. CO2647 April 2020 01 33 00 - 7 SUBMITTALS Page 7 of 8 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative's then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than I resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City's discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. S. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, then written notice must be provided thereof to the City at least 7 Calendar Days prior to release for manufacture. 9. When the shop drawings have been completed to the satisfaction of the City, the Contractor may carry out the construction in accordance therewith and no further changes therein except upon written instructions from the City. 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days following receipt of submittal by the City. M. Mock ups 1. Mock Up units as specified in individual Sections, include, but are not necessarily limited to, complete units of the standard of acceptance for that type of Work to be used on the Project. Remove at the completion of the Work or when directed. N. Qualifications 1. If specifically required in other Sections of these Specifications, submit a P.E. Certification for each item required. O. Request For Information (RFI) 1. Contractor Request for additional information a. Clarification or interpretation of the contract documents b. When the Contractor believes there is a conflict between Contract Documents c. When the Contractor believes there is a conflict between the Drawings and Specifications 1) Identify the conflict and request clarification 2. Use the Request for Information (RFI) form provided by the City. 3. Numbering of RFI CITY OF FORT WORTH STANDARD CONSTRUCTION VCWRP SLUDGE THICKENING IMPROVEMENTS SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT NO. CO2647 April 2020 01 33 00 - 8 SUBWI-I'ALS Page 8 of 8 a. Prefix with "RFI" followed by series number, "-xxx", beginning with "01" and increasing sequentially with each additional transmittal. 4. Sufficient information shall be attached to permit a written response without further information. 5. The City will log each request and will review the request. a. If review of the project information request indicates that a change to the Contract Documents is required, the City will issue a Field Order or Change Order, as appropriate. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION VCWRF SLUDGE THICKENING IMPROVEMENTS SPE.CLFICN11ON DOCUMENTS — WAXER FACILITY PROJECTS CITY PROJECT NO. CO2647 April 2020 013500 SPECIAL PROCEDURES PART 1- GENERAL 1.01 CONSTRUCTION SEQUENCE A. Perform the Work as required to complete the entire Project within the Contract Times and in the sequence stipulated below: Descriprtion Predecessar Condition Modifications to Waste Sludge Holding Modifications to Waste Sludge Holding Tank No. 1 Tank No. 2 complete including blowers Modifications to Gravity Thickener No. 3 Modifications to Gravity Thickener No. 1 (Primary Sludge Holding Tank No. 1) (Primary Sludge Holding Tank No. 2) complete and substantial completion of the sludge Thickening Facility Demolition of the 6" DAFT float sludge Substantial completion of the new sludge (thickened WAS) bypass line at the Blend Thickening Facility, Primary Sludge Holding Tank to the Blend Tank wet well and Tanks, Waste Sludge Holding Tanks, and installation of the new 10-TS/TWS-DI sludge Blend Tank bypass line to the Blend Tank wet well Substantial completion of the new sludge Decommissioning of the DAFTs Thickening Facility, Primary Sludge Holding Tanks, Waste Sludge Holding Tanks, and sludge Blend Tank Cleaning material out of and power Substantial completion of the new sludge washing Gravity Thickeners No. 2 and No. Thickening Facility, Primary Sludge Holding 4 Tanks, Waste Sludge Holding Tanks, and sludge Blend Tank B. Complete Work within the specified Milestones for these items: Uquldated Description Milestone Date Damages Replacement of the primary sludge header in the 240 calendar days piping gallery between the Grit Building and from Notice to Gravity Thickeners No. 1, 2, and 4. Proceed C. Consider the sequences, duration limitations, and governing factors outlined in this Section to prepare the schedule for the Work. D. Perform the Work not specifically described in this Section as required to complete the entire Project within the Contract Times. Special Procedures 0135 00 -1 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 1.02 CRITICAL OPERATIONS A. The Owner has identified critical operations that must not be out of service longer than the designated maximum out of service time and/or must be performed only during the designated times. These have been identified in the table below: Critical operation Max. Time Out of Operation Gravity Thickeners No.'s 1 through 4 during replacement of the primary sludge header 21 days Waste Sludge Holding Tanks 12 hr Blend Tank 60 days Effluent Filters No. 21-32 8 hr Backwash Clarifier Sludge Pump Station 8 hr 30-inch Plant Drain (D) 7 days 18-inch Service Water (SW) 8 hr 24-inch Return Sludge (RS) 8 hr B. Submit a written Plan of Action per Section 01 31 13 "Project Coordination" for approval for critical operations. C. For critical operations with a shutdown duration of 2 days or less, perform the work on a 24-hour a day basis until Owner's normal operations have been restored. D. Provide additional manpower and equipment as required to complete the Work affecting critical operations within the allotted time. E. Designated Critical Operations are described in more detail as follows. 1. Gravity Thickeners — Gravity Thickeners require a shutdown for replacement of the header in the pipe gallery between the Grit Building and Gravity Thickeners. Provide temporary bypass piping for primary sludge around the Grit Removal Building as indicated on the drawings. Connect the existing influent piping of Gravity Thickener No. 1 to the new primary sludge header so Gravity Thickener No. 1 can remain in- service while work is being performed in Gravity Thickener No. 3 (Primary Sludge Holding Tank No. 1). Once Primary Sludge Holding Tank No. 1 is substantially complete and the new Thickening Facility is substantially complete, start work on Gravity Thickener No. 1 (Primary Sludge Holding Tank No. 2). Waste Sludge Holding Tanks — Two shutdowns of the Waste Sludge Holding Tanks are anticipated for installation of the effluent gates of the tanks that feed the thickener feed pump wet well. Close the effluent gate of Waste Sludge Holding Tank No. 1 and stop pumping waste activated sludge from the wet well. Drain the wet well and remove and replace the gate for Waste Sludge Holding Tank No. 2. Bring Waste Sludge Holding Tank No. 2 in-service, take Waste Sludge Holding Tank No. 1 out -of -service and perform modifications to it. After completion of the modifications for Waste Sludge Holding Tank No. 1, close the effluent gate of Waste Sludge Holding Tanks No. Special Procedures FTW17498 — VCWRF Sludge Thickening Improvements 013500-2 City Project No. CO2647 2, drain the wet well, and remove and replace the gate for Waste Sludge Holding Tank No. 1.Once complete, bring both tanks into service. Blend Tank — During modifications to the sludge Blend Tank, bypass the sludge Blend Tank with the two existing 6" DAFT float sludge (6-TWS-DI) lines and one 8" thickened sludge (8-TS/TWS-DI) line from the Gravity Thickeners/Gravity Belt Thickener Building to the Blend Tank wet well. Contractor shall assess the ability of the gates between the Blend Tank and Blend Tank wet well to not leak during bypass operations and provide necessary measures to prevent the gates from leaking to allow emptying of the Blend Tank and modifications to the tank per the contract drawings. 4. Effluent Filters 21— 32 — Backwash of Effluent Filters 21— 32 cannot occur during the tie-in of the 24-BW-DI piping to Junction Box EEE, 5. Backwash Clarifier Sludge Pump Station --The backwash clarifier pump station will be shutdown during the tie-in of the 10-FBS-SL piping to Junction Box EEE. 6. 30-inch Plant Drain —the 30-inch plant drain east of the Thickening Facility will be shutdown during connection of new drains to the existing plant drain manhole and installation of the new plant drain manhole. 18-inch Service Water — the 18-inch service water will be shutdown during lowering of the line to accommodate the new 18-PS-DI line from the Primary Sludge Holding Tanks to the Thickening Facility. 8. 24-inch Return Sludge —the 24-inch return sludge line will be shutdown during rerouting of the line around the new Electrical Building for the Thickening Facility. During this time, RAS/WAS will not be pumped from Final Clarifiers 15 and 18. 1.03 OWNER ASSISTANCE A. The Owner will assist the Contractor in draining of the Gravity Thickeners and Waste Sludge Holding Tank. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION Special Procedures 0135 00 - 3 FTW17498 — VCWRP Sludge Thickening Improvements City Project No. CO2647 THIS PAGE INTENTIONALLY BLANK 01 4523- 1 TESTING AND INSPEC'rlON SERVICES Page I oft SECTION 0145 23 TESTING AND INSPECTION SERVICES PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Testing and inspection services procedures and coordination B. Deviations from this City of Fort Worth Standard Specification 1. Modified 1.2.A.1 2. Added 1.2.A.2 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment Unit Price - Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. a. In accordance with Article 13 of the General Conditions, Contractor is responsible for performing, coordinating, and payment of all inspections, tests, re -tests, or approvals. b. In accordance with Article 13 of the General Conditions, City is responsible for performing and payment for first set additional independent testing chosen by the City to be performed. 1) If the first independent test performed by the City fails, the Contractor is responsible for payment of subsequent testing until a passing test occurs. a) Final acceptance will not be issued by City until all required payments for testing by Contractor have been paid in full. 2. Lump Sum Price - Work associated with this Item is included in the total lump sum price. a. In accordance with Article 13 of the General Conditions, Contractor is responsible for performing, coordinating, and payment of all inspections, tests, re -tests, or approvals. b. In accordance with Article 13 of the General Conditions, City is responsible for performing and payment for first set independent testing chosen by the City to be performed. 1) If the first independent test performed by the City fails, the Contractor is responsible for payment of subsequent testing until a passing test occurs. a) Final acceptance will not be issued by City until all required payments for testing by Contractor have been paid in full. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Testing CITY OF FORT WORTH STANDARD CONSTRUCTION VCWRF SLUDGE THICKENING IMPROVEMENTS SPFCIFICAT[ON DOCUMEN'rs — WATER FACILITY PROJECTS CITY PROJECT NO. CO2647 April 2020 01 45 23 -2 TESTING AND INSPECTION SERV ICES Page 2 oT2 1. Complete testing in accordance with the Contract Documents. 2. Coordination a. When testing is required to be performed by the City, notify City, sufficiently in advance, when testing is needed. b. When testing is required to be completed by the Contractor, notify City, sufficiently in advance, that testing will be performed. 3. Distribution of Testing Reports a. Electronic Distribution I ) Confirm development of Project directory for electronic submittals to be uploaded to City's Electronic Document Management and Collaboration System. 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 4. Provide City's Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of pit b. Date of delivery c. Material delivered B. Inspection Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OF 1'ORT WORTIT STANDARD CONSTRUCTION VCWIU� SLUDGI3'rIIICKENTVG IMPROVEMENTS SPECIFICATION DOCUMENTS - WATER FACILCI'Y PROJECTS CITY PROJECT NO. CO2647 April 2020 01 50 00 - 1 TEMPORARY FACILITIES AND CONTROLS Page I of 4 SECTION 0150 00 TEMPORARY FACILITIES AND CONTROLS PART1- GENERAL 1.1 SUMMARY A. Section Includes: Provide temporary facilities and controls needed for the Work including, but not necessarily limited to: a. Temporary utilities b. Sanitary facilities c. Storage Sheds and Buildings d. Dust control e. Temporary fencing of the construction site B. Related Specification Sections include, but are not necessarily Iimited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division I General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Unit Price - Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this item. 2. Lump Sum Price - Work associated with this Item is included in the total lump sum price. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Temporary Utilities 1. Obtaining Temporary Service a. Make arrangements with utility service companies for temporary services. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance, 1) Included are fuel, power, light, heat and other utility services necessary for execution, completion, testing and initial operation of Work. 2. Water a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping, equipment, devices or other use as required for the completion of the Work. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City's Project Representatives. c. Coordination 1) Contact City I week before water for construction is desired CITY OF FORT WORTH STANDARD CONSTRUCTION VCWRIF SLUDGE TIIICKL:NING IMPROVEMENTS SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT NO, CO2647 April 2020 01 5000-2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 d. Contractor Payment for Construction Water 1) Obtain construction water meter from City for payment as billed by City's established rates. 3. Electricity and Lighting a. Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power for lighting, operation of equipment, or other use. b. Electric power service includes temporary power service or generator to maintain operations during scheduled shutdown. 4. Telephone a. Provide emergency telephone service at Site for use by Contractor personnel and others performing work or furnishing services at Site. 5. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities 1. Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of health. 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off -site at no less than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. 5. Fill and grade site for temporary structures to provide drainage away from temporary and existing buildings. 6. Remove building from site prior to Final Acceptance. 7. Contractor's field office is required for this project. D. Dust Control Contractor is responsible for maintaining dust control through the duration of the project. CITY OF FORT WORTH STANDARD CONSTRUCTION VCWRF SLUDGE THICKENING IMPROVEMENTS SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT NO. CO2647 April 2020 015000-3 TEMPORARY FACILITIES AM7 CONTROLS Page 3 of 4 a. Contractor remains on -call at all times b. Must respond in a timely manner E. Temporary Protection of Construction 1. Contractor or subcontractors are responsible for protecting Work from damage due to weather. F. Security 1. Contractor is responsible for security of its Work on the site for the duration ofthe project. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Temporary Facilities 1. Maintain all temporary facilities for duration of construction activities as needed. CITY OF FORT WORTII STANDARI) CONSTRUCTION VCWRF SLUDGE THICKENFNG IMPROVEMENTS SPECIFICA 4ON DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT NO. CO2647 April 2020 015000-4 TEMPORARY FACLLITIES AND CONTROLS Page 4 of 4 3.5 [REPAIR] 1 [RESTORATION] 3.6 RE -INSTALLATION 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES A. Temporary Facilities 1. Remove all temporary facilities and restore area after completion of the Work, to a condition equal to or better than prior to start of Work. 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCITON VCWRF' SLUDGE "r11ICKLNING IMPROVEMEN"IS SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT NO. CO2647 April 2020 01 57 13 - i STORM WATER POLLUTION PREVENTION Page I of3 SECTION 0157 13 STORM WATER POLLUTION PREVENTION PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Procedures for Storm Water Pollution Prevention Plans B. Deviations from this City of Fort Worth Standard Specification 1. Modified 1.2.A.1.a 2. Added 1.2.A.l.b C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division I — General Requirements 3. Section 3125 00 —Erosion and Sediment Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Activities resulting in less than 1 acre of disturbance a. Unit Price - Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. b. Lump Sum Price - Work associated with this Item is included in the total lump sum price. 2. Construction Activities resulting in greater than 1 acre of disturbance a. Measurement and Payment shall be in accordance with Section 31 25 00, 1.3 REFERENCES A. Abbreviations and Acronyms 1. Notice of Intent: NOI 2. Notice of Termination: NOT 3. Storm Water Pollution Prevention Plan: SWPPP 4. Texas Commission on Environmental Quality: TCEQ 5. Notice of Change: NOC A. Reference Standards l . Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Integrated Storm Management (iSWM) Technical Manual for Construction Controls CITY OF FORT WORTH STANDARD CONSTRUCTION VC WRF SLUDGE THICKENING IMPROVEMENTS SPECIr'1CA1'ION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECTNO. CO2647 April 2020 01 5713 -2 STORM WATER POLLUTION PREVENTION Page 2 of 3 1.4 ADMINISTRATIVE REQUIREMENTS A. General 1. Contractor is responsible for resolution and payment of any fines issued associated with compliance to Stormwater Pollution Prevention Plan. B. Construction Activities resulting in: 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 31 25 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR 150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works, Environmental Division, (817) 392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP c) TCEQ requirements 3. 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 2) TCEQ Notice of Change required if making changes or updates to NOl 3) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP c) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Tennination can be submitted. a) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 1.5 SUBMITTALS RMWAVAT1909 1. Submit in accordance with Section 0133 00, except as stated herein. CITY OF FORT WORTH STANDARD CONSTRUCTION VCWRF SLUDGETHICKENING IMPROVEMENTS SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT NO. CO2647 April 2020 01 57 13 -3 STORM WATER POLLUTION PREVENTION Page 3 of 3 a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City as follows: 1) 1 copy to the City Project Manager a) City Project Manager will forward to the City Department of Transportation and Public Works, Environmental Division for review B. Modified SWPPP 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City in accordance with Section 01 33 00. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 110 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] I D1911XII ON Orm Y-19 I CITY OP FORT WORTH STANDARD CONSTRUCTION VCWRF SLUDGE TITICKENING IMPROVL:MENTS SPECIFICATION DOCUMENTS — WATER FACILITY PRomurs CITY PROJECT NO. CO2647 April 2020 SECTION 01 58 13 TEMPORARY PROJECT SIGNAGE PARTI- GENERAL 1.1 SUMMARY 01 58 13-1 TEMPORARY PROJECT SIGNAGE Page 1 of 3 A. Section includes: 1. Temporary Project Signage Requirements B. Deviations from this City of Fort Worth Standard Specification 1. Modified 1.2.A.1 2. Added 1.2.A.2 3. Modified 2.2.A.1 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Unit Price - Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 2. Lump Sum Price - Work associated with this Item is included in the total lump sum price. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION VCWRF SLUDGE TIIICKENING IMPROVEMENTS SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT NO. CO2647 April 2020 01 58 13 - 2 TEMPORARY PROJECT SIGNAGI Page 2 of PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [oR1 OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Design Criteria 1. Provide free standing Project Designation Sign in accordance with City's Standard Details for project signs for Water Department projects. B. Materials 1. Sign a. Constructed of 3/4-inch fir plywood, grade A-C (exterior) or better 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL 1NOT USED] PART 3 - EXECUTION 3A INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Provide vertical installation at extents of project. 2. Relocate sign as needed, upon request of the City. B. Mounting options a. Skids b. Posts c. Barricade 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] CfI'Y OF FORT WOI2fflI STANDARD CONSTRUCTION VCWRF SLUDGE TIRCKENING IMPROVEMENTS SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT NO. CO2647 April 2020 01 58 13 - 3 TkMPORARY PROJI C'r SIGNAGE Page 3 of 3 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE A. General 1. Maintenance will include painting and repairs as needed or directed by the City. 3.14 ATTACHMENTS [NOT USED] END OR SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION VCWRF SLUDGE THICKENING IMPROVEMENTS SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT NO. CO2647 April 2020 THIS PAGE INTENTIONALLY BLANK SECTION 0160 00 PRODUCT REQUIREMENTS PART1- GENERAL 1.1 SUMMARY A. Section includes: 01 60 00 - 1 PRODUCT REQUIREMENTS Page 1 of2 1. References for Product Requirements and City Standard Products List B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 General Requirements 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. A list of City approved products for use is located on City's Electronic Document Management and Collaboration System as follows: 1. Resources102 - Construction DocumentslStandard Products List B. Only products specifically included on City's Standard Product List in these Contract Documents shall be allowed for use on the Project. Any subsequently approved products will only be allowed for use upon specific approval by the City. C. Any specific product requirements in the Contract Documents supersede similar products included on the City's Standard Product List. 1. The City reserves the right to not allow products to be used for certain projects even though the product is listed on the City's Standard Product List. D. Although a specific product is included on City's Standard Product List, not all products from that manufacturer are approved for use, including but not limited to, that manufacturer's standard product. E. See Section 01 33 00 for submittal requirements of Product Data included on City's Standard Product List. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION VCWRF SLUDGETHICKENING IMPROVEMENTS SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT NO. CO2647 April 2020 016000-2 PRODUCT REQUIREMENTS Page 2 of 2 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION VCWRF SI,UDGF THICKENING 1MPR.OVEMF.NTS SPECH ICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT NO. CO2647 April 2020 016600-1 PRODUCT STORAGE AND ItANDLING REQUIREMENTS Page I of3 SECTION 01 66 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products against damage from: a. Handling b. Exposure to elements or harsh environments B. Related Specification Sections include, but are not necessarily limited to.- 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Unit Price - Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 2. Lump Sum Price - Work associated with this Item is included in the total lump sum price. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY AND HANDLING A. Delivery Requirements I. Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. 2. Provide appropriate personnel and equipment to receive deliveries. 3. Delivery trucks will not be permitted to wait extended periods of time on the Site for personnel or equipment to receive the delivery. 4. Deliver products or equipment in manufacturer's original unbroken cartons or other containers designed and constructed to protect the contents from physical or environmental damage. CITY OF FORT WORTH STANDARD CONS7RUMION VCWRF SLUDGE THICKENING MODIFICATIONS SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECTNO. CO2647 April 2020 01 66 00 - 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Pagc 2 of 3 Clearly and fully mark and identify as to manufacturer, item and installation location. 6. Provide manufacturer's instructions for storage and handling. B. Handling Requirements 1. Handle products or equipment in accordance with these Contract Documents and manufacturer's recommendations and instructions. C. Storage Requirements 1. Store materials in accordance with manufacturer's recommendations and requirements oftllese Specifications. 2. Make necessary provisions for safe storage of materials and equipment. a. Place loose soil materials and materials to be incorporated into Work to prevent damage to any part of Work or existing facilities and to maintain free access at all times to all parts of Work and to utility service company installations in vicinity of Work. 3. Keep materials and equipment neatly and compactly stored in locations that will cause minimum inconvenience to other contractors, public travel, adjoining owners, tenants and occupants. a. Arrange storage to provide easy access for inspection. d. Restrict storage to areas available on construction site for storage of material and equipment as shown on Drawings, or approved by City's Project Representative. 5. Provide off -site storage and protection when on -site storage is not adequate. a. Provide addresses of and access to off -site storage locations for inspection by City's Project Representative. 6. Do not use lawns, grass plots or other private property for storage purposes without written permission of owner or other person in possession or control of premises. 7. Store in manufacturers' unopened containers. 8. Neatly, safely and compactly stack materials delivered and stored along line of Work to avoid inconvenience and damage to property owners and general public and maintain at least 3 feet from fire hydrant. 9. Keep public and private driveways and street crossings open. 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to satisfaction of City's Project Representative. CITY OF FORT WORTH STANDARD CONSTRUCTION VCWRF SLUDGE THICKENING MODIFICATIONS SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT NO, CO2647 April 2020 0 01 66 00 - 3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 3 1.11 FIELD [SITEI CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD IOR] SITE QUALITY CONTROL A. Tests and Inspections 1. Inspect all products or equipment delivered to the site prior to unloading. B. Non-Confoiming Work 1. Reject all products or equipment that are damaged, used or in any other way unsatisfactory for use on the project. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.I0 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION A. Protect all products or equipment in accordance with manufacturer's written directions. B. ,Store products or equipment in location to avoid physical damage to items while in storage. C. Protect equipment from exposure to elements and keep thoroughly dry if required by the manufacturer. 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION VCWRF SLUDGE THICKE.NFNG MODIFICATIONS SPECIFICATION DOCUMENTS — WATE,R FACILITY PROJECTS CITY PROJL'CT NO. CO2647 April 2020 THIS PAGE INTENTIONALLY BLANK 01 7000- 1 MOBILIZATION AND IZEMOBLLIZ_,AI'ION Page 1 of4 SECTION 0170 00 MOBILIZATION AND REMOBIL1ZATiON PART1- GENERAL IRMII ►l�:ri1 A. Section Includes: 1. Mobilization and Demobilization a. Mobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies to the Site 2) Establishment of necessary general facilities for the Contractor's operation at the Site 3) Premiums paid for performance and payment bonds 4) Transportation of Contractor's personnel, equipment, and operating supplies to another location within the designated Site 5) Relocation of necessary general facilities for the Contractor's operation from 1 location to another location on the Site. b. Demobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies away from the Site including disassembly 2) Site Clean-up 3) Removal of all buildings and/or other facilities assembled at the Site for this Contract e. Mobilization and Demobilization do not include activities for specific items of work that are for which payment is provided elsewhere in the contract. 2. Remobilization a. Remobilization for Suspension of Work specifically required in the Contract Documents or as required by City includes: 1) Demobilization a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly or temporarily securing equipment, supplies, and other facilities as designated by the Contract Documents necessary to suspend the Work. b) Site Clean-up as designated in the Contract Documents 2) Remobilization a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site necessary to resume the Work. b) Establishment of necessary general facilities for the Contractor's operation at the Site necessary to resume the Work. 3) No Payments will be made for: CITY OF FORT WORTH VCWRI' SLUDGE THICKENING IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. CO2647 April 2020 Ot 70 00- 2 MOBH_IZ_.ATION AND REMOWLIZATION Page 2 of 4 a) Mobilization and Demobilization from one location to another on the Site in the normal progress of performing the Work. b) Stand-by or idle time c) Lost profits 3. Mobilizations and Demobilization for Miscellaneous Projects a. Mobilization and Demobilization 1) Mobilization shall consist of the activities and cost on a Work Order basis necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site for the issued Work Order. b) Establishment of necessary general facilities for the Contractor's operation at the Site for the issued Work Order 2) Demobilization shall consist of the activities and cost necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly for each issued Work Order b) Site Clean-up for each issued Work Order c) Removal of all buildings or other facilities assembled at the Site for each Work Oder b. Mobilization and Demobilization do not include activities for specific items of work for which payment is provided elsewhere in the contract. 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects a. A Mobilization for Miscellaneous Projects when directed by the City and the mobilization occurs within 24 hours of the issuance of the Work Order. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 -- Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Mobilization and Demobilization a. Measure 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 2. Remobilization for suspension of Work as specifically required in the Contract Documents a. Measurement CITY OF FOM' WORTII VCWRI'SLUDGE T1UCICENING IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. CO2647 April 2020 017000-3 MOBILIZATION AND REMOBIL.IZAIION Page 3 of 4 1) Measurement for this Item shall be per each remobilization performed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Specified Remobilization" in accordance with Contract Documents. c. The price shall include: 1) Demobilization as described in Section 1.1.A.2.a.1) 2) Remobilization as described in Section 1.1.A.2.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 3. Remobilization for suspension of Work as required by City a. Measurement and Payment 1) This shall be submitted as a Contract Claim in accordance with Article 10 of Section 00 72 00. 2) No payments will be made for standby, idle time, or lost profits associated with this Item. 4. Emergency Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Work Order Emergency Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include t) Mobilization as described in Section I.1.A.4.a) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED1 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED) CITY OF FORT WORTH VCWRF SLUDGE THICKENING IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO, CO2647 April 2020 017000-4 MOBILIZATION AND REMOBILIZATION Page 4 of 4 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION INOT USED] END OF SECTION CITY OF FORT WORTH VCWRF SLUDGE THICKENING IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CFFY PROJECT NO. CO2647 April 2020 01 71 23 - l CONSTRUCTION STAKING AND SURVEY Page l of 4 SECTION 017123 CONSTRUCTION STAKING AND SURVEY PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Requirements for construction staking and construction survey B. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Staking a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) Unit Price - The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 2) Lump Sum Price - Work associated with this Item is included in the total lump sum price. 2. Construction Survey a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment I) Unit Price - The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 2) Lump Sum Price - Work associated with this Item is included in the total lump sum price. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals, if required, shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS A. Certificates 1. Provide certificate certifying that elevations and locations of improvements are in conformance or non-conformance with requirements of the Contract Documents, CITY OF FORT WORTH STANDARD CONSTRUCTION VCWRF SLUI7GH `I I IICKENING IMPROVF,MF.NTS SPECfFICAITON DOCUMENTS - WA"rER FACILITY PROJECTS CITY PROJECT NO. CO2647 April 2020 01 71 23 -2 CONSTRUCTION STAKING AND SURVEY Page 2 of 4 a. Certificate must be sealed by a registered professional land surveyor in the State of Texas. B. Field Quality Control Submittals 1. Documentation verifying accuracy of field engineering work. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 QUALITY ASSURANCE A. Construction Staking 1. Construction staking will be performed by the Contractor. 2. Coordination a. it is the Contractor's responsibility to coordinate staking such that construction activities are not delayed or negatively impacted. 3. General a. Contractor is responsible for preserving and maintaining stakes. B. Construction Survey 1. Construction Survey will be performed by the Contractor. 2. Coordination a. Contractor to verify that control data established in the design survey remains intact. b. Coordinate with the City prior to field investigation to determine which horizontal and vertical control data will be required for construction survey. c. It is the Contractor's responsibility to coordinate Construction Survey such that construction activities are not delayed or negatively impacted. d. Contractor shall restore or replace any control data -due to damage caused during construction operations. General a. Construction survey will be performed in order to maintain complete and accurate logs of control and survey work as it progresses for Project Records. b. The Contractor shall perform construction survey to obtain construction features, including but not limited to the following: 1) Buildings a) Corners b) Finished floor elevation 2) All Utility and Process Lines (potable water, plant service water, waste activated sludge, thickened sludge, primary sludge, drain, backwash sludge, etc.) a) Rim and flowline elevations and coordinates for each manhole or junction structure b) Top of pipe elevations and coordinates at the following locations: (1) Every 250 linear feet (2) Horizontal and vertical points of inflection, curvature, etc. (All Fittings) (3) Fire lines (4) Fire hydrants (5) Valves CITY OF FORT WORM -I STANDARD CONSTRUCTION VCWRF SLUDGE THICKLNING 1MPROVEMEN`rs SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT NO. CO2647 April 2020 017123-3 CONSTRUCTION STAKING AND SURVEY Page 3 of 4 (6) Plugs, stubouts, dead-end lines (7) Cleaning wyes c) Cleanouts c. Construction survey will be performed in order to maintain complete and accurate logs of control and survey work associated with meeting or exceeding the line and grade required by these Specifications. d. The Contractor shall perform construction survey and verify control data, including but not limited to the following: 1) Established benchmarks and control points are accurate 2) Lines and grades were used to establish the location of the pipe 3) Submit to the City copies of field notes, if requested, used to establish all lines and grades and allow the City to check guidance system setup prior to beginning each tunneling drive. 4) Provide access for the City, when requested, to verify the guidance system and the line and grade of the carrier pipe on a daily basis. 5) The Contractor remains fully responsible for the accuracy of the work and the correction of it, as required. 6) Monitor Iine and grade continuously during construction. 7) Record deviation with respect to design line and grade once at each pipe joint and submit daily records to City. 8) If the installation does not meet the specified tolerances, immediately notify the City and correct the installation in accordance with the Contract Documents. 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL A. It is the Contractor's responsibility to maintain all stakes and control data placed by the City in accordance with this Specification. CITY OF FORT WORTH STANDARD CONSTRUCTION VCWRF SLUDGE, THICKENING IMPROVEMENTS SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT NO. CO2647 April 2020 Ot7123-4 CONSTRUCTION STAKING AND SURVEY Page 4 of 4 B. Do not change or relocate stakes or control data without approval from the City. 3.8 SYSTEM STARTUP [NOT USED] 39 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION VCWRF SLUDGE THICKENING IMPROVEMENTS SPECIFICATION DOCUMENTS — WATER FACILITY PROJF,CTS CITY PROJECT NO. CO2647 April 2020 SECTION 0174 23 CLEANING PART1- GENERAL 1.1 SUMMARY 0I7423-1 CLEANING Page I of 4 A. Section Includes: 1. Intermediate and final cleaning for Work not including special cleaning of closed systems specified elsewhere B. Deviations from this City of Fort Worth Standard Specification 1. Modified 1.2.A.1 2. Added 1.2.A.2 3. Modified 3.I0.D.2 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 General Requirements 3. Section 32 92 13 — Hydro -Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Unit Price - Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 2. Lump Sum Price - Work associated with this Item is included in the total lump sum price. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. 2. Schedule final cleaning upon completion of Work and immediately prior to final inspection.submittals [not used] 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.6 CLOSEOUT SUBMITTALS [NOT USED] 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.8 QUALITY ASSURANCE [NOT USED] CITY OF FORT WOR1'II STANDARD CONSTRUCTION VCWRF SLUDGE THICKENING IMPROVEMENTS SPECIFICATION DOCUMENT'S — WATER FACILITY PROJECTS CITY PROJECT NO. CO2647 April 2020 01 74 23 -2 CLEANING Page 2 of 4 19 STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store cleaning products and cleaning wastes in containers specifically designed for those materials. 1.10 FIELD [SITE] CONDITIONS [NOT USED] 1.11 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED loR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Cleaning Agents 1. Compatible with surface being cleaned 2. New and uncontaminated 3. For manufactured surfaces a. Material recommended by manufacturer 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. General 1. Prevent accumulation of wastes that create hazardous conditions. 2. Conduct cleaning and disposal operations to comply with laws and safety orders of governing authorities. CITY OF FORT WORTH STANDARD CONSTRUCTION VCWRF SI.,UDGE THICKENING IMPROVEMENTS SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS Crl'Y PROJI CI' NO. CO2647 April 2020 017423-3 CLEANING Page 3 of 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitary drains or sewers. 4. Dispose of degradable debris at an approved solid waste disposal site. 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate manner approved by City and regulatory agencies. 6. Handle materials in a controlled manner with as few handlings as possible. 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with this project. 8. Remove all signs of temporary construction and activities incidental to construction of required permanent Work. 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to have the cleaning completed at the expense of the Contractor. 10. Do not burn on -site. B. Intermediate Cleaning during Construction 1. Keep Work areas clean so as not to hinder health, safety or convenience of personnel in existing facility operations. 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 3. Confine construction debris daily in strategically located container(s): a. Cover to prevent blowing by wind b. Store debris away from construction or operational activities c. Haul from site at a minimum of once per week 4. Vacuum clean interior areas when ready to receive finish painting. a. Continue vacuum cleaning on an as -needed basis, until Final Acceptance. 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which may become airborne or transported by flowing water during the storm. C. Interior Final Cleaning I. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other foreign materials from sight -exposed surfaces. 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 3. Wash and shine glazing and mirrors. 4. Polish glossy surfaces to a clear shine. 5. Ventilating systems a. Clean permanent filters and replace disposable filters if units were operated during construction. b. Clean ducts, blowers and coils if units were operated without filters during construction. 6. Replace all burned out lamps. 7. Broom clean process area floors. 8. Mop office and control room floors. D. Exterior (Site or Right of Way) Final Cleaning l . Remove trash and debris containers from site. a. Re -seed areas disturbed by location of trash and debris containers in accordance with Section 32 92 13. CITY OF FORT WORTH STANDARD CONSTRUCTION VCWRF SLUDGE THICKENING IMPROVEMENTS SPECIFICATION DOCUMENTS -- WATER FACILITY PROJECTS CITY PROJECT NO. CO2647 April 2020 017423-4 CLEANING Page 4 of 4 2. Sweep flatwork, paving, and roadway to remove all rocks, pieces of asphalt, concrete or any other object that may hinder or disrupt the flow of traffic along the roadway. 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, junction boxes and inlets. 4. If no longer required for maintenance of erosion facilities, and upon approval by City, remove erosion control from site. 5. Clean signs, lights, signals, etc. 3.11 [NOT USED] END OF SECTION CPTY Ol' 1 ORT WORTU STANDARD CONSTRUCTION VCWRF SLUDGE THICKENING IMPROVEMENTS SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT NO. CO2647 April 2020 017500-1 STARTING AND ADJUSTING Pagel of 3 01 75 00 STARTING AND ADJUSTING PART 1- GENERAL 1.01 SUMMARY A. Provide step-by-step procedures for starting provided systems, including equipment, pumps, and processes. B. Provide pre -startup inspections by equipment manufacturers. C. Place each system in service and operate the system to prove performance and to provide for initial correction of defects in workmanship, calibration, and operation. D. Provide for initial maintenance and operation. E. Include costs for starting and adjusting provided by manufacturer's representative in the Cost of Work for the equipment package. F. Owner will provide chemicals, if any, required for continued operations. 1.02 STANDARDS A. Comply with the specified standards associated with the testing or startup of equipment. 1.03 DOCUMENTATION A. Provide the following documents in accordance with Section 0133 00 "Submittals": A Plan of Action for testing, checking, and starting equipment as Product Data per Section 01 31 13 "Project Coordination." 2. Equipment Installation Reports on the form provided by the Construction Manager certifying that the equipment and related appurtenances have been thoroughly examined and approved for startup and operation. Operation and maintenance manuals per Section 0178 23 "Operation and Maintenance Data." Preliminary operation and maintenance data must be approved before installation, testing, and initial operation of equipment or providing training required by Section 0179 00 "Training of Operation and Maintenance Personnel." 1.04 SPECIAL JOB CONDITIONS A. Do not start or test any equipment until the complete unit has been installed and thoroughly checked. B. Provide the services of a qualified representative of the manufacturer to attend the tests and startup procedures as required by this Section. C. Do not start or test any equipment until the preliminary operation and maintenance manual per Section 0178 23 "Operation and Maintenance Data" has been approved. Freese and Nichols, Inc. VCWRF SLUDGE THICKENING IMPROVEMENTS CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECTNO. CO2647 April 2020 01 75 00 - 2 STARTING AND ADJUSTING Page 2 oF3 PART 2 - PRODUCTS 2.01 TESTING INSTRUMENTATION A. Provide new instrumentation and testing devices needed to conduct tests for maintenance and operation as recommended in the operation and maintenance manuals. This equipment is to become the property of the Owner and transferred in good working order as a spare part at Substantial Completion. This equipment is to be calibrated and ready for use during the startup procedure and for training provided in accordance with Section 0179 00 "Training of Operation and Maintenance Personnel." PART 3 - EXECUTION 3.01 SERVICES OF MANUFACTURER'S REPRESENTATIVES A. Provide the services of experienced and technically competent representatives of the manufacturer for inspections, tests, supervision of installation, training, and assistance with placing equipment in operation. B. Perform installation, adjustment, and testing of the equipment under the direct supervision of the manufacturer's representative where specified. Certify that the equipment and related appurtenances have been thoroughly examined and approved for startup and operation in the Equipment Installation Reports. C. Provide on -site services as necessary for proper and trouble free operation of the equipment. 3.02 INSPECTION AND STARTUP A. Inspect equipment prior to placing any equipment or system into operation. Make adjustments as necessary for proper operation. Do not start or test any apparatus until the complete unit has been installed and thoroughly checked. Check for adequate and proper lubrication. 2. Determine that parts or components are free from undue stress from structural members, piping, or anchorage. 3. Adjust equipment for proper balance and operations. 4. Determine that vibrations are within acceptable limits. 5. Determine that equipment operates properly under full load conditions. 6. Determine that the equipment is in true alignment. 7. Ensure that the proper procedure is employed in startup of systems. 3.03 STARTING REQUIREMENTS A. Refer to the individual Specification Sections for specific startup procedures or other requirements. ]Freese and Nichols, Inc. VCWRF SLUDGE THICKENING IMPROVEWNrS CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. CO2647 April 2020 017500-3 STARTING AND ADJUSUNG Page 3 of 3 3.04 INITIAL OPERATION A. Start, test, and place equipment and systems into operation for 30 days to allow the Owner and Engineer to observe the operation and overall performance of the equipment and to determine that controls function as intended. B. Operate equipment which is used on a limited or part-time basis in the presence of the Owner and Engineer for a period long enough to demonstrate that controls function as specified. C. Perform acceptance test as specified in individual Specification Sections. Demonstrate that equipment and systems meet the specified performance criteria. D. Equipment and systems may be considered as substantially complete at the end of this initial operation period if the equipment is placed in continuous beneficial use by the Owner, unless specifically stated otherwise in the individual equipment Specifications. 3.05 INITIAL MAINTENANCE A. Maintain equipment in accordance with the operation and maintenance manuals until Project is substantially complete and provisions have been made by the Owner for accepting responsibility for equipment operation in accordance with the General Conditions. B. Service equipment in accordance with the operation and maintenance manuals immediately before releasing the equipment to the Owner. END OF SECTION Freese and Nichols, Inc. VC WRF SLUDGE TI IICKENING IMPROVEMENTS CONSI'RUCT[ON SPECIFICATION DOCUMENTS CITY PROJECT NO, CO2647 April 2020 THIS PAGE INTENTIONALLY BLANK a 01 77 19 - 1 CLOSEOUT REQUIREMENTS Page I of SECTION O1 77 19 CLOSEOUT REQUIREMENTS l-11�419. J.Diel01;71I 1.1 SUMMARY A. Section Includes: 1. The procedure for closing out a contract B. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Unit Price - Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 2. Lump Sum Price - Work associated with this Item is included in the total lump sum price. 1.3 REFERENCES INOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Guarantees, Bonds and Affidavits 1. No application for final payment will be accepted until all guarantees, bonds, certificates, licenses and affidavits required for Work or equipment as specified are satisfactorily filed with the City. B. Release of Liens or Claims 1. No application for final payment will be accepted until satisfactory evidence of release of liens has been submitted to the City. 1.5 SUBMITTALS A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH STANDARD CONSTRUCTION VCWRF SLUDGLTHICKENING IMPROVEMENTS SPECIFICATION DOCUMI NTS ... WATER FACLLITY PROJECTS CITY PROJECT NO. CO2647 April 2020 01 77 19-2 CLOSEOUT REQUIREMENTS Page 2 oI'4 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 CLOSEOUT PROCEDURE A. Prior to requesting Final Inspection, submit: 1. Project Record Documents in accordance with Section 01 31 13. 2. Operation and Maintenance Data, irrequired, in accordance with Section 01 78 23. B. Prior to requesting Final inspection, perform final cleaning in accordance with Section 01 7423. C. Final Inspection 1. After final cleaning, provide notice to the City Project Representative that the Work is completed. a. The City will make an initial Final Inspection with the Contractor present. b. Upon completion of this inspection, the City will notify the Contractor, in writing within 10 business days, of any particulars in which this inspection reveals that the Work is defective or incomplete. 2. Upon receiving written notice from the City, immediately undertake the Work required to remedy deficiencies and complete the Work to the satisfaction of the City. 3. Upon completion of Work associated with the items listed in the City's written notice, inform the City, that the required Work has been completed. Upon receipt of this notice, the City, in the presence of the Contractor, will make a subsequent Final inspection of the project. 4. Provide all special accessories required to place each item of equipment in full operation. These special accessory items include, but are not limited to: a. Specified spare parts b. Adequate oil and grease as required for the first lubrication of the equipment c. Initial fill up of all chemical tanks and fuel tanks d. Light bulbs e. Fuses f. Vault keys g. Handwheels b. Other expendable items as required for initial start-up and operation of all equipment D. Notice of Project Completion CITY OF FORT WOIZFH STANDARD CONSTRUCTION VCWRF SLUDGE TILICKLNINU 1MPROVEMEN'rS SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT NO. CO2647 April 2020 01 77 19 - 3 CLOSEOUT REQUIREMENT'S Page 3 of 1. Once the City Project Representative finds the Work subsequent to Final Inspection to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). E. Supporting Documentation Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Certificates of Occupancy (if required) f. Final videos and photographs per Section 01 32 35 "Aerial -Photographic Documentation" g. Contractor's Evaluation of City h. Performance Evaluation of Contractor F. Warranties and Bonds 1. Provide warranties and bonds per requirements of the Contract Documents. 2. The date for the start of warranties and bonds is established per the General Conditions. Compile warranties and bonds a. Each document is to be signed by the respective Supplier or Subcontractor. b. Each document is to include: 1) The product or Work item description; 2) The firm name, with the name of the principal, address, and telephone number; 3) Scope of warranty or bond; 4) Date, duration, and expiration date for each warranty or bond; 5) Procedures to be followed in the event of a failure; and 6) Specific instances that might invalidate the warranty or bond. c. Submit electronic copies of the documents for review. d. Submit warranties and bonds within 10 days after equipment is placed in service. G. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. CITY OF FORT WORTH STANDARD CONSTRUCTION VCWRF SLUDGE THICKENING IMPROVEMENTS SPECIFICATION DOCUMENTS— WATER FACII.frY PROJECTS CITY PROJECI'NO. CO2647 April 2020 01 77 19-4 CLOSEOUT REQUIREMENTS Page 4 of 4 3.5 REPAIR 1 RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION VCWRF SLUDGE THICKENING IMPROVEMENTS SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROTECT NO. CO2647 April 2020 017824-1 ASSET MANAGEMENT Page 1 of 2 017824 ASSET MANAGEMENT 1.00 GENERAL 1.01 THE REQUIREMENT A. The Contractor shall furnish all labor, materials, tools, equipment and services necessary for all work as indicated in accordance with the provisions of the contract documents. The Contractor shall cooperate with the Owner or their agents and other project Contractors or their agents and shall allow reasonable provisions for the prosecution of any other work by the Owner, or others, to be done in connection with his work, or in connection with normal use of the facilities. B. As a prerequisite to Substantial Completion, Contractor must provide and obtain approval from Owner of the fully completed electronic Asset List and Summary Forms containing all Asset information incorporated into the Work. C. Periodic coordinating conferences shall be held as required to coordinate the format, content and completeness of the asset management information. 2.00 PRODUCTS 2.01 (NOT USED) 3.00 EXECUTION 3.01 GENERAL A. For each ASSET and MAJOR COMPONENT furnished as a part of the project, provide asset attribute and maintenance information on latest version of the Excel -based summary form(s) to be provided by the Owner. In general, the forms will summarize the ASSET or COMPONENT information and preventive maintenance requirements. The information and requirements should include, but not be limited to, physical location, description, size, material, installation date, manufacturer name, serial number, model number, quantity, replacement value, warranty, motor and/or mechanical nameplate data, along with recommended spare parts, break-in and annual preventive maintenance requirements per the manufacturer's recommendations. Asset attribute and maintenance summary forms are to be provided for all electrical, mechanical, structural, HVAC, and instrumentation/controls ASSETS and COMPONENTS. 1. An ASSET is considered a piece of equipment or system made up of multiple COMPONENTS that performs a function and is tracked as a unit in the Asset Management System. 2. COMPONENTS are a sub -system of the ASSET that performs a specific function and may have different maintenance actions and requirements. 3. Submit a draft list of proposed ASSETS and COMPONENTS to be reviewed and coordinated with the Owner prior to developing and submitting summary forms. The list of proposed ASSETS and COMPONENTS shall be submitted and approved by the Owner prior to achieving 40 percent of the contract value. Owner will review draft list CITY OF FORT WORTII STANDARD CONSTRUCTION VCWRF SLUDGE TIRCKENING IMPROVEMENTS SPECIFICATION DOCUMENTS CITY PROJECT NO. CO2647 April 2020 017924-2 ASSETMANAGEMENT Page 2 of 2 during training. Any review comments shall be incorporated after training and before Substantial Completion. 4. Submit a final Asset List and Summary Forms of new ASSETS and COMPONENTS before Substantial Completion. END SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION VC WRF SLUDGE THICKENING IMPROVEMENTS SPECIFICATION DOCUMENTS CITY PROJECT NO, CO2647 April 2020 017823-1 OPERATION ANT) MAWTENANCF. DATA Page I of 5 ' SECTION 01 78 23 OPERATION AND MAINTENANCE DATA PART1- GENERAL 1.1 SUMMARY A. Section Includes: I. Product data and related information appropriate for City's maintenance and operation of products furnished under Contract 2. Such products may include, but are not limited to: a. Pumps b. Valves c. Thickening equipment d. Mixing systems e. Blowers f Diffusers g. Polymer blend units h. Polymer Storage Tanks i. Electrical j. Instrumentation B. Deviations from this City of Fort Worth Standard Specification 1, Modified 1.2.A.1 2. Added 1.2.A.2 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Unit Price - Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 2. Lump Sum Price - Work associated with this Item is included in the total lump sum price. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Schedule 1. Submit manuals in final form to the City within 30 calendar days of product shipment to the project site. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 . All submittals shall be approved by the City prior to delivery. CITY OF FORT wORTII STANDARD CONSTRUCTION VCWRF SLUDGE THICKENING IMPROVEMENTS SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT NO. CO2647 April 2020 O t 78 23 - 2 OPERATION AND MAtNTFNANCE DATA Page 2 of 5 B. Prepare manuals in the form of an instruction manual for the Owner. The manuals are to be suitable for use in providing the operation and maintenance instructions required by Section 01 79 00 "Training of Operations and Maintenance Personnel." 1.6 INFORMATIONAL SUBMITTALS A. Provide a preliminary version in electronic format for review. Provide a final version of the manual incorporating comments. B. Final Manual Submittal Form 1. Prepare data in form of an instructional manual for use by City personnel. Format a. Size: 8 '/2 inches x 11 inches b. Paper 1) 40 pound minimum, white, for typed pages 2) Holes reinforced with plastic, cloth or metal c. Text: Manufacturer's printed data, or neatly typewritten d. Drawings 1) Provide reinforced punched binder tab, bind in with text 2) Reduce larger drawings and fold to size of text pages. e. Provide fly -leaf for each separate product, or each piece of operating equipment. 1) Provide typed description of product, and major component parts of equipment. 2) Provide indexed tabs. f. Cover l) Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS". 2) List: a) City Project Name and Project Number b) Manufacturer/Supplier Project Number c) Plant designated Equipment Repair Number (ERN) d) Volume Number (if applicable) 3. Insert the name of the Project and volume number into the spine covers. 4. Provide index tabs for each section of the manual. Indexes are to constructed of heavy-duty paper with reinforced binding edge. The designation on each index tab is to correspond to the number and letter assigned in the Table of Contents. 5. Binders a. Commercial quality 3-ring binders with durable and cleanable plastic covers b. When multiple binders are used, correlate the data into related consistent groupings. 6. Provide an electronic form of the O&M Manual. a. Maximum files size is 75 MB. If manual is greater than maximum file size, provide individual files for each major section of the manual. b. Acceptable file types are Portable Document File (PDF). Provide drawings in native format and PDF format. c. Each electronic file must contain a table of contents at the beginning of each file which included hypertext links or bookmarks to navigate the file contents per section/chapter. CITY OF FORT WORTH STANDARD CONSTRUCTION VCWRF SLUDGE TFUCKF,NING IMPROVEMENTS SPECIFICA ION DOCUMENTS — WArBR FACILITY PROJECTS CITY PROJECT NO. CO2647 April 2020 017823-3 OPF.RATfON AND MAINTENANCE DATA Page 3 of 5 d. Scanned images of written documents are not acceptable. Documents must allow character selection. Text within the file must be transferable to other documents. C. Manual Content Neatly typewritten table of contents for each volume, arranged in systematic order a. Contractor, name of responsible principal, address and telephone number b. A list of each product required to be included, indexed to content of the volume c. List, with each product: 1) The name, address and telephone number of the subcontractor or installer 2) A list of each product required to be included, indexed to content of the volume 3) Identify area of responsibility of each 4) Local source of supply for parts and replacement d. Identify each product by product name and other identifying symbols as set forth in Contract Documents. 2. Product Data a. Include only those sheets which are pertinent to the specific product. b. Annotate each sheet to: 1) Clearly identify specific product or part installed 2) Clearly identify data applicable to installation 3) Delete references to inapplicable information 3. Drawings a. Supplement product data with drawings as necessary to clearly illustrate: 1) Relations of component parts of equipment and systems 2) Control and flow diagrams b. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. c. Do not use Project Record Drawings as maintenance drawings. 4. Written text, as required to supplement product data for the particular installation: a. Organize in consistent format under separate headings for different procedures. b. Provide logical sequence of instructions of each procedure. 5. Copy of each warranty, bond and service contract issued a. Provide information sheet for City personnel giving: 1) Proper procedures in event of failure 2) Instances which might affect validity of warranties or bonds D. Manual for Materials and Finishes 1. Submit 5 copies of complete manual in final form. 2. Submit specific manual information for the application and location. Do not submit generic or typical manual information that is not applicable. 3. Content, for architectural products, applied materials and finishes: a. Manufacturer's data, giving full information on products 1) Catalog number, size, composition 2) Color and texture designations 3) Information required for reordering special manufactured products b. Instructions for care and maintenance 1) Manufacturer's recommendation for types of cleaning agents and methods CITY OF FORT WORTH STANDARD CONSTRUCTION VCWRF SLUDGE THICKENING IMPROVEMENTS SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT NO. CO2647 April 2020 01 7823 -4 OPERATION AND MAINTENANCE DATA Pago 4 of 5 2) Cautions against cleaning agents and methods which are detrimental to product 3) Recommended schedule for cleaning and maintenance 4. Content, for moisture protection and weather exposure products: a. Manufacturer's data, giving full information on products 1) Applicable standards 2) Chemical composition 3) Details of installation b. Instructions for inspection, maintenance and repair E. Manual for Equipment and Systems 1. Submit 5 copies of complete manual in final form. 2. Submit specific manual information for the application and location. Do not submit generic or typical manual information that is not applicable. 3. Content, for each unit of equipment and system, as appropriate: a. Description of unit and component parts i) Function, normal operating characteristics and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Operating procedures 1) Start-up, break-in, routine and nonnal operating instructions 2) Regulation, control, stopping, shut -down and emergency instructions 3) Summer and winter operating instructions 4) Special operating instructions c. Maintenance procedures 1) Routine operations 2) Preventative maintenance schedule 3) Guide to "trouble shooting" 4) Disassembly, repair and reassembly 5) Alignment, adjusting and checking d. Servicing and lubrication schedule 1) List of lubricants required e. Manufacturer's printed operating and maintenance instructions f. Description of sequence of operation by control manufacturer 1) Predicted life of parts subject to wear 2) Items recommended to be stocked as spare parts g. As installed control diagrams by controls manufacturer h. Each contractor's coordination drawings 1) As installed color coded piping diagrams i. Charts of valve tag numbers, with location and function of each valve j. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage k. Assembly illustrations showing an exploded view of the complex parts of the product 1. Directory of local source of supply for parts with company name, address, and telephone number m. Other data as required under pertinent Sections of Specifications 4. Content, for each electric and electronic system, as appropriate: a. Description of system and component parts cn,y OF FORT WOR H STANDARD CONSTRUCTION VCWRF SLUDGE THICKENING IMPROVEMENTS SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT NO. CO2647 April 2020 01 7823 -5 OPERATION AND MAINTENANCE DATA Page 5 of 5 1) Function, normal operating characteristics, and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Circuit directories of panelboards 1) Electrical service 2) Controls 3) Communications c. As installed color coded wiring diagrams d. Operating procedures 1) Routine and normal operating instructions 2) Sequences required 3) Special operating instructions e. Maintenance procedures I ) Routine operations 2) Preventative maintenance schedule 3) Guide to "trouble shooting" A) Disassembly, repair and reassembly 5) Adjustment and checking f. Manufacturer's printed operating and maintenance instructions g. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage h. Other data as required under pertinent Sections of Specifications 5. Prepare and include additional data when the need for such data becomes apparent during instruction of City's personnel. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Provide operation and maintenance data by personnel with the following criteria: 1. Trained and experienced in maintenance and operation of described products 2. Skilled as technical writer to the extent required to communicate essential data 3. Skilled as draftsman competent to prepare required drawings 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION VCWRF SLUDGE THICKENING IMPROVEMENTS SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT NO. CO2647 April 2020 THIS PAGE INTENTEONALLY BLANK 017900-1 TRAINING OF OPERATION AND MAINTENANCE PERSONNEL Page 1 Or5 01 79 00 TRAINING OF OPERATION AND MAINTENANCE PERSONNEL PART 1- GENERAL 1.01 SUMMARY A. Provide services of Supplier's operation and maintenance training specialists to instruct Owner's personnel in recommended operation and maintenance procedures for equipment furnished. Details for training may be established in the specifications for that equipment. B. Provide a combination of classroom and hands on training. C. Training may be conducted at Contractor's or Supplier's facilities provided Contractor pays for travel, lodging, and per diem costs of the Owner. D. Record training sessions on video and submit to the Owner on DVD disk in MPEG-4 format for Owner's later use in instructing Owner's personnel. Include this recording as part of the final operation and maintenance manual. Provide legal releases or pay additional fees required to allow training by the manufacturer to be recorded. E. Include the cost for training and startup jn the Cost of the Work for each equipment package. 1.02 DOCUMENTATION A. Provide documentation in accordance with Section 0133 00 "Submittals"" and include: Equipment Installation Reports in accordance with Section 0175 00 "Starting and Adjusting" on forms provided by the Construction Manager; A lesson plan for training in accordance with Paragraph 3.01.C; 3. Credentials of Supplier's proposed operation and maintenance instructors demonstrating compliance with requirements of Paragraph 1.04; and 4. Operation and maintenance manuals per Section 0178 23 "Operation and Maintenance Data." Preliminary operation and maintenance data must be approved before installation, testing, and initial operation of equipment or providing training required by the Section. 1.03 SCHEDULING OF TRAINING A. Coordinate training services with startup and initial operation of equipment on days and times Owner is available. B. Training may be required outside of normal business hours to accommodate schedules of operation and maintenance personnel. C. Provide training of Owner's personnel after acceptable preliminary operation and maintenance manuals have been approved. D. Coordinate training with equipment startup and testing and availability of Owner's personnel. CITY OF PORT WORTH STANDARD CONSTRUCTION VCWRF SLIUDGE TIffCKENING IMPROVEMENTS CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. CO2647 April 2020 01 79 00 - 2 TRAINING OF OPERATION AND MAINTENANCE PERSONNEL Page 2 of 5 E. Provide a proposed training schedule for review and acceptance by Owner and Engineer showing all training required in the Contract Documents. Demonstrate compliance with specified training requirements relative to number of hours of training, number of training sessions, and scheduling. F. Submit initial training schedule at least 50 days before scheduled start of first training session. Submit final training schedule, incorporating revisions in accordance with Engineer's comments, no later than 30 days prior to starting the first training session. G. Owner reserves the right to modify personnel availability for training in accordance with process or emergency needs. H. Schedule for training is to be approved by Owner. 1. Schedule training and startup operations for no more than one piece of equipment or system at a time. 2. Owner may require re -scheduling of training if operations personnel are not available for training on a scheduled date. 3. Provide a minimum of 2 weeks' notice if training must be rescheduled. 4. Training is to be limited to 24 hours per week. 5. Time required for training is to be included in the development of the Project schedule. Schedule and coordinate training for equipment or systems which depend upon other equipment or systems for proper operation so that trainees can be made familiar with the operation and maintenance of the entire operating system. 1.04 SERVICES OF SUPPLIER'S REPRESENTATIVE A. Supplier's instructors must be factory -trained by the equipment manufacturer. B. Instructors must have knowledge of the theory of operation and practical experience with the equipment or system. C. Instructors must be proficient and experienced in conducting training of the type required and must have successfully conducted similar training courses. D. Qualifications of instructors are subject to acceptance by Owner and Engineer. Provide services of replacement instructor with acceptable qualifications if Owner/Engineer does not accept qualifications of proposed instructor. Include each instructor's resume and specific details of instructor's operating, maintenance, and training experience relative to the specific equipment for which instructor will provide training to demonstrate their qualifications. CITY OF FORT WORTH STANDARD CONSTRUCTION VCWRF SLUDGE. THICKE,NINO IMPROVEMENTS CONSTRUCTION SPECTFICATION DOCUMFN"rS CITY PROJECT NO. CO2647 April 2020 017900-3 TRAINING OF OPERATION AND MAINTENANCE, PERSONNEI, Page 3 of 5 PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION 3.01 OPERATOR TRAINING A. Provide classroom and hands-on training of the care and operation of the equipment to the Owner's personnel. B. Provide training in adequate detail to ensure that the trainees who complete the program will be qualified and capable of operating and maintaining the equipment, products, and systems provided. C. Provide a training plan that indicates the schedule and sequence of the training programs. The training plan is to include for each course: 1. Number of hours for the course; 2. Agenda and narrative description, including the defined objectives for each lesson; 3. Draft copy of training handbooks; 4. A descriptive listing of suggested reference publications; 5. Audio-visual equipment required for training; and 6. Type and number of tools or test equipment required for each training session. D. Provide and use training aids to complement the instruction and enhance learning. 1. Provide training handbooks for use in both the classroom and the hands-on phases of training for each course. 2. Instructional materials must include references to the operation and maintenance manuals and identify and explain the use of the manual. 3. Provide a copy of all audio/visual training materials used in the presentations to the Owner. E. Operations training is to include: 1. Orientation to provide an overview of system/subsystem configuration and operation; 2. Terminology, nomenclature, and display symbols; 3. Operations theory; 4. Equipment appearance, functions, concepts, and operation; 5. Operating modes, practices, and procedures under normal, diminished, and emergency conditions; 6. Startup and shutdown procedures; 7. Safety precautions; 8. On-the-job operating experience for monitoring functions, supervisory, or command activities. Include functions and activities associated with diminished operating modes, failure recognition, and responses to system/subsystem and recovery procedures; and CITY OF FORT WORTH STANDARD CONSTRUCTION CONSTRUCTION SPECIFICATION DOCUMENTS April 2020 VCWRF SLUDGE TFIICKENING IMPROVEMENTS CiTY PROJECT NO. CO2647 01 79 00 - 4 TRAINING OF OPERATION AND MAINTENANCE, PERSONNEL Page 4 of 5 9. Content and use of operation and maintenance manuals and related reference materials. F. Provide training for performing on -site routine, preventive, and remedial maintenance of the equipment or system. Maintenance training is to include: 1. Orientation to provide an overview of system/subsystem concept, configuration, and operation; 2. Operations theory and interfaces; 3. instructions necessary to ensure a basic theoretical and practical understanding of equipment appearance, layout, and functions; 4. Safety precautions; 5. Use of standard and special tools and test equipment; 6. Adjustment, calibration, and use of related test equipment; 7. Detailed preventive maintenance activities; 8. Troubleshooting, diagnostics, and testing; 9. Equipment assembly and disassembly; 10. Repair and parts replacement; 11. Parts ordering practices and storage; 12. Failure and recovery procedures; 13. Cabling and/or interface connectors; 14. Content and use of operation and maintenance manuals and related reference materials; 15. Procedures for warranty repairs; 16. Lubrication; and 17. Procedures, practices, documentation, and materials required to commence system maintenance. G. Provide training for the equipment listed in the table below. Below table lists major equipment on project requiring training and is not exhaustive of all the training required. Specification Section Equipment/System Description Vent Dryer 13 00 99 23 74 23 Indirect -Fired, Outdoor, Heating -Only Makeup -Air Units 26 05 13 Medium Voltage Cables 26 12 01 Medium Voltage Pad -Mounted Switch 26 24 13 Switchboards 26 29 23 Variable -Frequency Motor Controllers 26 36 00 Transfer Switches 40 05 89.14 Automatic Strainer CITY OF FORT WORTH STANDARD CONSTRUCTION VCWRF SI,UI)GE THICKENING IMPROVEMENTS CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. CO2647 April 2020 017900-5 TRAINING OF OPERATION AND MAINTENANCE PERSONNEL Page 5 of 5 Specification Section EqulpmentfSystem Description 43 11 33 Rotary Lobe Positive Displacement Blowers 431143 Gas -Handling Venturi Mixing System 43 21 52 Vertical Dry -Pit Chopper Pumps 44 42 56.09 Non -Clog Dry Pit Self -Priming Centrifugal Pumps 44 42 56.12 Recessed Impeller Centrifugal Pumps 44 42 56.13 Progressing Cavity Pumps (Sludge) 44 42 56.14 Progressing Cavity Pumps (Polymer) 46 33 33 Polymer Blending and Feed Equipment 46 71 16 Gravity Belt Thickeners 46 71 33 Rotary Drum Thickeners END OF SECTION CITY OF FORT WOttflI STANDARD CONSTRUCTION VCWRF SLUDGE THICKENING IMPROVEMENTS CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. CO2647 April 2020 I 1 00 1 F&I VAT el a I Ll I I A Ll I I [f] Ll ykj j Wfi'l Wil L DIVISION EXISTING CONDITIONS THIS PAGE INTENTIONALLY BLANK 024100 DEMOLITION 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary for every type of required demolition. B. Furnish equipment of every type required to demolish and transport construction debris away from the Site. C. Thickening Facility: Unless otherwise indicated on the Contract Drawings to remain, the sludge Thickening Facility will be gutted of existing architectural (interior walls, roofing including deck and purlin framing, hand and guard rails, doors, roll -up doors, windows), mechanical (equipment, piping, valves), HVAC (louvers and air handling units), concrete pipe supports and equipment pads, electrical (MCC's, conduits, racks, lighting), and instrumentation. Unless otherwise indicated in the Contract Drawings, cap or blind flange existing walls pipes at the wall, demolish floor pipes and conduit a minimum of 2-inches below the surface of the concrete, enclose and repair the floor opening flush with the existing concrete surface per details in the Contract Drawings. Not all items to be demolished are shown on the Contract Drawings. The Contractor is responsible to visit the site to determine additional items to be demolished. D. DAFTs: Unless otherwise indicated on the Contract Drawings to remain, the DAFTs will be gutted of existing mechanical (equipment, tanks, piping, valves), concrete pipe supports and equipment pads, access platform, and associated electrical and instrumentation and internal structural components of the DAFT tanks (drive cage, bottom sludge collector, influent distribution well, float collection skimmer, and trough). Tank geodesic dome covers windows, doors, HVAC, and lighting will remain. Unless otherwise indicated in the Contract Drawings, cap or blind flange existing walls and floor pipes at the structure. Equipment designated to be salvaged or demolished is specified herein. E. Gravity Thickeners No. 1 and 3: As indicated in the Contract Drawings. F. Waste Sludge Holding Tanks: As indicated in the Contract Drawings. G. Gravi_ty_BeltThickener Building: As indicated in the Contract Drawings. H. Blend Tank: As indicated in the Contract Drawings. I. Coordinate all demolition work with Section 0135 00 "Special Procedures". 1.02 STANDARDS A. Work shall be performed in accordance with the codes and ordinances of the agency having authority over the Place of Record. B. Resilient Floor Covering Institute (RFCI) publication "Recommended Work Practices for the Removal of Resilient Floor Coverings" C. Occupational Safety and Health Association (OSHA), 29 CFR Parts 1010 and 1926, "Occupational Exposure to Asbestos, Tremolite, Anthophyllite, and Actinolite", 40 CPR Part 61 - "National Emission Standard for Hazardous Air Pollutants" Demolition 02 41 00 - 1 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 1.03 DELIVERY AND STORAGE A. Stockpile construction debris at the Site only as long as necessary to haul to a disposal site. Stack materials neatly and handle in an orderly manner until removed from the Site. 1.04 JOB CONDITIONS A. Contractor shall visit the Site and determine the extent of demolition required and the Site conditions that might affect its proposal. Include costs of covering all aspects of the demolition as part of the proposal. The Drawings shall be carefully reviewed to determine the extent of necessary demolition and to identify elements of the existing construction which are to remain in place. Report any discrepancies to Owner and Engineer before disturbing existing conditions. Limits of demolition shall be accurately located prior to beginning site demolition. Start of demolition activities shall represent confirmation by Contractor that existing conditions are as presented in the Contract Documents. Demolition outside the limits indicated on the Drawings shall not be performed. 1. For electrical demolition, verify field measurements and circuiting arrangements are as shown on the Drawings. Verify that existing wiring and equipment designated to be abandoned or demolished serve only abandoned facilities. For process piping demolition confirm with the Owner that current operations will not be impacted and provide temporary equipment with Owner to keep systems functional during demolition process if required. C. Material removed during demolition, and any equipment not otherwise designated to remain the property of the Owner, shall become the property of the Contractor, and shall be promptly removed from the Site. D. Equipment and material designated as remaining the property of the Owner shall be removed from the structure and transported to a designated location on the Site and stored for the Owner's use. Store on wood runners raised above the surrounding grade and cover with weather resistant covering that is tied securely in place. Take necessary precautions in removing Owner designated property to prevent damage during the demolition process. Equipment shall be removed in one piece. Loose components may be removed separately. Controls and electrical equipment may be removed from the equipment and handled separately. Large units, such as motor driven pumps, may be dismantled and motors handled separately. Do not use a cutting torch to separate the Owner's equipment or material. 2.00 PRODUCTS 2.01 MATERIALS A. New materials and equipment for patching and extending work shall meet the requirements of the individual Sections in these Contract Documents. For materials not addressed in these documents, materials used shall meet or exceed the dimensions and quality of the existing work. Demolition 02 41 00 - 2 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 3.00 EXECUTION 3.01 SITE CLEARING A. Perform site clearing to the limits indicated on the Drawings. Scrape the Site, removing brush, weeds and trash. Haul debris away from the Site to an approved site as it accumulates. Grub out tree and brush roots within the limits of buildings, parking lots, driveways and other structures. Remove rock out-croppings and boulders from any area within the limits of grading or structures. 3.02 BUILDING DEMOLITION A. Prepare for demolition of electrical facilities as follows: 1. Coordinate utility service outages with the appropriate utility company. 2. Meet with Owner and identify any material to be salvaged. 3. Disconnect electrical systems in walls, floors, and ceilings scheduled for removal. 4. Provide temporary wiring and connections to maintain existing systems in service during demolition. When work must be performed on energized equipment or circuits, use personnel experienced in such operations. 6. Existing Electrical Service: Maintain existing system in service until new system is complete and ready for service. Disable system only to make switchovers and connections. Obtain permission from Owner at least 72 hours before partially or completely disabling system. Make temporary connections to maintain services in areas adjacent to work area. Minimize outage duration. 7. Existing Telephone System: Maintain existing system in service. Disable system only to make switchovers and connections. Notify Owner and telephone utility company at least 72 hours before partially or completely disabling system. Make temporary connections to maintain service in areas adjacent to work area. Minimize outage duration. B. Demolition shall include any item noted on the Drawings or required to make room for new Work as indicated on the Drawings. Demolition drawings included in the Contract Documents are provided for the Contractor's reference, but are not intended to limit the demolition to those items shown or otherwise noted. Contractor is responsible to verify for himself any demolition necessary to perform the Work. C. Where electrical components are removed, also remove all conduit and wiring back to the panel. Remove exposed abandoned conduit above accessible ceiling finishes. Cut conduit flush with walls and floors and patch surfaces. Where electrical outlets are removed from an electrical circuit scheduled to remain in use, re -connect wiring and conduit as required to make the remaining circuit electrically continuous. Provide blank cover for abandoned outlets which are not removed. D. Remove all partitions indicated on the Drawings or required to complete the new construction. Where partitions are noted to be removed, also remove all electrical devices, Demolition 02 4100 - 3 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 conduit and wiring inside the partitions. Where existing partitions have plumbing stacks or domestic water piping inside partitions, also remove all piping and other related components. Remove all plumbing fixtures and related trim, fittings and fixture hangers. Remove all electrical components scheduled for demolition, including light fixtures, duplex receptacles, switches, and panelboards, complete with related feeders, conduit and wiring. Remove disconnect switches, motor starters, panelboards and related feeders. Cut conduit flush with walls and floors, and patch surfaces. Where electrical components are removed from an electrical circuit scheduled to remain in use, re -connect wiring and conduit as required to make the remaining circuit electrically continuous. Provide blank cover for abandoned outlets which are not removed. F. Maintain access to existing electrical installations which remain active. Modify installation or provide access panel as appropriate. G. Where conduit, piping, or other utilities are presently installed under concrete slabs and the underground portion of the component is to be abandoned in place, remove conduit or piping to a point 2 inches below level of concrete slab surface and cap off. Abandon under floor conduit and piping. Patch concrete as required to match surrounding area. H. REMOVAL OF CONCRETE SLABS Remove parts of the existing concrete floor slab as indicated on the Drawings. Saw -cut the existing slab with two parallel lines around the area to be removed to the depth of the reinforcing. Do not cut reinforcing. Break out the remainder of the slab using jackhammers or by manual means. Cut reinforcing at a distance of 24 inches from the cut edge of the slab and bend back out of the way. Perform the remainder of the demolition, removing underground piping, or installing new Work. 2. After buried Work has been completed, bend the reinforcing bars back into proper place and add new reinforcing of the same size and number as the remaining dowels. Lap the joints a minimum of 18 inches and securely tie in place. Replace concrete as required to repair the slab. Concrete shall be Type A as specified in Section 03 30 00 "Cast -In -Place Concrete." REMOVAL OF STRUCTURES 1. Removal of Steel Structures: Meet with Owner and identify any material to be salvaged. Protect such material from damage using protective demolition methods. Remove steel structural members by unbolting, cutting welds, or cutting rivet heads and punching shanks through holes. Do not use flame -cutting unless approved by the Engineer. J. UNDERGROUND PIPING 1. Contractor shall be responsible for obtaining location of underground utilities at the Site. Arrange for all applicable utility companies to accurately locate underground piping and set color -coded flags along the pipe route. Investigate utility company's records to ascertain depths and sizes of piping and other ancillary features. In the event that exact location of piping cannot be obtained, dig test holes as necessary to establish location of piping. Contractor shall not use mechanical digging machines within 6 feet of any active buried piping. For a distance of 4 feet on either side of buried piping, all digging shall be by hand excavation. If the piping is not active, or is to be abandoned or removed, any form of excavation may be used. Any existing active piping Demolition 02 41 00 - 4 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 that is damaged during demolition will be repaired to new condition by the Contractor at no additional cost to the Owner. K. BACKFILLING 1. Backfill cavities resulting from demolition. Fill cavities occurring within the limits of buildings, structures, or pavements in accordance with the requirements of other Sections of the Specifications. Backfill and compact cavities outside the construction limits to the same density as the surrounding earth. No testing is required for backfill outside the limits of new construction. L. SALVAGED EQUIPMENT 1. Salvage and return to the owner the following: a. Gravity Thickeners 1). Electromagnetic meters for: a). Primary sludge influent to the Gravity Belt Thickener Building b). Influent to Gravity Thickener No. 1 c). Influent to Gravity Thickener No. 3 d). Thickened sludge to the Blend Tank b. Waste Sludge Holding Tanks 1). DAFT Influent (DI) Pump No. 1. c. DAFT Facility. 1). Demolish and salvage equipment per the following table. I Equipment — � Tag No./Equip No. Salvage Demolish DAFT Float Sludge Pump 1 FS 12 ✓ DAFT Float Sludge Pump 2 FS 22 ✓ DAFT Float Sludge Pump 3 FS 32 ✓ DAFT Float Sludge Pump 4 FS 42 ✓ DAFT Float Sludge Pump Motor 1 FS 12 ✓ DAFT Float Sludge Pump Motor 2 FS 22 ✓ DAFT Float Sludge Pump Motor 3 FS 32 ✓ DAFT Float Sludge Pump Motor 4 FS 42 ✓ DAFT High Flow Pump 1 PS 11 ✓ DAFT High Flow Pump 2 PF 21 ✓ DAFT High Flow Pump 3 PF 31 ✓ DAFT High Flow Pump 4 PF 41 ✓ DAFT High Flow Pump Motor 1 PS 11 ✓ DAFT High Flow Pump Motor 2 PF 21 ✓ DAFT High Flow Pump Motor 3 PF 31 ✓ DAFT High Flow Pump Motor 4 PF 41 ✓ Demolition 02 4100 - 5 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 Equliprnont DAFT Low Flow Pump Tag Igo./Equip Igo. Salvage Demolish PF 42 ✓ DAFT Air Tank Dissolution Tank 1 ERN 1434111 ✓ DAFT Air Tank Dissolution Tank 2 ERN 1434112 ✓ DAFT Air Tank Dissolution Tank 3 ERN 1434113 ✓ DAFT Air Tank Dissolution Tank 4 ERN 1434114 ✓ DAFT Bottom Sludge Pump 1 ERN 1415201 ✓ DAFT Bottom Sludge Pump 2 ERN 1415202 ✓ DAFT Bottom Sludge Pump 3 ERN 1415205 ✓ DAFT Bottom Sludge Pump 4 ERN 1415206 ✓ DAFT Bottom Sludge Pump Motor 1 ERN 1415201 ✓ DAFT Bottom Sludge Pump Motor 2 ERN 1415202 ✓ DAFT Bottom Sludge Pump Motor 3 ERN 1415205 ✓ DAFT Bottom Sludge Pump Motor 4 ERN 1415206 ✓ DAFT 2 Ton Monorail N/A Keep Operational DAFT 2 Ton Monorail Frame N/A DAFT Low Flow Pump ✓ DAFT Low Flow Pump ✓ DAFT Low Flow Pump ✓ DAFT Low Flow Motor 1 ✓ DAFT Low Flow Motor 2 ✓ DAFT Low Flow Motor 3 ✓ DAFT Low Flow Motor 4 ✓ DAFT Gallery Sump Pump 1 Keep Operational DAFT Gallery Sump Pump 2 DAFT Gallery Sump Pump 3 DAFT Gallery Sump Pump 4 DAFT Air Compressor 1 ERN 1820101 ✓ DAFT Air Compressor 2 ERN 1820102 ✓ DAFT Air Compressor 3 UTY300166 ✓ DAFT Air Compressor 4 UTY301228 ✓ DAFT Air Receiver 1 T14171 ✓ DAFT Air Receiver 2 T14172 ✓ Polymer Mixer 1 ERN 1419101 ✓ Polymer Mixer 2 ERN 1419102 ✓ Polymer Mixer 3 ERN 1419103 ✓ Polymer Mixing Tank 1 (Day Tank) ERN 1419101 ✓ Polymer Mixing Tank 2 (Day Tank) ERN 1419102 ✓ Polymer Mixing Tank 3 (Day Tank) ERN 1419103 ✓ Polymer Feed Pump 1 POL204 ✓ Polymer Feed Pump 2 POL205 ✓ Demolition 02 41 00 - 6 FTW17498— VCWRF Sludge Thickening Improvements City Project No. CO2647 -Eqk11pWgnt Tag No,/Equip No. Salvage Dem�llsh Polymer Feed Pump 3 POL206 ✓ Polymer Feed Pump 4 POL207 ✓ Polymer Feed Pump 5 POL208 ✓ Polymer Feed Pump 6 POL209 ✓ Polymer Transfer Pump 1 and Motor Skid ERN 1415401 ✓ Polymer Transfer Pump 2 and Motor Skid ERN 1415402 ✓ Polymer Bulk Storage Tank 1 ✓ Polymer Bulk Storage Tank 2 ✓ DAFT Turntable Motor 1 DAFT - 1 ✓ DAFT Turntable Motor 2 DAFT - 2 ✓ DAFT Turntable Motor 3 DAFT - 3 ✓ DAFT Turntable Motor 4 DAFT - 4 ✓ DAFT Turntable Rake Arms 1 DAFT - 1 ✓ DAFT Turntable Rake Arms 2 DAFT- 2 ✓ DAFT Turntable Rake Arms 3 DAFT - 3 ✓ DAFT Turntable Rake Arms 4 DAFT - 4 ✓ Flow Meters (All) ✓ Level Instruments (All) ✓ Variable Frequency Drives (All) ✓ END OF SECTION Demolition 02 4100 - 7 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 THIS PAGE INTENTIONALLY BLANK DIVISION 3 CONCRETE THIS PAGE INTENTIONALLY BLANK 03 10 00 CONCRETE FORMWORK 1.00 GENERAL 1.01 SUMMARY A. Scope: 1. CONTRACTOR shall provide all labor, materials, equipment and incidentals as shown, specified and required to furnish and install concrete formwork. The Work also includes: a. Providing openings in formwork to accommodate the Work under this and other Sections and building into the formwork all items such as sleeves, anchor bolts, inserts and all other items to be embedded in concrete for which placement is not specifically provided under other Sections. B. Coordination: 1. Review installation procedures under other Sections and coordinate the installation of items that must be installed with the formwork. 2. Coordinate formwork specifications herein with the requirements for finished surfaces specified in Section 03 30 00, Cast -In -Place Concrete. C. Related Sections: 1. Section 03 20 00, Concrete Reinforcement. 2. Section 03 25 10, Concrete Joints. 3. Section 03 30 00, Cast -In -Place Concrete. 1.02 QUALITY ASSURANCE A. CONTRACTOR shall examine the substratum and the conditions under which concrete formwork is to be performed, and notify the ENGINEER, in writing, of unsatisfactory conditions. Do not proceed with the Work until unsatisfactory conditions have been corrected in a manner acceptable to the ENGINEER. B. Reference Standards: Comply with applicable provisions and recommendations of the following, except as otherwise shown or specified. Where conflicts may occur between the reference standards, the more restrictive provisions shall apply. 1. ACI 117, Standard Tolerances for Concrete Construction and Materials. 2. ACI 301, Standard Specifications for Structural Concrete. 3. ACI 318/318R, Building Code Requirements for Reinforced Concrete. 4. ACI 347, Guide for Concrete Formwork. 5. ASTM C 805, Test Method for Rebound Number of Hardened Concrete. 6. US Product Standard, PS-1-83 for Construction and Industrial Plywood. C. Allowable Tolerances: Concrete Formwork 03 10 00 - 1 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 1. Construct formwork to provide completed concrete surfaces complying with tolerances specified in ACI 347, Chapter 3, except as otherwise specified. 2. Construct formwork to provide completed concrete surfaces complying with the following tolerances: a. Vertical alignment: 1). Lines, surfaces and arises less than 100 feet in height — maximum 1 inch not to exceed a 1/2" in any 10-feet. 2). Outside corner of exposed corner columns and control joints in concrete exposed to view less than 100 feet in height - 1/2 inch. 3). Lines, surfaces and arises greater than 100 feet in height - 1/1000 times the height but not more than 6 inches. b. Lateral alignment: 1). Members - 1 inch. 2). Centerline of openings 12 inches or smaller and edge location of larger openings in slabs - 1/2 inch. 3). Sawcuts, joints, and weakened plane embedments in slabs - 3/4 inch. c. Level alignment: 1). Elevation of slabs -on -grade — maximum 3/4 inch not to exceed %-inch in any 10- feet. 2). Elevation of top surfaces of formed slabs before removal of shores - 3/4 inch. 3). Elevation of formed surfaces before removal of shores - 3/4 inch. 4). Lintels, sills, parapets, horizontal grooves, and other lines exposed to view - 1/2 inch. d. Cross -sectional dimensions: Overall dimensions of beams, joists, and columns and thickness of walls and slabs. 1). 12 inch dimension or less - plus 3/8 inch to minus 1/4 inch. 2). Greater than 12 inch to 3 foot dimension - plus 1/2 inch to minus 3/8 inch. 3). Greater than 3 foot dimension -plus 1 inch to minus 3/4 inch. e. Relative alignment: 1). Stairs: a). Difference in height between adjacent risers -1/8 inch. b). Difference in width between adjacent treads - 1/4 inch. c). Maximum difference in height between risers in a flight of stairs - 3/8 inch. d). Maximum difference in width between treads in a flight of stairs - 3/8 inch. 2). Grooves: a). Specified width 2 inches or less - 1/8 inch. Concrete Formwork 03 10 00 - 2 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 b). Specified width between 2 inches and 12 inches - 1/4 inch. ` 3). Vertical alignment of outside corner of exposed corner columns and control joint grooves in concrete exposed to view - 1/4 inch in 10 feet not to exceed 3/4 inch. 4). All other conditions - 3/8 inch in 10 feet. 5). Offsets between pieces of formwork facing material: a). Class A -Architecturally or prominently exposed surfaces - 1/8 inch gradual or abrupt. b). Class B - Surfaces to receive plaster or stucco -1/4 inch gradual or abrupt. c). Class C - Exposed surfaces in generally unfinished spaces - 1/4 inch abrupt, 1/2 inch gradual. d). Class D - Concealed surfaces —1/2 inch gradual or abrupt. D. CONTRACTOR shall install all formwork and accessories for all facilities in accordance with manufacturers' instructions. E. When high range water reducer (superplasticizer) is used in concrete mix, forms shall be designed for full hydrostatic pressure in accordance with ACI 347. F. Make joints informs watertight. G. Limit panel deflection to 1/360t" of each component span to achieve tolerances specified. 1.03 SUBMITTALS A. Samples: 1. Form Ties: Proposed method of sealing and waterstopping form tie hole. Coordinate with Drawing details. B. Shop Drawings: 1. Submit for approval the following: a. Taper tie installation, removal, and hole repair materials and procedures. 2. Submit for information purposes the following: a. Copies of manufacturer's data and installation instructions for proprietary materials, including form coatings, manufactured form systems, ties and accessories. 1.04 PRODUCT DELIVERY, STORAGE AND HANDLING A. On delivery to job site, place materials in area protected from weather, in accordance with manufacturers' recommendations. B. Store materials above ground on framework or blocking. Cover wood for forms and other accessory materials with protective waterproof covering. Provide for adequate air circulation or ventilation. -Store materials in accordance with the manufacturers' recommendations. Concrete Formwork 03 10 00 - 3 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 C. Handle materials to prevent damage in accordance with the manufacturers' recommendations. 1.05 QUALIFICATIONS A. Formwork Designer: Formwork, falsework, and shoring design shall be by an engineer licensed in the state of Texas. 2.00 PRODUCTS 2.01 FORM MATERIALS A. Forms for Smooth Finish Concrete: 1. Unless otherwise shown or specified, construct formwork for smooth concrete surfaces with plywood, metal, metal -framed plywood -faced, or other panel type materials acceptable to ENGINEER, to provide continuous, straight, smooth as -cast surfaces with no wood grain or other surface texture imparted by the formwork. Furnish in largest practical sizes to minimize number of joints and to conform to joint system shown or specified. Provide form material with sufficient thickness to withstand pressure of newly placed concrete without bow or deflection. B. Forms for Standard Finish Concrete: 1. Form concrete surfaces designated to have a standard formed finish with plywood, lumber, metal, or other acceptable material. Provide lumber that is dressed on at least two edges and one side. C. Cylindrical Columns and Supports: Form round -section members with paper or fiber tubes, constructed of laminated plies using water-resistant type adhesive with wax -impregnated exterior for weather and moisture protection. Provide units with sufficient wall thickness to resist loads imposed by wet concrete without deformation. a. Provide manufacturer's seamless units to minimize spiral gaps or seams. 2. Fiberglass or steel forms may be used for cylindrical columns, if approved by ENGINEER. D. Form Ties: 1. Provide factory -fabricated, removable or snap -off metal form ties, designed to prevent form deflection, and to prevent spalling of concrete surfaces upon removal. Materials used for tying forms will be subject to approval of ENGINEER. 2. Unless otherwise shown on the Drawings, provide ties so that portion remaining within concrete after removal of exterior parts is at least 1.5-inch from the outer concrete surface. Provide form ties that will leave a hole no larger than 1-inch diameter in the concrete surface. 3. Ties for exterior walls, below grade walls, fluid containment walls, and walls subject to hydrostatic pressure shall have waterstops. 4. All ties shall leave a uniform, circular hole when forms are removed. 5. Provide stainless steel form ties for planned exposed tie hole locations. Concrete Formwork 03 10 00 - 4 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 6. Wire ties are not acceptable. E. Form Release Agent: 1. Material: Release agent shall not bond with, stain, or adversely affect concrete surfaces, and shall not impair subsequent treatments of concrete surfaces when applied to forms or form liners. A ready -to -use water based material formulated to reduce or eliminate surface imperfections, containing no mineral oil or organic solvents. Environmentally safe, meeting local, state, and federal regulations and can be used in potable water facilities (NSF 61 approved). 2. Manufacturers and Products: a. Master Builders, Inc.; Rheofinish. b. Cresset Chemical Company; Crete -Lease 20-VOC. 2.02 DESIGN OF FORMWORK A. Design, erect, support, brace and maintain formwork so that it shall safely support vertical and lateral loads that might be applied, until such loads can be supported by the concrete structure. Carry vertical and lateral loads to ground by formwork system or in -place construction that has attained adequate strength for this purpose. Construct formwork so that concrete members and structures are of correct size, shape, alignment, elevation and position. B. Design forms and falsework to include values of live load, dead load, weight of moving equipment operated on formwork, concrete mix, height of concrete drop, vibrator frequency, ambient temperature, foundation pressures, stresses, lateral stability, and other factors pertinent to safety of structure during construction. C. Provide shores and struts with positive means of adjustment capable of taking up formwork settlement during concrete placing operations, using wedges or jacks or a combination thereof. Provide trussed supports when adequate foundations for shores and struts cannot be secured. D. Support form facing materials by structural members spaced sufficiently close to prevent beyond tolerance deflection, in accordance with ACI 117. Fit forms placed in successive units for continuous surfaces to accurate alignment, free from irregularities and within allowable tolerances. For long span members without intermediate supports, provide camber in formwork as required for anticipated deflections resulting from weight and pressure of fresh concrete and construction loads. E. Design formwork to be readily removable without impact, shock or damage to concrete surfaces and adjacent materials. F. Provide formwork sufficiently tight to prevent leakage of cement paste during concrete placement. Solidly buttjoints and provide backup material at joints as required to prevent leakage and fins. G. Omit side forms of footings and place concrete directly against excavation only when formally requested by CONTRACTOR, in writing, and accepted by ENGINEER, in writing. When omission of forms is accepted, provide additional concrete required beyond the Concrete Formwork 03 10 00 - 5 FTWI7498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 minimum design profiles and dimensions of the footings as detailed. No additional compensation will be made to CONTRACTOR for additional concrete required. 3.00 EXECUTION 3.01 INSPECTION A. CONTRACTOR shall examine the substrate and the conditions under which Work is to be performed and notify ENGINEER, in writing, of unsatisfactory conditions. Do not proceed with the Work until unsatisfactory conditions have been corrected in a manner acceptable to ENGINEER. B. Formwork that is excessively worn, damaged, rusting or otherwise incapable of producing straight and plumb surfaces will be rejected by the Owner, and new forms acceptable to the Owner will be supplied at the Contractor's expense. 3.02 FORM CONSTRUCTION A. Construct forms complying with the requirements of ACI 347, to the exact sizes, shapes, lines and dimensions shown, as required to obtain accurate alignment, location and grades to tolerances specified, and to obtain level and plumb work in finished structures. Provide for openings, offsets, keyways, recesses, moldings, rustications, reglets, chamfers, blocking, screeds, bulkheads, anchorages and inserts, and other features required. Use selected materials to obtain required finishes. Finish shall be as determined by approved mock-up or sample panel, where requested by the Owner and as specified. B. Fabricate forms for easy removal without damaging concrete surfaces. Provide crush plates or wrecking plates where stripping may damage cast concrete surfaces. Provide top forms for inclined surfaces where the slope is too steep to place concrete with bottom forms only. Kerf wood inserts for forming keyways, reglets, recesses, and the like, to prevent swelling and assure ease of removal. C. Provide temporary openings where interior area of formwork is inaccessible for cleanout, for inspection before concrete placement, and for placement of concrete. Brace temporary closures and set tightly to forms to prevent loss of cement paste. Locate temporary openings on forms in locations as inconspicuous as possible, consistent with requirements of the Work. Form intersecting planes of openings to provide true, clean-cut corners, with edge grain of plywood not exposed as form for concrete. D. Falsework: 1. Erect falsework and support, brace and maintain it to safely support vertical, lateral and asymmetrical loads applied until such loads can be supported by in -place concrete structures. Construct falsework so that adjustments can be made for take-up and settlement. 2. Provide wedges, jacks or camber strips to facilitate vertical adjustments. Carefully inspect falsework and formwork during and after concrete placement operations to determine abnormal deflection or signs of failure; make necessary adjustments to produce finished Work of required dimensions. E. Forms for Smooth Finish Concrete: Concrete Formwork 03 10 00 - 6 FTW17498 -VCWRF Sludge Thickening Improvements City Project No. CO2647 1. Do not use metal cover plates for patching holes or defects informs. 2. Provide sharp, clean corners at intersecting planes, without visible edges or offsets. Back joints with extra studs or girts to maintain true, square intersections. 3. Use extra studs, walers and bracing to prevent bowing of forms between studs and to avoid bowed appearance in concrete. Do not use narrow strips of form material that will produce bow. Exposed surfaces that visually exhibit bows in forms will be rejected and replaced where directed by the Engineer. 4. Assemble forms so they may be readily removed without damage to exposed concrete surfaces. 5. Form molding shapes, recesses, rustication joints and projections with smooth -finish materials, and install in forms with sealed joints to prevent displacement. F. Corner Treatment: 1. Form exposed corners of beams, walls, foundations, bases and columns to produce smooth, solid, unbroken lines, except as otherwise shown. Exposed corners shall be chamfered. 2. Form chamfers with 3/4-inch by 3/4-inch strips, unless otherwise shown, accurately formed and surfaced to produce uniformly straight lines and tight edge joints. Use rigid PVC chamfers for all architecturally formed concrete. Extend terminal edges to required limit and miter chamfer strips at changes in direction. 3. Reentrant and unexposed corners may be formed either square or chamfered. G. Joints: 1. Refer to Section 03 25 10 of these Specifications for treatment of joints. Locate as shown on the Drawings and specified. H. Openings and Built -In Work: 1. Provide openings in concrete formwork shown or required by other Sections. Refer to Paragraph 1.01B., above, for the requirements of coordination. 2. Accurately place and securely support items to be built into forms. I. Sealing Formwork: 1. All formwork joints shall be tight fitting or otherwise sealed to prevent loss of cement paste. 2. All formwork, which rests against concrete surfaces, shall be provided with a compressible gasket material between the concrete and edge of form to fill any irregularities and create a tight seal. J. Cleaning and Tightening: 1. Thoroughly clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust, dirt or other debris just before concrete is to be placed. Retighten forms immediately after concrete placement, as required to eliminate cement paste leaks. 3.03 FORM COATINGS Concrete Formwork 03 10 00 - 7 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 A. Coat form contact surfaces with a non -staining form -coating compound before reinforcement is placed. Do not allow excess form coating material to accumulate in the forms or to come into contact with surfaces which will be bonded to fresh concrete. Apply in compliance with manufacturer's instructions. B. Coat steel forms with a non -staining, rust -preventative form oil or otherwise protect against rusting. Rust -stained steel formwork is not acceptable and shall be replaced by the Contractor where directed by the Owner. 3.04 INSTALLATION OF EMBEDDED ITEMS A. Set and build into the formwork, anchorage devices and other embedded items, shown, specified or required by other Sections. Refer to Paragraph 1.1.13., above, for the requirements of coordination. Use necessary setting drawings, diagrams, instructions and directions. B. Edge Forms and Screeds Strips for Slabs: 1. Set edge forms or bulkheads and intermediate screed strips for slabs to obtain required elevations and contours in the finished slab surface. Provide and secure units to support screeds. 3.05 FIELD QUALITY CONTROL A. Before concrete placement, CONTRACTOR shall check the formwork, including tolerances, lines, ties, tie cones, and form coatings. CONTRACTOR shall make corrections and adjustments to ensure proper size and location of concrete members and stability of forming systems. B. During concrete placement CONTRACTOR shall check formwork and related supports to ensure that forms are not displaced and that completed Work shall be within specified tolerances. C. If CONTRACTOR finds that forms are unsatisfactory in any way, either before or during placing of concrete, placement of concrete shall be postponed or stopped until the defects have been corrected and reviewed by ENGINEER. 3.06 REMOVAL OF FORMS A. Conform to the requirements of ACI 301, Section 2 and ACI 347, Chapter 3.7, except as specified below. Ambient Temperature (F) 70°F-95°F 60°F-70'F 50*F-60°F Below 50'F a. Walls 2 days 2 days 3 days Do not remove forms until site- b. Columns 2 days 3 days 4 days cured test cylinder develops minimum C. Beam Soffits 4 days 5 days 6 days of 75% of 28-day strength. d. Slabs 5 in. 5 days 6 days 7 days thick or less Concrete Formwork 03 10 00 - 8 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 e. Slabs over 6 days 7 days 7 days 5 in. thick B. Removal of Forms and Supports: Continue curing in accordance with Section 03 30 00, Cast - In -Place Concrete. C. When high -early strength concrete is specified, a schedule for removal of forms will be developed in the field from the age/strength relationships established for the materials and proportions used by tests in accordance with ACI 301. D. Form facing material shall remain in place a minimum of four days after concrete placement, unless otherwise approved by ENGINEER. E. Results of suitable control tests of field -cured specimens maybe used as evidence that the concrete has attained sufficient strength and that supporting forms and shoring may be removed prior to the periods indicated herein. F. The time for removal of all forms will be subject to ENGINEER'S approval. 3.07 PERMANENT SHORES A. Provide permanent shores as defined in ACI 347. B. Re -shores shall not be permitted. 3.08 RE -USE OF FORMS A. clean and repair surfaces of forms to be re -used in the Work. Split, frayed, delaminated or otherwise damaged form facing material will not be acceptable. Apply new form coating compound material to concrete contact surfaces as specified for new formwork. B. When forms are extended for successive concrete placement, thoroughly clean surfaces, remove fins and laitance, and tighten forms to close all joints. Align and secure joints to avoid offsets. Do not use "patched" forms. Form surfaces shall be subject to ENGINEER and OWNER approval. END OF SECTION Concrete Formwork 03 10 00 - 9 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 THIS PAGE INTENTIONALLY BLANK I 03 20 00 CONCRETE REINFORCEMENT 1.00 GENERAL 1.01 SUMMARY A. Scope: 1. CONTRACTOR shall provide all labor, materials, equipment and incidentals as shown, specified and required to furnish and install concrete reinforcement. 2. The extent of concrete reinforcement is shown. 3. The Work includes fabrication and placement of reinforcement including bars, ties and supports, and welded wire fabric for concrete, encasements and fireproofing. B. Related Sections: 1. Section 03 30 00, Cast -in -Place Concrete. 1.02 QUALITY ASSURANCE A. Reference Standards: Comply with applicable provisions and recommendations of the following, except as otherwise shown or specified: 1. ASTM A82, Specification for Steel Wire, Plain, for Concrete Reinforcement. 2. ASTM A184, Specification for Fabricated Deformed Steel Bar Mats for Concrete Reinforcement. 3. ASTM A185, Specification for Steel Welded Wire Fabric, Plain, for Concrete Reinforcement. 4. ASTM A496, Specification for Steel Wire, Deformed, for Concrete Reinforcement. 5. ASTM A497, Specification for Steel Welded Wire Fabric, Deformed, for Concrete Reinforcement, 6. ASTM A615, Specification for Deformed and Plain Billet -Steel Bars for Concrete Reinforcement. 7. ASTM A706, Specification for Low -Alloy Steel Deformed Bars for Concrete Reinforcement. 8. ASTM A775, Specification for Epoxy Coated Reinforcing Steel Bars. 9. ACI 315, Manual of Standard Practice for Detailing Reinforced Concrete Structures. 10. ACI 318, Building Code Requirements for Structural Concrete. 11. ACE 350, Code Requirements for Environmental Engineering Concrete Structures. 12. ACI SP66, Detailing Manual. 13. CRSI 1MSP, Concrete Reinforcing Steel Institute (CRSI) Manual of Standard Practice. B. Allowable Placing Tolerances: Comply with ACI 318, Chapter 7 -Details of Reinforcement unless specified otherwise below or where shown in the Drawings: 1. Concrete wall surfaces in contact with process liquids. 2-inches minimum coverage. Concrete Reinforcement FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 03 20 00 - 1 C. Subcontractor: At least three projects utilizing similar methods and materials within the last three years. Installer shall be trained and certified by the adhesive manufacturer for drilled dowels. 1.03 SUBMITTALS A. Shop Drawings: Submit for approval the following: 1. Manufacturer's specifications and installation instructions for all materials and reinforcement accessories. 2. Drawings for fabrication, bending, and placement of concrete reinforcement. Comply with ACI 315, Parts A and B. For walls, show elevations of each wall to depict reinforcing. For slabs, show top and bottom reinforcing on separate plan views. Show bar schedules, stirrup spacing, diagrams of bent bars, arrangements and assemblies, as required for the fabrication and placement of concrete reinforcement unless otherwise noted. Splices shall be kept to a minimum. Splices in regions of maximum tension stresses shall be avoided whenever possible. 3. Drawings detailing the location of all construction, contraction and expansion joints as required under Section 03 25 10, Concrete Joints, shall be submitted and approved before Shop Drawings for reinforcing steel are submitted. Reinforcing submittals not showing jointing will be rejected. B. Certificates: 1. Submit one copy of steel producer's certificates of mill analysis, tensile and bend tests for reinforcing steel. C. Adhesive for Drilled Dowels: 1. Product Data: a. Manufacturer's catalog information. b. Manufacturer's instructions for preparation, placement, drilling of holes, installation, and handling of cartridges, nozzles and equipment. c. Contact for manufacturer including name, telephone number, and address. d. Manufacturer's Certificate of Proper Installation Manufacturer's written letter of certification identifying installer's qualifications to install the product. f. Doweling system ICBO Reports. g. Detailed step-by-step instructions for the Special Inspection procedure in accordance with ICBO Reports and IBC. 1.04 DELIVERY, HANDLING AND STORAGE A. Deliver concrete reinforcement materials to the site bundled, tagged and marked. Use metal tags indicating bar size, lengths, and other information corresponding to markings shown on placement diagrams. Concrete Reinforcement 03 20 00 - 2 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 B. Store concrete reinforcement material at the site to prevent damage and accumulation of dirt or excessive rust. Store on heavy wood blocking so that no part of it will come in contact with the ground. C. Store adhesives in covered storage area at temperatures according to manufacturer guidelines. 1. Dispose of when the shelf life has expired or where stored other than manufacturer's instructions. 2. Container Markings: Include manufacturer's name, product name, batch number, mix ratio by volume, product expiration date, ANSI hazard classification, and appropriate ANSI handling procedures. 2.00 PRODUCTS 2.01 MATERIALS A. Reinforcing Bars: 1. Provide Grade 60 reinforcing for all bars at all locations. B. Mechanical Couplers 1. Where permitted in writing by the ENGINEER, mechanical couplers may be used. This connection shall be a full mechanical connection which shall develop in tension or compression, as required, at least 125 percent of specified yield strength (fy) of the bar in accordance with ACI 318. Submit manufacturer ICBO report. 2. Mechanical threaded couplers shall be: a. Lenton Taper Threaded Rebar Couplers by Erico, Inc. b. Lenton Form Saver Couplers by Erico, Inc. c. Cadweld Rebar Coupler by Erico, Inc. d. Dayton Bar Splice "Bar -Grip" e. Dayton Bar Splice "Grip -Twist" C. Steel Wire: ASTM A 82. D. Welded Smooth Wire Fabric: ASTM A 185. 1. Furnish in flat sheets, not rolls. E. Supports for Reinforcement: Bolsters, chairs, spacers and other devices for spacing, supporting and fastening reinforcement in place. 1. Use wire bar type supports complying with CRSI "Manual of Standard Practice" recommendations, except as specified below. Do not use wood, brick, or other unacceptable materials. 2. For slabs on grade, use precast concrete blocks, 4-inch square in plan, with embedded tie wire as specified by CRSI, "Manual of Standard Practice". The precast concrete blocks Concrete Reinforcement 03 20 00 - 3 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 shall have the same or higher compressive strength as specified for the concrete in which they are located. 3. For all concrete surfaces, where legs of supports are in contact with forms, provide supports complying with CRSI "Manual of Standard Practice" as follows: a. At formed surfaces in contact with soil, weather, or liquid or located above liquid, supports shall be CRSI Class 1 for maximum protection. The plastic coating on the legs shall extend at least 1/2-inch upward from the form surface. b. At interior dry surfaces (not located above liquid), supports shall be either Class 1 or Class 2 for moderate protection. c. At formed surfaces with an architectural or prominently exposed finish, use stainless steel protected legs (Type B). 4. Over waterproof membranes, use precast concrete chairs. F. Drilled Dowels 1. Adhesive material for drilled dowels shall be a two-part epoxy adhesive. The resin shall be a high modulus, moisture insensitive type. The adhesive shall be packaged in a cartridge type dispensing system with a mixing nozzle. The adhesive shall be formulated to maintain its bond and integrity under continuous submergence by water. The adhesive anchoring systems shall have an ultimate capacity in excess of 125 percent of the yield strength of the reinforcing steel at an embedment of 12 bar diameters. 2. Adhesive systems shall be: a. HIT RE 500, manufactured by Hilti Corporation. b. Simpson Strong Tie System. 2.02 FABRICATION A. General: Fabricate reinforcing bars to conform to required shapes and dimensions, with fabrication tolerances complying with CRSI, "Manual of Standard Practice". In case of fabricating errors, do not re -bend or straighten reinforcement in a manner that will damage or weaken the material. B. Unacceptable Materials: Reinforcement with any of the following defects will not be permitted in the Work: 1. Bar lengths, bends, and other dimensions exceeding specified fabrication tolerances. 2. Bends or kinks not shown on approved Shop Drawings. 3. Bars with reduced cross-section due to excessive rusting or other cause. 4. Bars that have been field modified or cut without prior approval by the Engineer. 3.00 EXECUTION 3.01 INSPECTION A. CONTRACTOR shall examine the substrate and the conditions under which concrete reinforcement is to be placed, and notify ENGINEER, in writing, of unsatisfactory conditions. Concrete Reinforcement 03 20 00 - 4 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2547 Do not proceed with the Work until unsatisfactory conditions have been corrected in a manger acceptable to ENGINEER. B. Bars with excessive rust, debris, concrete laitance or other defect shall be removed and replaced where directed by the Owner. 3.02 INSTALLATION A. Comply with the applicable recommendations of specified codes and standards, and CRSI, "Manual of Standard Practice", for details and methods of reinforcement placement and supports. Clean reinforcement to remove loose rust and mill scale, earth, ice, and other materials which reduce or destroy bond with concrete. Repair any visible pinholing in epoxy coated reinforcing. C. Position, support, and secure reinforcement against displacement during formwork construction or concrete placement operations. Locate and support reinforcing by metal chairs, runners, bolsters, spacers and hangers, as required. 1. Place reinforcement to obtain the minimum concrete coverages as shown and as specified in ACI 350. Arrange, space, and securely tie bars and bar supports together with 16 gage wire to hold reinforcement accurately in position during concrete placement operations. Set wire ties so that twisted ends are directed away from exposed concrete surfaces 2. Prior to placement of concrete, contractor shall demonstrate to ENGINEER that the specified cover of reinforcement has been attained, by using a surveying level. 3. Reinforcing steel shall not be secured to forms with wire, nails or other ferrous metal. Metal supports subject to corrosion shall not touch formed or exposed concrete surfaces. 4. Adjusting the location of reinforcing during concrete placement is not permitted. Reinforcing must be firmly secured at specified locations prior to concrete placement. D. Install welded wire fabric in as long lengths as practical. Lap adjoining pieces at least one full mesh and lace splices with 16-gage wire. Do not make end laps midway between supporting beams, or directly over beams of continuous structures. Offset end laps in adjacent widths to prevent continuous laps. E. Provide sufficient numbers of supports of strength required to carry reinforcement. Do not place reinforcing bars more than 2-inches beyond the last leg of any continuous bar support. Do not use supports as bases for runways for concrete conveying equipment and similar construction loads. F. Lap Splices: 1. Provide standard reinforcement splices by lapping ends, placing bars in contact, and tying tightly with wire. Where spliced bars are not in direct contact, spacing shall not exceed that specified in the Drawings. Comply with requirements shown on the Drawings for minimum lap of spliced bars. G. Mechanical Couplers: Concrete Reinforcement 03 20 00 - 5 FTW17498 -- VCWRF Sludge Thickening Improvements City Project No. CO2647 Mechanical butt splices shall be in accordance with the recommendation of the manufacturer of the mechanical splicing device. Butt splices shall develop 125 percent of the specified minimum yield tensile strength of the spliced bars or of the smaller bar in transition splices. Bars shall be flame dried before butt splicing. Adequate jigs and clamps or other devices shall be provided to support, align, and hold the longitudinal centerline of the bars to be butt spliced in a straight line. Couplers shall be used only when permitted in writing by the ENGINEER. H. Welded Splices 1. Welded splicing of reinforcing is not permitted. Welding of crossing bars (tack welding) for assembly of reinforcement is prohibited. Drilled Dowels 1. Drilled dowels shall be reinforcing dowels set in a resin adhesive in a hole drilled into hardened concrete. 2. Holes shall be drilled to the adhesive anchor system manufacturer's recommended diameter and depth to develop the required pullout resistance but shall not be greater in diameter than 1/4-inch more than the nominal bar diameter nor less than 12 times the nominal bar diameter in depth unless specified otherwise in the Drawings. 3. The hole shall be drilled by methods which do not interfere with the proper bonding of the resin. Only masonry type drill bits shall be used. 4. Existing reinforcing steel in the vicinity of proposed holes shall be located prior to drilling. The location of holes to be drilled shall be adjusted to avoid drilling through or nicking any existing reinforcing bars only after approval by the ENGINEER. 5. The hole shall be brushed (non-metallic bristle brush only) and blown clean with clean, dry compressed air to remove all dust and loose particles. 6. Resin shall be injected into the hole through the injection system -mixing nozzle (and any necessary extension tubes) placed to the bottom of the hole. The discharge end shall be withdrawn as resin is placed but kept immersed to prevent formation of air pockets. The hole shall be filled to a depth that ensures that excess material is expelled from the hole during dowel placement. 7. Dowels shall be twisted during insertion into the partially filled hole so as to guarantee full wetting of the bar surface with resin. The bar shall be inserted slowly enough to avoid developing air pockets. 3.03 INSPECTION OF REINFORCEMENT A. Concrete shall not be placed until the reinforcing steel is inspected and permission for placing concrete is granted by the OWNER. All concrete placed in violation of this provision will be rejected. The CONTRACTOR shall give 24-hour written notice to the OWNER's representative prior to reinforcing steel inspection. B. Formwork for walls and other vertical members will not be closed up until the reinforcing steel is inspected and permission for placing concrete is granted by the OWNER. All concrete placed in violation of this provision will be rejected. Concrete Reinforcement 03 20 00 - 6 FTW17498—VCWRF Sludge Thickening Improvements City Project No. CO2647 C. Testing of Drilled Dowels: The OWNER shall employ a testing agency to perform field quality control testing of the drilled dowel installation. After completion of the manufacturer's recommended curing period and prior to placement of connecting reinforcing, ten percent of drilled dowels installed shall be proof tested for pullout. The drilled dowels shall be tensioned to 60 percent of the specified yield strength. Where dowels are located less than six bar diameters from the edge of concrete, the ENGINEER will determine the tensile load required for the test. if any dowels fail, all installed dowels shall be tested. Dowels that fail shall be reinstalled and retested at CONTRACTOR'S expense. END OF SECTION Concrete Reinforcement 03 20 00 - 7 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 THIS PAGE INTENTIONALLY BLANK 03 25 10 CONCRETE JOINTS 1.00 GENERAL 1.01 SUMMARY A. Scope: 1. CONTRACTOR shall provide all labor, materials, equipment and incidentals as shown, specified and required to furnish and install concrete joints. 2. The types of concrete joints required include the following: a. Construction joints. b. Expansion joints. c. Control/contraction joints. d. Isolation joints. e. Waterstops. B. General: All joints subject to hydrostatic pressure or in contact with soil, except non -water bearing slabs -on -grade, shall be provided with continuous waterstop. C. Related Sections: 1. Section 03 10 00, Concrete Formwork. 2. Section 03 20 00, Concrete Reinforcement. 3. Section 03 3000, Cast -In -Place Concrete. 1.02 QUALITY ASSURANCE A. Regulatory Requirements: Acceptance of pourable joint filler for potable water structures by federal EPA or by state health agency. 1. Pourable Joint Filler: Certified as meeting NSF 61. B. Qualifications: Water stop manufacturer shall demonstrate 5 years, minimum, continuous successful experience in production of specified water stops. C. Reference Standards: Comply with applicable provisions and recommendations of the following, except as otherwise shown or specified: 1. ACI 301, Standard Specifications for Structural Concrete. 2. ASTM C 920, Standard Specification for Elastomeric Joint Sealants. 3. ASTM D 412, Test Methods for Vulcanized Rubber and Thermoplastic Rubbers and Thermoplastic Elastomers-Tension. 4. ASTM D 624, Test Method for Tear Strength of Conventional Vulcanized Rubber and Thermoplastic Elastomers. 5. ASTM D 1752, Standard Specification for Preformed Sponge Rubber and Cork Expansion Joint Fillers for Concrete Paving and Structural Construction. Concrete Joints 03 25 10 -1 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 6. ASTM D 2240, Test Method for Rubber Property — Durometer Hardness. 7. CRD-0572, U.S. Army Corps of Engineers Specifications for Polyvinyl- Chloride Waterstop. 8. ASTM A 240 —Test Method for Stainless Steel Physical Properties. 9. ANSI/NSF 61, Drinking Water System Components -Health Effects. 10. COE CEGS-03250 July 1995 Guide Specification for Military Construction. 11. EPA Title 40 CFR Section 265.193. D. All manufactured items shall be installed in accordance with manufacturer's instructions. 1.03 SUBMITTALS A. Shop Drawings: Submit for approval the following: 1. Manufacturer's specifications and installation instructions for all materials required. 2. Manufacturer's literature for waterstops include waterstop profiles with dimensions, shop made fittings, field splice joint detailed instructions, MSDS, installation instructions, and certificate of compliance to specified physical properties. 3. Layout of all construction, contraction and expansion joint locations prior to the submittal of steel reinforcement Shop Drawings. 1.04 PRODUCT DELIVERY, STORAGE AND HANDLING A. All materials used for joints in concrete shall be stored on platforms or in enclosures and covered to prevent contact with the ground and exposure to the weather and direct sunlight. Storage and handling requirements of the manufacturer shall also be followed. 2.00 PRODUCTS 2.01 WATERSTOPS A. Polyvinyl Chloride: 1. Material Requirements: a. Waterstops shall be extruded from an elastomeric polyvinyl chloride compound containing the plasticizers, resins, stabilizers, and other materials necessary to meet the requirements of these Specifications and the requirements of CRD-0572. No reclaimed or scrap material shall be used. b. Tensile strength of finished waterstop: 1400 psi, minimum. c. Ultimate elongation of finished waterstop: 280 percent, minimum. d. Minimum thickness shall be 3/8-inch. e. Waterstops shall be centerbulb ribbed type and sized as specified in the Drawings. 2. Product and Manufacturer: Provide one of the following: a. A.C. Horn, Incorporated DCA Construction Products, Durajoint Waterstop. (Add. 1) Durajoint waterstop manufactured by DCA Construction Products. (Add. 2) Concrete Joints 03 25 10 - 2 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 b. Greenstreak, Inc. c. Vinylex Corp. 2.02 HYDROPHILIC WATERSTOP MATERIALS A. General Material Properties 1. Hydrophilic waterstop materials shall be bentonite-free and shall expand by a minimum of 80 percent of dry volume in the presence of water to form a watertight joint seal without damaging the concrete in which it is cast. Provide only where indicated in the Contract Documents. 2. The material shall be composed of resins and polymers which absorb water and cause an increase in volume in a completely reversible and repeatable process. The waterstop material shall be dimensionally stable after repeated wet -dry cycles with no deterioration of swelling potential. 3. Select materials which are recommended by the manufacturer for the type of liquid to be contained. B. Hydrophilic Rubber Waterstop 1. The minimum cross -sectional dimensions shall be 3/16-inch by 3/4-inch. Waterstop shall be capable of withstanding hydrostatic head pressures relevant to the Work but not less than 100-feet of head pressure. 2. Product and Manufacturer: Provide one of the following: 1 a. Duroseal Gasket, by BBZ USA, Inc. b. Adeka Ultraseal MC-2010M, by Asahi Denka Kogyo K.K. c. SikaSwell S by the Sika Corporation. C. Hydrophilic Sealant: 1. The hydrophilic sealant shall adhere firmly to concrete, metal, and PVC in dry or damp condition. When cured it shall be elastic indefinitely. 2. Product and Manufacturer: Provide one of the following: a. Duroseal Paste, by BBZ USA, Inc. b. Adeka Ultraseal P-201, by Asahi Denka Kogyo K.K. D. Hydrophilic Injection Resin 1. Hydrophilic injection resin shall be acrylate-ester based. The viscosity shall be less than 50 cps. The resin shall be water soluble in its uncured state, solvent free, and non -water reactive. In the cured state it shall form a solid hydrophilic flexible material which is resistant to permanent water pressure and shall not attack bitumen, joint sealants, or concrete. 2. Product and Manufacturer: Provide one of the following: a. Duroseal Inject 1K/2K, by BBZ USA, Inc. b. Sika Injection 29, by Sika Corporation. Concrete Joints 03 25 10 - 3 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 2.03 CONCRETE CONSTRUCTION JOINT ROUGHENER A. Provide a water-soluble non-flammable, surface -retardant roughener. B. Product and Manufacturer: Provide one of the following: 1. Rugasol-S, as manufactured by Sika Corporation for horizontal joints only. 2. Concrete Surface Retarder -Formula S, as manufactured by Euclid Chemical Company, for horizontal joints only. 3. Concrete Surface Retarder -Formula F, as manufactured by Euclid Chemical Company, for vertical joints only. 2.04 EPDXY BONDING AGENT A. Provide a two -component epoxy -resin bonding agent. B. Product and Manufacturer: Provide one of the following: 1. Sikadur 32 Hi -Mod LPL, as manufactured by Sika Corporation. 2. Eucopoxy LPL, as manufactured by the Euclid Chemical Company. Sure -Bond 1-58, as manufactured by Dayton Superior. (Add. 2) 2.05 EPDXY -CEMENT BONDING AGENT A. Provide a three component epoxy resin -cement blended formulated as a bonding agent. B. Product and Manufacturer: Provide one of the following. 1. Sika Armatec 110 EpoCem, as manufactured by Sika Corporation. 2. Corr -Bond, as manufactured by the Euclid Chemical Company. Master Emaco P125 by BASF. (Add. 2) 2.06 NEOPRENE BEARING PADS A. Product and Manufacturer: Provide one of the following: 1. 65 Durometer, Sheet Neoprene No. 1200, as manufactured by Williams Products Company. 2. 65 Durometer, Sheet Neoprene Style No. 264, as manufactured by Garlock Rubber Technologies. 2.07 JOINT SEALANT A. Sealant shall be a two-part polyurethane type sealant meeting the requirements of ASTM C 920, Type M, Class 25. The manufacturer's recommended primer must be used with the sealant. B. The sealant shall meet the following requirements (measured at 73 degrees F and 50 percent RH). : 1. Ultimate hardness (ASTM D 2240, Type A, Shore): 20 to 45. 2. Tensile strength (ASTM D 412): 200 psi, minimum. Concrete Joints 03 25 10 - 4 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 3. Ultimate elongation (ASTM D 412): 400 percent, minimum. 4. Tear strength (ASTM D 624, die Q 75 pounds per inch of thickness, minimum. 5. Color: light gray. C. Product and Manufacturer: Provide one of the following: 1. Sikaflex-2c, as manufactured by Sika Corporation. 2. Permapol RC-270 Reservoir Sealant, as manufactured by Products Research and Chemical Corporation. 2.08 SEALANT ACCESSORIES A. Backer Rod: Backer rod shall be an extruded closed -cell polyethylene foam rod. The material shall be compatible with the sealant material used and shall have a tensile strength of not less than 40 psi and a compression deflection of approximately 25 percent at 8 psi. The rod shall be 1/8-inch larger in diameter than the joint width at joints less than 3/4-inch wide and 1/4-inch larger in diameter at joints 3/4-inch and wider. B. Bond Breaker Tape: Bond breaker shall be polyethylene or TFE-fluorocarbon self-adhesive tape, as recommended by the manufacturer. 3.00 EXECUTION 3.01 INSPECTION A. CONTRACTOR shall examine the substrate and the conditions under which Work is to be performed and notify ENGINEER, in writing, of unsatisfactory conditions. Do not proceed with the Work until unsatisfactory conditions have been corrected in a manner acceptable to ENGINEER. 3.02 CONSTRUCTION JOINTS A. Comply with the requirements of ACI 301 and as specified below. B. Locate and install construction joints as shown on the Drawings. Additional construction joints shall be located as follows: 1. in walls locate vertical joints at a spacing of 40 feet maximum and approximately 10 feet from corners or as specified in the Drawings. 2. In foundation slabs and slabs on grade locate joints at a spacing of approximately 40 feet. Place concrete in a strip pattern not to exceed 100 linear feet, unless otherwise indicated on the Drawings, to a maximum of 5000 square feet in any one placement. 3. In mats and structural slabs and beams, at a spacing of approximately 40 feet. Locate joints in compliance with ACI 301, unless otherwise indicated on the Drawings. 4. Provide other additional construction joints as required to satisfactorily complete all Work. C. Horizontal Joints: Concrete Joints 03 25 10 - 5 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 1. Roughen concrete at the interface of construction joints by abrasive blasting, hydroblasting, or the use of surface retardants and water jets to expose the aggregate and remove accumulated concrete on projecting rebar immediately subsequent to form stripping, unless otherwise approved by ENGINEER. Immediately before placing fresh concrete, thoroughly clean the existing contact surface using a stiff brush or other tools and a stream of water under pressure. The surface shall be clean and wet, but free from pools of water at the moment the fresh concrete is placed. 2. Remove laitance, waste mortar or any other substance which may prevent complete adhesion. Where joint roughening was performed more than seven days prior to concrete placement or where dirt or other bond reducing contaminants are on the surface, additional light abrasive blasting or hydroblasting shall be done to remove laitance and all bond reducing materials just priorto concrete placement. Place a 2-inch thick coat of mortar, one part sand and one part cement with water added to a flowable consistency or a 4-inch layer of Construction Joint Grout, as specified in Section 03 60 00 over the contact surface of the old concrete. Place fresh concrete before the mortar or grout has attained its initial set. If the concrete mix has the slump increased to at least 6-inches by addition of a high range water reducer, the placement of mortar or grout may be omitted. D. Vertical Joints: Apply roughener to the form in a thin, even film by brush, spray or roller in accordance with the manufacturer's instructions. After roughener is dry, concrete may be placed. 2. When concrete has been placed, remove joint surface forms as early as is necessary to allow for removal of the surface retarded concrete. Forms covering member surfaces shall remain in place as required by Section 03 10 00, Concrete Formwork. Wash loosened material off with high-pressure water spray to obtain roughened surface subject to approval by ENGINEER. Alternately, the surface shall be roughened by abrasive blasting or hydroblasting to expose aggregate. The outer 1-inch of each side of the joint face shall be masked and protected from the blasting to avoid damage to the member surface. 3.03 EXPANSION JOINTS A. Comply with the requirements of ACI 301 and as specified below. B. Locate and install expansion joints as shown on the Drawings. Install joint filler in accordance with manufacturer's instructions. Sealants shall be installed as specified herein. 3.04 CONTROLJOINTS A. Control joints shall be provided in non -water bearing slabs on grade and where shown in the drawings. A groove, with a depth of at least 25 percent of the slab thickness, shall be formed or saw -cut in the concrete. This groove shall be filled with joint sealant material. B. Where the control joint is formed by sawcutting, the cut shall be made immediately after the concrete has set enough to support the saw and be cut without being damaged or to cause curling. The concrete shall be kept continually moist until the cutting operation. Concrete Joints 03 25 10 - 6 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 C. Control joints may be formed with a tool or by insertion of a joint forming strip. After the concrete has gained its design strength, the upper portion of the joint forming strip shall be removed, and the void filled with sealant. 3.05 ISOLATION JOINTS A. Wherever a sidewalk, paving or other slab on grade abuts a concrete structure and is not shown doweled into that structure, an isolation joint shall be provided. Such joint shall be formed by a 1/2-inch joint filler with the upper 1/2-inch of the joint filled with sealant. B. All fixtures such as valve risers, manholes, grate inlets, etc. that are embedded in reinforced concrete pavement shall have square isolation joints. The minimum distance from the edge of the fixture to the isolation joint shall be 1-foot or the maximum distance necessary to replace the fixture without damage to the concrete beyond the joint. 3.06 WATERSTOPS A. General: 1. Comply with the requirements of ACI 301 and as specified below. All joints shall be made in accordance with manufacturer's instructions. 2. Obtain ENGINEER'S approval for waterstop locations not shown on the Drawings. 3. Provide polyvinyl chloride waterstops in all joints in concrete which are intended to retain liquid or are located below grade up to an elevation at least 12-inches above grade or to an elevation at least 12-inches above overflow liquid level in tanks, whichever is higher, except where otherwise shown on the Drawings. B. Polyvinyl Chloride Waterstop: 1. Tie waterstop to reinforcement, at a maximum spacing of 18-inches, so that it is securely and rigidly supported in the proper position during concrete placement. Continuously inspect waterstops during concrete placement to ensure their proper positioning. 2. Splices in waterstops shall be performed by heat sealing the adjacent waterstop sections in accordance with the manufacturer's printed recommendations. It is required that: a. The material shall not be damaged by heat sealing. b. The splices shall have a tensile strength of not less than 60 percent of the unspliced materials tensile strength. The continuity of the waterstop ribs and of its tubular center axis shall be maintained. 3. Only prefabricated mitered and beveled type joints of the ends of two identical waterstop sections shall be allowed to be made while the material is in the forms. 4. All joints with waterstops involving more than two ends to be jointed together, and all joints which involve an angle cut, alignment change, or the joining of two dissimilar waterstop sections shall be prefabricated by CONTRACTOR or manufacturer prior to placement in the forms, allowing not less than 24-inch long strips of waterstop material beyond the joint. Upon being inspected and approved, such prefabricated waterstop Concrete Joints 03 25 10 - 7 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 joint assemblies shall be installed in the forms and the ends of the 24-inch strips shall be welded to the straight run portions of waterstop in place in the forms. 5. Where a centerbulb waterstop intersects and is jointed with a non-centerbulb waterstop, care shall be taken to seal the end of the centerbulb, using additional PVC material, if required. 6. The symmetrical halves of the waterstops shall be equally divided between the concrete placements at the joints and centered within the joint width, unless shown otherwise. Centerbulb waterstops shall be placed in expansion joints so that the centerbulb is centered on the joint filler material. 7. When any waterstop is installed in the forms or is embedded in the first concrete placement and the waterstop remains exposed to the atmosphere for more than four days, suitable precautions shall be taken to shade and protect the exposed waterstop from direct rays of the sun during the entire exposure and until the exposed portion of the waterstop is embedded in concrete. 8. Waterstop placed in joints intended for future concrete placement shall be protected from direct rays of the sun by temporary means until a permanent cover is installed so that the waterstop is not exposed to the direct rays of the sun for more than a total of four days. C. Hydrophilic Rubber Waterstop and Sealant 1. Where a hydrophilic rubber waterstop or sealant is called for in the Contract Documents, or where approved by the ENGINEER, it shall be installed with the manufacturer's instructions and recommendations; except, as modified herein. 2. When requested by the ENGINEER, the manufacturer shall provide technical assistance in the field. 3. The waterstop or sealant shall be located as near as possible to the center of the joint and it shall be continuous around the entire joint. The minimum distance from the edge of the waterstop to the face of the member shall be 2-inches. 4. Where a hydrophilic rubber waterstop is used in combination with PVC waterstop, the hydrophilic rubber waterstop shall overlap the PVC waterstop for a minimum of 6- inches. The contact surface between the hydrophilic rubber waterstop the PVC waterstop shall be filled with hydrophilic sealant. Where wet curing methods are used, hydrophilic rubber waterstop and sealant shall be applied after curing water is removed and just prior to the closing up of the forms for the concrete placement. Hydrophilic rubber waterstop and sealant shall be protected from the direct rays of the sun and from becoming wet prior to concrete placement. If the material does become wet and expands, it shall be allowed to dry until it has returned to its original cross -sectional dimensions before concrete is placed. The hydrophilic rubber waterstop shall be installed in a bed of hydrophilic sealant, before skinning and curing begins, so that any irregularities in the concrete surface are completely filled and the waterstop is bonded to the sealant. After the sealant has cured, concrete nails, with washers of a diameter equal to the waterstop width, shall be placed to secure the waterstop to the concrete at a maximum spacing of 18-inches. Concrete Joints 03 25 10 - 8 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 7. Prior to installation of hydrophilic sealant, the concrete surface shall be wire brushed or sand blasted to remove any laitance or other materials that may interfere with the bonding. Surfaces of metal or PVC to receive sealant shall be cleaned of paint and any material that may interfere with bond. When sealant alone is shown on the Contract Documents, it shall be placed in a built-up bead which has a triangular cross section with each side of the triangle at least 1/4- inch in length, unless indicated otherwise. Concrete shall not be placed until the sealant has cured as recommended by the manufacturer. 3.07 BONDING AGENT A. Use epoxy bonding agent for bonding of fresh concrete to concrete that has been in place for at least 60 days or to existing concrete. B. Use epoxy -cement bonding agent for the following: 1. Bonding toppings and concrete fill to concrete that has been in place for at least 60 days or to existing concrete. 2. For all locations where bonding agent is required and concrete cannot be placed within the open time period of epoxy bonding agent. C. Use a cement -water slurry as a bonding agent for toppings and concrete fill to new concrete. The cement water slurry shall be worked into the surface with a stiff bristle broom and concrete shall be placed before the cement -water slurry dries. D. Handle and store bonding agent in compliance with the manufacturer's printed instructions, including safety precautions. E. Mix the bonding agent in complete accordance with the instructions of the manufacturer. F. Before placing fresh concrete, thoroughly roughen surface to 3/16-inch amplitude and clean hardened concrete surfaces and coat with bonding agent not less than 1/16-inch thick. Place fresh concrete while the bonding agent is still tacky (within its open time), without removing the in -place bonding agent coat, and as directed by the manufacturer. 3.08 SEALANT INSTALLATION A. Sealants shall be installed according to the manufacturer's recommendations for sealant which is to be subjected to continuous submerged conditions and the following requirements. Prior to sealant installation, CONTRACTOR shall arrange to have a representative of the sealant manufacturer instruct the crew doing the Work as to the proper methods of surface preparation, mixing, and application of the sealant. B. Surfaces to receive sealant shall be cleaned of all materials which could interfere with proper bonding. Concrete surfaces shall have all fins or other defects removed or repaired and shall receive a light abrasive blasting prior to priming and sealant application. All surfaces to receive sealant shall be completely dry. C. Spaces to receive sealant shall be filled with joint filler as shown. Where not shown, the space shall be filled with joint filler or a backer rod so that the depth of sealant does not exceed the width of the space. Where the bottom of the space to receive sealant is formed by a material other than backer rod, a bond breaker tape shall be placed. The maximum sealant depth, at middle of the joint width, shall be 1/2-inch. Concrete Joints 03 25 10 - 9 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 D. The primer and sealant used shall be supplied by the same manufacturer. No sealant shall be placed without the use of a primer. E. Self -leveling sealants shall only be used in joints with a slope less than 0.5 percent and where maximum and minimum sealant depths can be maintained. Non -sag sealant shall be used at all other locations and may be used instead of self -leveling sealant. All non -sag sealant shall be tooled to a uniform concave surface before skinning and curing begins. Sealant material shall be conditioned to be within the optimum temperature range recommended by the manufacturer for installation for a minimum of 16 hours prior to installation. Installation shall proceed only when the substrate is at a temperature recommended by the manufacturer. Sealant shall not be placed if there is a threat of imminent rainfall. CONTRACTOR shall submit a letter certifying that the applied sealants were installed in accordance with the manufacturer's recommendations, including temperature, relative humidity, etc. G. All joints to receive sealant shall be inspected by the OWNER prior to sealant placement. Provide 24-hour written notice to OWNER representative prior to inspection. H. All sealant shall achieve final cure at least seven days before the structure is filled with water. Any sealant which, after the manufacturer's recommended curing time for the job conditions, fails to fully and properly cure shall be completely removed. The surfaces to receive sealant shall be completely cleaned of all traces of the improperly cured sealant and primer. The specified sealant shall then be reinstalled. All costs of such removal, surface treatment, and reinstallation shall be at the expense of CONTRACTOR. 3.09 BEARING PAD INSTALLATION A. Neoprene Bearing Pad: Install with water insensitive adhesive in accordance with manufacturer's instructions. V 11I6]*'i x41 0 C0id Concrete Joints 03 25 10 -10 FTW17498 - VCWRF Sludge Thickening Improvements City Project No. CO2647 03 30 00 CAST -IN -PLACE CONCRETE i 1.00 GENERAL 1.01 SUMMARY A. Scope: 1. Provide all labor, materials, equipment and incidentals as shown, specified and required to furnish and install cast -in -place concrete. 2. The Work includes providing concrete consisting of portland cement, fine and coarse aggregate, water, and approved admixtures; Combined, mixed, transported, placed, finished and cured. The Work also includes: a. Providing openings in concrete to accommodate the Work under this and other Sections and building into the concrete all items such as sleeves, frames, anchor bolts, inserts and all other items to be embedded. B. Coordination: 1. Review installation procedures under other Sections and coordinate the installation of items that must be installed in the concrete. C. Classifications of Concrete: 1. Class A (4,000 psi) concrete shall be steel reinforced and includes the following: a. All concrete, unless indicated otherwise. 2. Class B (3,500 psi) concrete shall be placed without forms or with simple forms, with little or no reinforcing, and includes the following: a. Concrete fill within structures. b. Duct banks. c. Unreinforced encasements. d. Curbs and gutters. e. Sidewalks. f. Thrust blocks. g. Topping slabs greater than 4-inches thick. 3. Class C (2,000 psi) concrete shall be unreinforced and used where required as concrete fill under foundations, filling abandoned piping and wherever "lean" concrete is required on the Drawings. D. Related Sections: 1. Section 03 10 00, Concrete Formwork. 2. Section 03 20 00, Concrete Reinforcement. 3. Section 03 25 10, Concrete Joints. 4. Section 03 60 00, Grout. Cast -in -Place Concrete 03 30 00 - 1 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 5. Section 09 8000, Concrete Protective Coatings Composite 1.02 QUALITY ASSURANCE A. Qualifications: 1. Mix Designer: Licensed professional engineer registered in the state of Texas. 2. Batch Plant: Currently certified by the National Ready Mixed Concrete Association. B. Reference Standards: Comply with the applicable provisions and recommendations of the following, except as otherwise shown or specified. CONTRACTOR shall provide a copy of all referenced standards to the OWNER representative prior to commencing work. 1. ACI 214, Recommended Practice for Evaluation of Strength Test Results of Concrete. 2. ACI 301, Specifications for Structural Concrete (includes ASTM Standards referred to herein). 3. ACI 304, Guide for Measuring, Mixing, Transporting and Placing Concrete. 4. ACI 305, Hot Weather Concreting. 5. ACI 306, Cold Weather Concreting. 6. ACI 309, Guide for Consolidation of Concrete. 7. ACI 311, Guide for Concrete Inspection. 8. ACI 318, Building Code Requirements for Structural Concrete. 9. ACI 350, Code Requirements for Environmental Engineering Concrete Structures 10. ANSI/NSF 61, Drinking Water System Components -Health Effects. 11. AASHTO M 182, Burlap Cloth Made from Jute or Kenaf. 12. AASHTO TP 23, Proposed Standard Method of Test for Water Content of Freshly Mixed Concrete Using Microwave Oven Drying. 13. ASTM C 31, Practice for Making and Curing Concrete Test Specimens in the Field. 14. ASTM C 33, Specification for Concrete Aggregates. 15. ASTM C 39, Test Method for Compressive Strength of Cylindrical Concrete Specimens. 16. ASTM C 42, Test Method for Obtaining and Testing Drilled Cores and Sawed Beams of Concrete 17. ASTM C 94, Specification for Ready -Mixed Concrete. 18. ASTM C109, Test Method for Compressive Strength of Hydraulic Cement Mortars. 19. ASTM C 143, Test Method for Slump of Hydraulic- Cement Concrete. 20. ASTM C 150, Specification for Portland Cement. 21. ASTM C 157, Test Method for Length Change of Hardened Hydraulic -Cement Mortar and Concrete. 22. ASTM C 171, Specification for Sheet Materials for Curing Concrete. 23. ASTM C 172, Practice for Sampling Freshly Mixed Concrete. Cast -in -Place Concrete 03 30 00 - 2 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 24. ASTM C 231, Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method. 25. ASTM C 260, Specification for Air -Entraining Admixtures for Concrete. 26. ASTM C 309, Specification for Liquid Membrane -Forming Compounds for Curing Concrete. 27. ASTM C 330, Specification for Lightweight Aggregates for Structural Concrete. 28. ASTM C 494, Specification for Chemical Admixtures for Concrete. 29. ASTM C 882, Test Method for Bond Strength of Epoxy -Resin Systems Used with Concrete by Slant Shear. 30. ASTM E 154, Test Methods for Water Vapor Retarders Used in Contact with Earth Under Concrete Slabs, on Wails, or as Ground Cover. 31. ASTM E 329, Specification for Agencies Engaged in the Testing and/or Inspection of Materials Used for Construction. C. Concrete Testing Service: 1. OWNER shall employ, at its own expense, testing laboratories experienced in the testing of concrete materials to perform material evaluation tests. a. Testing agency shall meet the requirements of ASTM E 329. b. Selection of a testing laboratory is subject to ENGINEER'S approval. Submit a written description of the proposed concrete testing laboratory giving qualifications of personnel, laboratory facilities and equipment, and other information that may be requested by ENGINEER. Materials and installed Work may require testing and retesting, as directed by ENGINEER, at any time during the progress of the Work. Allow free access to material stockpiles and facilities at all times. Tests not specifically indicated to be done at OWNER'S expense, including the retesting of rejected materials and installed Work, shall be done at CONTRACTOR'S expense. D. Qualifications of Water -Reducing Admixture Manufacturer: Water -reducing admixtures shall be manufactured under strict quality control in facilities operated under a quality assurance program. CONTRACTOR shall furnish copy of manufacturer's quality assurance handbook to document the existence of the program. Manufacturer shall maintain a concrete testing laboratory that has been approved by the Cement and Concrete Reference Laboratory at the Bureau of Standards, Washington, D.C. 2. Provide a qualified concrete technician employed by the admixture manufacturer to assist in proportioning the concrete for optimum use of the admixture. The concrete technician shall advise on proper addition of the admixture to the concrete and on adjustment of the concrete mix proportions to meet changing jobsite conditions. E. Laboratory Trial Batch: Each concrete mix design specified shall be verified by a laboratory trial batch, unless indicated otherwise. Cast -in -Place Concrete 03 30 00 - 3 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 2. Each trial batch shall include the following testing: a. Aggregate gradation for fine and coarse aggregates. b. Slump. c. Air content. d. Compressive strength based on three cylinders each tested at seven days and at 28 days. 3. Each trial batch shall provide the following information: a. Project identification name and number. b. Date of report. c. Complete identification of aggregate source of supply. d. Tests of aggregates for compliance with specified requirements. e. Brand, type and composition of cement. f. Brand, type and amount of each admixture. g. Amounts of water used in trial mixes. h. Proportions of each material per cubic yard. i. Gross weight and yield per cubic yard of trial mixtures. j. Measured slump. k. Measured air content. I. Compressive strength developed at seven days and 28 days, from not less than three test cylinders cast for each seven day and 28 day test, and for each design mix. 4. The requirement for a trial batch may be waived if the required test information has been provided in a previous laboratory trial batch run on the identical mix design within the previous two years. The same brand, type, and source of all materials must have been used. 1.03 SUBMITTALS A. Samples: Submit samples of materials as specified and as otherwise may be requested by ENGINEER, including names, sources and descriptions. B. Shop Drawings: Submit for approval the following: 1. Manufacturer's specifications with application and installation instructions for proprietary materials and items, including admixtures and bonding agents. 2. List of concrete materials and concrete mix designs proposed for use. Include the results of all tests performed to qualify the materials and to establish the mix designs. 3. The following information, if ready -mixed concrete is used. a. Physical capacity of mixing plant. b. Trucking facilities available. Cast -in -Place Concrete 03 30 00 - 4 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 c. Estimated average amount that can be produced and delivered to the site during a normal eight hour day, excluding the output to other customers. 4. Manufacturer's Certificate of Compliance: a. Portland Cement. b. Admixtures. c. Aggregates. d. Bonding Agent. e. Bond Breakers. f. Patching Materials. g. Admixtures: Manufacturers' Certificate of Proper Installation. C. Laboratory Test Reports: Submit copies of laboratory test reports for concrete cylinders, materials and mix design tests. ENGINEER'S review will be for general information only. Production of concrete to comply with specified requirements is the responsibility of CONTRACTOR. D. Submit notarized certification of conformance to referenced standards when requested by ENGINEER. E. Delivery Tickets: Furnish to OWNER'S field representative copies of all delivery tickets for each load of concrete delivered to the site. Provide items of information as specified in ASTM C 94, Section 16.1. F. Administrative Submittals: Concrete Coordination Meeting Minutes. Provide copy to OWNER's field representative. 1.04 PRODUCT DELIVERY, STORAGE AND HANDLING A. All materials used for concrete must be kept clean and free from all foreign matter during transportation and handling and kept separate until measured and placed in the mixer. Bins or platforms having hard clean surfaces shall be provided for storage. Suitable means shall be taken during hauling, piling and handling to ensure that segregation of the coarse and fine aggregate particles does not occur and the grading is not affected. 1.05 CONCRETE COORDINATION MEETING A. A Concrete Coordination Meeting shall be held to review the detailed requirements of CONTRACTOR'S proposed concrete design mixes, to determine the procedures for producing proper concrete construction, and to clarify the roles of the parties involved. B. All parties involved in the concrete Work shall attend the conference, including but not limited to the following: 1. CONTRACTOR'S representative. 2. Testing laboratory representative. 3. Concrete subcontractor. 4. Reinforcing steel subcontractor and detailer. Cast -in -Place Concrete 03 30 00 - 5 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 5. Concrete supplier. 6. Admixture manufacturer's representative. 7. ENGINEER. S. OWNER representative. C. The Concrete Coordination Meeting shall be held at a mutually agreed upon time and place. The OWNER shall be notified no less than five days prior to the date of the Concrete Coordination Meeting. 2.00 PRODUCTS 2.01 CEMENTITIOUS MATERIALS A. Cement: 1. Portland cement, ASTM C 150, Type II or Type 1/11. 2. Use portland cement made by a well-known acceptable manufacturer and produced by not more than one plant. Alternate cement sources may be used provided that a mix design has been accepted and a trial batch verifying performance has been made. 3. Do not use cement which has deteriorated because of improper storage or handling. 2.02 AGGREGATES A. General: 1. Aggregates shall conform to the requirements of ASTM C 33 and as herein specified. 2. Do not use aggregates containing soluble salts or other substances such as iron sulfides, pyrite, marcasite, ochre, or other materials that can cause stains on exposed concrete surfaces. B. Fine Aggregate: Clean, sharp, natural sand free from loam, clay, lumps or other deleterious substances. 1. Dune sand, bank run sand and manufactured sand are not acceptable. C. C. Coarse Aggregate: Clean, uncoated, processed aggregate containing no clay, mud, loam, or foreign matter, as follows: 1. Crushed stone, processed from natural rock or stone. 2. Washed gravel, either natural or crushed. Use of slag and pit or bank run gravel is not permitted. 2.03 WATER A. Water used in the production and curing of concrete shall be clean and free from injurious amounts of oils, acids, alkalis, organic materials or other substances that may be deleterious to concrete or steel. 2.04 CONCRETE ADMIXTURES Cast -in -Place Concrete 03 30 00 - 6 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 A. Provide admixtures produced by established reputable manufacturers, and use in compliance with the manufacturer's printed instructions. All admixtures shall be compatible and by a single manufacturer capable of providing qualified field service representation. Admixtures shall not contain thiocyanates nor more than 0.05 percent chloride ion, and shall be non -toxic in the concrete mix after 30 days. Do not use admixtures that have not been incorporated and tested in the accepted mixes, unless otherwise authorized in writing by ENGINEER. B. Air -Entraining Admixtures: ASTM C 260. 1. Product and Manufacturer: Provide one of the following: a. SIKA AER or SIKA AEA-15, as manufactured by Sika Corporation. Sika AER, as manufactured by Sika Corporation. (Add. 2) b. MB-VR, as manufactured by Master Builders, Inc. Master Air VR10, as manufactured by Master Builders, Inc. (Add. 2) c. Daravair, as manufactured by W.R. Grace & Company. Daravair, as manufactured by GCP Applied Technologies. (Add. 2) C. Water -Reducing Admixture: ASTM C 494, Type A. 1. Proportion all Class A, Class Al and Class 8 concrete with non -air entraining, normal setting, water -reducing, aqueous solution of a modification of the salt of polyhydroxylated organic acids. The admixture shall not contain any lignin, nitrates or chlorides added during manufacture. 2. Product and Manufacturer: Provide one of the following: a. Eucon WR-75, as manufactured by Euclid Chemical Company. b. Pozzolith series, as manufactured by Master Builders, Inc. Master Polyheed, as manufactured by Master Builders, Inc. (Add. 2) c. WRDA-15, as manufactured by W.R. Grace & Company. WRDA-15, as manufactured by GCP Applied Technologies. (Add. 2) d. Plastocrete 161 or Plastiment NS, as manufactured by Sika Corporation. D. High Range Water -Reducing Admixture (HRWR): ASTM C 494, Type F/G. 1. High range water -reducer shall be used in classifications of concrete, where specified, and shall be permitted, at CONTRACTOR'S option, in all other classifications of concrete. It shall be added to concrete in compliance with the manufacturer's printed instructions. The specific admixture formulation shall be as recommended by the manufacturer for the project conditions. Provide one of the following: a. Sikament series, as manufactured by Sika Corporation. b. Rheobuild series, as manufactured by Master Builders, Inc. c. Daracem-100, as manufactured by W.R. Grace & Company. Daracem-100, as manufactured by GCP Applied Technologies. (Add. 2) d. Eucon 37 or Eucon 537, as manufactured by the Euclid Chemical Company. E. Set -Control Admixtures: ASTM C 494, as follows: Cast -in -Place Concrete 03 30 00 - 7 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 1. Type B, Retarding. 2. Type C, Accelerating. 3. Type D, Water -reducing and Retarding. 4. Type E, Water -reducing and Accelerating. 5. Type F, Water -reducing, high range admixtures. 6. Type G, Water -reducing, high range, and retarding admixtures. F. Calcium Chloride: Calcium chloride shall not be used. G. If super plasticizers are used in mix designs, the mix shall be slumped at jobsite prior to addition of plasticizer. 2.05 PROPORTIONING AND DESIGN OF MIXES A. Prepare concrete design mixes subject to the following recommendations. Final proportions and mix design is the responsibility of the CONTRACTOR: Classification Coarse Aggregate- Minimum Cementitious (lbslcy) Maximu m WIC Ratio4 Slumpz Air (0/a) Minimum Compressive Strength3 (psi) Size A Size B Class A #57 #8 564 0.45 4" Max. 5+1-1 4000 Class B #57or#65 517 0.50 6" Max. 5+1-1 3500 Class C Any ASTM C33 ____________________No Requirements-------------------- 2000 1 Coarse aggregate size numbers refer to ASTM C 33. Where a size A and B are listed, it is intended that the smaller size B aggregate is to be added, replacing a portion of the coarse and /or fine aggregate, in the minimum amount necessary to make a workable and pumpable mix with a sand content not exceeding 41 percent of total aggregate. 2 The slumps listed are prior to the addition of high range water reducer (super plasticizer) 3 Mix designs shall be made for all but Class C, which does not require a trial batch, so that the compressive strength achieved for the laboratory trial batches will be no less than 125 percent of the specified design strength. This is to assure meeting the design strength for all concrete batched during the project. 4 The quantity of water to be used in the determination of the water-cementitious materials ratio shall include free water on aggregates in excess of SSA and the water portion of admixtures. B. Use an independent testing facility acceptable to ENGINEER for preparing and reporting proposed mix designs. 1. The testing facility shall not be the same as used for field quality control testing. C. Submit written reports of laboratory trial batch test results for proposed mixes of concrete to ENGINEER at least 15 days prior to start of Work. Do not begin concrete production until mixes have been approved by ENGINEER. Cast -in -Place Concrete 03 30 00 - 8 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 D. Adjustment to Concrete Mixes: Mix design adjustments may be requested by CONTRACTOR when characteristics of materials, job conditions, weather, test results, or other circumstances warrant; at no additional cost to the OWNER and as accepted by ENGINEER. Laboratory test data for revised mix designs and strength results must be submitted to and accepted by ENGINEER before using the revised mixes. E. Admixtures: 1. Use air -entraining admixture in all concrete, unless otherwise shown or specified. Add air -entraining admixture at the manufacturer's prescribed rate to result in concrete at the point of placement having air content within the prescribed limits. 2. Water reducing or high -range water reducing admixtures shall be used in all Class A and Class Al concrete. 3. Use amounts of admixtures as recommended by the manufacturer for climatic conditions prevailing at the time of placing. Adjust quantities and types of admixtures as required to maintain quality control. F. Slump Limits with High Range Water Reducer 1. Slump shall not exceed 3-inches prior to adding high range water -reducer and shall not exceed 7.5 inches, measured at point of placement, after adding high range water reducer. G. Color: Provide colored concrete where shown on the Drawings and specified. Incorporate pigments into the concrete mix according to manufacturer's written instructions. Match sample color approved by ENGINEER. 2.06 BONDING AGENT A. Provide epoxy and epoxy -cement bonding agents as specified in Section 03 25 10, Concrete Joints. 2.07 CONCRETE CURING MATERIALS A. Absorptive Cover: Burlap cloth made from jute or kenaf, weighing approximately 10 ounces per square yard and complying with AASHTO M 182, Class 3. B. Curing Mats: Curing mats shall be heavy carpets or cotton mats, quilted at 4-inches on center. Curing mats shall weigh a minimum of 12 ounces per square yard when dry. C. Moisture Retaining Cover: One of the following, complying with ASTM C 171. 1. Waterproof paper. 2. Polyethylene film. 3. White burlap -polyethylene sheet. D. Curing Compound: ASTM C 309 Type 1-D (water retention requirements): 1. Product and Manufacturer: Provide one of the following: a. Super Aqua Cure VOX, as manufactured by The Euclid Chemical Company. b. Sealtight 1100, as manufactured by W.R. Meadows, Incorporated. Cast -in -Place Concrete 03 30 00 - 9 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 c. MasterKure, as manufactured by Master Builders, Inc. 2. Curing compound must be applied by roller or power sprayer. 2.08 FINISHING AIDS A. Evaporation Retardant: 1. Product and Manufacturer: Provide one of the following: a. Confilm, as manufactured by Master Builders. b. Eucobar, as manufactured by Euclid Chemical Company. c. SikaFilm by Sika Corporation. 2.09 CRACK INJECTION MATERIALS A. Epoxy: 1. Epoxy for injection shall be a low viscosity, high modulus moisture insensitive type. 2. Products and Manufacturers: Provide one of the following: a. Sikadur 35, Hi -Mod L.V. and Sikadur 31, Hi -Mod Gel, as manufactured by Sika Corporation. b. Eucopoxy Injection Resin, as manufactured by The Euclid Chemical Company. B. Hydrophilic Resin 1. Hydrophilic resin shall be an acrylic -ester based resin with a maximum viscosity of 50 cps. It shall cure into a flexible rubber -like material that has the potential for unrestrained increase in volume in excess of 100 percent in the presence of water. 2. Products and Manufacturers: Provide one of the following: a. Duroseal Inject, as manufactured by BBZ USA, Inc. Hydroactive Flex SLV, as manufactured by De Neef Construction Chemicals. (Add. 2) b. Sikafix HH, by Sika Corporation. 2.10 CONCRETE REPAIR MATERIALS A. Concrete repair mortar shall be a prepackaged polymer -modified cementitious repair mortar with the following minimum properties: 1. Compressive strength at one day: 2000 psi (ASTM C 109). 2. Compressive strength at 28 days: 6000 psi (ASTM C 109). 3. Bond strength at 28 days: 1800 psi (ASTM C 882 modified). B. Concrete repair mortar shall be: 1. SikaTop 122 Plus, SikaTop 123 Plus, SikaTop 111 Plus, or Sikacem 133, manufactured by the Sika Corporation. The formulation, among those listed, recommended by the manufacturer for the specific application conditions shall be used. Cast -in -Place Concrete 03 30 00 - 10 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 2. Emaco S88-CA or S66-CR, manufactured by Master Builders Inc. The formulation, among those listed, recommended by the manufacturer for the specific application conditions shall be used. 3. Verticoat, Verticoat Supreme, or Euco SR-VO, manufactured by the Euclid Chemical Company. The formulation, among those listed, recommended by the manufacturer for the specific application conditions shall be used. C. Cement Mortar: Cement mortar shall consist of a mix of one part cement to 1 112 parts sand with sufficient water to forma trowelable consistency. Minimum compressive strength at 28 days shall be 4000 psi. Where required to match the color of adjacent concrete surfaces, white portland cement shall be blended with standard portland cement so that, when dry, the patching mortar shall match the color of the surrounding concrete. 2.11 CHEMICAL HARDENER A. Provide a clear chemical hardener of the fluosilicate family. B. Product and Manufacturer: Provide one of the following: 1. Lapidolith, as manufactured by BASF. 2. Hornolith, as manufactured by A.C. Horn, Inc. 2.12 MOISTURE BARRIER A. Moisture Barrier: ASTM E 154: 1. Provide moisture barrier cover over prepared base material where shown on the Drawings. Use polyethylene membrane not less than 10 mils thick, lapping at least 9- inches at joints. 2.13 COMPATIBILITY A. CONTRACTOR shall coordinate the requirements of all specified materials with the proposed mix design to ensure compatibility between the products. 3.00 EXECUTION 3.01 INSPECTION A. CONTRACTOR shall examine the substrate and the conditions under which Work is to be performed and notify ENGINEER, in writing, of unsatisfactory conditions. Do not proceed with the Work until unsatisfactory conditions have been corrected in a manner acceptable to ENGINEER. 3.02 CONCRETE MIXING A. General: 1. Concrete may be produced at batch plants or it may be produced by the ready -mixed process. Batch plants shall comply with the recommendations of ACI 304, and shall have sufficient capacity to produce concrete of the qualities specified, in quantities Cast -in -Place Concrete 03 30 00 - 11 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 required to meet the construction schedule. All plant facilities are subject to testing laboratory inspection and acceptance of ENGINEER. 2. Mixing: a. Mix concrete with an approved rotating type batch machine, except where hand mixing of very small quantities may be permitted. b. Remove hardened accumulations of cement and concrete frequently from drum and blades to assure acceptable mixing action. c. Replace mixer blades when they have lost ten percent of their original height. d. Use quantities such that a whole number of bags of cement is required, unless otherwise permitted. B. Ready -Mix Concrete: 1. Comply with the requirements of ASTM C 94, and as herein specified. Proposed changes in mixing procedures, other than herein specified, must be accepted by ENGINEER before implementation. a. Plant equipment and facilities: Conform to National Ready -Mix Concrete Association "Plant and Delivery Equipment Specification". b. Mix concrete in revolving type truck mixers that are in good condition and which produce thoroughly mixed concrete of the specified consistency and strength. c. Do not exceed the proper capacity of the mixer. d. Mix concrete for a minimum of two minutes after arrival at the job site, or as recommended by the mixer manufacturer. e. Do not allow the drum to mix while in transit. f. Mix at proper speed until concrete is discharged. g. Maintain adequate facilities at the job site for continuous delivery of concrete at the required rates. h. Provide access to the mixing plant for ENGINEER at all times. C. Maintain equipment in proper operating condition, with drums cleaned before charging each batch. Schedule rates of delivery in order to prevent delay of placing the concrete after mixing, or holding dry -mixed materials too long in the mixer before the addition of water and admixtures. 3.03 TRANSPORTING CONCRETE A. Concrete shall be placed into the forms within 60 minutes of the batch time for concrete temperatures between 75 and 90 degrees F, and within 90 minutes for concrete temperatures between 40 and 75 degrees F. B. Take care to avoid spilling and separation of the mixture during transportation. C. Do not place concrete in which the ingredients have been separated. D. Do not retemper partially set concrete. Cast -in -Place Concrete 03 30 00 - 12 FTW17498 —VCWRF Sludge Thickening Improvements City Project No. CO2647 E. Use suitable and approved equipment for transporting concrete from mixer to forms. F. Adding water to the material transport vehicle after partial unloading is prohibited. 3.04 PREPARATION FOR CONCRETING A. All reinforcement, installation of waterstop and positioning of embedded items shall be inspected and approved by the OWNER. The CONTRACTOR shall provide 24-hour written notice to the OWNER prior to concrete placement for inspection. B. Subgrade surfaces shall be thoroughly wetted by sprinkling, prior to the placing of any concrete, and these surfaces shall be kept moist by frequent sprinkling up to the time of placing concrete thereon. The surface shall be free from standing water, mud, and debris at the time of placing concrete. C. All reinforcing steel and embedded items shall be completely cleaned of mortar, loose rust, form release compounds, dirt, or any other substance which would interfere with proper bonding with concrete. Protective coatings on embedded aluminum items shall continuously cover the surface to be in contact with concrete. Any defects in the coating shall be repaired. D. No concrete shall be placed in any structure until all water entering the space to be filled with concrete has been properly cut off or has been diverted by pipes, or other means, and carried out of the forms, clear of the work. No concrete shall be deposited underwater nor shall CONTRACTOR allow still water to rise on any concrete until the concrete has attained its initial set. Water shall not be permitted to flow over the surface of any concrete in such manner and at such velocity as will injure the surface finish of the concrete. Pumping or other necessary dewatering operations for removing ground water, if required, will be subject to the review of the ENGINEER. E. Joint surfaces shall be prepared as required by Section 03 25 10, Concrete Joints. 3.05 CONCRETE PLACEMENT A. General: Place concrete continuously so that no concrete will be placed on concrete that has hardened sufficiently to cause the formation of seams or planes of weakness within the section. If a section cannot be placed continuously, provide construction joints as specified in Section 03 25 10, Concrete Joints. Deposit concrete as nearly as practical in its final location to avoid segregation due to rehandling or flowing. Do not subject concrete to any procedure which will cause segregation. 1. The CONTRACTOR shall provide 24-hour written notice to the OWNER representative prior to all concrete placements. 2. Screed concrete that is to receive other construction to the proper level to avoid excessive skimming or grouting. 3. Do not use concrete which becomes non -plastic and unworkable, or does not meet the required quality control limits, or which has been contaminated by foreign materials. Do not use retempered concrete. Remove rejected concrete from the job site and dispose of it in an acceptable location. 4. Do not place concrete until all forms, bracing, reinforcement, and embedded items are in final and secure position. Cast -in -Place Concrete 03 30 00 - 13 FTW77498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 S. Unless otherwise approved, place concrete only when ENGINEER or OWNER representative is present. 6. Allow a minimum of three days before placing concrete against a slab or wall already in place. B. B. Bonding for Next Concrete Pour: 1. Prepare for bonding of fresh concrete to new concrete that has set but is not fully cured, as follows: a. Thoroughly wet the surface, but allow no free-standing water. For horizontal surfaces place a 2-inch layer of mortar, one part sand and one part cement with water added to a flowable consistency, or a 4-inch layer of Construction Joint Grout, as specified in Section 03 60 00, Grout, over the hardened concrete surface. c. Place fresh concrete before the mortar/grout has attained its initial set. d. If a high range water reducer is used to increase the concrete slump to at least 6- inches, the mortar/grout layer may be omitted. 2. Bonding of fresh concrete to fully -cured hardened existing concrete shall be accomplished by using a bonding agent as specified in Section 03 25 10, Concrete Joints. C. Concrete Conveying: Handle concrete from the point of delivery and transfer to the concrete conveying equipment and to the locations of final deposit as rapidly as practical by methods that will prevent segregation and loss of concrete mix materials. 2. Provide mechanical equipment for conveying concrete to ensure a continuous flow of concrete at the delivery end. Provide runways for wheeled concrete conveying equipment from the concrete delivery point to the locations of final deposit. Keep interior surfaces of conveying equipment, including chutes, free of hardened concrete, debris, water, ice and other deleterious materials. 3. Do not use chutes for distributing concrete, unless approved in writing by ENGINEER. a. Provide sketches showing methods by which chutes will be employed when requesting such approval. b. Design chutes, if permitted, with proper slopes and supports to permit efficient handling of the concrete. 4. Pumping concrete is permitted, however do not use aluminum pipe for conveying. D. Placing Concrete into Forms: 1. Deposit concrete in forms in horizontal layers not deeper than 18-inches and in a manner to avoid inclined construction joints. Where placement consists of several layers, place concrete at such a rate that concrete that is being integrated with fresh concrete is still plastic. Do not permit concrete to free fall within the form from a distance exceeding four feet. Where high range water reducer is used to extend slump to at least 6- inches, the maximum free fall of concrete may be increased to six feet. If a 4-inch thick layer of Cast -in -Place Concrete 03 30 00 - 14 FTW 17498 — VCW RF Sludge Thickening Improvements City Project No. CO2647 construction joint grout, as specified in Section 03 25 10, Concrete Joints, is placed on the horizontal joint, concrete with slump extended by a high range water reducer may free fall up to eight feet in walls that are 24-inches and thicker. Use "elephant trunks" to prevent free fall and excessive splashing on forms and reinforcement. Free falls in excess of four feet shall be discontinued if there is any evidence of segregation. Remove temporary spreaders in forms when concrete placing has reached the elevation of such spreaders. 4. Consolidate concrete placed in forms by mechanical vibrating equipment supplemented by hand -spading, rodding or tamping. Use equipment and procedures for consolidation of concrete in accordance with the applicable recommended practices of ACI 309. Vibration of forms and reinforcing will not be permitted. Where height of concrete placement in walls exceeds 14 feet, temporary windows shall be installed in the formwork to facilitate vibration. The windows shall be properly closed when the height of concrete approaches the windows. Location, size, and spacing of the windows shall be determined by CONTRACTOR to suit equipment used. 6. Do not use vibrators to transport concrete inside of forms. Insert and withdraw vibrators vertically at uniformly spaced locations not farther than the visible effectiveness of the machine. Place vibrators to rapidly penetrate the layer of concrete and at least 6-inches into the preceding layer. Do not insert vibrators into lower layers of concrete that have begun to set. At each insertion, limit the duration of vibration to the time necessary to consolidate the concrete and complete embedment of reinforcement and other embedded items without causing segregation of the mix. 7. Do not place concrete in beam and slab forms until the concrete previously placed in columns and walls is no longer plastic. 8. Force concrete under pipes, sleeves, openings and inserts from one side until visible from the other side to prevent voids. E. Placing Concrete Slabs: 1. Deposit and consolidate concrete slabs in a continuous operation, within the limits of construction joints, until the placing of a panel or section is completed. 2. Consolidate concrete during placing operations using mechanical vibrating equipment, so that concrete is thoroughly worked around reinforcement and other embedded items and into corners. 3. Consolidate concrete placed in beams and girders of supported slabs, and against bulkheads of slabs on ground, as specified for formed concrete structures. 4. Bring slab surfaces to the correct level. Smooth the surface, leaving it free of humps or hollows. Do not sprinkle water on the plastic surface. Do not disturb the slab surfaces prior to beginning finishing operations. 5. Where slabs are placed in conditions of high temperature or wind that could lead to formation of plastic shrinkage cracks, an evaporation retardant shall be applied in accordance with the manufacturer's recommendations, when required by the ENGINEER. F. Quality of Concrete Work: Cast -in -Place Concrete 03 30 00 -15 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 1. Make all concrete solid, compact and smooth, and free of laitance, cracks and cold joints. 2. All concrete for liquid retaining structures, and all concrete in contact with earth, water, or exposed directly to the elements shall be watertight. 3. Cut out and properly replace to the extent directed by ENGINEER, or repair to the satisfaction of ENGINEER, surfaces which contain cracks or voids, are unduly rough, or are in any way defective. Thin patches or plastering shall not be acceptable. 4. All leaks through concrete that exhibit any flowing water, and cracks, holes or other defective concrete in areas of potential leakage, shall be repaired and made watertight by CONTRACTOR. 5. Repair, removal, and replacement of defective concrete as directed by ENGINEER shall be at no additional cost to the OWNER. G. Cold Weather Placing: 1. Protect all concrete Work from physical damage or reduced strength that could be caused by frost, freezing actions, or low temperatures, in compliance with the requirements of ACI 306 and as herein specified. 2. When the air temperature has fallen to or may be expected to fall below 40'F, provide adequate means to maintain the temperature, in the area where concrete is being placed, at between 50'F and 707 for at least seven days after placing. Provide temporary housings or coverings including tarpaulins, insulating blankets and plastic film. Maintain the heat and protection, if necessary, to ensure that the ambient temperature does not fall more than 307 in the 24 hours following the seven-day period. Avoid rapid dry -out of concrete due to overheating, and avoid thermal shock due to sudden cooling or heating. When air temperature has fallen to or is expected to fall below 407, uniformly heat all water and aggregates before mixing as required to obtain a concrete mixture temperature of not less than 55`F and not more than 85°F at point of placement. 4. Do not use salt and other materials containing antifreeze agents or chemical accelerators, or set -control admixtures, unless approved by ENGINEER, in mix designs. H. Hot Weather Placing: 1. When hot weather conditions exist that would seriously impair the quality and strength of concrete, place concrete in compliance with ACI 305 and as herein specified. Use of high -range water reducer in the mix does not preclude the temperature requirements specified herein. 2. When ambient air temperature is at or above 90°F, cool ingredients before mixing to maintain concrete temperature at time of placement below 90°F when the air temperature is rising and below 85'F when the air temperature is falling. Mixing water may be chilled, or chopped ice may be used to control the concrete temperature provided the water equivalent of the ice is calculated in the total amount of mixing water. In addition, the reduction in time from addition of mix water to placement or the use of a set retarding admixture may be required. Cast -in -Place Concrete 03 30 00 - 16 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 a. Concrete temperatures measuring above 90 degrees Fat any point prior to placement will be rejected. b. The addition of a high -range water reduce into the mix design will not be considered for allowing concrete placements above 90 degrees F. 3. Cover reinforcing steel with water -soaked burlap if it becomes too hot, so that the steel temperature will not exceed the ambient air temperature immediately before embedment in concrete. 4. Wet forms thoroughly before placing concrete. 5. Do not place concrete at a temperature so as to cause difficulty from loss of slump, flash set, or cold joints. 6. Do not use set -control admixtures, unless approved by ENGINEER in mix designs. 7. Obtain ENGINEER'S approval of other methods and materials proposed for use. 3.06 FINISH OF FORMED SURFACES A. Standard Form Finish: 1. Standard form finish shall be basically smooth and even but shall be permitted to have texture imparted by the form material used. Defects shall be repaired as specified herein. 2. Use standard form finish for the following: a. Exterior vertical surfaces from the foundation up to one foot below grade. b. Vertical surfaces not exposed to view. B. Smooth Form Finish: 1. Produce smooth form finish by selecting form materials that will impart a smooth, hard, uniform texture. Arrange panels in an orderly and symmetrical manner with a minimum of seams. Repair and patch defective areas as specified herein. 2. Use smooth form finish for the following: a. Exterior surfaces that are exposed to view. b. Surfaces that are to be covered with a coating material. The material may be applied directly to the concrete or may be a covering bonded to the concrete such as waterproofing, dampproofing, painting or other similar system. c. Interior vertical surfaces of liquid containers. d. Interior and exterior exposed beams and undersides of slabs. e. Surfaces to receive a smooth rubbed or grout cleaned finish. C. Smooth Rubbed Finish: 1. Provide smooth, Class A, rubbed finish to concrete surfaces, which have received smooth form finish and where all defects have been repaired, as follows: a. Rubbing of concrete surfaces not later than the day after form removal. Cast -in -Place Concrete 03 30 00 - 17 FTW17498 -- VCWRF Sludge Thickening Improvements City Project No. CO2647 b. Moistening of concrete surfaces and rubbing with carborundum brick or other abrasive until a uniform color and texture is produced. Do not apply cement grout other than that created by the rubbing process. 2. Except where surfaces have been previously covered as specified above, use smooth, Class A, rubbed finish for the following: a. Interior exposed walls and other vertical surfaces. b. Exterior exposed walls and other vertical surfaces down to one foot below grade. c. Interior and exterior horizontal surfaces, except exterior exposed slabs and steps. d. Interior exposed vertical surfaces of liquid containers down to one foot below liquid level. e. Edges of concrete pipe supports, equipment bases and other miscellaneous concrete bases and supports. D. D. Related Unformed Surfaces: 1. At tops of walls, horizontal offsets, and similar unformed surfaces occurring adjacent to formed surfaces, strike off smooth and finish with a texture matching the adjacent formed surfaces. Continue the final surface treatment of formed surfaces uniformly across the adjacent unformed surfaces, unless otherwise shown. E. The addition of water to concrete surfaces for purposes of aiding finishing operations is prohibited. 3.07 SLAB FINISHES A. Float Finish: 1. After placing concrete slabs, do not work the surface further until ready for floating. Begin floating when the surface water has disappeared or when the concrete has stiffened sufficiently. Check and level the surface plane to a tolerance not exceeding 1/4-inch in ten feet when tested with a ten -foot straightedge placed on the surface at not less than two different angles. Cut down high spots and fill all low spots. Uniformly slope surfaces to drains. Immediately after leveling, refloat the surface to a uniform, smooth, granular texture. 2. Use float finish for the following: a. Interior exposed horizontal surfaces of liquid containers, except those to receive grout topping. b. Exterior below grade horizontal surfaces. c. Surfaces to receive additional finishes, except as shown on the Drawings or specified. B. Trowel Finish: 1. After floating, begin the first trowel finish operation using a power -driven trowel. After concrete has stiffened sufficiently to permit operation and after bleed water has disappeared, hand or machine float the surface. Follow immediately by steel troweling at least twice with hand or machine trowels. Cast -in -Place Concrete 03 30 00 - 18 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 Consolidate the concrete surface by the final hand troweling operation. Finish shall be free of trowel marks, uniform in texture and appearance, and with a surface plane tolerance not exceeding 1/8-inch in ten feet when tested with a ten foot straight edge. Grind smooth surface defects that would telegraph through applied floor covering system. 3. Use trowel finish for the following: a. Interior exposed slabs, unless otherwise shown or specified. b. Slabs to receive resilient floor finishes. C. Non -Slip Broom Finish: Immediately after float finishing, slightly roughen the concrete surface by brooming in the direction perpendicularto the main traffic route. Use fine fiber -bristle broom, unless otherwise directed by the ENGINEER. Coordinate the required final finish with ENGINEER before application. 2. Use Non -Slip Broom Finish for the following: a. Exterior exposed horizontal surfaces subject to light foot traffic. b. Interior and exterior concrete steps and ramps. Horizontal surfaces which will receive a grout topping or a concrete equipment base slab. 3.08 CONCRETE CURING AND PROTECTION A. General: 1. Protect freshly placed concrete from premature drying and excessive cold or hot temperature, and maintain without drying at a relatively constant temperature for the period of time necessary for hydration of the cement and proper hardening of the concrete. 2. Start initial curing after placing and finishing concrete as soon as free moisture has disappeared from the concrete surface. Keep continuously moist for not less than 72 hours. Begin final curing procedures immediately following initial curing and before the concrete has dried. Continue final curing for at least seven days and in accordance with ACI 301 procedures for a total curing period, initial plus final, of at least ten days. For concrete sections over 30-inches thick, continue final curing for an additional seven days, minimum. Avoid rapid drying at the end of the final curing period. B. Curing Methods: 1. Water retaining, below grade structures, and slabs shall be moist cured by the addition of water to maintain the surface in a continually wet condition. Other concrete shall be cured by moist curing, or by moisture retaining cover curing, or by the use of curing compound when permitted in writing by the ENGINEER. Use curing compound only when permitted by ENGINEER. a. For curing, use water that is free of impurities that could etch or discolor exposed, natural concrete surfaces. Cast -in -Place Concrete 03 30 00 - 19 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 2. Provide moisture curing by any of the following methods: a. Keeping the surface of the concrete continuously wet by covering with water. b. Continuous water -fog spray. c. Covering the concrete surface with curing mats, thoroughly saturating the mats with water, and keeping the mats continuously wet with sprinklers or porous hoses. Place curing mats so as to provide coverage of the concrete surfaces and edges, with a 4-inch lap over adjacent mats. If necessary, the curing cover shall be weighted to maintain contact with the concrete surface. d. At the end of the curing period apply one coat of curing compound, unless concrete surface is to receive a topping or coating or application is waived by the ENGINEER. 3. Provide moisture retaining cover curing as follows: a. Cover the concrete surfaces with the specified moisture retaining cover for curing concrete, placed in the widest practical width with sides and ends lapped at least 3- inches and sealed by waterproof tape or adhesive. Immediately repair any holes or tears during the curing period using cover material and waterproof tape. 4. Provide liquid curing compound as follows: a. Apply the specified curing compound to all concrete surfaces when permitted by ENGINEER. Slabs to receive terrazzo floors, chemical resistant heavy duty concrete topping or ceramic tile, shall not be cured with liquid curing compound, but shall be moisture cured. The compounds shall be applied immediately after final finishing in a continuous operation by power spray equipment in accordance with the manufacturer's directions. Recoat areas that are subjected to heavy rainfall within three hours after initial application. Maintain the continuity of the coating and repair damage to the coat during the entire curing period. b. When curing compound is authorized for application to water retaining or below grade members, it shall be applied at the manufacturer's recommended coverage rate and then applied again at the same rate to provide twice the recommended coverage. c. At the end of the curing period, curing compound shall be removed where required by the ENGINEER. C. Curing Formed Surfaces: Cure formed concrete surfaces, including the undersides of girders, beams, supported slabs and other similar surfaces by moist curing with the forms in place unloosened for the full curing period or until forms are removed. Where wood forms are kept in place, water shall be added to keep the forms wet. If forms are removed, continue curing by methods specified above, as applicable. D. Curing Unformed Surfaces: 1. Initially cure unformed surfaces, such as slabs, floor topping, and other flat surfaces by using the appropriate method specified above. 2. Final cure unformed surfaces, unless otherwise specified, by utilizing methods specified above, as applicable. Cast -in -Place Concrete 03 30 00 - 20 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 E. Temperature of Concrete During Curing: When the atmospheric temperatures is 40°F and below, maintain the concrete temperature between 507 and 70°F continuously throughout the curing period. When necessary, make arrangement before concrete placing for heating, covering, insulation or housing as required to maintain the specified temperature and moisture conditions continuously for the concrete curing period. Provide cold weather protection complying with the requirements of ACI 306, 2. When the atmospheric temperature is 80°F and above, or during other climatic conditions which will cause too rapid drying of the concrete, make arrangements before the start of concrete placing for the installation of wind breaks or shading, and for fog spraying, wet sprinkling, or moisture retaining covering. Protect the concrete continuously for the concrete curing period. Provide hot weather protection complying with the requirements of ACI 305, unless otherwise specified. Maintain concrete temperature as uniformly as possible, and protect from rapid atmospheric temperature changes. Avoid temperature changes in concrete which exceed 5"F in any one hour and 50'F in any 24 hour period. F. Protection from Mechanical Injury: 1. During the curing period, protect concrete from damaging mechanical disturbances including load stresses, heavy shock, excessive vibration, and from damage caused by rain or flowing water. Protect all finished concrete surfaces from damage by subsequent construction operations. 3.09 FIELD QUALITY CONTROL A. The OWNER shall employ a testing laboratory to perform field quality control testing. ENGINEER or testing agency will direct the number of tests and cylinders required. The testing laboratory shall make standard compression test cylinders and entrained air tests as specified below, except when a laboratory representative is not present the CONTRACTOR shall make standard compression cylinders and entrained air tests. CONTRACTOR shall also provide all labor, material and equipment required including, scale, glass tray, cones, rods, molds, air tester, thermometer, curing in a heated storage box, water holding tank and all other incidentals required. Above will be subject to approval by ENGINEER. CONTRACTOR shall furnish all necessary storage and curing, and transportation required by the testing. B. Quality Control Testing During Construction: 1. Perform sampling and testing for field quality control during the placement of concrete, as follows: a. Concrete sampling for quality assurance: Concrete that is to be pumped or conveyed by bucket or crane shall be sampled at the point of discharge from the truck for information, including slump; and shall be sampled at the point of placement for acceptance of slump and air content. b. Sampling Fresh Concrete: ASTM C 172. c. Slump: ASTM C 143; one test for each concrete load at point of discharge; and one for each set of compressive strength test specimens. Cast -in -Place Concrete 03 30 00 -- 21 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 d. Air Content: ASTM C 231; one for every other concrete load at point of discharge and placement, or when required by an indication of change. Compressive Strength Tests: ASTM C 39; one set of compression cylinders for each 50 cubic yards or fraction thereof, of each mix design placed in any one day; one specimen tested at seven days, and three specimens tested at 28 days. 1). Adjust mix if test results are unsatisfactory and resubmit for ENGINEER'S approval. 2). Concrete that does not meet the strength requirements is subject to rejection and removal from the Work, or to other such corrective measures as directed by ENGINEER, at the expense of CONTRACTOR. Compression Test Specimens: ASTM C 31; make one set of four standard cylinders for each compressive strength test, unless otherwise directed. 1). Cast, store and cure specimens as specified in ASTM C 31. g. Water Cementitious Materials Ratio: Perform one test from each sample from which compression test specimens are taken in accordance with AASHTO TP 23. h. Concrete Temperature: Test hourly when air temperature is 40°F and below, and when 80'F and above; and each time a set of compression test specimens is made. Concrete temperatures measuring above 90 degrees F at any point prior to placement will be rejected - no exceptions. 2. The testing laboratory shall submit certified copies of test results directly to ENGINEER and CONTRACTOR within 24 hours after tests are made. 3. The Concrete Mix Supplier shall be given written procedures and notice to observe initial cylinder sample retrieval and testing procedures such that testing procedures utilized are agreed to by the Concrete Supplier and the Testing Laboratory. C. Evaluation of Quality Control Tests: 1. Do not use concrete delivered to the final point of placement, which has slump or total air content outside the specified values. 2. When water content testing indicates water-cementitious materials ratio to exceed specified requirements by more than 0.02, remaining batches needed to complete the concrete placement shall have water content decreased in the mix and water reducing admixture dosage increased as needed to bring the subsequently batched concrete within the specified water-cementitious materials ratio. Additional testing shall be done to verify compliance with the specified water-cementitious materials ratio. Concrete production for further concrete placements shall not resume until CONTRACTOR has identified the cause of the excess water in the mix and revised batching procedures and/or adjustments to mix design needed to bring water-cementitious materials ratio into conformance with specified requirements have been accepted by the Engineer. Compressive strength tests for laboratory -cured cylinders will be considered satisfactory if the averages of all sets of three consecutive compressive strength tests results equal or exceed the 28 day design compressive strength of the type or class of concrete; and, no individual strength test falls below the required compressive strength by more than 500 psi. Cast -in -Place Concrete 03 30 00 - 22 FTW17498 - VCWRF Sludge Thickening Improvements City Project No. CO2647 a. Where questionable field conditions may exist during placing concrete or immediately thereafter, strength tests of specimens cured under field conditions will be required by ENGINEER to check the adequacy of curing and protecting of the concrete placed. Specimens shall be molded at the same time and from the same samples as the laboratory cured specimens. 1). Provide improved means and procedures for protecting concrete when the 28 day compressive strength of field -cured cylinders is less than 85 percent of companion laboratory -cured cylinders. 2). When laboratory -cured cylinder strengths are appreciably higher than the minimum required compressive strength, field -cured cylinder strengths need not exceed the minimum required compressive strength by more than 500 psi even though the 85 percent criterion is not met. 3). If individual tests of laboratory -cured specimens produce strengths more than 500 psi below the required minimum compressive strength, or if tests of field - cured cylinders indicate deficiencies in protection and curing, provide additional measures to assure that the load -bearing capacity of the structure is not jeopar- dized. If the likelihood of low -strength concrete is confirmed and computations indicate the load -bearing capacity may have been significantly reduced, tests of cores drilled from the area in question will be required at CONTRACTOR'S expense. b. if the compressive strength tests fail to meet the minimum requirements specified, the concrete represented by such tests will be considered deficient in strength and subject to replacement, reconstruction or to other action approved by ENGINEER. D. Testing Concrete Structure for Strength: 1. When there is evidence that the strength of the in -place concrete does not meet specification requirements, CONTRACTOR shall employ at its expense the services of a concrete testing service to take cores drilled from hardened concrete for compressive strength determination. Tests shall comply with the requirements of ASTM C 42 and the following: a. Take at least three representative cores from each member or suspect area at locations directed by ENGINEER. b. Strength of concrete for each series of cores will be considered satisfactory if their average compressive strength is at least 85 percent and no single core is less than 75 percent of the 28 day required compressive strength. c. Report test results to ENGINEER, in writing, on the same day that tests are made. Include in test reports, the Project identification name and number, date, name of CONTRACTOR, name of concrete testing service, location of test core in the structure, type or class of concrete represented by core sample, nominal maximum size aggregate, design compressive strength, compression breaking strength and type of break (corrected for length -diameter ratio), direction of applied load to core with respect to horizontal plane of the concrete as placed, and the moisture condition of the core at time of testing. Cast -in -Place Concrete 03 30 00 - 23 FTW17498 - VCWRF Sludge Thickening Improvements City Project No. CO2647 Fill core holes solid with non -shrink, high strength grout, and finish to match adjacent concrete surfaces. Conduct static load test and evaluations complying with the requirements of ACI 318 if the results of the core tests are unsatisfactory, or if core tests are impractical to obtain, as directed by ENGINEER. 3.10 MISCELLANEOUS CONCRETE ITEMS A. Temporary Openings 1. Openings in concrete walls and/or slabs required for passage of Work or installation of equipment and not shown on the Drawings shall be provided, but only with approval of the ENGINEER. All temporary openings made in concrete shall be provided with waterstop in below grade or water retaining members. Continuity of required reinforcement shall be provided in a manner acceptable to the ENGINEER. Temporary openings left in concrete structures shall be filled with concrete after the Work causing the need for the opening is in place, unless otherwise shown or directed. Mix, place and cure concrete as specified herein, to blend with in -place construction. Provide all other miscellaneous concrete filling shown or required to complete the Work. B. Equipment Bases: Unless specifically shown otherwise, provide concrete bases for all pumps and other equipment. CONTRACTOR shall coordinate and construct bases to the dimensions shown, or as required to meet manufacturers; requirements and Drawing elevations. Where no specific elevations are shown, bases shall be 6-inches thick and extend 3- inches outside the metal equipment base or supports. Bases shall have smooth trowel finish, unless a special finish such as terrazzo, ceramic tile or heavy duty concrete topping is required. In those cases, provide appropriate concrete finish. 2. Include all concrete equipment base work not specifically included under other Sections. 3. In general, place bases up to 1-inch below the metal base. Properly shim equipment to grade and fill 1-inch void with non -shrink grout as specified in Section 03 60 00, Grout. C. Curbs: 1. Provide monolithic finish to interior curbs by stripping forms while concrete is still green and steel -troweling surfaces to a hard, dense finish with corners, intersections, and terminations slightly rounded. 2. Exterior curbs shall have rubbed finish for vertical surfaces and a broomed finish for top surfaces. 3.11 CONCRETE REPAIRS A. Repair of Formed Surfaces: 1. The following defects shall be repaired in all types of formed finishes: Cast -in -Place Concrete 03 30 00 - 24 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 a. Spalls, air bubbles, rock pockets, form depressions, and other defects that are more than 1/4-inch in depth. b. Holes from tie rods and other form tie systems. c. Fins, offsets and other projections that extend more than 1/4-inch beyond the designated member surface. d. Structural cracks, as defined by the ENGINEER. e. Non-structural cracks, as defined by the ENGINEER, which are greater than 0.010- inch wide. In water retaining members, elevated slabs subject to rainfall and washdown, and below grade members, any crack that shows any amount of leakage. Where it is not possible to verify that a crack is not leaking, it shall be repaired. The following defects shall be repaired in smooth finish surfaces, in addition to those listed above: a. Spalls, air bubbles, rock pockets, form depressions, and other defects which extend to more than 1/2-inch in width in any direction, no matter how deep. b. Spalls, air bubbles, rock pockets, form depressions, and other defects of any size that exceed three in number in a 12-inch square or 12 in number in a three foot square. c. Fins, offsets and other projections shall be completely removed and smoothed. d. Scratches and gouges in the surface. e. Texture and color irregularities. At water retaining surfaces, texture and color irregularities need not be repaired when greater than 12-inches below the minimum normal operating water surface, except where such defects are indicative of reduced durability. 3. Where a smooth rubbed or grout cleaned finish is specified, minor surface defects repairable by the finishing process need not be repaired prior to the finish application, when approved by the ENGINEER. B. Method of Repair of Formed Surfaces: 1. Repair and patch defective areas with cement mortar or concrete repair mortar immediately after removal of forms and as directed by ENGINEER. Repairs made to water bearing and buried surfaces shall be made with repair mortar only. Repairs of form tie holes on water bearing or buried surfaces shall be made with non -shrink grout as specified in Section 03 60 00, Grout. 2. Cut out honeycomb, rock pockets, voids, and holes left by tie rods and bolts, down to solid concrete but, in no case, to a depth of less than 1-inch for cement mortar and 1/2- inch for repair mortar. Make edges of cuts perpendicular to the concrete surface. Before placing the cement mortar, thoroughly clean and brush -coat the area to be patched with the specified bonding agent. Where concrete repair mortar is used, bonding agent shall be optional and the surface prepared and mortar placed per manufacturers recommendations. Cast -in -Place Concrete FTW17498 — VCWRF Sludge Thickening Improvements 033000-25 City Project No. CO2647 Repairs at exposed -to -view surfaces shall match the color of surrounding concrete, except color matching is not required for the interior surfaces of liquid containers up to one foot below liquid level. CONTRACTOR shall impart texture to repaired surfaces to match texture of existing adjacent surfaces. Provide test areas at inconspicuous locations to verify mixture, texture and color match before proceeding with the patching. Compact mortar in place and strike off slightly higher than the surrounding surface. Structural cracks shall be pressure grouted using an injectable epoxy using a pumped pressure system. Apply in accordance with the manufacturer's directions and recommendations. 4. Non-structural cracks shall be pressure grouted using hydrophilic resin. Apply in accordance with the manufacturer's directions and recommendations. 5. Determination of the crack type shall be made by the ENGINEER. 6. Fill holes extending through concrete by means of a plunger- type gun or other suitable device from the least exposed face, using a flush stop held at the exposed face to ensure completely filling. At below grade and water retaining members, fill holes with concrete repair mortar except use a color matched cement mortar for the outer 2-inches at exposed to view surfaces. Where powerwashing and/or scrubbing is not adequate, abrasive blast exposed -to -view surfaces that require removal of stains, grout accumulations, sealing compounds, and other substances marring the surfaces. Use sand finer than No. 30 and air pressure from 15 to 25 psi. C. Repair of Unformed Surfaces: 1. Test unformed surfaces, such as monolithic slabs, for smoothness and to verify surface plane to the tolerances specified for each surface and finish. Correct low and high areas as herein specified. 2. Test unformed surfaces sloped to drain for trueness of slope, in addition to smoothness, using a template having the required slope. Correct high and low areas as herein specified. 3. Repair finish of unformed surfaces that contain defects that adversely affect the durability of the concrete. Surface defects include crazing, cracks in excess of 0.01-inch wide, spalling, popouts, honeycomb, rock pockets, and other objectionable conditions. 4. Repair structural cracks in all structures and non-structural cracks in water -holding structures. In water -holding structures, where the dry face of the concrete member can be observed, cracks that show any rate of water flow shall be repaired. Where the dry face of the member cannot be observed, all cracks shall be repaired. D. Methods of Repair of Unformed Surfaces: 1. Correct high areas in unformed surfaces by grinding, after the concrete has cured sufficiently so that repairs can be made without damage to adjacent areas. 2. Correct low areas in unformed surfaces during, or immediately after completion of surface finishing operations by cutting out the low areas and replacing with fresh concrete. Finish repaired areas to blend into adjacent concrete. Where the concrete Cast -in -Place Concrete FTW17498 —VCWRF Sludge Thickening Improvements 03 30 00 - 26 City Project No. CO2647 has already set and repairs are required, sawcut around the perimeter of the area to be repaired to a 1/2-inch depth and remove concrete so that the minimum thickness of the repair is 1/2-inch. Apply specified concrete repair mortar in accordance with the manufacturer's directions and recommendations. 3. Repair defective areas, except random cracks and single holes not exceeding 1-inch diameter, by cutting out and replacing with fresh concrete. Remove defective areas to sound concrete with clean, square cuts, and expose reinforcing steel with at least 3/4-inch clearance all around. The minimum thickness of the repair shall be 1.5-inches. Dampen all concrete surfaces in contact with patching concrete and brush with the specified bonding agent. Place patching concrete while the bonding agent is still tacky. Mix patching concrete of the same materials and proportions to provide concrete of the same classification as the original adjacent concrete. Place, compact and finish as required to blend with adjacent finished concrete. Cure in the same manner as adjacent concrete. 4. Repair isolated random non-structural cracks (in members which are not below grade or water retaining), and single holes not over 1-inch diameter, by the dry -pack method. Groove the top of cracks, and cut out holes to sound concrete and clean of dust, dirt and loose particles. Dampen all cleaned concrete surfaces and brush with the specified bonding agent. Place dry -pack before the cement grout takes its initial set. Mix dry -pack, consisting of one part portland cement to 2-1/2 parts fine aggregate passing a No. 16 mesh sieve, using only enough water as required for handling and placing. Compact dry -pack mixture in place and finish to match adjacent concrete. Keep patched areas continuously moist for not less than 72 hours. Structural cracks shall be pressure grouted using an injectable epoxy. Apply in accordance with the manufacturer's directions and recommendations. Non-structural cracks in below grade and water retaining structures shall be pressure grouted using hydrophilic resin. Apply in accordance with the manufacturer's directions and recommendations. 7. Determination of the crack type shall be made by the ENGINEER. 8. Assure that surface is acceptable for flooring material to be installed in accordance with manufacturer's recommendations. E. Other Methods of Repair: 1. Repair methods not specified above maybe used if approved by ENGINEER. END OF SECTION Cast -in -Place Concrete 03 30 00 - 27 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 THIS PAGE INTENTIONALLY BLANK 03 60 00 GROUT 1.00 GENERAL 1.01 SUMMARY A. Scope: 1. Provide all labor, materials, equipment, and incidentals as shown, specified and required to furnish and install grout. 2. The types of grout include the following: a. Non -Shrink Grout: This type of grout is to be used wherever grout is shown in the Contract Documents, unless another type is specifically referenced. Two classes of non -shrink grout (Class I and II) and areas of application are specified herein. b. Non -Shrink Epoxy Grout (Class 111). c. Grout Fill, Topping Grout. d. Construction Joint Grout. B. Related Sections: 1. Section 03 30 00, Cast -In -Place Concrete. 2. Section 05 05 10, Anchorages C. Application: The following is a listing of typical applications and the corresponding type of grout which is to be used. Unless indicated otherwise, grouts shall be provided as listed below whether called for on the Drawings or not. Application Type of Grout Beam and column (1 or 2 story) base plates and Non -shrink Class I precast concrete bearing less than 16-inches in the least dimension. Column base plates and precast concrete bearing Non -shrink Class II (greater than 2 story or larger than 16- inches in the least dimension). Base plates for storage tanks and other non- Non -shrink Class motorized equipment and machinery less than 30 horsepower. Machinery over 30 horsepower and equipment Non -shrink Class III under 30 horsepower but subject to severe shock loads and high vibration. Non -shrink Class II (Class where placement time exceeds 15 minutes) Grout 03 60 00 -1 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 Filling blockout spaces for embedded items such as railing posts, gate guide frames, etc. Toppings and concrete fill less than 4-inches thick. Toppings and concrete fill greater than 4-inches thick. All anchor bolts and reinforcing steel set in grout. Any application not listed above, where grout is called for on the Drawings. 1.02 QUALITY ASSURANCE Grout Fill, Topping Grout Class Al Concrete in accordance with Section 03 30 00, Cast -In -Place Concrete. Refer to Section 03 20 00, Concrete Reinforcement, and Section 05 05 10, Anchorages. Non -shrink Class I, unless noted otherwise A. Reference Standards: Comply with applicable provisions and recommendations of the following, except as otherwise shown or specified. 1. ACI 211.1, Practice for Selecting Proportions for Normal, Heavy -Weight and Mass Concrete. 2. ACI 301, Specification for Structural Concrete (Includes ASTM Standards referred to herein). 3. ASTM C 33, Specification for Concrete Aggregates. 4. ASTM C 109, Test Method for Compressive Strength of Hydraulic Cement Mortars (using 2-in. or 50 mm. Cube Specimens). 5. ASTM C 150, Specification for Portland Cement. 6. ASTM C 230, Specification for Flow Table for use in Tests of Hydraulic Cement. 7. ASTM C 531, Test Method for Linear Shrinkage and Coefficient of Thermal Expansion of Chemical- Resistant Mortars, Grouts, and Monolithic Surfacings. 8. ASTM C 579, Test Method for Compressive Strength of Chemical -Resistant Mortars, Grouts, Monolithic Surfacings and Polymer Concretes. 9. ASTM C 827, Test Method for Early Volume Change of Cementitious Mixtures. 10. ASTM C 882, Test Method for Bond Strength of Epoxy -Resin Systems Used with Concrete. 11. ASTM C 937, Specification for Grout Fluidifier for Preplaced-Aggregate Concrete. 12. ASTM C 939, Text Method for Flow of Grout for Preplaced-Aggregate Concrete (Flow Cone Method). 13. ASTM C 1107, Specification for Packaged Dry, Hydraulic -Cement Grout (Non -shrink). Grout 03 60 00 - 2 FTW17498 —VCWRF Sludge Thickening Improvements City Project No. CO2647 14. ASTM C 1181, Test Method for Compressive Creep of Chemical -Resistant Polymer Machinery Grouts. 15. ASTM D 696, Test Method for Coefficient of Linear Thermal Expansion of Plastics. B. Field Tests: 1. Compression test specimens will betaken during construction from the first placement of each type of grout, and at intervals thereafter as selected by the OWNER to ensure continued compliance with these specifications. Compression tests and fabrication of specimens for non -shrink grout will be performed as specified in ASTM C 109 at intervals during construction as selected by the OWNER. A set of three specimens will be made for testing at seven days, 28 days, and each additional time period as appropriate. 3. Compression tests and fabrication of specimens for epoxy grout will be performed as specified in ASTM C 579, Method B, at intervals during construction as selected by the OWNER. A set of three specimens will be made for testing at seven days, and each earlier time period as appropriate. 4. The cost of all laboratory tests on grout will be borne by the OWNER, but CONTRACTOR shall assist in obtaining specimens for testing. However, CONTRACTOR shall be charged for the cost of any additional tests and investigation on work performed which does not conform to the requirements of the specifications. CONTRACTOR shall supply all materials necessary for fabricating the test specimens. 1.03 SUBMITTALS A. Shop Drawings, submit for approval the following: 1. For Grout Fill and Construction Joint Grout, copies of grout design mix and laboratory test reports for grout strength tests. B. Reports and Certificates, submit for approval the following: 1. For proprietary materials, submit copies of manufacturer's certification of compliance with the specified properties for Class I, 11, and III grouts. 2. Submit certified testing lab reports for ASTM C 1107, Grade Band Grade C (as revised herein) requirements for Class I and 11 grouts tested at a fluid consistency for temperatures of 45, 73.4, 90°F with a pot life of 30 minutes at fluid consistency. 3. Submit certification that materials meet specification requirements for nonproprietary materials. 4. Submit certifications that all grouts used on the project are free of chlorides or other chemicals causing corrosion. 5. Manufacturer's specifications and installation instructions for all proprietary materials. 1.04 PRODUCT DELIVERY, STORAGE AND HANDLING A. Delivery of Materials: Grout materials from manufacturers shall be delivered in unopened containers and shall bear intact manufacturer's labels. Grout 03 60 00 - 3 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 B. Storage of Materials: Grout materials shall be stored in a dry shelter and shall be protected from moisture. 2.00 PRODUCTS 2.01 GROUTS A. General: Non -shrink grout shall be a prepackaged, inorganic, flowable, non -gas -liberating, non-metallic, cement -based grout requiring only the addition of water. Manufacturer's instructions shall be printed on each bag or other container in which the materials are packaged. The specific formulation for each class of non -shrink grout specified herein shall be that recommended by the manufacturer for the particular application. B. Class I Non -Shrink Grout: 1. Class I non -shrink grouts shall have a minimum 28 day compressive strength of 7000 psi. This grout is for precision grouting and where water tightness and non -shrink reliability in both plastic and hardened states are critical. Refer to areas of application as specified herein. 2. Shall meet the requirements of ASTM C 1107 Grade C and B (as modified below) when tested using the amount of water required to achieve the following properties: a. Fluid consistency (20 to 30 seconds) in accordance with ASTM C 939. b. At temperatures of 45, 73.4, and 95°F. 3. The length change from placement to time of final set shall not have a shrinkage greater than the amount of expansion measured at 3 or 14 days. The expansion at 3 or 14 days shall not exceed the 28-day expansion. 4. The non -shrink property is not based on a chemically generated gas or gypsum expansion. 5. Fluid grout shall pass through the flow cone, with a continuous flow, one hour after mixing. 6. Product and Manufacturer: Provide one of the following: a. Masterflow 928, as manufactured by Master Builders, Inc. b. Five Star Grout, as manufactured by Five Star Products, Inc. c. Hi -Flow Grout, as manufactured by the Euclid Chemical Company C. Class II Non -Shrink Grout: 1. Class 11 non -shrink grouts shall have a minimum 28 day compressive strength of 7000 psi. This grout is for general purpose grouting applications as specified herein. 2. Shall meet the requirements of ASTM C 1107 and the following requirements when tested using the amount of water required to achieve the following properties: a. Flowable consistency (140 percent flow on ASTM C 230, five drops in 30 seconds). b. Fluid working time of at least 15 minutes. c. Flowable for at least 30 minutes. Grout 03 60 00 - 4 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 3. The grout when tested shall not bleed at maximum allowed water. 4. The non -shrink property is not based on a chemically generated gas or gypsum expansion. 5. roduct and Manufacturer. Provide one of the following: a. Set Grout, as manufactured by Master Builders, Inc. Construction Grout, as manufactured by Master Builders, Inc. (Add. 2) b. NBEC Grout, as manufactured by Five Star Products, Inc. FSP Grout, as manufactured by Five Star Products, Inc. (Add. 2) c. NS Grout, as manufactured by the Euclid Chemical Company. High Flow Grout, as manufactured by Euclid Chemical Corp. (Add. 2) D. Class III Non -Shrink Epoxy Grout: 1. Epoxy grout shall be a flowable, non -shrink, 100 percent solids system. The epoxy grout system shall have three components: resin, hardener, and specially blended aggregate, all premeasured and prepackaged. The resin component shall not contain any non - reactive diluents. Resins containing butyl glycidyl ether (BGE) or other highly volatile and hazardous reactive diluents are not acceptable. Variation of component ratios is not permitted, unless specifically recommended by the manufacturer. Manufacturer's instructions shall be printed on each container in which the materials are packaged. The following properties shall be attained with the minimum quantity of aggregate allowed by the manufacturer. 2. Product and Manufacturer: Provide one of the following: a. Euco High Strength Grout, as manufactured by The Euclid Chemical Company. E3G Grout, as manufactured by Euclid Chemical Co. (Add. 2) b. Sikadur 42 Grout Pak, as manufactured by Sika Corporation. c. Five Star Epoxy Grout, as manufactured by Five Star Products, Incorporated. HP Epoxy Grout, as manufactured by Five Star Products, Inc. (Add. 2) 3. The vertical volume change at all times before hardening shall be between 0.0 percent shrinkage and four percent expansion when measured according to ASTM C 827 (modified for epoxy grouts by using an indicator ball with a specific gravity between 0.9 and 1.1). Alternately, epoxy grouts which maintain an effective bearing area of not less than 95 percent are acceptable. 4. The length change after hardening shall be negligible (less than 0.0006 in/in) and the coefficient of thermal expansion shall be less than 0.00003 in/in/F when tested in accordance to the requirements of ASTM C 531. 5. The compressive creep at one year shall be negligible (less than .001 in/in) when tested under a 400 psi constant load at 1407 in accordance to the requirements of ASTM C 1181. 6. The seven day compressive strength shall be a minimum of 14,000 psi when tested in accordance to the requirements of ASTM C 579. 7. The grout shall be capable of maintaining at least a flowable consistency for a minimum of 30 minutes at 70'F. Grout 03 60 00 - 5 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 8. The shear bond strength to portland cement concrete shall be greater than the shear strength of the concrete when tested in accordance to the requirements of ASTM C 882. 9. The effective bearing area shall be a minimum of 95 percent. E. Grout Fill, Topping Grout: 1. Grout for topping of slabs and concrete fill for built-up surfaces of tank, channel, and basin bottoms shall be composed of cement, fine aggregate, coarse aggregate, water, and admixtures proportioned and mixed as specified herein. All materials and procedures specified for normal concrete in Section 03 30 00, Cast -In -Place Concrete, shall apply except as noted otherwise herein. 2. Coarse aggregate shall be graded as follows: U.S. STANDARD 6yr 51=411.r 1/2-inch 318-inch No. 4 No. 8 No. 16 No. 30 PERCENT BY WEIGHT PASSING 100 90 to 100 20 to 55 5 to 30 0to10 0 3. Final mix design shall be as determined by trial mix design under supervision of the approved testing laboratory. 4. Strength: Minimum compressive strength of Grout Fill at the end of 28 days shall be 4000 psi. F. Construction Joint Grout: 1. Construction Joint Grout approximates Class Al concrete, as specified in Section 03 30 00, with aggregate coarser than 1/2-inch removed. The mix is to be designed as flowable with a high mortar content. It is intended to be placed over construction joints and mixed with Class Al concrete as specified in Section 03 30 00, Cast -In -Place Concrete. The mix requirements are as follows: a. Compressive Strength: 4,000 psi minimum at 28-days. b. Maximum Water -Cement Ratio: 0.45 by weight. c. Coarse Aggregate: ASTM C33, No. 8 size. d. Fine Aggregate: ASTM C33, approximately 60 percent by weight of total aggregate. G. Requirements for Grout Fill and Construction Joint Grout 1. Proportion mixes by either laboratory trial batch or field experience methods, using materials to be employed on the Project for grout required. Comply with ACI 211.1 and report to ENGINEER the following data: a. Complete identification of aggregate source of supply. b. Tests of aggregates for compliance with specified requirements. c. Brand, type and composition of cement. Grout 03 60 00 - 6 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 d. Brand, type and amount of each admixture. e. Amounts of water used in trial mixes. f. Proportions of each material per cubic yard. g. Gross weight and yield per cubic yard of trial mixtures. h. Measured slump. i. Measured air content. j. Compressive strength developed at seven days and 28 days, from not less than three test specimens cast for each seven day and 28-day test, and for each design mix. 2. Submit written reports to ENGINEER of proposed mix of grout at least 30 days prior to start of Work. Do not begin grout production until mixes have been approved by ENGINEER. 3. Laboratory Trial Batches: When laboratory trial batches are used to select grout proportions, prepare test specimens and conduct strength tests as specified in ACI 301, Section 4 - Proportioning. However, mixes need not be designed for greater than 125 percent of the specified strength, regardless of the standard deviation of the production facility. 4. Field Experience Method: When field experience methods are used to select grout proportions, establish proportions as specified in ACI 301, Section 4. 5. Admixtures: Use air -entraining admixture in all grout. Use amounts of admixtures as recommended by the manufacturer for climatic conditions prevailing at the time of placing. Adjust quantities and types of admixtures as required to maintain quality control. Do not use admixtures which have not been incorporated and tested in the accepted design mix, unless otherwise authorized in writing by ENGINEER. 2.02 CURING MATERIALS A. Curing materials shall be as specified in Section 03 3000, Cast -in -Place Concrete, and as recommended by the manufacturer of prepackaged grouts. 2.03 CONSISTENCY A. The consistency of grouts shall be that necessary to completely fill the space to be grouted for the particular application. B. The slump for topping grout and grout fill shall be adjusted to match placement and finishing conditions, but shall not exceed 4-inches. C. The slump for Construction Joint Grout shall be 7 ± 1-inches. 3.00 EXECUTION 3.01 INSPECTION Grout 03 60 00 - 7 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 A. CONTRACTOR shall examine the substrate and conditions under which grout is to be placed and notify OWNER, in writing, of unsatisfactory conditions. Do not proceed with the Work until unsatisfactory conditions have been corrected in a manner acceptable to ENGINEER. 3.02 INSTALLATION A. General: 1. Place grout as shown on the Drawings and in accordance with manufacturer's instructions. If manufacturer's instructions conflict with the Specifications do not proceed until ENGINEER provides clarification. 2. Manufacturers of proprietary products shall make available upon 72 hours notification the services of a qualified, full time employee to aid in assuring proper use of the product under job conditions. 3. Placing grout shall conform to temperature and weather limitations in Section 03 30 00, Cast -In -Place Concrete. 4. Grout shall be cured following manufacturer's instructions for prepackaged grout and the requirements in Section 03 30 00, Cast -In -Place Concrete, for grout fill and topping grout. B. Columns, Beams and Equipment Bases: 1. Epoxy grout: After shimming equipment to proper grade, securely tighten anchor bolts. Properly form around the base plates, allowing sufficient room around the edges for placing the grout. Adequate depth between the bottom of the base plate and the top of concrete base must be provided to assure that the void is completely filled with the epoxy grout. 2. Non -shrink, non-metallic grout: After shimming columns, beams and equipment to proper grade, securely tighten anchor bolts. Properly form around the base plates allowing sufficient room around the edges for placing the grout. Adequate depth between the bottom of the base plate and the top of concrete base must be provided to assure that the void is completely filled with the non -shrink, non-metallic grout. C. Handrails and Railings. 1. After posts have been properly inserted into the holes or sleeves, fill the annular space between posts and sleeve with the non -shrink, non-metallic grout. Bevel grout at juncture with post so that moisture flows away from post. D. Construction Joints: 1. Place a 4-inch minimum thick layer of Construction Joint Grout over the contact surface of the old concrete at the interface of horizontal construction joints as specified in Section 03 25 10, Concrete Joints, and Section 03 30 00, Cast -In -Place Concrete. E. Topping Grout: All mechanical, electrical, and finish work shall be completed prior to placement of topping grout. The base slab shall be given a roughened textured surface by sandblasting or hydroblasting exposing the aggregates to ensure bonding to the base slab. Grout 03 60 00 - 8 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 2. The minimum thickness of grout topping shall be 1-inch. The base slab shall be thoroughly cleaned and brought to a saturated surface dry condition prior to placing topping and fill. No topping concrete shall be placed until the slab is complete free from standing pools or ponds of water. A thin coat of neat Type II cement slurry shall be broomed into the surface of the slab and topping or fill concrete shall be placed while the slurry is still wet. The topping and fill shall be compacted by rolling or tamping, brought to established grade, and floated. 4. Topping grout placed on sloping slabs shall proceed uniformly from the bottom of the slab to the top, for the full width of the placement. The surface shall be tested with a straight edge to detect high and low spots which shall be immediately eliminated. When the topping has hardened sufficiently, it shall be steel troweled to a smooth surface free from pinholes and other imperfections. An approved type of mechanical trowel may be used as an assist in this operation, but the last pass over the surface shall be by hand -troweling. During finishing, no water, dry cement or mixture of dry cement and sand shall be applied to the surface. 6. Cure and protect the grout topping as specified in Section 03 30 00, Cast -In -Place Concrete. F. Grout Fill 1. All mechanical, electrical, and finish work shall be completed prior to placement of grout fill. Grout fill shall be mixed, placed, and finished as required in Section 03 30 00, Cast - In -Place Concrete. The minimum thickness of grout fill shall be 1-inch. Where the finished surface of grout fill is to form an intersecting angle of less than 45 degrees with the concrete surface it is to be placed against, a key shall be formed in the concrete surface at the intersection point. The key shall be a minimum of 3-1/2-inches wide by 1-1/2-inches deep. 3. The surface shall be tested with a straight edge to verify that the surface slopes uniformly to drain and to detect high and low spots which shall be immediately eliminated. When the grout fill has hardened sufficiently, it shall be steel troweled to a smooth surface free from pinholes and other imperfections. During finishing, no water, dry cement or mixture of dry cement and sand shall be applied to the surface. END OF SECTION Grout 03 60 00 - 9 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 THIS PAGE INTENTIONALLY BLANK 03 74 00 MODIFICATIONS TO EXISTING CONCRETE 1.00 GENERAL 1.01 SUMMARY A. Scope of Work: 1. Furnish all labor, materials, equipment, and incidentals required and cut, remove, repair, or otherwise modify parts of existing concrete structures or appurtenances as shown on the Drawings and as specified herein. Work under this Section shall also include bonding new concrete to existing concrete. B. Related Sections: 1, Section 03 10 00, Concrete Formwork. 2. Section 03 20 00, Concrete Reinforcement. 3. Section 03 25 10, Concrete Joints. 4. Section 03 30 00, Cast -in -Place Concrete. 5. Section 03 60 00, Grout. 6. Section 05 50 10, Miscellaneous Metal Fabrications. 1.02 QUALITY ASSURANCE A. Referenced Standards: Comply with provisions of following codes, specifications, and standards, except as otherwise indicated. 1. ASTM C881 - Standard Specification for Epoxy -Resin -Base Bonding Systems for Concrete 2. ASTM C882 - Standard Test Method for Bond Strength of Epoxy -Resin Systems Used with Concrete by Slant Sheer 3. ASTM D570 - Standard Test Method for Water Absorption of Plastics 4, ASTM D638 - Standard Test Method for Tensile Properties of Plastics 5. ASTM D695 - Standard Test Method for Compressive Properties of Rigid Plastics 6. ASTM D732 - Standard Test Method for Shear Strength of Plastics by Punch Tool 7. ASTM D790 - Standard Test Methods for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials B. No existing structure or concrete shall be shifted, cut, removed, or otherwise altered until authorization is given by the Engineer or where directed in the Drawings. C. When removing materials or portions of existing structures and when making openings in existing structures, all precautions shall be taken and all necessary barriers, shoring and bracing, and other protective devices shall be erected to prevent damage to the structures beyond the limits necessary for the new work, protect personnel, control dust, and to prevent damage to the structures or contents by falling or flying debris. Unless otherwise permitted, shown, or specified, line drilling will be required in cutting existing concrete. Modifications to Existing Concrete 03 74 00 - 1 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 D. Manufacturer Qualifications: The manufacturer of the specified products shall have a minimum of 10 years' experience in the manufacture of such products and shall have an ongoing program of training, certifying, and technically supporting the Contractor's personnel. 1.03 SUBMITTALS A. Submit to the Engineer, in accordance with Section 0133 00 a Schedule of Demolition, and the detailed methods of demolition to be used at each location. B. Submit manufacturer's technical literature on all product brands proposed for use to the Engineer for review. The submittal shall include the manufacturer's installation and/or application instructions. C. When substitutions for acceptable brands of materials specified herein are proposed, submit brochures and technical data of the proposed substitutions to the Engineer for approval before delivery to the project. 1.04 DELIVERY, STORAGE, AND HANDLING A. Deliver the specified products in original, unopened containers with the manufacturer's name, labels, product identification, and batch numbers. B. Store and condition the specified product as recommended by the manufacturer. 2.00 PRODUCTS 2.01 MATERIALS A. General 1. Materials shall comply with this Section and any state or local regulations. B. Epoxy Bonding Agent 1. General a. The epoxy bonding agent shall be a two -component, solvent -free, asbestos -free, moisture -insensitive epoxy resin material used to bond plastic concrete to hardened concrete complying with the requirements of ASTM C881, Type V, and the additional requirements specified herein. 2. Material a. Properties of the cured material: 1). Compressive Strength (ASTM D695): 8,500 psi minimum at 28 days 2). Tensile Strength (ASTM D638): 4,000 psi minimum at 14 days 3). Flexural Strength (ASTM D790 - Modulus of Rupture): 6,300 psi minimum at 14 days 4). Shear Strength (ASTM D732): 5,000 psi minimum at 14 days 5). Water Absorption (ASTM D570 - 2-hour boil): 1 percent maximum at 14 days Modifications to Existing Concrete 03 74 00 - 2 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 6). Bond Strength (ASTM C882) Hardened to Plastic: 1,500 psi minimum at 14 days moist cure 7). Color: Gray 3. Approved manufacturer's include: Sika Corporation, Lyndhurst, New Jersey - Sikadur 32, Hi -Mod; Master Builder's, Cleveland, Ohio - Concresive Liquid (LPL); or W.R. Meadows. Product and Manufacturer: Provide one of the following: a. Sikadur 32 Hi -Mad, as Manufactured by Sika Corporation. b. Master Emaco ADH 327, as manufactured by Master Builders, Inc. C. Epoxy Paste 1. General a. Epoxy Paste shall be a two -component, solvent -free, asbestos free, moisture insensitive epoxy resin material used to bond dissimilar materials to concrete such as setting railing posts, dowels, anchor bolts, and all -threads into hardened concrete and shall comply with the requirements of ASTM C881, Type I, Grade 3, and the additional requirements specified herein. 2. Material a. Properties of the cured material: 1). Compressive Properties (ASTM D695): 10,000 psi minimum at 28 days 2). Tensile Strength (ASTM D638): 3,000 psi minimum at 14 days. Elongation at Break - 0.3 percent minimum 3). Flexural Strength (ASTM D790 - Modulus of Rupture): 3,700 psi minimum at 14 days 4). Shear Strength (ASTM D732): 2,800 psi minimum at 14 days 5). Water Absorption (ASTM D570): 1.0 percent maximum at 7 days 6). Bond Strength (ASTM C882): 2,000 psi at 14 days moist cure 7). Color: Concrete grey 3. Approved manufacturer's include: a. Overhead applications: Sikadur Hi -mod LV 31, Sika Corporation, Lyndhurst, New Jersey; Concresive 1438, Master Builders, Inc., Cleveland, Ohio; or W.R. Meadows. b. Sikadur Hi -mod LV 32, Sika Corporation, Lyndhurst, New Jersey; Concresive 1438 Master Brace 1438, Master Builders, Inc., Cleveland, Ohio; or W.R. Meadows. D. Non -Shrink Precision Cement Grout, Non -Shrink Cement Grout, and Non -Shrink Epoxy Grout are included in Section 03 60 00, Grout. E. Repair Mortars: See Section 03 93 00. 3.00 EXECUTION 3.01 GENERAL Modifications to Existing Concrete 03 74 00 - 3 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 A. Cut, repair, reuse, demolish, excavate, or otherwise modify parts of the existing structures or appurtenances, as indicated on the Drawings, specified herein, or necessary to permit completion of the Work. Finishes, joints, reinforcements, sealants, etc., are specified in respective Sections. All work shall comply with other requirements of this of Section and as shown on the Drawings. B. All commercial products specified in this Section shall be stored, mixed, and applied in strict compliance with the manufacturer's recommendations. C. In all cases where concrete is repaired in the vicinity of an expansion joint or control joint the repairs shall be made to preserve the isolation between components on either side of the joint. D. When drilling holes for dowels/bolts at new or existing concrete, drilling shall stop if rebar is encountered. As approved by the Engineer, the hole location shall be relocated to avoid rebar. Rebar shall not be cut without prior approval by the Engineer. Where possible, rebar locations shall be identified prior to drilling using "rebar locators" so that drilled hole locations may be adjusted to avoid rebar interference. 3.02 CONCRETE REMOVAL A. Concrete designated to be removed to specific limits as shown on the Drawings or directed by the Engineer, shall be done by line drilling at limits followed by chipping or jack - hammering as appropriate in areas where concrete is to be taken out. Remove concrete in such a manner that surrounding concrete or existing reinforcing to be left in place and existing in place equipment is not damaged. Sawcutting at limits of concrete to be removed shall only be done if indicated on the Drawings, or after obtaining written approval from the Engineer. B. Where existing reinforcing is exposed due to saw cutting/core drilling and no new material is to be placed on the sawcut surface, a coating or surface treatment of epoxy paste shall be applied to the entire cut surface to a thickness of 1/2-in. Rebar shall be drilled and grinded to establish minimum cover requirements prior to application of the surface treatment as detailed in the Drawings. C. In all cases where the joint between new concrete or grout and existing concrete will be exposed in the finished work, except as otherwise shown or specified, the joint shall be grooved and grouted after the new concrete placement has fully cured as directed in the Drawings. D. Concrete specified to be left in place that is damaged shall be repaired by approved means to the satisfaction of the Engineer. The Engineer may from time to time direct the Contractor to make additional repairs to existing concrete. These repairs shall be made as specified or by such other methods as may be appropriate. All demolished concrete and other demolished materials shall be removed offsite by the Contractor. 3.03 CONNECTION SURFACE PREPARATION Modifications to Existing Concrete 03 74 00 - 4 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 A. Connection surfaces shall be prepared as specified below for concrete areas requiring patching, repairs or modifications as shown on the Drawings, specified herein, or as directed by the Engineer. B. Remove all deteriorated materials, dirt, oil, grease, and all other bond inhibiting materials from the surface by dry mechanical means, i.e., sandblasting, grinding, etc., as approved by the Engineer. Be sure the areas are not less than 1/2-in in depth. Irregular voids or surface stones need not be removed if they are sound, free of laitance, and firmly embedded into parent concrete, subject to final inspection. C. If reinforcing steel is exposed, it must be mechanically cleaned to remove all contaminants, rust, etc., as approved by the Engineer. If half of the diameter of the reinforcing steel is exposed, chip out behind the steel. The distance chipped behind the steel shall be a minimum of 1-in. Reinforcing to be saved shall not be damaged during the demolition operation. D. Reinforcing from existing demolished concrete that is shown to be incorporated in new concrete shall be cleaned by mechanical means to remove all loose material and products of corrosion before proceeding with the repair. It shall be cut, bent, or lapped to new reinforcing as shown on the Drawings and provided with 1-in minimum cover all around. E. The following are specific concrete surface preparation "methods" to be used where called for on the Drawings, specified herein, or as directed by the Engineer. Adhesive doweling shall be in accordance with Section 03 20 00. 1. Method A: After the existing concrete surface at connection has been roughened and cleaned, thoroughly moisten the existing surface with water. Brush on a 1/16-in layer of cement and water mixed to the consistency of a heavy paste. Immediately after application of cement paste, place new concrete or grout mixture as detailed on the Drawings. 2. Method B: After the existing concrete surface has been roughened and cleaned, apply epoxy bonding agent at connection surface. The field preparation and application of the epoxy bonding agent shall comply strictly with the manufacturer's recommendations. Place new concrete or grout mixture to limits shown on the Drawings within time constraints recommended by the manufacturer to ensure bond. 3. Where no method is specified, Method B shall be used. END OF SECTION Modifications to Existing Concrete 03 74 00 - 5 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 THIS PAGE INTENTIONALLY BLANK 03 93 00 CONCRETE REPAIR AND REHABILITATION 1.00 GENERAL 1.01 SUMMARY A. Scope: 1. CONTRACTOR shall provide all labor, materials, equipment and incidentals as shown, specified and required to repair or rehabilitate all existing concrete members and surfaces identified in the Contract Documents. 2. CONTRACTOR shall repair all damage to new concrete construction as specified herein, except that where such repairs are specified in Section 03 30 00, Cast -in -Place Concrete. B. Coordination: 1. Review installation procedures under other Sections and coordinate the installation of items that must be included with the repair and rehabilitation of concrete. C. Related Sections: 1. Section 03 30 00 - Cast -in -Place Concrete. 1.02 QUALITY ASSURANCE A. Reference Standards: Comply with the applicable provisions and recommendations of the following, except as otherwise shown or specified: r 1. ASTM C 109, Test Method for Compressive Strength of Hydraulic Cement Mortars. 2. ASTM C 157, Test Method for Length Change of Hardened Cement Mortar and Concrete. 3. ASTM C 348, Standard Test Method for Flexural Strength of Hydraulic Cement Mortars 4. ASTM C 496, Standard Test Method for Splitting Tensile Strength of Cylindrical Concrete Specimens 5. ASTM C 882, Test Method for Bond Strength of Epoxy -Resin Systems Used with Concrete. 6. ASTM D 412, Test Methods for Vulcanized and Thermoplastic Rubbers and Thermoplastic Elastomers - Tension. 7. ASTM D 570, Test Method for Water Absorption of Plastics. 8. ASTM D 624, Test Method for Tear Strength of Conventional Vulcanized Rubber and Thermoplastic Elastomers. 9. ASTM D 638, Test Method for Tensile Properties of Plastics. 10. ASTM D 695, Test Method for Compressive Properties of Plastics. 11, ASTM D 732, Test Method for Shear Strength of Plastics by Punch Tool. 12. ASTM D 790, Test Method for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials. 13. ASTM D 903, Test Method for Peel or Stripping Strength of Adhesive Bonds. Concrete Repair and Rehabilitation 03 93 00 - 1 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 14. ASTM G 109, Test Method for Determining the Effects of Chemical Admixtures on the Corrosion of Embedded Steel Reinforcement in Concrete Exposed to Chloride Environments. B. Construction Tolerances: Construction tolerances shall be as specified in Section 03 30 00, Cast -in -Place Concrete, except as specified herein and elsewhere in the Contract Documents. 1.03 SUBMITTALS A. Shop Drawings: Submit for approval the following: 1. CONTRACTOR shall submit manufacturer's product information and recommended placement procedures for all repair materials. 2. CONTRACTOR shall submit Shop Drawings, when requested by ENGINEER, to show all methods for supporting existing structures, pipes, etc., during demolition and repair activities. 1.04 PRODUCT DELIVERY, STORAGE AND HANDLING A. Delivery of Materials: 1. Conform to the manufacturer requirements and supplementary requirements below. 2. Deliver all materials to the job site in original, new and unopened packages and containers bearing manufacturer's name and label, and the following information. a. Name or title of material. b. Manufacturer's stock number and date of manufacture. c. Manufacturer's name. B. Storage of Materials: 1. Conform to the manufacturer requirements and supplementary requirements below. 2. Storage only acceptable project materials on project site. 3. Store in a suitable location approved by ENGINEER. Keep area clean and accessible. 4. Restrict storage to repair materials and related equipment. 5. Comply with health and fire regulations including the Occupational Safety and Health Act of 1970. C. Handling of Materials: 1. Conform to the manufacturer requirements and supplementary requirements below. 2. Handle materials carefully to prevent inclusion of foreign materials. Do not open containers or mix components until necessary preparatory Work has been completed and application Work will start immediately. 1.05 1.05 CONCRETE REPAIR COORDINATION MEETING A. A Coordination Meeting shall be held to review the detailed requirements of proposed concrete repairs. Concrete Repair and Rehabilitation 03 93 00 - 2 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 B. All existing surfaces that are specified for repairs shall be cleaned by hydro blasting. Owner and Engineer will then review to identify the areas where the repairs are to be performed. The OWNER shall be notified for review of existing surfaces no less than five days prior to the date of the proposed commencement of work. C. Contractor shall not install any repairs unless approved by the Owner. 2.00 PRODUCTS 2.01 REPAIR MORTAR — HAND -APPLIED A. Repair mortar shall be a prepackaged cement -based product specifically formulated for the repair of concrete surface defects. The repair mortar shall be a two -component polymer -modified or fiber reinforced portland cement, fast setting, trowel -grade mortar. The repair mortar shall be enhanced with a penetrating corrosion inhibitor and shall have the following properties: Physical Property Value ASTM Standard Compressive Strength (minimum) C 109 at 1 day: 2000 psi at 28 days: 6000 psi Bond Strength (minimum) C 882* at 28 days: 1800 psi * Modified for use with repair mortars. B. Where the least dimension of the placement in width or thickness, exceeds 4- inches, the repair mortar shall be extended by addition of aggregate as recommended by the manufacturer. C. Product and Manufacturer: Provide one of the following: 1. SikaTop 122 Plus or SikaTop 123 Plus, as manufactured by Sika Corporation. 2. Emaco S88-Cl or S66-Cl, as manufactured by BASF. 2.02 REPAIR MORTAR — SPRAY -APPLIED A. Repair mortar shall be a prepackaged cement based product specifically formulated for the repair of concrete surface defects. The repair mortar shall be a single -component, cementitious, silica fume enhanced, fiber reinforced, shrinkage compensated, sprayable repair mortar. The repair mortar shall have the following properties: Physical Property Value ASTM Standard Compressive Strength (minimum) C 109 at 1 day: 3500 psi at 28 days: 9000 psi Flexural Strength at 28 days 1000 psi C 348 Tensile Strength at 28 days 700 psi C 496 Slant Shear Bond Strength (minimum) C 882* Concrete Repair and Rehabilitation 03 93 00 - 3 FTW17498 -- VCWRF Sludge Thickening Improvements City Project No. CO2647 at 28 days: * Modified for use with repair mortars. 2250 psi B. Product and Manufacturer: Provide one of the following: 1. SP15 Spray Mortar, or Emaco S88-CI, as manufactured by BASF. 2. SikaRepair 224, as manufactured by Sika Corporation. 2.03 EXPOSED REBAR REPAIR A. Reinforcing steel: Deformed, new billet steel bars, Grade 60. B. Corrosion Inhibitor: 1. The corrosion inhibitor shall be a three -component, solvent -free, moisture -tolerant, epoxy -modified, cementitious product formulated as a bonding agent and anti- corrosion coating. It shall have the following properties: Physical Property Value ASTM Standard Compressive Strength (minimum) C 109 at 3 days: 4500 psi at 28 days: 8000 psi Flexural Strength at 28 days 1000 psi C 348 Tensile Strength at 28 days 600 psi C 496 Bond Strength (minimum) C 882* at 14 days, moist cure: 2000 psi * Modified for use with repair mortars. C. Product and Manufacturer: Provide one of the following: 1. Emaco P24, as manufactured by BASF. 2. Armatec 110 EpoCem, as manufactured by Sika Corporation. 2.04 CRACKREPAIR— POLYURETHANE A. Repair material shall be a very low viscosity hydrophobic polyurethane grout specially formulated to forma tough, flexible, closed cell gasket in very tight joints and hairline cracks, having the following properties (cured material, unless noted otherwise): Solids (uncured) Viscosity (uncured) Density Tensile Strength Elongation Sh ri n kage Influence of pH 100% D 2369 B 150-250 cps D 2196 A 8.76 — 9.20 Ibs/gal D 3574 174 psi D 3574 250% D 3574 Less than 4% D 3574 No influence between 2-11 Concrete Repair and Rehabilitation 03 93 00 - 4 FTW17498—VCWRF Sludge Thickening Improvements City Project No. CO2647 Toxicity 3.00 EXECUTION 3.01 INSPECTION Non -toxic A. CONTRACTOR shall examine areas and conditions under which repair Work is to be installed, and notify ENGINEER, in writing, of conditions detrimental to proper and timely completion of Work. Do not proceed with Work until unsatisfactory conditions have been corrected in a manner acceptable to ENGINEER. B. Prior to and during the first stages of surface preparation and material installation, a qualified representative of the material manufacturer, thoroughly trained for quality control of the materials being installed, shall visit the site to consult with the Contractor installing the products to verify site conditions, surface preparation, and material selection and installation. 3.02 GENERAL A. Surface Preparation: 1. The entire area to be repaired shall have all laitance, foreign material, existing coatings, and unsound concrete removed by mechanical means, including chipping, abrasive blasting or hydroblasting. The surface shall be further roughened as specified herein. Where non -shrink grout or repair mortar is used, any additional surface preparation steps recommended by the manufacturer shall be performed. 2. Where repair concrete, shotcrete, or cement grout is used, and a bonding agent is not required, or where the repair mortar or non -shrink grout manufacturer recommends a wet or saturated surface, water shall be delivered to the surface continuously for a minimum of four hours. Where large surface areas are to be repaired, fog spray nozzles mounted on stands shall be provided in sufficient numbers such that the entire surface to be repaired is in contact with the fog spray cloud. The concrete shall be prevented from drying until after the repair operation is completed. Unrepaired surfaces shall be rewetted by water spray on at least a daily basis. Should more than four days elapse without rewetting the unrepaired surfaces, the original saturating procedure shall be repeated. All standing water in areas to be repaired shall be removed prior to placement of repair material. Means to remove excess water from the structure shall be provided. 3. Repair material manufacturer representative shall observe completed surface preparation. Contractor shall perform additional surface preparation as recommended by manufacturer's rep. 4. Where the repair material manufacturer recommends the use of an epoxy -bonding agent, the recommendations of both the repair material and bonding agent manufacturers shall be followed. B. Care shall be taken to fully consolidate the repair material, completely filling all portions of the area to be filled. C. The repair surface shall be brought into alignment with the adjacent existing surfaces to provide a uniform, even surface. The repair surface shall match adjacent existing surfaces Concrete Repair and Rehabilitation 03 93 00 - 5 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 in texture and shall receive any coatings or surface treatments which had been provided for the existing surface. D. Curing: 1. Curing of repair mortar and non -shrink grout shall be according to the manufacturer's recommendations except that the minimum cure period shall be three days. 2. Curing of other materials shall be according to Section 03 30 00, Cast -in -Place Concrete, 3.03 TREATMENT OF SURFACE DEFECTS A. Surface defects are depressions in a concrete surface which do not extend all the way through the member. The depressions can result from the removal of an embedded item, the removal of an intersecting concrete member, physical damage, unrepaired rock pockets created during original placement, or spalls from corroded reinforcing steel or other embeds. B. Preparation: 1. All loose, damaged concrete shall be removed by chipping to sound material. Where existing reinforcing bars are exposed, concrete shall be removed to a minimum of 1-inch all around the bars. If the existing bars are cut through, cracked, orthe cross sectional area is reduced by more than 25 percent, the ENGINEER shall be notified immediately. 3. The perimeter of the damaged area shall be score cut to a minimum depth of 0.5-inch and a maximum depth to not cut any existing reinforcing steel. Existing concrete shall be chipped up to the score line so that the minimum thickness of repair mortar is 0.5- inch. C. Repair Material: Repair of surface defects in members, which are normally in contact with water or soil, or in the interior surfaces of enclosed chambers that contain water shall be made only with repair mortar. 2. Repair of other surface defects may be by the application of repair mortar, repair concrete, shotcrete, or cement grout, as appropriate. 3.04 PATCHING OF HOLES IN CONCRETE A. For holes larger than 48-inches, refer to the Drawings for reinforcement details. 3.05 PATCHING OF LINED HOLES A. This Section applies to those openings which have embedded material over all or a portion of the inside edge. Unless indicated to remain in place on the Drawings or by the ENGINEER, such embedded materials shall be removed, and the remaining hole repaired as specified above. The requirements for repairing holes in concrete specified above shall apply as modified herein. B. Where embedded material is allowed to remain, it shall be trimmed back a minimum of 2- inches from the concrete surface. The embedded material shall be roughened or abraded Concrete Repair and Rehabilitation 03 93 00 - 6 FTW17498— VCWRF Sludge Thickening Improvements City Project No. CO2647 to promote good bonding to the repair material. Any substance that interferes with good bonding shall be completely removed. C. Any embedded item that is not securely and permanently anchored into the concrete shall be completely removed. D. Embedded items which are larger than 12-inches in their least dimension shall be completely removed, unless they are composed of a metal to which reinforcing steel can be welded. Where reinforcement is required, it shall be welded to the embedded metal. E. The following additional requirements apply to concrete members which are in contact with water or soil. 1. Lined openings, which are less than 4-inches in their least dimension, shall be filled with epoxy grout. 2. Lined openings which are greater than 4-inches, but less than 12--inches in their least dimension, shall be coated with an epoxy bonding agent prior to being filled with Class I non -shrink grout. 3. Lined openings which are greater than 12-inches in their least dimension shall be coated with an epoxy bonding agent and shall have a hydrophilic rubber waterstop or bead of hydrophilic sealant installed to the interior of the opening at the wall centerline, as required by Section 03 25 10, Concrete Joints, prior to being filled with any approved repair material. 3.06 REPAIR OF DETERIORATED CONCRETE A. This Section pertains to concrete which has been damaged due to corrosion of reinforcing steel, physical damage due to abrasion, and damage due to chemical attack. The only material acceptable for surface repair is repair mortar as specified herein. Where the repaired surface is to be subsequently covered with a liner material, the finishing details shall be coordinated with the requirements of installing the liner material. B. Surface Preparation: 1. All loose, broken, softened, and acid contaminated concrete shall be removed by abrasive blasting and chipping down to sound, uncontaminated concrete. 2. When the removal of deteriorated concrete is completed, CONTRACTOR shall notify the ENGINEER and the representative of the repair material manufacturer, in writing. Two weeks shall be scheduled for the ENGINEER and the representative of the repair material manufacturer to inspect the surface, perform testing for acid contamination, determine if additional concrete must be removed, and to develop any special repair details that may be required. Should it be determined that additional concrete must be removed to reach sound, uncontaminated material, another two -week period shall be scheduled for further evaluation after the end of the additional removal. 3. Additional surface preparation shall follow the recommendations of the repair mortar manufacturer. 4. Isolated areas of exposed reinforcing bars shall be treated as required for repair of surface defects. Apply anti -corrosion coating to all exposed reinforcing steel. If Concrete Repair and Rehabilitation FTW17498 — VCWRF Sludge Thickening Improvements 039300-7 City Project No. CO2647 extensive areas of reinforcement are uncovered after removal of deteriorated concrete, repair methods shall be as determined by the ENGINEER. C. Repair Mortar Placement: 1. The procedures recommended by the manufacturerfor the mixing and placement of the repair mortar shall be followed. Representative of the repair material manufacturer shall be on site during initial placement for each material. 2. After the initial mixing of the repair mortar, additional water shall not be added to change the consistency should the mix begin to stiffen. Repair mortar shall be placed to a minimum thickness as recommended by the manufacturer, but not less than 0.50-inch. Where removal of deteriorated concrete results in a repair thickness of less than 0.5-inch to return to original concrete surface location in isolated areas totaling less than ten percent of the total repair area, additional concrete shall be removed to obtain the 0.5-inch thickness. Where the area with repair thickness of less than 0.5-inch exceeds ten percent of the total repair area, notify the ENGINEER. In any case, repair mortar shall be added so that the minimum cover over existing reinforcing steel is 2-inches. CONTRACTOR shall not place repair mortar so as to create locally raised areas. Where there is a transition with wall surfaces which are not in need of repair, the repair mortar shall not be feathered at the transition. A score line shall be sawcut to not less than the minimum repair mortar depth and concrete chipped out to it to form the transition. Care shall be taken to not cut or otherwise damage any reinforcing steel. 4. The repair mortar shall be placed to an even, uniform plane to restore the member to its original surface. Tolerance for being out of plane shall be such that the gap between a 12-inch straight edge and the repair mortar surface does not exceed 0.125-inch and the gap between a 48-inch straight edge and the repair mortar surface does not exceed 0.25-inch. This shall apply to straight edges placed in any orientation at any location. D. Finishing: 1. The repair mortar shall receive a smooth, steel trowel finish. 2. When completed, there shall be no sharp edges. All exterior corners, such as at penetrations, shall be made with a 1-inch radius. All interior corners shall be square except corners to receive lining shall be made with a 2-inch repair mortar fillet. E. Curing: Curing shall be performed as recommended by the repair mortar manufacturer, except that the cure period shall be at least 24 hours and shall be by means of a continuous fog spray. If the manufacturer recommends the use of a curing compound, no material shall be used that would interfere with the bond of the protective coating system or adhesive used for placing the lining, where required. 3.07 REPAIR OF LEAKING CRACKS IN CONCRETE A. Prior to drilling injection holes, Contractor shall locate embedded reinforcing steel, conduit, etc. in the areas scheduled to be repaired. Concrete Repair and Rehabilitation 03 93 00 - 8 FTW17498-VCWRF Sludge Thickening Improvements City Project No. CO2547 B. Drill injection port holes as shown on the Drawings, and in accordance with material manufacturer's recommendations. If reinforcing steel is encountered, move injection hole as necessary. Do not cut through reinforcing steel. C. Set removable injection ports (packers) equipped with "zerk" fittings in injection holes. Flush cracks with clean water with a neutral pH range 3 to 10. D. Mix polyurethane grout material with catalyst in accordance with manufacturer's recommendations. On vertical cracks, begin grout injection at the lowest port. On horizontal cracks, begin at one end. F. Inject grout until grout appears at adjacent port. Disconnect and start injection at adjacent port. After injecting 3-4 ports, disconnect and re -inject all ports a second time. Upon completion of the grout injection, re -inject each port with water. Continue this injection process until all ports have been injected, and crack has been sealed. G. After polyurethane grout cures, completely remove all injection ports and excess grout material from concrete and other adjacent surfaces. Patch holes with cementitious repair mortar flush with adjacent surfaces. H. Cracks that are not adequately sealed shall be re -injected at Contractor's expense. 3.08 FIELD QUALITY CONTROL A. CONTRACTOR shall employ a testing laboratory to perform field quality control testing ENGINEER will direct the number of tests and specimens required. CONTRACTOR shall make standard compression test specimens as specified below, under the direct inspection by ENGINEER. CONTRACTOR shall furnish all necessary assistance required by ENGINEER. CONTRACTOR shall also provide all labor, material and equipment required including rods, molds, thermometer, curing in a heated storage box, and all other incidentals required. Above will be subject to approval by ENGINEER. CONTRACTOR shall furnish all necessary storage, curing, and transportation required by the testing. B. Field tests of cement -based grouts and repair mortar: 1. Compression test specimens will betaken during construction from the first placement of each type of mortar or grout, and at intervals thereafter as selected by the ENGINEER to ensure continued compliance with these specifications. The specimens will be made by the ENGINEER or its representative. 2. Compression tests and fabrication of specimens for repair mortar and non -shrink grout will be performed as specified in ASTM C 109. A set of three specimens will be made for each test. Tests shall be made at 7 days, 28 days, and additional time periods as appropriate. 3. All material, already placed, which fails to meet the requirements of these specifications, is subject to removal and replacement at the cost of CONTRACTOR. 4. The cost of all laboratory tests on mortar and grout will be borne by the CONTRACTOR. CONTRACTOR shall be responsible for the cost of any additional tests and investigation on Work performed which does not conform to the requirements of the specifications. CONTRACTOR shall supply all materials necessary for fabricating the test specimens. Concrete Repair and Rehabilitation 03 93 00 - 9 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 C. Repair Concrete: Repair concrete shall be tested as required in Section 03 30 00, Cast -in - Place Concrete. END OF SECTION Concrete Repair and Rehabilitation FTW17498 — VCWRF Sludge Thickening Improvements 039300-10 City Project No. CO2647 DIVISION 04 IT MASONRY THIS PAGE INTENTIONALLY BLANK 04 20 00 UNIT MASONRY i 1.00 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. Section Includes: 1. Concrete masonry units. 2. Face brick. 3. Structural -clay facing tile. 4. Pre -blended Mortar and grout. 5. Steel reinforcing bars. 6. Masonry joint reinforcement. 7. Ties and anchors. 8. Embedded flashing. 9. Miscellaneous masonry accessories. 10. Cavity -wall insulation. B. Related Sections: 1. Section 05 12 00 "Structural Steel Framing" for installing anchor sections of adjustable masonry anchors for connecting to structural steel frame. 2. Section 05 50 00 "Metal Fabrications" for furnishing steel lintels for unit masonry. 3. Section 07 27 26 "Fluid -Applied membrane Air Barriers" for air barriers and water repellents applied to unit masonry. 4. Section 07 62 00 "Sheet Metal Flashing and Trim" for exposed sheet metal flashing and for furnishing manufactured reglets installed in masonry joints. 5. Section 08 90 00 "Louvers and Vents" for wall vents. 1.03 DEFINITIONS A. CMU(s): Concrete masonry unit(s). B. Reinforced Masonry: Masonry containing reinforcing steel in grouted cells. 1.04 PERFORMANCE REQUIREMENTS A. Provide structural unit masonry that develops indicated net -area compressive strengths at 28 days. Unit Masonry 04 20 00 -1 FTW17498 — VCWRF Sludge Thickening improvements City Project No. CO2647 1. Determine net -area compressive strength of masonry from average net -area compressive strengths of masonry units and mortar types (unit -strength method) according to Tables 1 and 2 in ACI 530.1/ASCE 6/TMS 602. 1.05 PRECONSTRUCTION TESTING A. Preconstruction Testing Service: Owner will engage a qualified independent testing agency to perform preconstruction testing indicated below. Retesting of materials that fail to comply with specified requirements shall be done at Contractor's expense. 1. Clay Masonry Unit Test: For each type of unit required, according to ASTM C67 for compressive strength. 2. Concrete Masonry Unit Test: For each type of unit required, according to ASTM C140 for compressive strength. 1.06 ACTION SUBMITTALS A. Product Data: For each type of product indicated. B. Shop Drawings: For the following: 1. Masonry Units. Show sizes, profiles, coursing, and locations of special shapes. 2. Reinforced Wall Elevations, Scaled Drawings: For each reinforced CMU wall, load bearing or non -load bearing, provide scaled shop drawings which clearly indicate: a. Reinforcing for all reinforced vertical cells, lintels, and bond beams. b. All openings in walls and wall limits. c. Reinforcing lengths, embedments, laps, hooks, and column ties. d. CMU lintel block locations. 3. Reinforcing Steel: Detail bending and placement of unit masonry reinforcing bars. Comply with ACI 315, "Details and Detailing of Concrete Reinforcement." Show elevations of reinforced walls. 4. Fabricated Flashing: Detail corner units, end -dam units, and other special applications. C. Samples for Initial Selection: 1. Face brick, in the form of straps of five or more bricks. 2. Glazed structural -clay tile. 3. Colored mortar. 4. Weep holes/vents. D. Samples for Verification: For each type and color of the following: I. Glazed structural -clay tile. 2. Pigmented mortar. Make samples using same sand and mortar ingredients to be used on Project. 3. Weep holes and vents. Unit Masonry 04 20 00 - 2 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 4. Accessories embedded in masonry. 1.07 INFORMATIONAL SUBMITTALS A. List of Materials Used in Constructing Mockups: List generic product names together with manufacturers, manufacturers' product names, model numbers, lot numbers, batch numbers, source of supply, and other information as required to identify materials used. Include mix proportions for mortar and grout and source of aggregates. 1. Submittal is for information only. Neither receipt of list nor approval of mockup constitutes approval of deviations from the Contract Documents unless such deviations are specifically brought to the attention of Architect and approved in writing. B. Material Certificates: For each type and size of the following: 1. Masonry units. a. Include material test reports substantiating compliance with requirements. b. For brick, include size -variation data verifying that actual range of sizes falls within specified tolerances. c. For exposed brick, include test report for efflorescence according to ASTM C67. d. For masonry units used in structural masonry, include data and calculations establishing average net -area compressive strength of units. 2. Cementitious materials. Include brand, type, and name of manufacturer. 3. Pre -blended, dry mortar mixes. Include description of type and proportions of ingredients. 4. Pre -blended, dry grout mixes. Include description of type and proportions of ingredients. 5. Reinforcing bars. 6. Reinforcing bar positioners. 7. Grout screen. 8. Joint reinforcement. 9. Anchors, ties, and metal accessories. C. Statement of Compressive Strength of Masonry: For each combination of masonry unit type and mortar type, provide statement of average net -area compressive strength of masonry units, mortar type, and resulting net -area compressive strength of masonry determined according to Tables 1 and 2 in ACI 530.1/ASCE 6/TMS 602. D. Cold -Weather and Hot -Weather Procedures: Detailed description of methods, materials, and equipment to be used to comply with requirements. 1.08 QUALITY ASSURANCE A. Testing Agency Qualifications: Qualified according to ASTM C1093 for testing indicated. Unit Masonry 04 20 00 - 3 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 B. Source Limitations for Masonry Units: Obtain exposed masonry units of a uniform texture and color, or a uniform blend within the ranges accepted for these characteristics, from single source from single manufacturer for each product required. C. Source Limitations for Mortar Materials: Obtain mortar ingredients of a uniform quality, including color for exposed masonry, from single manufacturer for each cementitious component and from single source or producer for each aggregate. D. Masonry Standard: Comply with ACI 530.1/ASCE 6/TMS 602 unless modified by requirements in the Contract Documents, Mockups: Build mockups to verify selections made under sample submittals and to demonstrate aesthetic effects and set quality standards for materials and execution. 1. Build mockups for each type of exposed unit masonry construction in sizes approximately 60 inches long by 48 inches high by full thickness, including face and backup wythes and accessories. a. Include a sealant -filled joint at least 16 inches long in each exterior wall mockup. b. Include lower corner of window opening framed at upper corner of exterior wall mockup. Make opening approximately 12 inches wide by 16 inches high. c. Include through -wall flashing installed for a 24-inch length in corner of exterior wall mockup approximately 16 inches down from top of mockup, with a 12-inch length of flashing left exposed to view (omit masonry above half of flashing). d. Include stucco, air barrier, veneer anchors, flashing, cavity drainage material, and weep holes in exterior masonry -veneer wall mockup. 2. Where masonry is to match existing, erect mockups adjacent and parallel to existing surface. 3. Clean one-half of exposed faces of mockups with masonry cleaner as indicated. 4. Protect accepted mockups from the elements with weather -resistant membrane. 5. Approval of mockups is for color, texture, and blending of masonry units; relationship of mortar and sealant colors to masonry unit colors; tooling of joints; and aesthetic qualities of workmanship. Approval of mockups is also for other material and construction qualities specifically approved by Architect in writing. b. Approval of mockups does not constitute approval of deviations from the Contract Documents contained in mockups unless such deviations are specifically approved by Architect in writing. 6. Approved mockups may become part of the completed Work if undisturbed at time of Substantial Completion. F. Pre -installation Conference: Conduct conference at Project site to comply with requirements in Section 013100 "Project Management and Coordination." 1.09 DELIVERY, STORAGE, AND HANDLING Unit Masonry FTW17498 — VCWRF Sludge Thickening Improvements 042000-4 City Project No. CO2647 A. Store masonry units on elevated platforms in a dry location. If units are not stored in an enclosed location, cover tops and sides of stacks with waterproof sheeting, securely tied. If units become wet, do not install until they are dry. B. Store cementitious materials on elevated platforms, under cover, and in a dry location. Do not use cementitious materials that have become damp. C. Deliver pre -blended, dry mortar mix in moisture -resistant containers designed for use with dispensing silos. Store pre -blended, dry mortar mix in delivery containers on elevated platforms, under cover, and in a dry location or in covered weatherproof dispensing silos. D. Store masonry accessories, including metal items, to prevent corrosion and accumulation of dirt and oil. 1.10 PROJECT CONDITIONS A. Protection of Masonry: During construction, cover tops of walls, projections, and sills with waterproof sheeting at end of each day's work. Cover partially completed masonry when construction is not in progress. Extend cover a minimum of 24 inches (600 mm) down both sides of walls and hold cover securely in place. Where one wythe of multi-wythe masonry walls is completed in advance of other wythes, secure cover a minimum of 24 inches (600 mm) down face next to unconstructed wythe and hold cover in place. B. Do not apply uniform floor or roof loads for at least 12 hours and concentrated loads for at least 3 days after building masonry walls or columns. C. Stain Prevention: Prevent grout, mortar, and soil from staining the face of masonry to be left exposed or painted. Immediately remove grout, mortar, and soil that come in contact with such masonry. 1. Protect base of walls from rain -splashed mud and from mortar splatter by spreading coverings on ground and over wall surface. 2. Protect sills, ledges, and projections from mortar droppings. 3. Protect surfaces of window and door frames, as well as similar products with painted and integral finishes, from mortar droppings. 4. Turn scaffold boards near the wall on edge at the end of each day to prevent rain from splashing mortar and dirt onto completed masonry. D. Cold -Weather Requirements: Do not use frozen materials or materials mixed or coated with ice or frost. Do not build on frozen substrates. Remove and replace unit masonry damaged by frost or by freezing conditions. Comply with cold -weather construction requirements contained in ACI 530.1/ASCE 6/TMS 602. Cold -Weather Cleaning: Use liquid cleaning methods only when air temperature is 40 F (4 C) and higher and will remain so until masonry has dried, but not less than 7 days after completing cleaning. E. Hot -Weather Requirements: Comply with hot -weather construction requirements contained in ACI 530.1/ASCE 6/TMS 602. Unit Masonry 04 20 00 - 5 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 2.00 PRODUCTS 2.01 MASONRY UNITS, GENERAL A. Defective Units: Referenced masonry unit standards may allow a certain percentage of units to contain chips, cracks, or other defects exceeding limits stated in the standard. Do not use units where such defects will be exposed in the completed Work. B. Fire -Resistance Ratings: Where indicated, provide units that comply with requirements for fire -resistance ratings indicated as determined by testing according to ASTM E119, by equivalent masonry thickness, or by other means, as acceptable to authorities having jurisdiction. 2.02 CONCRETE MASONRY UNITS A. Shapes: Provide shapes indicated and as follows, with exposed surfaces matching exposed faces of adjacent units unless otherwise indicated. 1. Provide special shapes for lintels, corners, jambs, sashes, movement joints, headers, bonding, and other special conditions. 2. Provide bullnose units for building interior outside corners unless otherwise indicated. B. Integral Water Repellent: Provide units made with integral water repellent for exposed units. 1. Integral Water Repellent: Liquid polymeric, integral water-repellent admixture that does not reduce flexural bond strength. Units made with integral water repellent, when tested according to ASTM E514 as a wall assembly made with mortar containing integral water-repellent manufacturer's mortar additive, with test period extended to 24 hours, shall show no visible water or leaks on the back of test specimen. a. Products: Subject to compliance with requirements, provide one of the following: 1). ACM Chemistries; Rain Bloc. 2). BASF Aktiengesellschaft; Rheopel Plus. 3). Grace Construction Products, W. R. Grace & Co. - Conn.; Dry -Block. C. CMUs: ASTM C90. 1. Density Classification: Normal weight. 2. Size (Width): Manufactured to dimensions 3/8 inch less than nominal dimensions. 2.03 MASONRY LINTELS A. General: Provide one of the following: B. Masonry Lintels: Prefabricated or built -in -place masonry lintels made from bond beam CMUs with reinforcing bars placed as indicated and filled with coarse grout. Cure precast lintels before handling and installing. Temporarily support built -in -place lintels until cured. 2.04 BRICK Unit Masonry 04 20 00 - 6 FTW 17498 — VCW RF Sludge Thickening Improvements City Project No. CO2647 A. Regional Materials: Brick shall be manufactured within 500 miles (800 km) of Project site from materials that have been extracted, harvested, or recovered, as well as manufactured, within 500 miles (800 km) of Project site. B. General: Provide shapes indicated and as follows, with exposed surfaces matching finish and color of exposed faces of adjacent units: 1. For ends of sills and caps and for similar applications that would otherwise expose unfinished brick surfaces, provide units without cores or frogs and with exposed surfaces finished. 2. Provide special shapes for applications where stretcher units cannot accommodate special conditions, including those at corners, movement joints, bond beams, sashes, and lintels. 3. Provide special shapes for applications requiring brick of size, form, color, and texture on exposed surfaces that cannot be produced by sawing. 4. Provide special shapes for applications where shapes produced by sawing would result in sawed surfaces being exposed to view. C. Face Brick: Facing brick complying with ASTM C216 [or hollow brick complying with ASTM C652, Class H40V (void areas between 25 and 40 percent of gross cross -sectional area). 1. Products: Subject to compliance with requirements, provide brick that matches the existing in color texture and shape available products that may be incorporated into the Work include, but are not limited to, the following: 2. Grade. MW or SW. 3, Type: FBX or HBX 4. Unit Compressive Strength. Provide units with minimum average net -area compressive strength of 3350 psi (23.10 MPa) 5. Initial Rate of Absorption: Less than 30 g/30 sq. in. (30 g/194 sq. cm) per minute when tested per ASTM C67. 6, Efflorescence: Provide brick that has been tested according to ASTM C67 and is rated "not effloresced." 7. Size (Actual Dimensions): 3-5/8 inches (92 mm) wide by 2-1/4 inches (57 mm) high by 7- 5/8 inches (194 mm) long. 8. Color and Texture: Match existing face brick 2.05 STRUCTURAL -CLAY FACING TILE A. General: 1. Provide solid, multi -cored, or hollow units, with shape and direction of cores optional unless otherwise indicated. 2. Where reinforced masonry is indicated, provide multi -cored units designed for use in reinforced, grouted masonry; either with vertical cores and with webs notched to receive horizontal reinforcement, or with horizontal cores and with holes in bed shells for placement of grout and to receive vertical reinforcement. Unit Masonry 04 20 00 - 7 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 3. Where indicated for exterior applications, provide units recommended by manufacturer for exterior use in Project's location. 4. Provide special shapes where required for corners, jambs, coved bases, sills, and other special conditions indicated, including applications that cannot be produced by sawing standard units. a. Provide bullnosed or square -edged units where indicated for outside corners unless otherwise indicated. b. Provide coved internal corners. c. Provide recessed, coved base units. 5. Where direct application of plaster is indicated or where bonded to backup masonry, provide units with rough, combed, or scored faces. B. Glazed Structural -Clay Facing Tile: ASTM C126, Grade S (select) 1. Products: Subject to compliance with requirements, provide tile matching the existing in color texture and size available products that may be incorporated into the Work include, but are not limited to, the following: 2. Sizes: 6T Series with actual face dimensions of 5-1/6 inches (128.6 mm) high by 11-3/4 inches (298.5 mm) long by widths indicated. 3. Sizes: 8W Series with actual face dimensions of 7-3/4 inches (196.9 mm) high by 15-3/4 inches (400.1 mm) long by widths indicated. 4. Width: Manufactured to dimensions 1/4 inch (6.4 mm) less than nominal dimensions. 5. Provide Type I (single -faced units) where only one finished face is exposed when units are installed, and Type II (double-faced units) where two opposite finished faces are exposed when units are installed. 6. Provide special units glazed on ends and tops, as well as faces for corners, jambs, sills, pilasters, columns, and other applications indicated, where glazed units are exposed on other surfaces and faces. 2.06 COLORS AND PATTERNS: MATCH EXISTING. REINFORCEMENT A. Uncoated Steel Reinforcing Bars: ASTM A615/A615M or ASTM A996/A996M, Grade 60 (Grade 420). B. Masonry Joint Reinforcement, General: ASTM A951/A951M. 1. Interior Walls: Stainless steel. 2. Exterior Walls: Stainless steel. 3. Wire Size for Side Rods: 0.148-inch diameter. 4. Wire Size for Cross Rods: 0.148-inch diameter. 5. Wire Size for Veneer Ties: 0.148-inch diameter. 6. Spacing of Cross Rods, Tabs, and Cross Ties: Not more than 16 inches (407 mm) o.c. 7. Provide in lengths of not less than 10 feet (3 m), with prefabricated corner and tee units. Unit Masonry 04 20 00 - 8 FTW17498—VCWRFSludge Thickening Improvements City Project No. CO2647 C. Masonry Joint Reinforcement for Single-Wythe Masonry: Either ladder or truss type with single pair of side rods. D. Masonry Joint Reinforcement for Multi-wythe Masonry: 1. Ladder type with one side rod at each face shell of hollow masonry units more than 4 inches (100 mm) wide, plus two side rods at each wythe of stone masonry 4 inches (100 mm) wide or less. 2. Adjustable (two-piece) type, either ladder or truss design, with one side rod at each face shell of backing wythe and with separate adjustable ties with pintle-and-eye connections having a maximum adjustment of 1-1/4 inches (32 mm). Size ties to extend at least halfway through facing wythe but with at least 5/8-inch (16-mm) cover on outside face. 2.07 TIES AND ANCHORS A. Materials: Provide ties and anchors specified in this article that are made from materials that comply with the following unless otherwise indicated. 1. Stainless -Steel Wire: ASTM A580/A580M, Type 304Stainless-Steel Sheet: ASTM A666, Type 304Stainless-Steel Bars: ASTM A276 or ASTM A666, Type 304. B. Wire Ties, General• Unless otherwise indicated, size wire ties to extend at least halfway through veneer but with at least 5/8-inch (16-mm) cover on outside face. Outer ends of wires are bent 90 degrees and extend 2 inches (50 mm) parallel to face of veneer. C. Individual Wire Ties: Rectangular units with closed ends and not less than 4 inches (100 mm) wide. 1. Z-shaped ties with ends bent 90 degrees to provide hooks not less than 2 inches (50 mm) long may be used for masonry constructed from solid units. 2. Where wythes do not align, use adjustable ties with pintle-and-eye connections having a maximum adjustment of 1-1/4 inches (32 mm). 3. Wire: Fabricate from 1/4-inch (6.35-mm)j diameter, stainless -steel wire. 4. Tie Section: Triangular -shaped wire tie, sized to extend within 1 inch (25 mm) of masonry face, made from 0.25-inch (6.35-mm) diameter, stainless -steel wire. D. Partition Top anchors: 0.105-inch (2.66-mm) thick metal plate with 3/8-inch (9.5-mm) diameter metal rod 6 inches (152 mm) long welded to plate and with closed -end plastic tube fitted over rod that allows rod to move in and out of tube. Fabricate from stainless steel. E. Adjustable Masonry -Veneer Anchors: 1. General: Provide anchors that allow vertical adjustment but resist tension and compression forces perpendicular to plane of wall, for attachment over sheathing to wood or metal studs, and as follows: a. Structural Performance Characteristics: Capable of withstanding a 100-lbf (445-N) load in both tension and compression without deforming or developing play in excess of 0.05 inch (1.3 mm). Contractor's Option: Unless otherwise indicated, provide any of the following types of anchors: Unit Masonry 04 20 00 - 9 FTW17498 — VCWRF Sludge Thickening improvements City Project No. CO2647 3. Screw -Attached, Masonry -Veneer Anchors: Units consisting of a wire tie and a metal anchor section. a. Products: Subject to compliance with requirements, provide one of the following: 1). Dayton Superior Corporation, Dur-O-Wal Division; D/A 213 or [D/A 210 with D/A 700-708. 2). Heckmann Building Products Inc.; 315-D with 316 or Pos-I-Tie. 3). Hohmann & Barnard, Inc.; DW-10HS or DW-10-X. b. Anchor Section: Sheet metal plate, 1-1/4 inches (32 mm) wide by 6 inches (152 mm) long, with screw holes top and bottom and with raised rib -stiffened strap, 5/8 inch (16 mm) wide by 5-1/2 inches (140 mm) long, stamped into center to provide a slot between strap and plate for inserting wire tie. 2.08 EMBEDDED FLASHING MATERIALS A. Metal Flashing: Provide metal flashing complying with SMACNA's "Architectural Sheet Metal Manual" and as follows: 1. Fabricate through -wall metal flashing embedded in masonry from stainless steel, with ribs at 3-inch (76-mm) intervals along length of flashing to provide an integral mortar bond. 2. Fabricate through -wall flashing with snaplock receiver on exterior face where indicated to receive counterflashing. 3. Fabricate through -wall flashing with drip edge unless otherwise indicated. Fabricate by extending flashing 1/2 inch (13 mm) out from wall, with outer edge bent down 30 degrees and hemmed. 4. Metal Sealant Stop: Fabricate from stainless steel. Extend at least 3 inches (76 mm) into wall and out to exterior face of wall. At exterior face of wall, bend metal back on itself for 3/4 inch (19 mm) and down into joint 1/4 inch (6 mm) to form a stop for retaining sealant backer rod. B. Flexible Flashing: Use the following unless otherwise indicated: 1. Rubberized -Asphalt Flashing: Composite flashing product consisting of a pliable, adhesive rubberized -asphalt compound, bonded to a high -density, cross -laminated polyethylene film to produce an overall thickness of not less than 0.040 inch (1.02 mm). a. Products: Subject to compliance with requirements, provide one of the following: 1). Advanced Building Products Inc.; Peel-N-Seal. 2). Carlisle Coatings & Waterproofing; CCW-705-TWF Thru-Wall Flashing. 3). Grace Construction Products, W. R. Grace & Co. - Conn.; Perm -A -Barrier Wall Flashing. 4). Hohmann & Barnard, Inc.; Textroflash. 5). W. R. Meadows, Inc.; Air -Shield Thru-Wall Flashing. 6). Polyguard Products, Inc.; Polyguard 400. Unit Masonry 04 20 00 - 10 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 b. Accessories: Provide preformed corners, end dams, other special shapes, and seaming materials produced by flashing manufacturer. C. Application: Unless otherwise indicated, use the following: 1. Where flashing is indicated to receive counterf lashing, use metal flashing. 2. Where flashing is indicated to be turned down at or beyond the wall face, use metal flashing. 3. Where flashing is partly exposed and is indicated to terminate at the wall face, use metal flashing with a drip edge. 4. Where flashing is fully concealed, use metal flashing or flexible flashing. D. Solder and Sealants for Sheet Metal Flashings: 1. Solder for Stainless Steel: ASTM B32, Grade Sn60, with acid flux of type recommended by stainless -steel sheet manufacturer. E. Adhesives, Primers, and Seam Tapes for Flashings: Flashing manufacturer's standard products or products recommended by flashing manufacturer for banding flashing sheets to each other and to substrates. 2.09 MISCELLANEOUS MASONRY ACCESSORIES A. Compressible Filler: Premolded filler strips complying with ASTM D1056, Grade 2A1; compressible up to 35 percent; of width and thickness indicated; formulated from urethane or PVC. B. Preformed Control -Joint Gaskets: Made from styrene-butadiene-rubber compound, complying with ASTM D2000, Designation M2AA-805 or PVC, complying with ASTM D2287, Type PVC-65406 and designed to fit standard sash block and to maintain lateral stability in masonry wall; size and configuration as indicated. C. Bond -Breaker Strips: Asphalt -saturated, organic roofing felt complying with ASTM D226, Type I (No. 15 asphalt felt). D. Weep/Vent Products: Use the following unless otherwise indicated: 1. Cellular Plastic Weep/Vent: One-piece, flexible extrusion made from UV -resistant polypropylene copolymer, full height and width of head joint and depth 1/8 inch (3 mm) less than depth of outer wythe, in color selected from manufacturer's standard. a. Products: Subject to compliance with requirements, provide one of the following: 1). Advanced Building Products Inc.; Mortar Maze weep vent. 2). Blok-Lok Limited; Cell -Vent. 3). Dayton Superior Corporation, Dur-O-Wal Division; Cell Vents. 4). Heckmann Building Products Inc.; No. 85 Cell Vent. 5). Hohmann & Barnard, Inc.; Quadro-Vent. 6). Wire -Bond; Cell Vent. Unit Masonry 04 20 00 -11 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 E. Cavity Drainage Material: Free -draining mesh, made from polymer strands that will not degrade within the wall cavity. 1. Products: Subject to compliance with requirements, provide one of the following: a. Advanced Building Products Inc.; Mortar Break II. b. Archovations, Inc.; CavClear Masonry Mat. c. Dayton Superior Corporation, Dur-O-Wal Division; Polytite MortarStop. d. Mortar Net USA, Ltd.; Mortar Net. 2. Provide one of the following configurations: a. Strips, full -depth of cavity and 10 inches (250 mm) high, with dovetail shaped notches 7 inches (175 mm) deep that prevent clogging with mortar droppings. b. Strips, not less than 1-1/2 inches (38 mm) thick and 10 inches (250 mm) high, with dimpled surface designed to catch mortar droppings and prevent weep holes from clogging with mortar. c. Sheets or strips full depth of cavity and installed to full height of cavity. d. Sheets or strips not less than 1 inch (25 mm) thick and installed to full height of cavity with additional strips 4 inches (100 mm) high at weep holes and thick enough to fill entire depth of cavity and prevent weep holes from clogging with mortar. F. Reinforcing Bar Positioners: Wire units designed to fit into mortar bed joints spanning masonry unit cells and hold reinforcing bars in center of cells. Units are formed from 0.148- inch (3.77-mm) steel wire, hot -dip galvanized after fabrication. Provide units designed for number of bars indicated. 1. Products: Subject to compliance with requirements, provide the following: a. Wire -Bond; Core Lock Rebar Positioner. G. Grout Screen: Screen designed to fit in mortar bed joints and prevent grout from falling through block core while maintaining positive bond in mortar joint. Screen constructed of non -corrosive 1/4-inch square polypropylene monofilament screening. 1. Products: Subject to compliance with requirements, provide one of the following: a. Wire -Bond: Grout Stop. b. Hohmann & Barnard, Inc.: MGS — Mortar/Grout Screen. 2.10 CAVITY -WALL INSULATION A. Polyisocya n u rate Board Insulation: ASTM C1289, Type I (aluminum -foil -faced), Class 2 (glass-fiber-reinforced).Adhesive: Type recommended by insulation board manufacturer for application indicated. 2.11 MASONRY CLEANERS A. Proprietary Acidic Cleaner: Manufacturer's standard -strength cleaner designed for removing mortar/grout stains, efflorescence, and other new construction stains from new masonry without discoloring or damaging masonry surfaces. Use product expressly Unit Masonry 04 20 00 - 12 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 approved for intended use by cleaner manufacturer and manufacturer of masonry units being cleaned. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Diedrich Technologies, Inc. b. EaCo Chem, Inc. c. ProSoCo, Inc. 2.12 MORTAR AND GROUT MIXES A. General: Do not use admixtures, including pigments, air -entraining agents, accelerators, retarders, water-repellent agents, antifreeze compounds, or other admixtures, unless otherwise indicated. 1. Do not use calcium chloride in mortar or grout. 2. Use Portland cement -lime mortar unless otherwise indicated. 3. Add cold -weather admixture (if used) at same rate for all mortar that will be exposed to view, regardless of weather conditions, to ensure that mortar color is consistent. B. Preblended, Dry Mortar Mix: Furnish dry mortar ingredients in form of a preblended mix. Measure quantities by weight to ensure accurate proportions, and thoroughly blend ingredients before delivering to Project site. C. Mortar for Unit Masonry: Comply with ASTM C270, Proportion Specification. Provide the following types of mortar for applications stated unless another type is indicated or needed to provide required compressive strength of masonry. 1. For masonry below grade or in contact with earth, use Type S. 2. For reinforced masonry, use Type S. 3. For mortar parge coats, use Type S or Type N. 4. For exterior, above -grade, load -bearing and non -load -bearing walls and parapet walls; for interior load -bearing walls; for interior non -load -bearing partitions; and for other applications where another type is not indicated, use Type N. 5. For interior non -load -bearing partitions, Type 0 may be used instead of Type N. D. Pigmented Mortar: Use colored cement product or select and proportion pigments with other ingredients to produce color required. Do not add pigments to colored cement products. 1. Pigments shall not exceed 10 percent of Portland cement by weight. 2. Mix to match Architect's sample. 3. Application: Use pigmented mortar for exposed mortar joints with the following units: a. Decorative CMOs. b. Cast stone trim units. E. Grout for Unit Masonry. Comply with ASTM C476. Unit Masonry 04 20 00 - 13 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 1. Use grout of type indicated or, if not otherwise indicated, of type (fine or coarse) that will comply with Table 1.15.1 in ACI 530.1/ASCE 6/TMS 602 for dimensions of grout spaces and pour height. 2. Provide pre -blended, dry grout mixes proportioned in accordance with ASTM C476, Table 1. 3. Provide grout with a slump of 8 toll inches as measured according to ASTM C143/C143M. 3.00 EXECUTION 3.01 EXAMINATION A. Examine conditions, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of the Work. 1. For the record, prepare written report, endorsed by Installer, listing conditions detrimental to performance of work. 2. Verify that foundations are within tolerances specified. 3. Verify that reinforcing dowels are properly placed. B. Before installation, examine rough -in and built-in construction for piping systems to verify actual locations of piping connections. C. Proceed with installation only after unsatisfactory conditions have been corrected. 3.02 INSTALLATION, GENERAL A. Thickness: Build cavity and composite walls and other masonry construction to full thickness shown. Build single-wythe walls to actual widths of masonry units, using units of widths indicated. B. Build chases and recesses to accommodate items specified in this and other Sections. C. Leave openings for equipment to be installed before completing masonry. After installing equipment, complete masonry to match the construction immediately adjacent to opening. D. Use full-size units without cutting if possible. If cutting is required to provide a continuous pattern or to fit adjoining construction, cut units with motor -driven saws; provide clean, sharp, unchipped edges. Allow units to dry before laying unless wetting of units is specified. Install cut units with cut surfaces and, where possible, cut edges concealed. E. Select and arrange units for exposed unit masonry to produce a uniform blend of colors and textures. 1. Mix units from several pallets or cubes as they are placed. F. Matching Existing Masonry: Match coursing, bonding, color, and texture of existing masonry. 3.03 TOLERANCES A. Dimensions and Locations of Elements: Unit Masonry 04 20 00 - 14 FTW17498 —VCWRF Sludge Thickening Improvements City Project No. CO2647 For dimensions in cross-section or elevation do not vary by more than plus 1/2 inch (12 mm) or minus 1/4 inch (6 mm). For location of elements in plan do not vary from that indicated by more than plus or minus 1/2 inch (12 mm). 3. For location of elements in elevation do not vary from that indicated by more than plus or minus 1/4 inch (6 mm) in a story height or 1/2 inch (12 mm) total. B. Lines and Levels: 1. For bed joints and top surfaces of bearing walls do not vary from level by more than 1/4 inch in 10 feet (6 mm in 3 m), or 1/2 inch (12 mm) maximum. For conspicuous horizontal lines, such as lintels, sills, parapets, and reveals, do not vary from level by more than 1/8 inch in 10 feet (3 mm in 3 m), 1/4 inch in 20 feet (6 mm in 6 m), or 1/2 inch (12 mm) maximum. 3. For vertical lines and surfaces do not vary from plumb by more than 1/4 inch in 10 feet (6 mm in 3 m), 3/8 inch in 20 feet (9 mm in 6 m), or 1/2 inch (12 mm) maximum. 4. For conspicuous vertical lines, such as external corners, door jambs, reveals, and expansion and control joints, do not vary from plumb by more than 1/8 inch in 10 feet (3 mm in 3 m), 1/4 inch in 20 feet (6 mm in 6 m), or 1/2 inch (12 mm) maximum. 5. For lines and surfaces do not vary from straight by more than 1/4 inch in 10 feet (6 mm in 3 m), 3/8 inch in 20 feet (9 mm in 6 m), or 1/2 inch (12 mm) maximum. 6. For vertical alignment of exposed head joints, do not vary from plumb by more than 1/4 inch in 10 feet (6 mm in 3 m), or 1/2 inch (12 mm) maximum. 7. For faces of adjacent exposed masonry units, do not vary from flush alignment by more than 1/16 inch (1.5 mm) except due to warpage of masonry units within tolerances specified for warpage of units. C. Joints: 1. For bed joints, do not vary from thickness indicated by more than plus or minus 1/8 inch (3 mm), with a maximum thickness limited to 1/2 inch (12 mm). 2. For exposed bed joints, do not vary from bed -joint thickness of adjacent courses by more than 1/8 inch (3 mm). 3. For head and collar joints, do not vary from thickness indicated by more than plus 3/8 inch (9 mm) or minus 1/4 inch (6 mm). 4. For exposed head joints, do not vary from thickness indicated by more than plus or minus 1/8 inch (3 mm). Do not vary from adjacent bed -joint and head -joint thicknesses by more than 1/8 inch (3 mm). 5. For exposed bed joints and head joints of stacked bond, do not vary from a straight line by more than 1/16 inch (1.5 mm) from one masonry unit to the next. 3.04 LAYING MASONRY WALLS A. Layout walls in advance for accurate spacing of surface bond patterns with uniform joint thicknesses and for accurate location of openings, movement -type joints, returns, and Unit Masonry 04 20 00 - 15 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 offsets. Avoid using less -than -half-size units, particularly at corners, jambs, and, where possible, at other locations. B. Bond Pattern for Exposed Masonry: Unless otherwise indicated, lay exposed masonry in running bond; do not use units with less than nominal 4-inch (100-mm) horizontal face dimensions at corners or jambs. C. Lay concealed masonry with all units in a wythe in running bond or bonded by lapping not less than 4 inches (100 mm). Bond and interlock each course of each wythe at corners. Do not use units with less than nominal 4-inch (100-mm) horizontal face dimensions at corners or jambs. D. Stopping and Resuming Work: Stop work by racking back units in each course from those in course below; do not tooth. When resuming work, clean masonry surfaces that are to receive mortar, remove loose masonry units and mortar, and wet brick if required before laying fresh masonry. Built-in Work: As construction progresses, build in items specified in this and other Sections. Fill in solidly with masonry around built-in items. F. Fill space between steel frames and masonry solidly with mortar unless otherwise indicated. G. Where built-in items are to be embedded in cores of hollow masonry units, place a layer of metal lath, wire mesh, or plastic mesh in the joint below and rod mortar or grout into core. H. Fill cores in hollow CMUs with grout 24 inches (600 mm) under bearing plates, beams, lintels, posts, and similar items unless otherwise indicated. Build non -load -bearing interior partitions full height of story to underside of solid floor or roof structure above unless otherwise indicated. 1. Install compressible filler in joint between top of partition and underside of structure a Bove. 2. Fasten partition top anchors to structure above and build into top of partition. Grout cells of CMUs solidly around plastic tubes of anchors and push tubes down into grout to provide 1/2-inch (13-mm) clearance between end of anchor rod and end of tube. Space anchors 48 inches (1200 mm) o.c. unless otherwise indicated. 3. Wedge non -load -bearing partitions against structure above with small pieces of tile, slate, or metal. Fill joint with mortar after dead -load deflection of structure above approaches final position. 4. At fire -rated partitions, treat joint between top of partition and underside of structure above to comply with Section 07 84 46 "Fire Resistive Joint Systems". 3.05 MORTAR BEDDING AND JOINTING A. Lay hollow brick and CMUs as follows: 1. With face shells fully bedded in mortar and with head joints of depth equal to bed joints. 2. With webs fully bedded in mortar in all courses of piers, columns, and pilasters. 3. With webs fully bedded in mortar in grouted masonry, including starting course on footings. Unit Masonry 04 20 00 - 16 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 4. With entire units, including areas under cells, fully bedded in mortar at starting course on footings where cells are not grouted. B. Lay solid masonry units with completely filled bed and head joints; butter ends with sufficient mortar to fill head joints and shove into place. Do not deeply furrow bed joints or slush head joints. C. Tool exposed joints slightly concave when thumbprint hard, using a jointer larger than joint thickness unless otherwise indicated. 1. For glazed masonry units, use a nonmetallic jointer 3/4 inch (19 mm) or more in width. D. Cut joints flush for masonry walls to receive plaster or other direct -applied finishes (other than paint) unless otherwise indicated. 3.06 CAVITY WALLS A. Bond wythes of cavity walls together using one of the following methods: 1. Individual Metal Ties: Provide ties as shown installed in horizontal joints, but not less than one metal tie for 4.5 sq. ft. (0.42 sq. m) of wall area spaced not to exceed 36 inches (914 mm)] [24 inches (610 mm) o.c. horizontally and 16 inches (406 mm) o.c. vertically. Stagger ties in alternate courses. Provide additional ties within 12 inches (305 mm) of openings and space not more than 36 inches (915 mm) apart around perimeter of openings. At intersecting and abutting walls, provide ties at no more than 24 inches (610 mm) o.c. vertically. a. Where bed joints of wythes do not align, use adjustable (two-piece) type ties. Where one wythe is of clay masonry and the other of concrete masonry, use adjustable (two-piece) type ties to allow for differential movement regardless of whether bed joints align. 2. Masonry Joint Reinforcement: Installed in horizontal mortar joints. Where bed joints of both wythes align, use ladder -type reinforcement extending across both wythes. b. Where bed joints of wythes do not align, use adjustable (two-piece) type reinforcement with continuous horizontal wire in facing wythe attached to ties. Where one wythe is of clay masonry and the other of concrete masonry, use adjustable (two-piece) type reinforcement with continuous horizontal wire in facing wythe attached to ties to allow for differential movement regardless of whether bed joints align. 3. Masonry Veneer Anchors: Comply with requirements for anchoring masonry veneers. B. Bond wythes of cavity walls together using bonding system indicated on Drawings. C. Keep cavities clean of mortar droppings and other materials during construction. Bevel beds away from cavity, to minimize mortar protrusions into cavity. Do not attempt to trowel or remove mortar fins protruding into cavity. D. Apply air barrier to face of backup wythe to comply with Section 07 27 26 "Fluid -Applied Membrane Air Barriers." Unit Masonry 04 20 00 - 17 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 E. Installing Cavity -Wall Insulation: Place small dabs of adhesive, spaced approximately 12 inches (300 mm) o.c. both ways, on inside face of insulation boards, or attach with plastic fasteners designed for this purpose. Fit courses of insulation between wall ties and other confining obstructions in cavity, with edges butted tightly both ways. Press units firmly against inside wythe of masonry or other construction as shown. 1. Fill cracks and open gaps in insulation with crack sealer compatible with insulation and masonry. 3.07 MASONRY JOINT REINFORCEMENT A. General: install entire length of longitudinal side rods in mortar with a minimum cover of 5/8 inch (16 mm) on exterior side of walls, 1/2 inch (13 mm) elsewhere. Lap reinforcement a minimum of 6 inches (150 mm). 1. Space reinforcement not more than 16 inches (406 mm) o.c. 2. Space reinforcement not more than 8 inches (203 mm) o.c. in foundation walls and parapet walls. 3. Provide reinforcement not more than 8 inches (203 mm) above and below wall openings and extending 12 inches (305 mm) beyond openings in addition to continuous reinforcement. B. Interruptjoint reinforcement at control and expansion joints unless otherwise indicated. C. Provide continuity at wall intersections by using prefabricated T-shaped units. D. Provide continuity at corners by using prefabricated L-shaped units. E. Cut and bend reinforcing units as directed by manufacturer for continuity at corners, returns, offsets, column fireproofing, pipe enclosures, and other special conditions. 3.08 ANCHORING MASONRY VENEERS A. Anchor masonry veneers to concrete and masonry backup with masonry -veneer anchors to comply with the following requirements: Fasten screw -attached anchors to concrete and masonry backup with metal fasteners of type indicated. Use two fasteners unless anchor design only uses one fastener. 2. Locate anchor sections to allow maximum vertical differential movement of ties up and down. 3. Space anchors as indicated, but not more than 16 inches (406 mm) o.c. vertically and 32 inches (813 mm) o.c. horizontally with not less than one anchor for each 3.5 sq. ft. (0.33 sq, m) of wall area. Install additional anchors within 12 inches (305 mm) of openings and at intervals, not exceeding 36 inches (914 mm), around perimeter. 3.09 CONTROL AND EXPANSION JOINTS A. General: Install control and expansion joint materials in unit masonry as masonry progresses. Do not allow materials to span control and expansion joints without provision to allow for in -plane wall or partition movement. B. Form control joints in concrete masonry using one of the following methods: Unit Masonry 04 20 00 - 18 FTW17498— VCWRF Sludge Thickening Improvements City Project No. CO2647 1. Fit bond -breaker strips into hollow contour in ends of CMUs on one side of control joint. Fill resultant core with grout and rake out joints in exposed faces for application of sealant. 2. Install preformed control -joint gaskets designed to fit standard sash block. Install interlocking units designed for control joints. Install bond -breaker strips at joint. Keep head joints free and clear of mortar or rake out joint for application of sealant. 4. Install temporary foam -plastic filler in head joints and remove filler when unit masonry is complete for application of sealant. C. Form expansion joints in brick as follows: 1. Build flanges of metal expansion strips into masonry. Lap each joint 4 inches (100 mm) in direction of water flow. Seal joints below grade and at junctures with horizontal expansion joints if any. 2. Build flanges of factory -fabricated, expansion -joint units into masonry. 3. Build incompressible joint fillers where indicated. 4. Form open joint full depth of brick wythe and of width indicated, but not less than 3/8 inch (10 mm) for installation of sealant and backer rod specified in Section 07 92 00 "Joint Sealants." D. Provide horizontal, pressure -relieving joints by either leaving an air space or inserting a compressible filler of width required for installing sealant and backer rod specified in Section 07 92 00 "Joint Sealants," but not less than 3/8 inch (10 mm). 1. Locate horizontal, pressure -relieving joints beneath shelf angles supporting masonry. 3.10 LINTELS A. Install steel lintels where indicated. B. Provide masonry lintels where shown and where openings of more than 12 inches (305 mm) for brick -size units and 24 inches (610 mm) for block -size units are shown without structural steel or other supporting lintels. C. Provide minimum bearing of 8 inches (200 mm) at each jamb unless otherwise indicated. 3.11 FLASHING, WEEP HOLES, CAVITY DRAINAGE, AND VENTS A. General: Install embedded flashing and weep holes in masonry at shelf angles, lintels, ledges, other obstructions to downward flow of water in wall, and where indicated. Install vents at shelf angles, ledges, and other obstructions to upward flow of air in cavities, and where indicated. B. install flashing as follows unless otherwise indicated: Prepare masonry surfaces so they are smooth and free from projections that could puncture flashing. Where flashing is within mortar joint, place through -wall flashing on sloping bed of mortar and cover with mortar. Before covering with mortar, seal penetrations in flashing with adhesive, sealant, or tape as recommended by flashing manufacturer. Unit Masonry 04 20 00 - 19 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 2. At multi-wythe masonry walls, including cavity walls, extend flashing through outer wythe, turned up a minimum of 8 inches (200 mm), and through inner wythe to within 1/2 inch (13 mm) of the interior face of wall in exposed masonry. Where interior face of wall is to receive furring or framing, carry flashing completely through inner wythe and turn flashing up approximately 2 inches (50 mm) on interior face. At masonry -veneer walls, extend flashing through veneer, across air space behind veneer, and up face of sheathing at least 8 inches (200 mm); with upper edge tucked under building paper or building wrap, lapping at least 4 inches (100 mm). 4. At lintels and shelf angles, extend flashing a minimum of 6 inches (150 mm) into masonry at each end. At heads and sills, extend flashing 6 inches (150 mm) at ends and turn up not less than 2 inches (50 mm) to form end dams. 5. Install metal drip edges beneath flexible flashing at exterior face of wall. Stop flexible flashing 1/2 inch (13 mm) back from outside face of wall and adhere flexible flashing to top of metal drip edge. C. Install single-wythe CMU flashing system in bed joints of CMU walls where indicated to comply with manufacturer's written instructions. Install CMU cell pans with upturned edges located below face shells and webs of CMUs above and with weep spouts aligned with face of wall. Install CMU web covers so that they cover upturned edges of CMU cell pans at CMU webs and extend from face shell to face shell. D. Install reglets and nailers for flashing and other related construction where they are shown to be built into masonry. E. Install weep holes in head joints in exterior wythes of first course of masonry immediately above embedded flashing and as follows: 1. Use specified weep/vent products to form weep holes. 2. Space weep holes 24 inches (600 mm) o.c. unless otherwise indicated. F. Place cavity drainage material in cavities to comply with configuration requirements for cavity drainage material in "Miscellaneous Masonry Accessories" Article. G. Install vents in head joints in exterior wythes at spacing indicated. Use specified weep/vent products to form vents. 1. Close cavities off vertically and horizontally with blocking in manner indicated. Install through -wall flashing and weep holes above horizontal blocking. 3.12 REINFORCED UNIT MASONRY INSTALLATION A. Temporary Formwork and Shores: Construct formwork and shores as needed to support reinforced masonry elements during construction. 1. Construct formwork to provide shape, line, and dimensions of completed masonry as indicated. Make forms sufficiently tight to prevent leakage of mortar and grout. Brace, tie, and support forms to maintain position and shape during construction and curing of reinforced masonry. Unit Masonry 04 20 00 - 20 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 2. Do not remove forms and shores until reinforced masonry members have hardened sufficiently to carry their own weight and other loads that may be placed on them during construction. B. Placing Reinforcement: Comply with requirements in ACI 530.1/ASCE 6/TMS 602. C. Grouting: Do not place grout until entire height of masonry to be grouted has attained enough strength to resist grout pressure. 1. Comply with requirements in ACI 530.1/ASCE 6/TMS 602 for cleanouts and for grout placement, including minimum grout space and maximum pour height. 2. Limit height of vertical grout pours to not more than 60 inches. 3.13 FIELD QUALITY CONTROL A. Testing and Inspecting: Owner will engage special inspectors to perform tests and inspections and prepare reports. Allow inspectors access to scaffolding and work areas, as needed to perform tests and inspections. Retesting of materials that fail to comply with specified requirements shall be done at Contractor's expense. B. Inspections: Special inspections according to the "International Building Code." 1. Begin masonry construction only after inspectors have verified type of pre -blended mortar to be used. 2. Place grout only after inspectors have verified compliance of grout spaces and of grades, sizes, and locations of reinforcement. 3. Place grout only after inspectors have verified type of pre -blended grout to be used. C. Testing Prior to Construction: One set of tests. D. Testing Frequency: One set of tests for each 5000 sq. ft. (464 sq. m) of wall area or portion thereof. E. Concrete Masonry Unit Test: For each type of unit provided, according to ASTM C140 for compressive strength. 3.14 REPAIRING, POINTING, AND CLEANING A. Remove and replace masonry units that are loose, chipped, broken, stained, or otherwise damaged or that do not match adjoining units. Install new units to match adjoining units; install in fresh mortar, pointed to eliminate evidence of replacement. B. Pointing: During the tooling of joints, enlarge voids and holes, except weep holes, and completely fill with mortar. Point up joints, including corners, openings, and adjacent construction, to provide a neat, uniform appearance. Prepare joints for sealant application, where indicated. C. In -Progress Cleaning: Clean unit masonry as work progresses by dry brushing to remove mortar fins and smears before tooling joints. D. Final Cleaning: After mortar is thoroughly set and cured, clean exposed masonry as follows: 1. Remove large mortar particles by hand with wooden paddles and nonmetallic scrape hoes or chisels. Unit Masonry 04 20 00 - 21 FTW17498—VCWRF Sludge Thickening Improvements City Project No. CO2647 2. Test cleaning methods on sample wall panel; leave one-half of panel uncleaned for comparison purposes. Obtain Architect's approval of sample cleaning before proceeding with cleaning of masonry. 3. Protect adjacent stone and non -masonry surfaces from contact with cleaner by covering them with liquid strippable masking agent or polyethylene film and waterproof masking tape. 4. Wet wall surfaces with water before applying cleaners; remove cleaners promptly by rinsing surfaces thoroughly with clear water. 5. Clean stone trim to comply with stone supplier's written instructions. 3.15 MASONRY WASTE DISPOSAL A. Salvageable Materials: Unless otherwise indicated, excess masonry materials are Contractor's property. At completion of unit masonry work, remove from Project site. B. Excess Masonry Waste: Remove excess clean masonry waste that cannot be used as fill, as described above, and other masonry waste, and legally dispose of off Owner's property. END OF SECTION Unit Masonry FTW17498 — VCWRF Sludge Thickening Improvements 04 20 00 - 22 City Project No. CO2647 DIVISION M ETA L TINS PAGE INTENTIONALLY BLANK 05 05 10 ANCHORAGES 1 1.00 GENERAL 1.01 SUMMARY A. Scope: 1. CONTRACTOR shall provide all labor, materials, equipment and incidentals as shown on the Drawings, specified, and required to furnish and install anchorages. B. The types of Work using the anchor bolts, toggles and inserts include, but are not limited to the following: 1. Rails. 2. Sluice and slide gates. 3. Hangers and brackets. 4. Equipment. 5. Piping. 6. Grating and floor plate. 7. Electrical, Plumbing and HVAC Work. 8. Metal, wood and plastic fabrications. C. Related Sections: 1. Section 05 50 10, Miscellaneous Metal Fabrications. 2. Section 05 12 00, Structural Steel Framing. 3. Section 05 52 13, Pipe and Tube Railings. 1.02 QUALITY ASSURANCE A. Reference Standards: Comply with the applicable provisions and recommendations of the following, except as otherwise shown and specified. 1. ASTM A 36, Specification for Carbon Structural Steel. 2. ASTM A 123, Specification for Zinc (Hot -Dip Galvanized) Coatings on Iron and Steel Products. 3. ASTM A 153, Specification for Zinc Coating (Hot -Dip) on Iron and Steel Hardware. 4. ASTM A 307, Specification for Carbon Steel Bolts and Studs, 60,000 psi Tensile Strength. 5. ASTM A 484, Specification for General Requirements for Stainless and Heat -Resisting Steel Bars, Billets and Forgings. 6. ASTM A 525, Specification for General Requirements for Steel Sheet, Zinc -Coated (Galvanized) by the Hot -Dip Process. 7. ASTM A 536, Specification for Ductile Iron Castings. Anchorages 05 0510 - 1 FTW 17498 — VCW RF Sludge Thickening Improvements City Project No. CO2647 8. ASTM A 570, Specification for Steel, Sheet and Strip, Carbon, Hot -Rolled, Structural Quality. 9. ASTM B 633, Specification for Electrode posited Coatings of Zinc on Iron and Steel. 10. ASTM F 593, Stainless Steel Bolts; Hex Cap Screws, and Studs. 11. Federal Specifications WW-H-171E for Malleable Iron. 12. ICBO, International Conference of Building Officials. 13. International Building Code. B. Inserts shall be ICBO, UL or FM approved. C. Toggle Bolts: Federal Specification FF-B-588C, Type I, Class A, Style 1. 1.03 SUBMITTALS A. Shop Drawings: Submit for approval the following: 1. Setting drawings and templates for location and installation of anchorage devices. 2. Copies of manufacturer's specifications, load tables, dimension diagrams and installation instructions for the devices. 3. Copies of ICBO, UL or FM Reports certifying load carrying capacities and installation requirements for the anchorage devices. 2.00 PRODUCTS 2.01 DESIGN CRITERIA A. When the size, length or load carrying capacity of an anchorage is not shown on the Drawings, provide the following: 1. For anchor bolts (cast -in -place), provide the size, length and capacity required to carry the design load based on the values and requirements given in the International Building Code. 2. For concrete anchors (adhesive types) and concrete inserts, provide the size, length, type, and capacity required to carry the design load based on the values and requirements given in the ICBO Evaluation Report, or similar certifications by UL or FM, for the anchor to be used. Alternately the capacity may be based on independent testing lab capacities for tension and shear strength using a minimum safety factor of four. Consideration of reduced capacity due to spacing and edge distance shall be made. B. Determine design loads as follows: 1. For equipment anchors, use the design load recommended by the equipment manufacturer and approved by ENGINEER. 2. For pipe hangers and supports, use one half of the total weight of: pipe, fittings, and water contained in pipe, plus the full weight of valves and accessories located between the hanger or support in question. 3. Allowances for vibration are included in the safety factor specified above. Anchorages 05 05 10 - 2 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 4. Concrete anchors shall develop ultimate shear and pull-out loads of not less than the following values in 4,000 psi concrete: Bolt Diameter Min. Shear Min. Pull -Out Load Inches Pounds Pounds 1/2 5,000 7,600 5/8 8,000 12,000 3/4 11,500 17,000 7/8 15,700 20,400 1 20,500 28,400 2.02 MATERIALS A. Anchor Bolts: 1. Provide stainless steel bolts and hardware complying with ASTM F 593, AISI Type 316 headed or non -headed type with nitronic 60 stainless steel nuts and locknuts, unless otherwise indicated. 2. For equipment, provide anchor bolts, which meet the equipment manufacturer's recommendations for size, material, and strength. Anchors shall be Type 316 stainless steel. 3. Provide anchor bolts as shown on the Drawings or as required to secure structural steel to concrete or masonry. 4. Locate and accurately set the anchor bolts using templates or other devices as required. 5. Protect threads and shank from damage during installation of equipment and structural steel. 6. Comply with manufacturer's required embedment length and necessary anchor bolt projection. B. Concrete Adhesive Anchors: 1. Provide stainless steel adhesive anchors complying with ASTM F 593, AISI Type 316 with nitronic 60 stainless steel nuts and locknuts. 2. Anchors shall be of the size required for the concrete strength specified. 3. Adhesive anchors shall consist of threaded rods or bolts anchored with an adhesive system into hardened concrete. The adhesive system shall use a two -component adhesive mix and shall be injected with a static mixing nozzle following manufacturer's instructions. The embedment depth of the rod/bolt shall provide a minimum allowable bond strength that is equal to the allowable tensile capacity of the rod/bolt, unless noted otherwise on the Drawings. 4. Product and Manufacturer: a. HIT RE 500 SD, Injection Adhesive Anchor System, as manufactured by Hilti. b. SET-XP Epoxy -Tie Adhesive, by Simpson Strong -Tie Company, Inc. C. Grout -filled Concrete Masonry Adhesive Anchors: 1. General: Anchorages 05 05 10 - 3 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 a. Adhesive anchors shall consist of threaded rods anchored into grout -filled concrete block masonry, using an adhesive system. 2. Products and Manufacturers: Provide one of the following: a. HIT-HY 150 Max Adhesive Anchoring System, by Hilti Fastening Systems, Inc. b. Acrylic -Tie Adhesive, by Simpson Strong -Tie Company, Inc. c. Or equal. 3. Adhesive: a. Adhesive system shall use two -component adhesive mix. b. Acrylate hybrid adhesives shall comply with the following: 1). ASTM C579 compressive strength greater than 7,252 psi, or ASTM D695 compressive yield strength greater than or equal to 10,210 psi. 2). ASTM C307 modulus of elasticity greater than 507,000 psi or ASTM D695 compressive modulus of elasticity greater than 660,800 psi. c. Adhesives shall have current ICC Evaluation Service Report for use in grout -filled concrete masonry, tested and assessed in accordance with ICC-ES 58. D. Hollow Concrete Masonry Sleeve Expansion Anchors: 1. General: a. Sleeve expansion anchors shall each consist of an externally threaded stud with full length expanding sleeve. 2. Products and Manufacturers: Provide one of the following: a. HLC Sleeve Anchors, by Hilti Fastening Systems, Inc. b. Dynabolt Sleeve Anchors, by ITW Red Head. c. Or equal. 3. Anchors shall comply with physical requirements of FS A-A-1922A. Anchors shall be non -bottom bearing type with single -piece steel expansion sleeve providing 360-degree contact with base material, and shall not require oversized holes for installation. 4. Provide expansion anchors complete with nuts and washers, Type 304 stainless steel, in accordance with ASTM A276 or ASTM A493. E. Concrete Inserts: 1. For piping, grating, floor plate and masonry lintels, provide malleable iron inserts. Comply with Federal Specification WW-H-171.E (Type 18). Provide those recommended by the manufacturer for the required loading. 2. Finish shall be black. 3. Product and Manufacturer: Provide inserts by one of the following: a. Figure 282, as manufactured by ITT Grinnell. b. No. 380, as manufactured by Hohmann and Barnard, Incorporated. Anchorages 05 05 10 - 4 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 F. Toggle Bolts: } 1. Provide spring -wing toggle bolts, with two-piece wings. 2. Provide Type 316 stainless steel bolts. 3. Product and Manufacturer: Provide toggle bolts by one of the following: a. Hilti. b. Simpson. G. Powder activated fasteners shall not be used, unless approved by ENGINEER. H. Expansion anchors will not be allowed for any connections shown on structural drawings. Where expansion anchors are specified in other sections, use the following: 1. Provide Type 316 stainless steel expansion anchors. 2. Product and Manufacturer: a. Kwik Bolt by Hilti. b. Easy -Set by Simpson. 3.00 EXECUTION 3.01 INSPECTION A. CONTRACTOR shall examine areas and conditions under which anchor bolts, toggle bolts and concrete insert Work is to be installed, and notify ENGINEER, in writing, of conditions detrimental to proper and timely completion of Work. Do not proceed with Work until unsatisfactory conditions have been corrected in a manner acceptable to ENGINEER. 3.02 INSTALLATION A. Assure that embedded items are protected from damage and are not filled in with concrete. B. Use concrete inserts for pipe hangers and supports for the pipe size and loading recommended by the insert manufacturer. C. Use toggle bolts for fastening brackets and other elements onto masonry units. D. For the adhesive anchors and adhesive material, CONTRACTOR shall comply with the manufacturer's installation instructions on the hole diameter and depth required to fully develop the tensile strength of the adhesive anchor or reinforcing bar. CONTRACTOR shall properly clean out the hole utilizing a wire brush and compressed air to remove all loose material from the hole, prior to installing adhesive capsules or material. Refer to the Drawings for details. E. Use torque wrench for all anchor installations and torque to manufacturer recommendations. 3.03 CLEANING A. After embedding concrete is placed, remove protection and clean bolts and inserts. 3.04 FIELD QUALITY CONTROL Anchorages 05 05 10 - 5 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 A. OWNER shall employ a testing laboratory to perform field quality testing of installed anchors. OWNER inspector shall determine the level of testing which is required for the various types of adhesive anchors and anchor bolts. A minimum of ten percent of the adhesive anchors are to be tested to 50 percent of the ultimate tensile capacity of the adhesive anchor as published in the manufacturer's catalogue. B. If failure of any of the adhesive anchors or reinforcing bars occurs, CONTRACTOR will be required to pay for the costs involved in testing the remaining 90 percent. C. CONTRACTOR shall correct improper workmanship, remove and replace, or correct as directed by the ENGINEER, all adhesive anchors or bars found unacceptable or deficient, at no additional cost to the OWNER. D. CONTRACTOR shall pay for all corrections and subsequent tests required to confirm the integrity of the adhesive anchor or bar. E. The independent testing and inspection agency shall complete a report on each area. The report should summarize the observations made by the inspector and be submitted to ENGINEER. F. Provide access for the testing agency to places where Work is being produced so that required inspection and testing can be accomplished. END OF SECTION Anchorages 0505 10 - 6 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 05 12 00 STRUCTURAL STEEL FRAMING 1.00 GENERAL 1.01 DESCRIPTION A. Scope: 1. CONTRACTOR shall provide labor, materials, equipment, and incidentals as shown, specified, and required to furnish and install structural steel framing, including surface preparation and shop priming. 2. Structural steel framing is the Work defined in AISC 303, Section 2, and as shown or indicated in the Contract Documents. The Work also includes: a. Providing openings in and attachments to structural steel framing to accommodate the Work under this and other Sections and providing for structural steel framing items such as anchorage devices, studs, and all items required for which provision is not specifically included under other Sections. b. Providing openings in and attachments to structural steel framing to accommodate the work under other contracts, and assisting other contractors in building on or attaching to the structural steel framing items such as anchorage devices, studs, and all items required for which provision is not specifically included under other contracts. B. Coordination: 1. Review installation procedures under this and other Sections and coordinate installation of items to be installed with or before structural steel framing Work. 2. Notify other contractors in advance of installing structural steel to provide other contractors with sufficient time for installing items included in their contracts to be installed with or before structural steel framing Work. C. Related Sections: 1. Section 03 60 00, Grout. 2. Section 05 05 10, Anchorages. 3. Section 09 9100, Painting. 1.02 REFERENCES A. Standards referenced in this Section are: 1. AISC 303, Code of Standard Practice for Steel Buildings and Bridges. 2. AISC 325, Steel Construction Manual. 3. AISC 360, Specification for Structural Steel Buildings. 4. ASME B46.1, Surface Texture (Surface Roughness, Waviness and Lay). 5. ASTM A6/A6M, Specification for General Requirements for Rolled Structural Steel Bars, Plates, Shapes, and Sheet Piling. Structural Steel Framing 05 12 00 -1 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 6. ASTM A36/A36M, Specification for Carbon Structural Steel. 7. ASTM A53/A53M, Specification for Pipe, Steel, Black and Hot -Dipped, Zinc -Coated, Welded and Seamless. 8. ASTM A108, Specification for Steel Bar, Carbon and Alloy, Cold -Finished. 9. ASTM A194/A194M, Specification for Carbon and Alloy Steel Nuts for Bolts for High Pressure or High Temperature Service, or Both. 10. ASTM A325, Specification for Structural Bolts, Steel, Heat -Treated, 120/105 ksi Minimum Tensile Strength. 11. ASTM A490, Specification for Structural Bolts, Alloy Steel, Heat Treated, 150 ksi Minimum Tensile Strength. 12. ASTM A500/A500M, Specification for Cold -Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes. 13. ASTM A563, Specification for Carbon and Alloy Steel Nuts. 14. ASTM A572/A572M, Specification for High -Strength Low -Alloy Columbium -Vanadium Structural Steel. 15. ASTM A992/A992M, Specification for Structural Steel Shapes. 16. ASTM E329, for Agencies Engaged in Construction Inspection, Special Inspection, or Testing Materials Used in Construction. 17, ASTM F436, Specification for Hardened Steel Washers. 18. ASTM F593, Specification for Stainless Steel Bolts, Hex Cap Screws, and Studs. 19. ASTM F959, Specification for Compressible -Washer -Type Direct Tension Indicators for Use with Structural Fasteners. 20. ASTM F1852, Specification for "Twist off" Type Tension Control Structural Bolt/Nut/Washer Assemblies, Steel, Heat Treated, 120/105 ksi Minimum Tensile Strength. 21. AWS D1.1/D1.1M, Structural Welding Code -Steel. 22. CMAA 74, Specifications for Top Running & Under Running Single Girder Electric Traveling Cranes Utilizing Under RunningTrolley Hoist. 23. 150 2859-1, Sampling Procedures for Inspection by Attributes -- Part 1: Sampling Schemes Indexed by Acceptance Quality Limit (AQL) for Lot -by -Lot Inspection. 24. ISO 4017, Hexagon Head Screws -- Product Grades A and B. 25. RCSC Specification for Structural Joints Using ASTM A325 or ASTM A490 Bolts. 1.03 QUALITY ASSURANCE A. Qualifications: 1. Steel Fabricator: a. Structural steel fabricating plant shall possess current certificate from AISC stating that the fabrication facility complies with requirements for certification of "Standard Structural Steel Framing 05 12 00 - 2 FTW17498—VCWRF Sludge Thickening Improvements City Project No. CO2647 for Steel Building Structures (STD)" of AISC's quality certification program. Fabricating plant shall maintain this certification throughout time of fabrication for this Project. 2. Welders and Welding Processes: a. Qualify welding processes and welding operators in accordance with AWS D1.1/D1.1M, Section 5, Qualification. b. Each welder employed on or to be employed for the Work shall possess current AWS certification in the welding process with which welder will be working. Certifications shall be current and valid throughout the Work. 3. Surveyor: Engage a registered professional land surveyor legally qualified to practice in the same jurisdiction as the Site, and experienced in providing surveying services of the kind indicated. b. Responsibilities include but are not necessarily limited to: 1). Performing or supervising performance of field survey work to check lines and elevations of concrete and masonry bearing surfaces, and locations of anchorage devices and similar devices, before steel erection proceeds. 2). Notifying CONTRACTOR and ENGINEER in writing when surveyed Work does not comply with the Contract Documents. 3). Submit to CONTRACTOR field survey reports. 4. Testing Laboratory: a. CONTRACTOR shall retain the services of an independent testing laboratory to perform testing and determine compliance with the Contract Documents of the materials specified in this Section. b. Laboratory shall comply with ASTM E329. c. Testing laboratory shall be experienced in the types of testing required. d. Welding inspection and welding inspector qualifications shall be in accordance with AWS D1.1/D1.1M e. Selection of testing laboratory is subject to ENGINEER's acceptance 1.04 SUBMITTALS A. Action Submittals: Submit the following: 1. Shop Drawings: a. Complete details and schedules for fabrication and shop assembly of members and details, schedules, procedures, and diagrams showing proposed sequence of erection. Shop Drawings shall not be reproductions of Contract Drawings. b. Include complete information for fabrication of the structure's components, including but not limited to location, type, and size of bolts, details of blocks, copes and cuts, connections, camber, holes, member sizes and lengths, and other Structural Steel Framing FTW 17498 — VCW RF Sludge Thickening Improvements 051200-3 City Project No. CO2647 pertinent data. Clearly indicate welds using standard AWS notations and symbols, and clearly show or indicate size, length, and type of each weld. c. Setting drawings, templates, and directions for installing anchorage devices. 2. Product Data: a. Manufacturer's specifications and installation instructions for products listed below. 1). High -strength bolts of each type, including nuts and washers. 2). Welding electrodes and rods. 3). Load indicator bolts and washers. b. Hollow structural section cavity connector manufacturer specifications, load tables, dimension diagrams, and acceptable base material conditions. Clearly indicate allowable strength design safety factors when ultimate load carrying capacities are submitted for approval. 3. Samples: a. Representative Samples of hollow section steel cavity connectors proposed for use. Review will be for type and finish only. Compliance with other requirements is CONTRACTOR's responsibility. B. Informational Submittals: Submit the following: 1. Certificates. a. Fabricator's AISC quality certification. b. Welders' certifications. c. Certified reports of laboratory tests on previously manufactured, identical materials, and other data as necessary, to demonstrate compliance with the Contract Documents for the materials listed below: 1). Structural steel of each type, including certified mill reports indicating chemical and physical properties. 2). High -strength bolts of each type, including nuts and washers. 2. Supplier Instructions: a. Installation data, handling, and storage instructions. 3. Source Quality Control Submittals: a. When performed or when required by ENGINEER, submit results of source quality control testing and inspections performed at the mill or shop. 4. Field Quality Control Submittals: a. Submit results of testing and inspection performed in the field by testing laboratory employed by CONTRACTOR. b. Written field survey reports for all bearing surfaces surveyed, verifying tolerance requirements, areas out of tolerance, and corrective measures required. 5. Qualifications Statements. Structural Steel Framing 05 12 00 - 4 FTW17498 - VCW RF Sludge Thickening Improvements City Project No. CO2647 a. Land surveyor. b. Testing laboratory. 1.05 DELIVERY, STORAGE AND HANDLING A. Storage: 1. Protect steel members and packaged materials from corrosion and deterioration. 2. Do not store materials in or on the building or structure in manner that may cause distortion or damage to structural steel members, building, or supporting structures. 2.00 PRODUCTS 2.01 MATERIALS A. Steel Types: 1. W-Shapes and WT-Shapes: ASTM A992/A992M. 2. S-shapes and Channels: ASTM A572/A572M, Grade 50. 3. Hollow Structural Sections: ASTM A500/A500M, Grade B 4. Angles, Plates, and Bars: ASTM A36/A36M, 5. Steel Pipe: ASTM A53/A53M, Grade B. B. Anchorages, Fasteners, and Connectors: 1. Anchorage Devices: Refer to Section 05 05 33, Anchor Systems. 2. Headed Stud Type Shear Connectors: ASTM A108, Grades 1010/1020, complying with AWS D1.1/D1.1M, Section 7. 3. High -Strength Threaded Fasteners: Heavy hexagonal structural bolts, heavy hexagon nuts, and hardened washers, as follows: a. Unless otherwise indicated, fasteners shall be quenched and tempered medium -carbon steel bolts, nuts and washers, complying with ASTM A325, Type I, nuts complying with ASTM A563C, A563DH or A194/A194M 2H, and hardened washers complying with ASTM F436. Bolts, nuts and washers shall be hot -dip galvanized where shown or indicated. b. Use quenched and tempered alloy steel bolts, nuts and washers, complying with ASTM A490, only at locations where shown or indicated in the Contract Documents. ASTM A490 bolts shall not be galvanized. c. Tension control bolts, when used, shall comply with ASTM F1852. d. Compressible washer -type direct -tension indicators, when used, shall comply with ASTM F959, Type 325. 4. Hollow Structural Section (HSS) Cavity Connectors: High -strength fastening system for hollow structural sections, as follows: a. General: Structural Steel Framing 05 12 00 - 5 FTW17498 —VCWRF Sludge Thickening Improvements City Project No. CO2647 1). Each connector shall be hexagon -headed, expansion anchor for connecting structural steel tubes. 2). Use hollow structural section cavity connectors only in the sizes and at locations shown or indicated in the Contract Documents. b. Products and Manufacturers: Provide one of the following: 1). Hollo-Bolt, by Lindapter International. 2). BoxBolt, by Key Safety, Inc. 3). Or equal. c. Materials: 1). Body/shoulder and wedge manufactured from mild steel bars. 2). Core bolt manufactured with high tensile steel ISO 4017. 3). Finish. Hot -dip galvanized. d. Test bolts at time of manufacture in accordance with ISO 2859-1. Do not ship bolts that do not successfully pass the test. 5. Threaded Rod: Provide threaded rods with heavy hexagon nuts, and hardened washers, as follows: a. Interior and Dry Locations: Provide threaded carbon steel rods complying with ASTM A36, with heavy hex nuts complying with ASTM A563A, unless otherwise shown or indicated on the Drawings. b. Exterior, Buried, or Submerged Locations, or When Exposed to Wastewater: Provide stainless steel threaded rods complete with washers complying with ASTM F593, AISI Type 316, Condition A, with ASTM A194/A194M, Grade 8S (nitronic 60) stainless steel nuts. Other AISI types may be used when approved by ENGINEER. C. Electrodes for Welding: E70XX complying with AWS D1.1/D1.1M. 2.02 FABRICATION A. Shop Fabrication and Assembly: 1. General: a. Fabricate and assemble structural assemblies in the shop to greatest extent possible. Fabricate items of structural steel in accordance with AISC 325, the Contract Documents, and as shown on approved Shop Drawings. Provide camber in structural members as shown or indicated. b. Properly mark and match -mark materials for field assembly. Fabricate for delivery sequence that will expedite erection and minimize handling of materials for storage and minimize handling at the Site. c. Where finishing is required, complete the assembly, including welding of units, before commencing finishing operations. Provide finish surfaces of members exposed -to -view in the completed Work that are free of markings, burrs, and other defects. Structural Steel Framing 05 12 00 - 6 FTW17498 - VCWRF Sludge Thickening Improvements City Project No. CO2647 B. Connections: 1. Shop Connections: a. Unless otherwise shown or indicated, shop connections may be welded or high - strength bolted connections. Welds shall be 3/16-inch minimum. b. Where reaction values of beam are not shown or indicated, connections shall be detailed to support one-half the total uniform load capacity tabulated in tables contained in AISC 325 for allowable loads on beams for the associated shape, span, and steel specified for the beam. c. Shop -welded connections shall be detailed to eliminate or minimize eccentricity in the connection. d. End -connection angles fastened to webs of beams and girders, and the thickness of angles, size, and extent of fasteners or shop welds, shall comply with tables of "Framed Beam Connections" in AISC 325. Connections shall be two-sided, unless otherwise shown or indicated. 2. Field Connections: a. Field connections, unless otherwise shown or indicated, shall be made with high - strength bolts, and shall be bearing -type connections. b. Use field welding only where shown or indicated or where approved by ENGINEER. 3. High -Strength Bolted Construction: a. Provide high -strength threaded fasteners in accordance with RCSC Specifications for Structural Joints using ASTM A325 or ASTM A490 Bolts. b. High -strength bolt design shear values shall be as specified in AISC 325 for bolts with threads in the shear plane for bearing type connections, or as specified in this Section for slip -critical connections. c. Bolted connections shown or indicated as "SC" shall comply with slip -critical connection requirements in RCSC Specifications for Structural Joints Using ASTM A325 or ASTM A490 Bolts. 1). Faying surfaces shall have a Class A surface condition. 2). Slip -critical bolts shall be fully pre -tensioned to 70 percent of minimum specified tensile strength of the bolt using one of the following methods: a). Turn of nut with matchmarking. b). Twist -off tension control bolt (ASTM F1852). c). Direct tension indicator washer (ASTM F959). d. Minimum bolt diameter shall be 3/4-inch, unless otherwise shown or indicated. 4. Welded Construction: Comply with AWS D1.1/D1.1M for procedures, appearance, and quality of welds, and methods used in correcting defective welding Work. a. Assemble and weld built-up sections by methods that produce true alignment of axes without warp. Structural Steel Framing 05 32 00 - 7 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 5. Where rigid connections are required by stresses shown or indicated, provide web shear reinforcement and stiffeners in accordance with AISC 360. 6. Moment connections shown but not detailed on the Drawings shall be detailed for bending moments and shears indicated on the Drawings. C. Bracing: 1. Bracing for which stress is not shown or indicated shall have minimum two -bolt connection, or shop -welded connection of equivalent strength. 2. Vertical bracing and knee braces connecting to columns shall be on the centerline of columns, unless otherwise shown or indicated. 3. Knee braces shall be at 45-degree angle, unless otherwise shown or indicated. 4. Gussets shall be not less than 3/8-inch thick, unless otherwise shown or indicated. D. Columns: Column shafts shall have finished bearing surface roughness not greater than 500 micro -inch in accordance with ASME B46.1, and ends shall be square within tolerances for milled ends in accordance with ASTM A6/A6M at the base and at splice lines. E. Structural Tubing: Properly seal structural tubing to protect internal surfaces. F. Monorail: 1. Hoist beam splices shall be smooth and positive and shall keep the track in perfect alignment horizontally and vertically. Top joint plate shall keep the splice from spreading and develop full strength at the splice. Locate splice as close as possible to track support. 2. Clamps for connecting hoist beams to support beams shall be flush type and suitable for loads shown or indicated. 3. Coordinate monorail Work with equipment and materials under Section (--1--) G. Holes and Appurtenances for Other Work: 1. Provide holes required for securing other work to structural steel framing, and for passage of other work through steel framing members, as shown on the approved Shop Drawings. If large block -outs are required and approved, reinforce the webs to develop specified shears. Provide threaded nuts welded to framing and other specialty items as shown or indicated to receive other work. 2. Cut, drill, or punch holes perpendicular to metal surfaces. Do not flame -cut holes or enlarge holes by burning. Drill holes in bearing plates. 2.03 FINISHING A. Surface Preparation and Shop Priming: Structural steel shall be primed in the shop. For surface preparation and shop priming requirements refer to Section 09 9100, Painting. 2.04 SOURCE QUALITY CONTROL A. Inspection and Testing at the Mill or Shop: 1. Perform fabricator's standard procedures for source quality control, including inspections and testing. Structural Steel Framing 05 12 00 - 8 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 2. Materials and fabrication procedures shall be subject to inspection and tests in mill and shop, conducted by a qualified inspection laboratory. Such inspections and tests do not relieve CONTRACTOR of responsibility for providing the Work in accordance with the Contract Documents. 3.00 EXECUTION 3.01 INSPECTION A. Examine areas and conditions under which the Work will be performed and notify ENGINEER in writing of conditions detrimental to proper and timely completion of the Work. Do not proceed with the Work until unsatisfactory conditions are corrected. 3.02 ERECTION A. General: Comply with AISC 303, AISC 360, and the Contract Documents. Checking of Lines and Elevations: Before proceeding with structural steel erection, furnish services of a qualified surveyor to check lines and elevations of concrete and masonry bearing surfaces, and locations of anchorage devices and similar devices. Immediately report discrepancies to ENGINEER. Do not proceed with erection until defective Work that will support structural steel is corrected, including agreeing with ENGINEER upon compensating adjustments (if any) to structural steel Work. C. Temporary Shoring and Bracing: Provide temporary shoring and bracing members with connections of sufficient strength to bear imposed loads. Remove temporary members and connections when permanent members are in place and final connections are made. Provide temporary guy -lines to achieve proper alignment of structures as erection proceeds. D. Temporary Planking: Provide temporary planking and working platforms as necessary to effectively complete the Work. Provide sufficient planking to comply with Laws and Regulations, and provide tightly -planked substantial floor within two stories or 30 feet, whichever is less, below each tier of steel beams on which work is performed. E. Anchorage Devices: 1. Provide anchorage devices, including anchor bolts, and other connectors required for securing structural steel to foundations and other in -place construction. Provide templates and other devices necessary for presetting anchorage devices to accurate locations. 3. Refer to Section 05 05 33, Anchor Systems, for anchorage requirements. A. Setting Bases and Bearing Plates: 4. Clean concrete and masonry bearing surfaces of bond -reducing materials and roughen to improve bond to surfaces. Clean bottom surface of base and bearing plates. 5. Set loose and attached base plates and bearing plates for structural members on steel wedges or other adjusting devices. Structural Steel Framing 05 12 00 - 9 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 6. Tighten anchorage devices after supported members are positioned and plumbed. Do not remove wedges or shims, but if protruding, cut off flush with edge of base or bearing plate prior to packing with grout. 7. Place grout between bearing surfaces and bases or plates in accordance with Section 03 60 00, Grouting. Finish exposed surfaces, protect installed materials, and allow to cure in accordance with grout manufacturer's instructions, and as otherwise required. 8. Do not use leveling plates or wood wedges. F. Field Assembly: Set structural frames accurately to the lines and elevations shown and indicated. Align and adjust the various members forming part of a complete frame or structure before permanently fastening. Before assembly, clean bearing surfaces and other surfaces that will be in permanent contact. Perform necessary adjustments to compensate for discrepancies in elevations and alignment. Level and plumb individual members of structure within tolerances as specified in AISC 325. For members requiring accurate alignment, provide clip angles, lintels, and other members, with slotted holes for horizontal adjustment at least 3/8-inch in each direction, or more when required. 3. Splice members only where shown or indicated. G. Erection Bolts: On exposed -to -view, welded construction, remove erection bolts, fill holes with plug welds, and grind smooth at exposed surfaces. H. Connections: 1. Comply with AISC 325 forbearing, adequacy of temporary connections, alignment, and the removal of paint on surfaces adjacent to field welds. 2. Do not enlarge inadequate holes in members by burning or by using drift pins, except in secondary bracing members. Ream holes that must be enlarged to admit bolts. 3. Hollow Structural Section Cavity Connectors: a. Comply with manufacturer's written installation instructions and the following. b. Cavity Connectors shall be torqued in accordance with manufacturer's instructions. I. Gas Cutting: Do not use gas -cutting torches for correcting fabrication defects in structural framing. Cutting will be allowed only on secondary members that are not under stress, as approved by ENGINEER. Finish gas -cut sections equal to a sheared appearance, when allowed. J. Crane Runways: 1. Provide crane stops and other required items. Set runway girders straight and level, and to tolerances specified in CMAA 74. K. Touch-up Painting: Unless otherwise specified, comply with touch-up painting requirements in Section 09 9100, Painting. Structural Steel Framing 05 12 00 -10 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 2. Immediately after erection, clean field welds, bolted connections, and damaged or abraded areas of shop -applied paint. Apply paint to exposed areas with the same paint or coating material applied in the shop. Apply by brush or spray to provide not less than the dry film thickness specified in Section 09 9100, Painting. 3.03 FIELD QUALITY CONTROL A. Site Tests and Inspections: Materials and erection procedures shall be subject to inspection and tests at the Site conducted by qualified inspection laboratory. Such inspections and tests do not relieve CONTRACTOR of responsibility for providing the Work in accordance with the Contract Documents. 1. OWNER will engage independent testing and inspection laboratory to inspect high -strength bolted connections and welded connections and to perform tests and prepare test reports. a. Testing laboratory shall conduct and interpret tests, prepare and state in each report of results whether test specimens comply with the Contract Documents and specifically indicate all deviations. b. High -strength Bolted Connections: Each high -strength bolted connection shall be visually inspected. Inspection shall identify whether the Work complies with Sections 2, 3, and 8 of RCSC Specifications for Structural Joints Using ASTM A325 or A490 Bolts. 1). For connections that are slip -critical or subject to axial tension, inspector shall verify proper pre -tensioning. 2). For connections that are not slip critical and not subject to direct tension, bolt does not need to be inspected for bolt tension, but shall be visually inspected to verify that plies of connected elements are in snug contact. 3). Where bolts or connections are defective, correct defective workmanship, remove and replace, or correct as required defective bolts and connections. CONTRACTOR shall pay for correcting defective Work and tests required to confirm integrity of corrected Work. c. Welds: Each weld shall be visually inspected. 1). Where visually defective welds are evident, further test welds using non- destructive methods. If welds are determined to be acceptable, OWNER will pay for non-destructive testing. When welds are defective, CONTRACTOR shall pay for non-destructive testing. 2). Correct, or remove and replace, defective Work as directed by ENGINEER. 3). CONTRACTOR shall pay for corrections and subsequent tests required to determine weld compliance with the Contract Documents. END OF SECTION Structural Steel Framing FTW17498 — VCWRF Sludge Thickening Improvements 05 12 00 - 11 City Project No. CO2647 THIS PAGE INTENTIONALLY BLANK 053123 STEEL ROOF DECKING 1.00 GENERAL 1.01 DESCRIPTION A. Scope: 1. CONTRACTOR shall provide all labor, materials, equipment, and incidentals as shown, specified, and required to furnish and install galvanized steel roof decking. 2. Steel roof decking Work shall include all incidentals required to complete the Work. The Work also includes: a. Cutting and flashing of openings to accommodate the Work under this and other Specification Sections, and providing for the steel roof decking all items required for which provision is not specifically included under other Sections. b. Cutting and flashing of openings to accommodate the work under other contracts, and assisting other contractors in building on or attaching to the steel roof decking all items required for which provision is not specifically included under other contracts. B. Coordination: 1. Review installation procedures under this and other Specification Sections and coordinate the installation of items to be installed with or before steel roof decking Work. 2. Notify other contractors in advance of the Work to provide other contractors with sufficient time for installing items included in their contracts to be installed in conjunction with steel roof decking Work. C. Related Sections: 1. Section 05 12 00, Structural Steel Framing. 2. Section 09 9100, Painting. 1.02 REFERENCES A. Standards referenced in this Section are: 1. AISI 5100, North American Specification for the Design of Cold -Formed Steel Structural Members, with Supplements. 2. ANSI/SDI RD1.0, Steel Roof Deck. 3. ASTM A653/A653M, Specification for Steel Sheet, Zinc -Coated (Galvanized) or Zinc -Iron Alloy -Coated (Galvannealed) by the Hot -Dip Process. 4. ASTM B633, Specification for Electrodeposited Coatings of Zinc on Iron and Steel 5. ASTM C1513 Specification for Steel Tapping Screws for Cold -Formed Steel Framing Connections Steel Roof Decking 05 31 23 -1 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 6. ASTM F1941, Specification for Electrode posited Coatings on Threaded Fasteners (Unified Inch Screw Threads (UN/UNR)) 7. AWS D1.3/D1.3M, Structural Welding Code --Sheet Steel. 8. ICC-ES AC43, Acceptance Criteria for Steel Deck Roof and Floor Systems. 9. ICC-ES AC70, Acceptance Criteria for Fasteners Power Driven into Concrete, Steel, and Masonry Elements. 10. ICC-ES AC118, Acceptance Criteria for Tapping Screw Fasteners. 11. MIL-P-210356, Paint, High Zinc Dust Content Galvanizing Repair. 12. SAE J78, Steel Self -Drilling Tapping Screws. 13. SDI MOC2, Manual of Construction with Steel Deck. 1.03 QUALITY ASSURANCE A. Qualifications: 1. Manufacturer: a. Manufacturer shall have not less than five years' experience producing products substantially similar to those required and, upon ENGINEER's request, shall submit evidence of not less than five installations in satisfactory operation for not less than five years each. 2. Erector: a. Engage an experienced erector to perform the Work of this Section who has specialized in erecting and installing steel roof decking similar to that required for the Project and who is acceptable to the steel roof decking manufacturer. b. Submit name and qualifications to ENGINEER, with the following information for not less than three successful, completed projects: 1). Names and telephone numbers of owners, and architects or engineers responsible for each project. 2). Approximate contract cost of the steel roof decking work. 3). Area of roof decking installed. 3. Testing Laboratory: a. Retain the services of independent testing laboratory to perform testing and determine compliance with the Contract Documents of the materials specified in this Section. b. Testing laboratory shall comply with Section 0145 29.13, Testing Laboratory Services Furnished by Contractor. c. Testing laboratory shall be experienced in the types of testing required. d. Selection of testing laboratory is subject to ENGINEER's acceptance. 4. Welders and Welding Processes: Steel Roof Decking 05 31 23 - 2 FTW17498— VCWRF Sludge Thickening Improvements City Project No. CO2647 a. Qualify welding processes and welding operators in accordance with AWS D1.3/D1.3M. b. Submit certification that each welder employed on or to be employed for the Work possesses current AWS certification in the welding process with which welder will be working. Certifications shall be current and valid throughout the Work. B. Component Supply and Compatibility: 1. Obtain all products required in this Section, regardless of component manufacturer, from a single steel roof decking manufacturer. 2. Steel roof decking manufacturer shall prepare, or review and approve, all Shop Drawings and other submittals for components furnished under this Section. 3. Components shall be specifically constructed for the specified service conditions and shall be integrated into the overall assembly by steel roof decking manufacturer. 1.04 SUBMITTALS A. Action Submittals: Submit the following: 1. Shop Drawings: Erection drawings showing the extent of coverage of each section of metal deck. Show deck cross section, size and spacing of welds to supports, side laps, and end laps. Show adaptations around openings and other special conditions that detail the method of fastening sections to supporting construction, the procedure for attaching end closure plates and butt joint cover plates, miscellaneous flashing, and accessories. b. Listing of all mechanical fastener products proposed for use in the Work including product type, and intended location in the Work. 2. Product Data: a. Manufacturer's catalogs, literature, specifications, load tables, and dimension diagrams for the following: 1). Steel Deck and accessories; including load tables that indicate uniform load capacities and diaphragm shear strengths for the appropriate deck, span conditions, and fastening system. Include the section properties for the specified deck. 2). Mechanical Fasteners. Including acceptable base material conditions and thickness ranges for each type of fastener, copies of valid ]CC -ES reports that provide evaluation criteria, load carrying capacities and installation requirements. 3. Samples: a. Steel Deck: Submit Sample, 12 inches by 12 inches, of each type of deck proposed for use in the Work. b. Mechanical Fasteners: Representative Samples of mechanical fasteners proposed for use in the Work. Steel Roof Decking 05 3123 - 3 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 c. Review will be for type and finish only. Compliance with other requirements is exclusive responsibility of CONTRACTOR. B. Informational Submittals: Submit the following: 1. Field Quality Control Submittals: a. Reports by testing laboratory in accordance with Paragraph 3.03 of this Section. 2. Qualifications Statements: As specified in Paragraph 1.03A of this Section for the following: a. Manufacturer, when requested by ENGINEER. b. Erector. c. Testing laboratory. d. Welders and welding processes 2.00 PRODUCTS 2.01 PERFORMANCE REQUIREMENTS A. System Description: 1. Provide steel roof decking systems at the locations shown on the Drawings. 2. Deck configuration is indicated in Paragraph 2.03A of this Section. B. Design and Performance Criteria: 1. Unless otherwise shown or indicated, material, design, fabrication and erection shall be in accordance with AISI 5100 and ANSI/SDI RD1.0. 2. Determine the properties of steel roof deck sections on the basis of the effective design width as limited by AISI S100. Provide not less than the deck section properties shown, including section modulus and moment of inertia per foot of width. 3. Allowable Deflection: The lesser of the following: 1/240 of span (centerline to centerline), or one inch, under the uniformly -distributed design live load. Spans are to be considered center -to -center of supports. 4. Allowable Diaphragm Shear Strength: Provide deck, fasteners and fastener layout that provide a shear strength that meets or exceeds the design shear strength shown or indicated. 2.02 MATERIALS A. Galvanized Steel Sheet: 1. Material: ASTM A653/A653M, structural steel, with yield strength of not less than 33 ksi. 2. Zinc Coating shall be G60 on each side. 3. Minimum nominal thickness before coating shall be as indicated on the drawings. B. Deck shall have sheet lengths that are continuous over three or more spans, wherever practicable. Steel Roof Decking 05 31 23 - 4 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 C. Accessories shall be formed of the same material used for the steel deck. D. Miscellaneous Steel Shapes: Refer to Section 05 12 00, Structural Steel Framing. E. Galvanizing Repair Paint: High zinc -dust content paint for repairing damaged galvanized surfaces. Paint shall be in accordance with MIL-P-21035B. F. Flexible Closure Strips for Deck: Manufacturer's standard vulcanized, closed -cell, synthetic rubber. G. Mechanical Fasteners: Anchorage of the steel deck using mechanical fasteners, either powder actuated, pneumatically driven, or screws, will be allowed in lieu of welding, when the fasteners comply with the following: 1. Design Requirements: Comply with ANSI/SDI RD1.0. Type and spacing of fastener shall be equal to or greater than the puddle weld method shown or specified. Documentation in the form of ICC-ES reports, test data, diaphragm design tables or design charts shall be submitted by the fastener manufacturer as a basis for obtaining approval for this method of attachment. 2. Powder -Actuated and Pneumatic Fasteners: a. Fasteners shall have a current evaluation report by ICC-ES for use in fastening metal deck to steel substrate, as tested and assessed in accordance with ICC-ES AC43, and ICC-ES AC70. b. Products and Manufacturers: Provide one of the following. 1). X-ENP-19 L15, X-END19 THQ 12, X-ENDK22 THQ 12 Powder Actuated Fasteners, by Hilti, Inc. 2). K65056, K65062, SD65075, K64062, SDK63075 Air/Safe Fastening System, by Pneutek. 3). Or equal. c. Substrate: Do not use powder -actuated or pneumatically -driven fasteners if supporting structural steel substrate is less than 1/8-inch thick. d. Material: Hardened carbon steel. e. Hardness: Minimum 52 Rockwell. f. Shape and Manufacturing Process: Knurled shank, forged point. Manufacturing process shall include steps to ensure fastener ductility and quality. g. Shank Diameter: 0.145-inch minimum. h. Head/Washer Diameter: Nominal 1/2-inch minimum. i. Finish: Zinc -coated complying with ASTM 8633, Sc. 1, Type Ili. 3. Self -Drilling Self Tapping Screws: a. Fasteners shall have a current evaluation report by ICC-ES for use in fastening metal deck side laps, as tested and assessed in accordance with ICC-ES AC43 and ICC-ES AC118. b. Products and Manufacturers: Provide one of the following. Steel Roof Decking 05 31 23 - 5 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 1). S-SLC 01 M HWH, S-SLC 02 M HWH Side Lap Connectors, by Hilti, Inc. 2). Grabber Self Drilling Screws, by John Wagner Associates, Inc. 3). Or equal. c. Manufacture screws from heat -treated steel wire. Comply with SAE J78 and ASTM C1513. d. Substrate: Do not use screw fasteners if the supporting structural steel substrate is greater than 1/8 inch thick. e. Material: Carbon steel. f. Size: Provide number 10 screws for deck gages 22 thru 26, number 12 screws for thicknesses greater than 22 gage. g. Finish: Zinc -coated in accordance with ASTM F1941. 2.03 FABRICATION A. General: 1. Form deck units in lengths to span three or more supports with flush, telescoped or nested two-inch end laps and nesting side laps, unless otherwise shown. Provide deck configurations complying with SDI MOC2, and as specified in this Section. B. Wide -Rib Deck: 1. Depth: Approximately 1.5 inches; ribs spaced approximately six inches on centers; width of rib opening at roof surface not more than 2.5 inches; width of bottom rib surface not less than 1.75 inches. 2. Products and Manufacturers: Provide one of the following: a. Type B Roof Deck, by Vulcraft, a Division of Nucor Corporation. b. Type B Roof Deck, by Metal Deck Group, a Division of Consolidated Systems, Inc. c. Type B Roof Deck, by DACS, Inc. d. Or equal. C. Intermediate -Rib Deck: 1. Depth: Approximately 1.5 inches; ribs spaced approximately six inches on centers; width of rib opening at roof surface not more than 1.75 inches; width of bottom rib surface not less than 1/2-inch. 2. Products and Manufacturers: Provide one of the following: a. Vulcraft, a Division of Nucor Corporation. b. Metal Deck Group, a Division of Consolidated Systems, Inc. c. DACS, Inc. d. Or equal. D. Acoustical Deck: Steel Roof Decking 05 31 23 - 6 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 1. Same configuration as roof deck units, unless otherwise shown, with perforated surfaces and sound absorption material to provide the noise reduction coefficient rating as shown or as specified. 2. Provide perforations on vertical webs of open flute roof deck units. Provide sound absorbing material as specified in Section 07 22 16, Roof Board Insulation. Deliver to roofing installer for installation in the Work. 3. Provide perforated bottom plate with long -span deck units. Provide manufacturer's standard inorganic, mineral fibered sound absorption material as deck units are fabricated. 4. Products and Manufacturers: Provide one of the following: a. Acoustic Roof Deck, by Vulcraft, a Division of Nucor Corporation. b. Acoustic Roof Deck, by Metal Deck Group, a Division of Consolidated Systems, Inc. c. Acoustic Roof Deck, by DACS, Inc. d. Or equal. E. Roof Sump Pans: 1. Fabricate each from one piece galvanized sheet steel, not less than 14-gage thickness, of the same quality as deck units, with level bottoms and sloping sides to direct water flow to drain, unless otherwise shown. 2. Provide sump pans of adequate size to receive roof drains and with bearing flanges not less than three inches wide. 3. Recess pans not less than 1.5 inches below roof deck surface, unless otherwise shown or required by deck configuration. 4. Holes for drains shall be cut in the field. F. Cant Strips: 1. Fabricate cant strips of galvanized sheet steel, not less than 20-gage thickness, of the same quality as the deck units. 2. Bend cant strips to forma 45-degree cant not less than five inches wide, with top and bottom flanges not less than two inches wide, unless otherwise shown. 3. Provide cant strips in ten -foot lengths, where possible. G. Ridge and Valley Plates: 1. Fabricate ridge and valley plates of galvanized sheet steel, not less than 20-gage thickness, of the same quality as the deck units; each leg not less than 2.25 inches wide, bent to provide tight -fitting closure with deck units. 2. Provide plates in ten -foot lengths, where possible. H. Steel Filler and Closure Strips: 1. Fabricate steel closure strips of galvanized sheet steel, not less than 20-gage thickness, of same quality as the deck units. Steel Roof Decking 05 31 23 - 7 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 2. Form to the configuration required to provide tight -fitting closures at open ends and sides of decking. Venting: 1. To ensure positive venting from the underside, provide factory -slotted or perforated steel roof deck to receive insulation system. Coordinate venting requirements with insulating material manufacturer. 3.00 EXECUTION 3.01 INSPECTION A. Examine conditions under which the Work will be performed and notify ENGINEER in writing of unsatisfactory conditions detrimental to proper and timely completion of the Work. Do not proceed with the Work until unsatisfactory conditions are corrected. 3.02 INSTALLATION A. General: 1. Install roof deck units and accessories in accordance with manufacturer's recommendations, and approved Shop Drawings and other approved submittals, and in accordance with the Contract Documents. 2. Install deck in a continuous operation to avoid delaying the construction. B. Placing Roof Deck Units: Place roof deck units on supporting steel framework and adjust to final position with ends bearing on supporting members and accurately aligned end to end before permanently fastening. Lap ends not less than two inches. Do not stretch or contract the side -lap interlocks. Place deck units flat and square, secured to adjacent framing without warp or excessive deflection. a. Do not place deck units on concrete or masonry supporting structure until concrete or masonry has cured properly and is dry. 2. Form deck sheet at longitudinal sides in such manner that sides will overlap and interlock, and preclude the possibility of the dripping of cement paste from the concrete placed on it. End laps shall occur over bearings only. 3. Coordinate and cooperate with structural steel erector in locating deck bundles to prevent overloading of structural members 4. Do not use deck units for storage or working platforms until permanently secured. 5. Steel deck shall provide a continuous uniform slope, with practically flush top surfaces, and shall be installed in straight and continuous rows, as far as practicable, with ribs at right angles to the supporting members. 6. Erect and properly align deck prior to fastening deck to supporting steel. C. Fastening Deck Units: Fasten steel deck units to steel framework by the arc -welding process or with approved mechanical fasteners. Steel Roof Decking 05 3123 - 8 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 1. Welding: a. Welds shall be free of sharp points and edges. Clean welds immediately, by chipping or wire brushing, and coat welds with zinc dust type primer paint. b. Welding shall be performed by qualified welders in accordance with AWS D1.3. c. Weld deck units to the steel supporting members using the welding pattern shown. d. Weld deck units to the steel supporting members by 5/8-inch diameter fusion area puddle welds at each deck rib, unless otherwise shown. e. Weld deck units to parallel framing supports with 5/8-inch diameter fusion area puddle welds at 12 inches on centers, unless otherwise shown. f. Weld deck units at sidelaps with 5/8-inch diameter fusion area puddle welds at mid -span, unless otherwise shown. g. Weld deck units to perimeter edge supports with 5/8-inch diameter fusion area puddle welds at 12 inches on centers, unless otherwise shown. h. Weld connection angles and plates to supporting members and deck with 5/8-inch diameter fusion welds at 12 inches on centers, unless otherwise shown. i. Before insulation is installed, replace welds found to be defective. 2. Mechanical Fastening: j. Comply with manufacturer's requirements for installation procedures for mechanical fastener attachment methods. k. Fasten deck units to the steel supporting members using the fastener pattern shown. I. Fasten deck units to the steel supporting members with specified fasteners at each deck rib, unless otherwise shown. m. Fasten deck units to parallel framing supports with specified fasteners at 12 inches on centers, unless otherwise shown. In. Fasten deck units at sidelaps with specified self -drilling screws at 12 inches on centers, unless otherwise shown. o. Fasten deck units to perimeter edge supports with specified fasteners at 12 inches on centers, unless otherwise shown. p. Fasten connection angles and plates to supporting members and deck with specified fasteners at 12 inches on centers, unless otherwise shown. q. Before insulation is installed, replace all fasteners found to be defective. D. Cutting and Fitting: Cut and fit roof deck units and accessories around other work projecting through or adjacent to the roof deck. Provide neat, square and trim cuts. F. Reinforcing at Openings: 1. Provide additional steel reinforcing and closure pieces as required for strength, continuity of deck, and to support other work, unless otherwise shown. Reinforce roof deck around openings less than 15 inches in any dimension by means of a flat steel sheet placed over the opening and fastened to the top surface of deck. Provide steel sheet of the same quality as deck units, not less than 20-gage thickness, and not less than 12 inches wider and 12 inches longer than the opening. Provide welds Steel Roof Decking FTW17498 — VCWRF Sludge Thickening Improvements 053123-9 City Project No. CO2647 or mechanical fasteners at each corner and spaced not more than 12 inches on centers along each side. F. Roof Sump Pans: 1. Place roof sump pans over openings provided in the roof deck and fasten to the top deck surface. Space fasteners or welds not more than 12 inches on centers with at least one attachment at each corner. Cut opening in the bottom of roof sump to accommodate drain size shown. G. Cant Strips: Fasten cant strips to the top surface of roof deck, and secure to wood nailers with galvanized steel screws, and to steel framing with welds or galvanized steel self -tapping screws. Space fasteners or welds at 12 inches on centers and lap end joints not less than three inches and secure with galvanized steel sheet metal screws. H. Ridge and Valley Plates: Fasten ridge and valley plates to the top surface of roof deck with welds or self -drilling screws. Lap end joints not less than three inches, with laps made in the direction of water flow. I. Closure Strips: 1. Provide steel closure strips at open uncovered ends and edges of roof deck, and in the voids between deck and other construction. Fasten into position to provide a complete deck installation. Provide flexible closure strips, instead of steel closures, at CONTRACTOR's option, wherever such use will ensure complete closure. Install with adhesive in accordance with manufacturer's instructions. J. Roof Insulation Support: Provide steel closure strips for supporting roof insulation where rib openings in the top surface of roof deck occur adjacent to edges and openings. Fasten closure strips into position. K. Touch-up Painting: 1. After completion of roof deck installation, wire -brush clean and paint scarred and damaged areas, welds, and rust spots on supporting steel members in accordance with Section 09 9100, Painting. 2. Touch-up galvanized top and bottom surfaces of deck units with galvanizing repair paint applied in accordance with the paint manufacturer's instructions and recommendations. 3.03 FIELD QUALITY CONTROL A. OWNER will employ testing laboratory to inspect welded connections and to perform tests and prepare test reports. 1. All welds will be subject to visual inspection. Where visually deficient welds are observed, welds will be tested using non-destructive methods by certified testing laboratory. If welds are found to be satisfactory, OWNER will pay for testing. Where welds are found unacceptable or deficient, CONTRACTOR will pay for testing. Steel Roof Decking 05 3123 - 10 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 CONTRACTOR shall correct improper workmanship, remove and replace, or correct as instructed, welds found unacceptable or deficient. CONTRACTOR shall pay for corrections and subsequent tests required to confirm the integrity of the weld. Correct deficiencies in steel roof deck Work that inspection and laboratory test reports indicate do not comply with the Contract Documents. Perform additional tests as required to confirm non-compliance of the original Work, and as may be necessary to demonstrate compliance of corrected Work. 3. Work not in compliance with the Contract Documents and, where the Contract Documents do not include detailed requirements, Work that is not in accordance with generally accepted standards of the trade, will be deemed defective. All Work that is defective shall be corrected or replaced as directed by ENGINEER. Corrections, re- design, and replacement of defective Work shall be at CONTRACTOR's expense END OF SECTION Steel Roof Decking FTW17498 — VCWRF Sludge Thickening Improvements 05 31 23 - 11 City Project No. CO2647 THIS PAGE INTENTIONALLY BLANK 05 50 10 MISCELLANEOUS METAL FABRICATIONS 1.00 GENERAL 1.01 SUMMARY A. Scope: 1. CONTRACTOR shall provide all labor, materials, equipment and incidentals as shown on the Drawings, specified and required to furnish miscellaneous metal fabrications, including surface preparation and shop priming. B. The extent of miscellaneous metal fabrications Work is shown on the Drawings and includes items fabricated from iron, steel and aluminum shapes, plates, bars, castings and extrusions, which are not a part of the structural steel or other metal systems covered by other Sections of these Specifications. C. The types of miscellaneous metal items include, but are not limited to the following: 1. ladders. 2. Bollards. 3. Miscellaneous framing and supports. 4. Miscellaneous accessories and fasteners. 5. Seat Angles, supports and brackets. 6. Access hatches. D. Related Sections: 1. Section 05 05 10, Anchorages. 2. Section 05 52 13, Pipe and Tube Railings. 3. Section 09 96 00, Painting and Protective Coatings. 1.02 QUALITY ASSURANCE A. Reference Standards: Comply with the applicable provisions and recommendations of the following, except as otherwise shown and specified: 1. ASTM A 36, Specification for Carbon Structural Steel. 2, ASTM A 153, Specification for Zinc Coating (Hot -Dip) on Iron and Steel Hardware. 3. ASTM A 240, Specification for Heat -Resisting Chromium and Chromium -Nickel Stainless Steel Plate, Sheet and Strip for Pressure Vessels. 4. ASTM A 276, Stainless and Heat -Resisting Steel Bars and Shapes. 5. ASTM A 320, Specification for Alloy Steel Bolting Material for Low Temperature Service. 6. ASTM B 209, Specification for Aluminum and Aluminum -Alloy Sheet and Plate. 7. ASTM 8 211, Specification for Aluminum and Aluminum -Alloy Bars, Rods and Wire. Miscellaneous Metal Fabrications 05 5010 -1 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 8. ASTM B 221, Specification for Aluminum -Alloy Extruded Bars, Rods, Wire, Shapes and Tubes. 9. ANSI A14.3, Safety Requirements for Fixed Ladders. 10. AWS D1.1, Structural Welding Code. 11. NAAMM, Metal Finishes Manual. 12, OSHA. B. Field Measurements: 1. Take field measurements where required prior to preparation of Shop Drawings and fabrication to ensure proper fitting of the Work. C. Shop Assembly: 1. Preassemble items in the shop to the greatest extent possible, so as to minimize field splicing and assembly of units at the project site. Disassemble units only to the extent necessary for shipping and handling limitations. Clearly mark units for reassembly and coordinated installation. 1.03 SUBMITTALS A. Shop Drawings: Submit for approval the following: 1. Fabrication and erection details of all assemblies of miscellaneous metal Work. Include plans, elevations, and details of sections and connections. Show anchorage and accessory items. Include setting drawings and templates for location and installation of miscellaneous metal items and anchorage devices. 2. Copies of manufacturer's specifications, load tables, dimension diagrams, anchor details, and installation instructions for products to be used in miscellaneous metal Work. 2.00 PRODUCTS 2.01 MATERIALS A. Steel Plates, Shapes and Bars: ASTM A 36. B. Aluminum: 1. Alloy and Temper: Provide alloy and temper as shown on the Drawings or specified, or as otherwise recommended by the aluminum producer or finisher. 2. Extruded Shapes and Tubes: ASTM B 241. 3. Plate and Sheet: ASTM B 209. 4. Bars, Rods and Wire: ASTM B 211. C. Stainless Steel Plates, Sheets and Bars: ASTM A 276, Type 316 stainless steel. 1. Use Type 316 stainless steel unless shown otherwise in the Drawings. D. Stainless Steel Fasteners and Fittings: ASTM A 320. Miscellaneous Metal Fabrications OS SO 10 - 2 FTW17498 - VCWRF Sludge Thickening Improvements City Project No. CO2647 E. Surface Preparation and Shop Priming: All steel shall be primed in the shop. Surface preparation and shop priming requirements are included herein, but are specified in Section 09 96 00. F. Galvanizing: All galvanizing of fabricated steel items shall comply with the requirements of ASTM A 123, G. Aluminum Finish: Provide an Architectural Class I anodized finish for all aluminum work unless specifically shown or specified to be mill or other finish. 2.02 MISCELLANEOUS METAL ITEMS A. Aluminum Ladders: Fabricate ladders for the locations shown on the Drawings, with dimensions, spacings, details and anchorages as shown on the Drawings, and specified. Comply with the requirements of ANSI A14.3, except as otherwise shown on the Drawings or specified. a. Unless otherwise shown on the Drawings, provide 1 1/2-inch diameter Schedule 40 side rails, spaced 18-inches apart, minimum. b. Provide extruded square rungs, spaced 12-inches on centers, maximum with non- slip surface on the top of each rung. Adhesive strips for non -slip surfaces will not be allowed. 2. Fit rungs in centerline of side rails, plug weld and grind smooth on outer rail faces. Support each ladder at top and bottom and at intermediate points spaced not more than five feet on centers. Use welded or bolted brackets, designed for adequate support and anchorage, and to hold the ladder clear of the wall surface with a minimum of 7-inches clearance from wall to centerline of rungs. Unless otherwise shown on the Drawings, or approved by the ENGINEER, extend rails 42-inches above top rung, and return rails to wall or structure, unless other secure handholes are provided. If the adjacent structure does not extend above the top rung, goose neck the extended rails back to the structure to provide secure ladder access. 4. Use extruded aluminum conforming to alloy and temper of the 5000 series alloys. Fall Prevention System: All ladders greater than 12-feet-0-inches in height shall be provided with a fall prevention system. The system shall meet OSHA standards. 1. The system shall consist of a rail permanently attached to the ladder to which a harness belt is attached. The rail shall be notched and constructed of aluminum. Ladder attachments shall be provided as required by the manufacturer. A removable extension section shall be provided at the top of the ladder. 2. Product and Manufacturer: Provide one of the following: a. Saf-T-Climb by Norton Company. b. Vi-Go Ladder Climbing Safety System by Miller Fall Protection. C. Bollards: Unless shown otherwise in the Drawings, provide 8-inch diameter, Schedule 40 galvanized steel pipe, 4-feet-0-inches above grade, 4-feet-0-inches below grade. Fill with concrete and mound top. Bollards shall be primed in the shop. Surface preparation and painting shall conform to the requirements of Section 09 96 00. Miscellaneous Metal Fabrications 05 50 10 - 3 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 D. Miscellaneous Framing and Supports: 1. Provide miscellaneous metal framing and supports, which are not apart of the structural steel framework and are required to complete the Work. Fabricate miscellaneous units to the sizes, shapes and profiles shown on the Drawings or, if not shown on the Drawings, of the required dimensions to receive adjacent grating, plates, tanks, doors, or other work to be retained by the framing. Except as otherwise shown on the Drawings, fabricate from structural shapes, plates, and bars, of all welded construction using mitered corners, welded brackets and splice plates and a minimum number of joints for field connection. Cut, drill and tap units to receive hardware and similar items to be anchored to the Work. 3. Equip units with integrally welded anchors for casting into concrete or building into masonry. Furnish inserts if units must be installed after concrete is placed. a. Except as otherwise shown on the Drawings, space anchors, 24-inches on centers, and provide units the equivalent of 1-1/4 by 1/4 by 8-inch strips. b. All material shall be Type 316 stainless steel unless noted otherwise in the Drawings. E. Fasteners and Fittings: Provide Type 316 stainless steel, for all aluminum fabrications, and zinc coated hardware for all galvanized fabrications, unless otherwise shown on the Drawings or specified. Surface Preparation and Shop Priming: All miscellaneous metal fabrications shall be primed in the shop. Surface preparation and shop priming requirements are included herein, but are specified in Section 09 96 00. G. Aluminum Finish: Provide an Architectural Class 1 anodized finish, AA M32C22 A41, clear, as specified in NAAMM Manual. H. Access Hatch Covers, Frames, and Appurtenances: 1. Furnish and install access hatches consisting of hatch covers, frames, gaskets, and appurtenances, as shown on the Drawings. 2. Hatches shall be aluminum material. Hardware and anchorages shall be Type 316 stainless steel. 3. Design live load : Provide H2O rated. 4. Provide lockable hasps at all hatches. OWNER shall provide the lock. 5. Cover: Not less than 1/4-inch thick, aluminum diamond -pattern plate cover. Provide flush drop -handle for lifting the cover. 6. Frame: Extruded aluminum channel frame with manufacturer's standard anchor tabs or continuous anchor flange around perimeter for anchorage to concrete. Drain Coupling: 1.5-inch diameter NPT threaded drain coupling welded under the channel frame for connection of a drain pipe. 8. Gasket: EPDM gasket mechanically attached to the channel frame. Hinges: Type 316 stainless steel, heavy-duty butt hinges with Type 316 stainless steel pin fastened to door with Type 316 stainless steel tamper -resistant bolts. Miscellaneous Metal Fabrications 05 50 10 - 4 FTW17498—VCWRF Sludge Thickening Improvements City Project No. CO2647 10. Latch: Type 316 stainless steel, watertight, slam -type latch with inside lever handle and outside removable exterior turn/lift handle fastened to leaf (door) with tamper -resistant Type 316 stainless steel bolts. Latch release shall be protected by a flush, gasketed, removable screw plug. 11. Lift Assistance: Open -style stainless steel compression heavy duty pneumatic springs with Type 316 stainless steel guide tubes. Automatic Type 316 stainless steel hold -open arm with grip handle release. Cover shall be counter -balanced so that one person can easily open the hatch door. 12. Fall -Through Prevention System: Provide access hatch cover manufacturer's standard safety grating of FRP or aluminum, constructed for live load capacity of not less than 300 psf. Provide hinges and lift -assist to allow grating sections to automatically lock in place in full -open 90-degree position. Provide hold -open arm and release assembly of aluminum or Type 316 stainless steel. Grating shall be colored OSHA "Safety Yellow" or "Safety Orange". 13. CONTRACTOR shall coordinate concrete embed and blackout requirements of the hatch prior to construction. 14. Manufacturer: a. Bilco. b. Halliday. 3.00 EXECUTION 3.01 INSTALLATION A. Set miscellaneous metal fabrications accurately in location, alignment and elevation, plumb, level, true and free of rack, measured from established lines and levels. Brace temporarily or anchor temporarily in formwork where fabrications are to be built into concrete, masonry or similar construction. B. Anchor securely as shown on the Drawings or as required for the intended use, using concealed anchors wherever possible. C. Fit exposed connections accurately together to form tight hairline joints. Weld steel connections, which are not to be left as exposed joints, but cannot be shop welded because of shipping size limitations. Grind steel joints smooth and touch up shop paint coat. Do not weld, cut or abrade the surfaces of exterior units, which have been hot -dip galvanized after fabrication, and are intended for bolted or screwed field connections. D. Protection of Aluminum from Dissimilar Materials: Coat all surfaces of aluminum in contact with dissimilar materials, such as concrete, masonry and steel conforming to the requirements of Section 09 96 00. All welds to be coated shall be grinded smooth according to NACE "Surface Preparation of Welds Prior to Coating". END OF SECTION Miscellaneous Metal Fabrications FTW17498 — VCWRF Sludge Thickening Improvements 055010-5 City Project No. CO2647 THIS PAGE INTENTIONALLY BLANK 05 52 13 PIPE AND TUBE RAILINGS 1.00 GENERAL 1.01 SUMMARY A. Scope: 1. CONTRACTOR shall provide all labor, materials, tools, equipment and incidentals as shown on the Drawings, specified and required to furnish and install aluminum handrail and railing systems. The Work also includes: a. Providing openings in, and attachments to, aluminum handrail and railing systems to accommodate the Work under this and other Sections and providing for the aluminum handrail and railing systems all items such as anchor bolts, fasteners, studs and all items required for which provision is not specifically included under other Sections. 2. Extent of aluminum handrail and railing systems is shown on the Drawings and specified. 3. Types of products required include the following: a. Top and two intermediate horizontal railing systems. b. Handrail system. c. Toeboards. d. Anchors and fasteners. e. Sleeves, castings, reinforcing inserts, wall brackets, gates, gate latches, stops and hinges, chains, and other miscellaneous accessories. f. Custom finished architectural Class I anodized finish for all system components. B. Coordination: 1. Review installation procedures under other Sections and coordinate the Work that must be installed with or attached to the handrail and railing. 2. Coordinate all handrail and railing locations as required for Work meeting all governing authorities. C. Related Sections: 1. Section 03 60 00, Grout. 2. Section 05 50 10, Miscellaneous Metal Fabrications. 3. Section 09 96 00, Painting and Protective Coatings. 1.02 SYSTEM DESCRIPTION A. Aluminum handrail and railing system shall consist of three equally spaced horizontal rails with totally concealed mechanical fasteners, set screws and adhesively bonded components fastened to posts spaced not more than 5 feet - 0 inches on center and a system of handrails Pipe and Tube Railings 05 52 13 -1 FTW17498 — VCWRF Sludge Thickening improvements City Project No. CO2647 supported from adjacent construction by mounting brackets spaced at not more than 5 feet - 0 inches on center. B. Aluminum handrail and railing system shall include all components and features shown on the Drawings and specified and all system components and features available from specified manufacturers necessary to provide a complete aluminum handrail and railing system complying with these Specifications. 1.03 QUALITY ASSURANCE A. Fabricator Qualifications: 1., Engage a single firm, with undivided responsibility for performance of handrail and railing systems Work. 2. Engage a firm, which can show five years previous successful experience in the fabrication of handrail and railing systems of scope and type similar to the required Work. 3. Materials and fabrication procedures shall be subject to inspection and tests in the mill, shop, and field, conducted by a qualified inspection agency. Such inspections and tests shall not relieve CONTRACTOR of responsibility for providing materials and fabrication procedures in compliance with specified requirements. B. Installer Qualifications: Engage a single installers ' killed, trained and with a record of successful experience in the installation of aluminum andrail and railing systems and who has a successful record of performing Work in accordance with the approved recommendations and requirements of the fabricator or who can submit evidence in writing of being acceptable to the fabricator; and who agrees to employ only tradesmen with specific skill and successful experience in this type of Work. C. Codes: 1. Comply with the applicable requirements of OSHA and the Building Code. If there is a conflict between the OSHA requirements and the Building Code, comply with whichever requirement is more stringent. D. Allowable Tolerances: Limit variation of cast -in -place inserts, sleeves and field -drilled anchor and fastener holes to the following: a. Spacing: ±3/8-inch. b. Alignment: ±1/4-inch. c. Plumbness: ±1/8-inch. 2. Minimum Handrails and Railings Systems Plumb Criteria: a. Limit variation of completed handrail and railing system alignment to 1/4-inch in 12 feet - 0 inches with posts set plumb to within 1/16-inch in 3 foot - 0 inches. Pipe and Tube Railings 05 52 13 - 2 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 b. Align rails so variations from level for horizontal members and from parallel with rake of stairs and ramps for sloping members do not exceed 1/4-inch in 12 feet - 0 inches. 3. Provide "pencil -line" thin butt joints. 4. Shims shall be provided as necessary to maintain alignment at existing structures. Handrails and Railing alignment shall be inspected by Owner for approval. E. Source Quality Control: 1. Obtain all handrails and railings systems components and accessories from the same manufacturer. F. Reference Standards: Comply with applicable provisions and recommendations of the following, except as otherwise shown or specified. 1. ASTM B 26, Specification for Aluminum and Aluminum -Alloy Sand Castings. 2. ASTM B 117, Practice for Operating Salt Spray (Fog) Apparatus. 3. ASTM B 136, Method for Measurement of Stain Resistance of Anodic Coatings on Aluminum. 4. ASTM B 137, Test Method for Measurement of Coating Mass Per Unit Area of Anodically Coated Aluminum. 5. ASTM B 210, Specification for Aluminum and Aluminum -Alloy Drawn Seamless Tubes. 6. ASTN B 221, Specification for Aluminum and Aluminum -Alloy Extruded Bars, Rods, Wire, Profiles and Tubes. 7. ASTM B 241, Specification for Aluminum and Aluminum -Alloy Seamless Pipe and Seamless Extruded Tube. 8. ASTM B 244, Test Method for Measurement of Thickness of Anodic Coatings on Aluminum and of Other Nonconductive Coatings on Nonmagnetic Basis Metals with Eddy -Current Instruments. 9. ASTM B 247, Specification for Aluminum and Aluminum -Alloy Die Forgings, Hand Forgings, and Rolled Ring Forgings. 10. ASTM B 429, Specification for Aluminum -Alloy Extruded Structural Pipe and Tube. 11. ANSI A1264.1, Safety Requirements for Workplace Floor and Wall Openings, Stairs and Railing Systems. 12. The Aluminum Association, AA ASD-1, Aluminum Standards and Data. 13, The Aluminum Association, AA SAA-46, Standards for Anodized Architectural Aluminum. 14. The Aluminum Association, AA DSA-45, Designation System for Aluminum Finishes. 15. Architectural Metal Products Division of The National Association of Architectural Metal Manufacturers, AMP/NAAMM, Pipe Railing Manual. 16. Architectural Metal Products Division of The National Association of Architectural Metal Manufacturers, AMP 501, Finishes for Aluminum. Pipe and Tube Railings 05 52 13 - 3 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 17. OSHA, Title 29 Code of Federal Regulations Part 1910.23 - Guarding Floor and Wall Openings and Holes. 18. The Americans with Disabilities Act of 1990 (Public Law 101-336), Appendix A to Title 28 Code of Federal Regulations Part 36 (Americans with Disabilities Act Accessibility Guidelines for Buildings and Facilities - ADAAG. 19. American National Standard Institute, A117.1, Accessible and Usable Buildings and Facilities. 20. International Building Code. G. Field Measurements: Take field measurements, where required, prior to preparation of Shop Drawings and fabrication to ensure proper fitting of the Work. H. Shop Assembly: Preassemble items in the shop to the greatest extent possible, so as to minimize field splicing and assembly of units at the site. Disassemble units only to the extent necessary for shipping and handling limitations. Clearly mark units for reassembly and coordinate installation. 1.04 SUBMITTALS A. Samples: Submit for approval the following: Full size sample, 2 foot - 0 inches long, of assembled railing system at post and rail intersections with all associated components including typical mechanical and adhesively fastened connections, mounted toeboard and sleeve, and handrail at wall return complete with mounting brackets, all with specified controlled uniform metal finish. Color Samples: Maximum range of clear anodized aluminum that shall appear in finished Work. Prepare range samples, to show the highest level of color control feasible for actual handrail and railing components, as determined by the licensor of the finishing process specified, on actual extrusions and castings of the Work. 3. Samples will be reviewed for finish, color, joinery tolerances, workmanship and general component assembly only. Compliance with all other requirements is the responsibility of CONTRACTOR. B. Shop Drawings: Submit for approval the following: Drawings for the fabrication and erection of handrail and railing systems with sizes of members, components and anchorage devices, all based on specified requirements. Include copies of manufacturer's specifications, standard detail drawings and installation instructions for handrail and railing systems. Include all plans and elevations identifying the location of all handrail and railing systems, and details of sections and connections. Show all anchorage items. Profiles of handrail and railing systems components, and the details of forming, jointing, sections, connection, internal supports, trim, and accessories. Provide details drawn at 1-1/2-inch scale. 3. All calculations for complete structural analysis of the handrail and railing systems including calculations showing compliance with system performance criteria specified. Pipe and Tube Railings 05 52 13 - 4 FTW 17498 — VCW RF Sludge Thickening Improvements City Project No. CO2647 The calculations shall be prepared, signed and sealed by a Registered Professional Engineer licensed in the State of Texas. 4. Manufacturer's catalogs showing complete selection of standard and custom components and miscellaneous accessories for selection by ENGINEER. C. Certification: Submit for approval the following: Copies of material purchase receipts indicating actual materials purchased for this job, signed by a certified and licensed Notary Public, verifying that material purchased for the Work complies with material designations specified as confirmed by approved Shop Drawings. 2. Manufacturer's certificate on results of load testing the completed handrail and railing systems, demonstrating compliance with all applicable OSHA, ANSI and Building Code, Building Construction Code requirements and the system performance criteria specified for superimposed loadings and deflection limitations. 3. Finish: Furnish a written certificate confirming specified anodized coating film thickness, sealing treatment and stain test performance. 1.05 PRODUCT DELIVERY, STORAGE AND HANDLING A. Delivery of Materials: 1. Deliver handrails and railings and all accessories dry and undamaged, with manufacturer's protective coating intact, bearing original intact factory labels identifying component's location and use within the completed systems. 2. Handrail and railing systems components, which are damaged during delivery or while being unloaded, shall not be stored on site. Remove such units from site and replace with new, undamaged material. B. Storage of Materials: Store handrail and railing systems components and accessory materials in a dry location and in a manner that will protect strippable coating from exposure to sun and condensation, with good air circulation around each piece and with protection from wind-blown rain. 2. Store handrail and railing systems components and accessory materials under tarpaulin covers and, in an area protected from dirt, damage, weather and from the construction activities of all contractors. Do not store outside or allow items to become wet or soiled in any way while on site. 3. Do not store in contact with concrete, earth or other materials that might cause corrosion, staining, scratching or damage to finish. Do not install system components, which become dented, scratched or damaged in any way. Remove such components from site and replace with new, undamaged material. C. Handling of Materials: Do not subject handrail and railing systems components and accessory materials to bending or stress. Pipe and Tune Railings 05 52 13 - 5 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 Do not damage edges or handle material in a manner that will cause scratches, warps or dents. 3. Keep on -site handling to a minimum. 4. Maintain protective covering on railings and handrails. All surface protective coverings such as nonadhesive papers, adhesive papers and strippable plastic films shall be removed after receipt at the site as soon as there is no longer a need for the protection. 1.06 JOB CONDITIONS A. Protection: Protect cast -in -place sleeves from debris and water intrusion by use of temporary covers or removable foam inserts. 2.00 PRODUCTS 2.01 SYSTEM PERFORMANCE A. Performance Criteria: 1. Maintain the visual design concept shown on the Drawings, and the technical requirements specified, including modules, profiles, alignment of components and requirements for finish. 2. Provide handrail and railing systems that conform to the Building Code, Building Construction Code and OSHA, Part 1910.23, including the 200 pound loading requirement. In addition, the system shall conform to the following requirements: a. Completed railing and handrail systems shall withstand a uniform lateral force of40 pounds per linear foot and a vertical uniform force of 50 pounds per linear foot, both applied simultaneously at the top of the handrail and railing. Intermediate and bottom rails shall withstand simultaneously applied lateral uniform forces of 40 pounds per linear foot and a vertical load of 50 pounds per linear foot, however, lateral and vertical loads on intermediate and bottom railings need not be considered in the detailing and fabrication of posts and anchorages. c. For railings having panels, the panels shall be detailed and fabricated to withstand a uniform lateral load of twenty pounds per square foot. d. Concentrated 200 pound load and uniform force conditions shall not be applied simultaneously. e. Other pertinent requirements ceded to ANSI A1264.1 by the Uniform Building Code. Bending stresses shall not exceed 60 percent of the yield stress of the material. Applied loads shall not produce permanent deflection in the completed Work when loads are removed. g. Select schedule of pipe using alloys, minimum diameter, loadings and maximum post spacing specified in order to limit deflection in each single -span of railing and handrail to 1.5-inches maximum and on railing posts to 1.4-inches maximum and with a safety factor of 1.65:1 for all Work. Pipe and Tube Railings 05 52 13 - 6 FTW17498— VCWRF Sludge Thickening Improvements City Project No. CO2647 3. Thermal Control: Provide adequate expansion within fabricated systems that allows for a thermal expansion and contraction caused by a material temperature change of 1407 to -20'F without warp or bow of system components. Distance between expansion joints shall be based on providing a 1/4-inch wide joint at 70°F, which accommodates a movement of 150 percent of the calculated amount of movement for the specified temperature range. 4. Provide expansion joints in handrail and railing systems where systems cross expansion joints in structure. 5. Provide handrail and railing systems as shown on the Drawings. Where handrail or railing systems are required by either the governing authority or the Occupational Safety and Health Act, or the Americans with Disabilities Act, aluminum handrail and railing systems of the type specified herein shall be provided. 6. Configuration of all handrail and railing systems components shall be as shown on the Drawings. Verify dimensions at the site without causing delay in the Work. 7. Except where detailed dimensions are shown on the Drawings, indicate required locations for posts, space posts maximum 5 foot-0 inches on centers. 8. Where details show post location requirements at or near end of runs, uniformly space intermediate posts as required to meet loading and deflection criteria specified, but not greater than maximum spacing specified. Where posts are shown at straight walkways and other locations where railing is provided on each side, locate railing system posts opposite each other; do not stagger. 9. Comply with handrail and railing systems details shown on the Drawings. Provide fabricator's standard details for conditions not shown on the Drawings and for general system assembly, unless otherwise specified. All details shown are typical; similar details apply to similar conditions, unless specifically otherwise shown on the Drawings. 10. Fabricator is responsible for structural analysis and detailing of handrails and railings systems. Provide complete structural calculations and verification of other system performance criteria and Shop Drawings for all handrail and railing members, anchors and all other support system components prepared, signed and stamped with the seal of a Licensed Professional Engineer licensed to practice in the State of Texas. B. Fasteners and Supports: 1. Provide the size, length and load carrying capacity required to carry the specified loadings required by performance criteria times a minimum safety factor of four. Where sizes are shown on the Drawings, the sizes shown shall be considered minimum. Increase size to comply with required system performance criteria loadings and minimum safety factor specified. All railing system posts shall be provided with a circular profile solid reinforcing bar with outside diameter equal to inside diameter of post. Each post shall receive one reinforcing bar. 2.02 MATERIALS A. Extruded Aluminum Architectural and Ornamental Shapes: ASTM 8221, Alloy 6063-T52. Pipe and Tube Railings 05 52 13 - 7 FTW77498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 B. Aluminum Forgings: ASTM B 247. C. Extruded or Drawn Aluminum Pipe and Tube: 1. 6063-T52 alloy as required by loadings, deflections and post spacings specified. 2. Provide Schedule 40 pipe minimum, unless conditions of detail and fabrication require extra heavy pipe to comply with performance criteria specified. 3. Provide all rails and posts with minimum outside diameter of 1.900-inches. D. Reinforcing Bars: Solid, circular profile, 24-inch long, 6063-T52 alloy aluminum reinforcing bars with same outside diameter as inside diameter of post. E. Toeboards: 1. Provide extruded 6063-T52 alloy aluminum toeboards, unless railing is mounted on curbs or other construction of sufficient height and type to meet the requirements of OSHA 1910.23. Bars or plates are not acceptable. 2. Unless otherwise specified, toeboards shall meet requirements of OSHA Part 1910.23, Section (e). F. Anchors and Fastenings: 1. Type 316 stainless steel; minimum 1/2-inch diameter. 2. Provide minimum of four bolt fasteners for each post where surface mounted posts are shown on the Drawings. Components shall be in accordance with manufacturer's recommendations and as acceptable to ENGINEER as shown on approved Shop Drawings. 3. Concrete and Masonry Anchors: As specified in Section 05 05 10. 4. Bolting Materials: As specified in Section 05 05 10. G. Castings: 1. Provide high strength aluminum alloy brackets, flanges and fittings suitable for anodizing as specified. 2. Aluminum -Alloy Sand Castings: ASTM B 26. H. Connector Sleeves: Schedule 40, 5-inches long by 1.610-inches diameters. I. Brackets and Flanges: Provide manufacturer's complete selection of standard and custom brackets and flanges for railing system posts and for handrail supports. J. Sockets: Provide 6-inch deep by 2-1/2-inch outside diameter aluminum sockets with 3-1/2-inch wide socket cover on bottom of all sockets and on top and bottom of removable post sockets. K. Hinges: Provide two self -closing aluminum hinges for each railing system gate shown on the Drawings. L. Latches and Stops: Provide one latch and stop with rubber bumper and 1-inch diameter plastic knob for each railing system gate shown on the Drawings. M. Chain, Snaps and Eye Bolts: Provide oblong 0.250-inch welded link, Type 316 stainless steel chain weighing 57 pounds per cubic foot, each link 1-1/8-inch by 7/16-inch. Provide Pipe and Tube Railings 05 52 13 - 8 FTW17498 - VCWRF Sludge Thickening Improvements City Project No. CO2647 stainless steel eyebolts, 1/4-inch stainless steel threaded quick links and heavy-duty swivel snaps with spring -loaded latch. N. Custom Cover Flanges: 1/4-inch high by 4-inch diameter; aluminum. O. System Components and Miscellaneous Accessories: Provide a complete selection of manufacturer's standard and custom aluminum handrail and railing systems components and miscellaneous accessories as may be required based on conditions and requirements shown on the Drawings, including, but not limited to, fascia flanges, post brackets, complete selection of one and two-piece handrail brackets for selection by ENGINEER including protective inserts, threaded bushing brackets, interlocking panel clips, clamps, channel adapters, end caps, post caps, adapters, ADA-compliant accessories and similar items. Show the type and location of all such items on Shop Drawings. P. Adhesive: Two-part waterproof epoxy -type as recommended by handrail and railing systems manufacturer. Q. Non -Shrink, Non -Metallic Grout: 1. See Spec 03 60 00. 2.03 FABRICATION A. General: Unless otherwise shown on the Drawings or specified in the Contract Documents provide typical non -welded construction details and fabrication techniques as recommended by AMP/NAAMM publications specified. Form exposed Work true to line and level with accurate angles, surfaces and straight edges. Fabricate all corners without the use of fittings. C. Form bent -metal corners to the radius shown on the Drawings without causing grain separation or otherwise impairing the Work. Use radius bends to form all changes in direction of handrail and railing systems. Form elbow bends and wall returns to uniform radius, free from buckles and twists, with smooth finished surfaces, or use prefabricated bends. Provide not less than 4-inch outside radius. D. Provide chains across openings in railings where shown on the Drawings. Attach one end of each chain to a 1/4-inch eye bolt in the post and the other end attached by means of an approved heavy stainless steel swivel eye snap hook to a similar eye bolt in the opposite post. E. Remove burrs from all exposed edges. F. Locate intermediate rails equally spaced between top rail and finished floor. G. Close aluminum pipe ends by using prefabricated fittings. H. Weep Holes: 1. Fabricate joints, which will be exposed to the weather so as to exclude water. Provide 1/4-inch diameter weep holes at the lowest possible point on all handrail and railing systems posts. 3. Provide pressure relief holes at closed ends of handrail and railing systems. I. Toeboards: Pipe and Tube Railings 05 5213 - 9 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 1. Provide manufacturer's toeboard detail, which accommodates movement, caused by thermal change specified without warping or bowing toeboards. 2. Provide manufacturer's toeboard detail, which accommodates storage for removable socket covers. 3. Coordinate and cope toeboard as required to accommodate cover flanges at posts. 4. Toeboards shall follow curvature of railing. Where railing is shown on the Drawings to have curved contours at corners, or other locations, the toeboard shall likewise be curved to follow line of railing system. J. Reinforcing Bars: Provide reinforcing bar friction -fitted at all railing system posts. Extend reinforcing bars or tubes 6-inches into cast -in -place sleeves or other types of supporting brackets. K. Mechanically Fitted Component Pipe Handrail and Railing: 1. Use a nonwelded pipe handrail and railing system with posts, top and intermediate rail(s) and flush joints. 2. Provide atop and two intermediate horizontal rail(s), equally spaced. 3. Blind rivets, pop rivets or other exposed fastening devices shall not be used in the Work. Fasteners used for side mounting fascia flanges where shown on the Drawings or specified may be exposed in the Work. Provide internal threaded tubular aluminum rivets, stainless steel through bolts with lock nuts, stainless steel sheet metal screws with lock washers and epoxy adhesive for fastening all components of the Work. 4. Product and Manufacturer: Provide one of the following: a. Connectorail System by Julius Blum & Company, Incorporated. Custom Fabricated Series 500 Non -Welded Aluminum Pipe Aluminum handrails and railings system by Superior Aluminum Products, Incorporated. 2.04 ALUMINUM COATINGS A. General: 1. Prepare surfaces for finishing in accordance with recommendations of the aluminum producer and the finisher or processor. 2. Adjust and control the direction of mechanical finishes specified to achieve the best overall visual effect in the Work. 3. Color and Texture Tolerance: Provide uniform color and continuous mechanical texture for all aluminum components. OWNER reserves the right to reject aluminum materials because of color or texture variations, which are visually objectionable, but only where the variation exceeds the range of variations established by the manufacturer prior to fabrication, by means of range samples which have been accepted by ENGINEER. 4. Anodize all aluminum components of the Work. B. Mechanically finish aluminum by wheel or belt polishing with aluminum oxide grit of 180 to 220 size, using peripheral wheel speed of 6,000 feet per minute; Aluminum Association Designation - M32 Medium Satin Directional Texture. Pipe and Tube Railings 05 52 13 -10 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 1. Hand Rubbed Finish: Where required to complete the Work and provide uniform, continuous texture, provide hand rubbed finish to match medium satin directional texture specified in order to even out and blend in satin finishes produced by other means. C. Provide non -etching chemical cleaning by immersing the aluminum in an inhibited chemical solution, as recommended by the coating applicator, to remove all lard oil, fats, mineral grease and other contamination detrimental to providing specified finishes. Clean and rinse with water between steps as recommended by the aluminum manufacturer. D. Exposed Aluminum Anodic Coating: Provide anodic coatings as specified, which do not depend on dyes, organic or inorganic pigments, or impregnation processes to obtain color. Apply coatings using only the alloy, temperature, current density and acid electrolytes to obtain specified colors in compliance with the designation system and requirements of the Aluminum Association and AMP 501 of AMP/NAAMM. Comply with the following: 1. Provide Architectural Class I high density anodic treatment by immersing the components in a tank containing a solution of 15 percent sulfuric acid at 70°F with 12 amperes per square foot of direct current for minimum of sixty minutes; Aluminum Association Designation A41. 2. Physical Properties: a. Anodic Coating Thickness, ASTM B 244: Minimum of 0.7 mils thick. b. Anodic Coating Weight, ASTM B 137: Minimum of 32 mg/sq. in. c. Resistance to Staining, ASTM B 136: No stain after five minutes dye solution exposure. 3. Seal finished anodized coatings using deionized boiling water to seal the pores and prevent further absorption. 4. Product and Manufacturer: Provide one of the following: a. Alum ilite 215 Clear by Aluminum Company of America, Incorporated. b. Aluminum Association Designation A41 by Southern Aluminum Finishing 3.00 EXECUTION 3.01 INSPECTION A. CONTRACTOR shall examine the substrate and conditions under which the aluminum handrails and railings systems Work is to be performed and notify ENGINEER, in writing, of unsatisfactory tolerances which exceed specified limits and other conditions detrimental to proper and timely completion of the Work. Do not proceed with installation until unsatisfactory conditions have been corrected in a manner acceptable to ENGINEER. B. Verify to ENGINEER gage of aluminum pipe railing posts and rails brought to the site by actual measurement of on -site material in the presence of ENGINEER. 3.02 INSTALLATION Pipe and Tube Railings 05 52 13 -11 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 A. General: Do not erect components, which have become scarred, dented, chipped, discolored or otherwise damaged or defaced. Railing and handrail system components, which have holes, cuts, gouges, deep scratches or dents of any kind, shall be removed from the site before installation. Repairs to correct such Work will not be approved by ENGINEER. Remove and replace with new material. 2. Comply with installation and anchorage recommendations of AMP/NAAMM publications specified in addition to the requirements specified and approved Shop Drawings. B. Fastening to In -Place Construction: 1. Remove protective plastic immediately before installation. 2. Adjust handrails and railings prior to securing in place, to ensure proper matching at butting joints and correct alignment throughout their length. Plumb posts in each direction. Secure posts and rail ends to building construction as follows: Anchor posts in concrete by means of sockets set and anchored into the concrete floor slab. Provide closure secured to the bottom of sleeve. Before installing posts remove all debris and water from sleeves. Verify that reinforcing bars have been inserted into posts before installation. Do not install posts without reinforcing bar. For all non -removable handrail and railing systems sections, after the posts have been inserted into the sockets, fill the annular space between posts and sockets solid with grout as specified in Section 03 60 00, Grout. Crown grout and slope it to drain away from posts. b. Anchor posts to stair stringers with stringer or support flanges, angle type or floor type as required by conditions, shop -connected to posts and bolted to the steel supporting members. Flanges shall be as recommended by manufacturer. Verify that reinforcing bars have been inserted into posts before installation. Do not install posts without reinforcing bar. c. Side mount posts by fastening them securely in brackets attached to steel or concrete fascia as shown on the Drawings and in accordance with approved Shop Drawings. d. Provide removable railing sections where shown on the Drawings. Removable railing system posts shall be provided with friction fitted reinforcing bar in each post. Provide sockets with socket covers stored in extruded toeboard. Provide aluminum pipe collars for all removable posts. Accurately locate sleeves to match post spacings. e. All posts set in concrete shall be provided with an aluminum floor cover flange. 3. Use devices and fasteners recommended by the handrail and railing systems manufacturer and as shown on the approved Shop Drawings. C. Cutting, Fitting and Placement: 1. Perform cutting, drilling and fitting required for installation. Set the Work accurately in location, alignment and elevation, plumb, level, true and free of rack, measured from established lines and levels. Pipe and Tube Railings FTW17498— VCWRF Sludge Thickening Improvements QS 52 13 - 12 City Project No. CO2647 2. Fit exposed connections accurately together to form tight hairline joints. Do not cut or abrade the surfaces of units, which have been finished after fabrication, and are intended for field connections. 3. Permanent field splice connections shall be made using manufacturer's recommended epoxy adhesive and 5-inch minimum length connector sleeves. Tight press -fit all field splice connectors and install in accordance with manufacturer's written instructions. Follow epoxy manufacturer's recommendations for requirements of installation and conditions of use. 4. Make all splices as near as possible to posts but not exceeding 12-inches from nearest post. 5. Field welding will not be permitted. Make all splices using a pipe splice lock employing a single Allen screw to lock joint. 6. Provide hinged railings sections as shown on the Drawings. Provide hinges and latch for connection to adjacent railing. 7. Provide chain sections as shown on the Drawings. Provide one chain length with fastening accessories for top and each intermediate rail. S. Secure handrails to walls with wall brackets and end fittings as shown on the Drawings. Locate brackets as shown on the Drawings or, if not shown on the Drawings, at not more than 5 feet — 0 inches on centers. 9. Provide flush -type wall return fittings with the same projection as that shown for wall brackets. Drill wall plate portion of the bracket to receive one bolt, unless otherwise shown on the Drawings. 10. Secure wall brackets to building construction as follows: a. For concrete and solid masonry anchorage, use anchor bolt expansion shields and lag bolts. b. For hollow masonry anchorage, use toggle bolts having square heads. 11. Securely fasten toeboards in place with not more than 1/4-inch clearance above floor level. 12. Drill one 1/4-inch diameter weep hole not more than 1/4-inch above the top of location of solid reinforcing bar in each post. D. Expansion Joints: I. Provide slip joint with internal sleeve extending 2-inches minimum beyond joint on each side. 2. Construct expansion joints as for field splices, except fasten internal sleeve securely to one side of rail only. 3. Locate joints within 6-inches of posts. 4. Submit locations and details of all expansion joints to ENGINEER. E. E. Protection from Dissimilar Materials: Pipe and Tube Railings 05 52 73 - 13 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 1. Coat all surfaces of aluminum in contact with dissimilar materials such as concrete, masonry and steel as specified in Section 09 96 00, Painting and Protective Coatings. 2. Do not extend coating beyond contact surfaces. Remove coating where exposed -to - view in the finished Work. 3.03 CLEANING AND REPAIRING A. Cleaning: Installer shall clean exposed surfaces of handrail and railing systems of every substance after completion of installation. Comply with recommendations of both the handrail and railing, and finish manufacturer. Do not use abrasives or non -approved solvent cleaners. Test cleaning techniques on an un-used section of railing before employing cleaning technique. 1. Remove all stains, dirt, grease or other substances by washing handrails and railings systems thoroughly using clean water and soap; rinse with clean water. 2. Do not use acid solution, steel wool or other harsh abrasives. 3. If stain remains after washing remove defective sections and replace with new material conforming to the requirements of the Specification. B. Leave handrails and railings, free from dents, burrs, scratches, holes and other blemishes. Replace damaged or otherwise defective Work with new material that conforms to the Specification requirements at no additional cost to OWNER. C. At the completion of Work, replace adjacent work, marred by the Work of this Section. END OF SECTION Pipe and Tube Railings 0552 13 -14 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 05 53 13 ALUMINUM GRATING AND CHECKER PLATE i 1.00 GENERAL 1.01 SUMMARY A. Scope: 1. CONTRACTOR shall provide all labor, materials, equipment and incidentals as shown on the Drawings, specified and required to furnish aluminum grating, frames and checker plate. 2. The types of grating required shall be the following: a. Aluminum swage locked I -bar grating. b. Unpunched aluminum plank grating. 3. The Work also includes: a. Providing openings in grating to accommodate the Work under this and other Sections and attaching to the grating all items such as sleeves, bands, studs, fasteners and all items required for which provision is not specifically included under other Sections. B. Coordination: 1. Review installation procedures under other Sections and coordinate the Work that must be installed with or attached to the grating or checker plate. C. Related Sections: 1. Section 03 30 00, Cast -In -Place Concrete. 2. Section 05 50 10, Miscellaneous Metal Fabrications. 3. Section 09 96 00, Painting and Protective Coatings. 1.02 QUALITY ASSURANCE A. Reference Standards: Comply with applicable provisions and recommendations of the following, except as otherwise shown or specified. 1. ASTM B 209, Specification for Aluminum and Aluminum - Alloy Sheet and Plate. 2. ASTM B 210, Specification for Aluminum and Aluminum -Alloy Drawn Seamless Tubes. 3. ASTM B 221, Specification for Aluminum and Aluminum -Alloy Extruded Bars, Rods, Wire, Shapes and Tubes. 4. NAAMM, Metal Finishes Manual, and Metal Bar Grating Manual. 5. Aluminum Association Standards. B. Field Measurements: 1. Take field measurements prior to preparation of Shop Drawings and fabrication, where required, to ensure proper fitting of the Work. Aluminum Grating and Checker Plate 05 53 13 -1 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 1.03 SUBMITTALS A. Shop Drawings: Submit for approval the following: 1. Fabrication and erection of all Work. Include plans, elevations, and details of sections and connections. Show anchorage and accessory items. 2. Setting drawings and templates for location and installation of anchorage devices. 3. Manufacturer's specifications, load tables, dimension diagrams, anchor details and installation instructions. 2.00 PRODUCTS 2.01 PERFORMANCE CRITERIA A. The manufacturer shall furnish grating to conform the following criteria: 1. Design Loads: Uniform live load or a concentrated load on any area 24-inches square, whichever gives the greatest stresses. Live Load Concentrated Load a. 300 psf 1500 Ibs 2. Maximum Clear Span Deflection: 1/120 of span or 1/4-inch, whichever is less, under 100 psf and no deflection limit under concentrated loading. 3. Maximum Fiber Stress: 12,000 psi. 4. Bearing bars shall have a minimum depth of 2" and be a maximum of 1-3/16 inches on center and 3/16-inches minimum thickness. 5. Cross bars or bent connecting bars shall not exceed 4-inches on center. 6. Refer to the Drawings for additional design information. B. The manufacturer shall furnish removable checkered plate or plank grating to conform to the following, unless otherwise shown on the Drawings: 1. Aluminum Checkered Plate: a. Minimum thickness: 1/2-inch. b. Design Uniform Load: 200 psf, unless otherwise shown on the Drawings. c. Maximum clear span deflection: 1/120th of the span or 1/4-inch, whichever is less, under 100 psf. 2.02 MATERIALS A. Bearing Bars: Alloy 6061-T6 or Alloy 6063-T6, conforming to ASTM B 221, B. Cross Bars or Bent Connecting Bars: Alloy conforming to either ASTM B 221 or ASTM B 210. C. Aluminum Checkered Plate: 1. Provide aluminum checkered plate as shown on the Drawings and specified. Plate to conform to ASTM B 209. Provide anodized finish. Aluminum Grating and Checker Plate 05 53 13 - 2 FTW17498 - VCWRF Sludge Thickening Improvements City Project No. CO2647 2. Raised Pattern Floor Plate: Provide pattern standard with the manufacturer. Alloy and temper to be Alloy 6061-T6. 2.03 FABRICATION A. Use materials of the minimum size and thickness as specified above unless otherwise shown on the Drawings. Work to the dimensions shown on approved Shop Drawings. B. Grating shall be as shown on the Drawings and shall comply with the NAAMM "Metal Bar Grating Manual", except as specified herein. 1. Cross Bars: Manufacturer's standards to suit project requirements. 2. Traffic Surface: a. I -bar grating: Plain. b. Plank grating: Unpunched with continuous raised longitudinal ridges for skid resistance. C. Type of Finish: Clear anodized with a minimum coating of 0.0008-inch in accordance with Aluminum Association Standard A41. D. Provide grating sections with end -banding bars welded about 4-inches on centers for each panel, four saddle clip or flange block anchors designed to fit two bearing bars, and four stainless steel stud or machine bolts with washers and nuts, unless otherwise shown on the Drawings. E. Cut gratings for penetrations as indicated. Layout units to allow grating removal without disturbing items penetrating grating. 1. For openings in grating separated by more than four bearing bars, provide banding of same material and size as bearing bars, unless otherwise shown on the Drawings. Weld band to each bearing bar. 2. Field notching of bearing bars at supports to maintain elevations will not be permitted. Grating manufacturer shall coordinate bearing bar depths as indicated in the drawings to accommodate special connection conditions. 3. Provide additional opening framing as indicated in the Drawings. F. Weld stainless steel stud bolts to receive saddle clip or flange block anchors to supporting steel members. Drill for machine bolts when supports are aluminum. G. Provide gratings in concrete with 316 stainless steel angle frames having mitered corners and welded joints. Grind exposed joints smooth. Frames shall have welded anchors set into concrete. Angle size shall match grating depth selected to assure flush fit. H. Provide gratings attached to existing concrete, masonry or steel with 316 stainless steel bearing angles fastened with anchors as shown on the Drawings or otherwise approved by ENGINEER. I. Gratings in concrete floors specified to be removable or hinged shall be arranged in sizes to be readily lifted. 2.04 CHECKERED PLATES Aluminum Grating and Checker Plate 05 53 13 - 3 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 A. Provide removable checkered plates in the locations and sizes shown on the Drawings or where directed by the OWNER. Also, provide perforated plates where shown on the Drawings. B. Each checkered plate shall be provided with four lifting handles as recommended by the manufacturer. The lifting handles shall be of the recessed, drop handle type unless indicated otherwise. Maximum weight of checkered plate shall be 150 pounds. C. Checkered plates shall have a checkered, nonslip surface. D. The aluminum plates shall have an anodized finish. Protect finish with a factory -applied coating of lacquer standard with the manufacturer. 3.00 EXECUTION 3.01 INSTALLATION A. Fastening to in -Place Construction: 1. Use Type 316 stainless steel anchorage devices and fasteners to secure grating to supporting members or prepared openings, as recommended by the manufacturer. B. Cutting, Fitting and Placement: 1. Perform all cutting, drilling and fitting required for installation. Set the Work accurately in location, alignment and elevation, plumb, level, true and free of rack. Do not use wedges or shimming devices. 2. Wherever gratings are penetrated by pipes, ducts, and structural members, cut openings neatly and accurately to size and attach a strap collar not less than 1/8-inch thick to the cut ends of the bars. 3. Divide the panels into sections only to the extent required for installation wherever grating is to be placed around previously installed pipe, ducts, and structural members. C. Protection of Aluminum from Dissimilar Materials: Coat all aluminum surfaces in contact with dissimilar materials such as concrete, masonry, steel and other metals as specified in Section 09 96 00. D. Removable aluminum checkered plate or aluminum plank grating shall be fastened to secure checker plate or plank grating to supporting members, as recommended by the manufacturer. Fastening system for the checker plate or plank grating shall be removable. E. Gaps between the edge of grating and edge of perimeter support or gaps between adjacent grating panels exceeding %2-inch will be rejected and new grating panels fabricated to the as - built conditions providing 1/4-inch gap shall be provided at no additional expense to the Owner. END OF SECTION Aluminum Grating and Checker Plate 0553 13 - 4 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 DIVISION D WOODS, PLASTICS, AND COMPOSITES THIS PAGE INTENTIONALLY BLANK 06 10 00 ROUGH CARPENTRY 1.00 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. Section Includes. 1. Wood blocking, cants, and nailers. 2. Wood furring. 3. Plywood panels. 1.03 DEFINITIONS A. Boards or Strips. Lumber of less than 2 inches nominal (38 mm actual) size in least dimension. B. Dimension Lumber: Lumber of 2 inches nominal (38 mm actual) size or greater but less than 5 inches nominal (114 mm actual) size in least dimension. C. Exposed Framing: Framing not concealed by other construction. D. Timber: Lumber of 5 inches nominal (114 mm actual) size or greater in least dimension. 1.04 ACTION SUBMITTALS A. Product Data: For each type of process and factory -fabricated product. Indicate component materials and dimensions and include construction and application details. 1. Include data for wood -preservative treatment from chemical treatment manufacturer and certification by treating plant that treated materials comply with requirements. Indicate type of preservative used and net amount of preservative retained. 2. Include data for fire -retardant treatment from chemical treatment manufacturer and certification by treating plant that treated materials comply with requirements. Include physical properties of treated materials based on testing by a qualified independent testing agency. 3. For fire -retardant treatments, include physical properties of treated lumber both before and after exposure to elevated temperatures, based on testing by a qualified independent testing agency according to ASTM D5664. 4. For products receiving a waterborne treatment, include statement that moisture content of treated materials was reduced to levels specified before shipment to Project Site. Rough Carpentry 06 10 00 -1 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 1.05 INFORMATIONAL SUBMITTALS A. Evaluation Reports: For the following, from ICC-ES: 1. Wood -preservative -treated wood. 2. Fire -retardant -treated wood. 1.06 DELIVERY, STORAGE, AND HANDLING A. Stack wood products flat with spacers beneath and between each bundle to provide air circulation. Protect wood products from weather by covering with waterproof sheeting, securely anchored. Provide for air circulation around stacks and under coverings. 2.00 PRODUCTS 2.01 WOOD PRODUCTS, GENERAL A. Lumber: DOC PS 20 and applicable rules of grading agencies indicated. If no grading agency is indicated, comply with the applicable rules of any rules -writing agency certified by the ALSO Board of Review. Grade lumber by an agency certified by the ALSO Board of Review to inspect and grade lumber under the rules indicated. 1. Factory mark each piece of lumber with grade stamp of grading agency. 2. Dress lumber, S4S, unless otherwise indicated. B. Maximum Moisture Content of Lumber: 15 percent unless otherwise indicated. 2.02 WOOD -PRESERVATIVE -TREATED LUMBER (NOT USED) 2.03 FIRE -RETARDANT -TREATED MATERIALS A. General: Where fire -retardant -treated materials are indicated, materials shall comply with requirements in this article, that are acceptable to authorities having jurisdiction, and with fire -test -response characteristics specified as determined by testing identical products per test method indicated by a qualified testing agency. Fire -Retardant -Treated Lumber and Plywood by Pressure Process: Products with a flame - spread index of 25 or less when tested according to ASTM E84, and with no evidence of significant progressive combustion when the test is extended an additional 20 minutes, and with the flame front not extending more than 10.5 feet (3.2 m) beyond the centerline of the burners at any time during the test. 1. Treatment shall not promote corrosion of metal fasteners. 2. Exterior Type: Treated materials shall comply with requirements specified above for fire -retardant -treated lumber and plywood by pressure process after being subjected to accelerated weathering according to ASTM D2898. Use for exterior locations and where indicated. Interior Type A: Treated materials shall have a moisture content of 28 percent or less when tested according to ASTM D3201 at 92 percent relative humidity. Use where exterior type is not indicated. Rough Carpentry 0610 00 - 2 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 C. Kiln -dry lumber after treatment to maximum moisture content of 19 percent. D. Identify fire -retardant -treated wood with appropriate classification marking of qualified testing agency. 2.04 MISCELLANEOUS LUMBER A. General: Provide miscellaneous lumber indicated and lumber for support or attachment of other construction, including the following: 1. Blocking. 2. Nailers. 3. Cants. 4. Furring. 5. Grounds. B. Dimension Lumber Items: Construction or No. 2 1. Hem -fir (north); NLGA. 2. Mixed southern pine or southern pine; SPIB. 3. Spruce -pine -fir; NLGA. 4. Hem -fir; WCLIB or WWPA. 5. Spruce -pine -fir (south); NeLMA, WCLIB, or WWPA. 6. Western woods; WCLIB or WWPA. 7. Northern species; NLGA. C. Concealed Boards: 15 percent maximum moisture content and any of the following species and grades: 1. Mixed southern pine or southern pine; No. 2 grade; SPIB. 2. Hem -fir or hem -fir (north); Construction or No. 2 Common grade; NLGA, WCLIB, or WWPA. 3. Spruce -pine -fir (south) or spruce -pine -fir; Construction or No. 2 Common grade; NeLMA, NLGA, WCLIB, or WWPA. 4. Western woods; Construction or No. 2 Common grade; WCLIB or WWPA. D. For blocking not used for attachment of other construction, Utility, Stud, or No. 3 grade lumber of any species may be used provided that it is cut and selected to eliminate defects that will interfere with its attachment and purpose. E. For blocking and nailers used for attachment of other construction, select and cut lumber to eliminate knots and other defects that will interfere with attachment of other work. F. For furring strips for installing plywood or hardboard paneling, select boards with no knots capable of producing bent -over nails and damage to paneling. Rough Carpentry 06 10 00 - 3 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 2.05 PLYWOOD PANELS A. Equipment Panels: Plywood, DOC PS 1, Exterior, A-C in thickness indicated or, if not indicated, not less than 3/4-inch (19-mm) nominal thickness. 2.06 FASTENERS A. General: Fasteners shall be of size and type indicated and shall comply with requirements specified in this article for material and manufacture. 1. Where rough carpentry is exposed to weather, in ground contact, pressure -preservative treated, or in area of high relative humidity, provide fasteners with hot -dip zinc coating complying with ASTM A153/A153M. B. Nails, Brads, and Staples: ASTM F1667. C. Power -Driven Fasteners: Fastener systems with an evaluation report acceptable to authorities having jurisdiction, based on ICC-ES AC70. D. Post -Installed Anchors: Fastener systems with an evaluation report acceptable to authorities having jurisdiction, based on ICC-ES AC01, ICC-ES AC58, ICC-ES AC193] or ICC- ES AC308 as appropriate for the substrate. 1. Material: Carbon -steel components, zinc plated to comply with ASTM B633, Class Fe/Zn 5. Material: Stainless steel with bolts and nuts complying with ASTM F593 and ASTM F594, Alloy Group 1 or 2 (ASTM F738M and ASTM F836M, Grade Al or A4). 3.00 EXECUTION 3.01 INSTALLATION, GENERAL A. Framing Standard: Comply with AF&PA's WCD 1, "Details for Conventional Wood Frame Construction," unless otherwise indicated. B. Framing with Engineered Wood Products: install engineered wood products to comply with manufacturer's written instructions. C. Set rough carpentry to required levels and lines, with members plumb, true to line, cut, and fitted. Fit rough carpentry accurately to other construction. Locate furring, nailers, blocking, grounds, and similar supports to comply with requirements for attaching other construction. D. Install plywood backing panels by fastening to studs; coordinate locations with utilities requiring backing panels. Install fire -retardant -treated plywood backing panels with classification marking of testing agency exposed to view. E. Provide blocking and framing as indicated and as required to support facing materials, fixtures, specialty items, and trim. Provide metal clips for fastening gypsum board or lath at corners and intersections where framing or blocking does not provide a surface for fastening edges of panels. Space clips not more than 16 inches (406 mm) o.c. F. Sort and select lumber so that natural characteristics do not interfere with installation or with fastening other materials to lumber. Do not use materials with defects that interfere Rough Carpentry FTW17498 — VCWRF Sludge Thickening Improvements 061000-4 City Project No. CO2647 with function of member or pieces that are too small to use with minimum number of joints or optimum joint arrangement. G. Securely attach rough carpentry work to substrate by anchoring and fastening as indicated, complying with the following: Table 2304.9.1, "Fastening Schedule," in ICC's International Building Code (IBC). 2. Table R602.3(1), "Fastener Schedule for Structural Members," and Table R602.3(2), "Alternate Attachments," in 1CC's International Residential Code for One- and Two - Family Dwellings. 3. ICC-ES evaluation report for fastener. H. Use steel common nails unless otherwise indicated. Select fasteners of size that will not fully penetrate members where opposite side will be exposed to view or will receive finish materials. Make tight connections between members. Install fasteners without splitting wood. Drive nails snug but do not countersink nail heads unless otherwise indicated. 3.02 WOOD BLOCKING, AND NAILER INSTALLATION A. Install where indicated and where required for attaching other work. Form to shapes indicated and cut as required for true line and level of attached work. Coordinate locations with other work involved. B. Attach items to substrates to support applied loading. Recess bolts and nuts flush with surfaces unless otherwise indicated. C. Provide permanent grounds of dressed, pressure -preservative -treated, key -beveled lumber not less than 1-1/2 inches (38 mm) wide and of thickness required to bring face of ground to exact thickness of finish material. Remove temporary grounds when no longer required. 3.03 PROTECTION A. Protect wood that has been treated with inorganic boron (SBX) from weather. If, despite protection, inorganic boron -treated wood becomes wet, apply EPA -registered borate treatment. Apply borate solution by spraying to comply with EPA -registered label. B. Protect rough carpentry from weather. If, despite protection, rough carpentry becomes wet enough that moisture content exceeds that specified, apply EPA -registered borate treatment. Apply borate solution by spraying to comply with EPA -registered label. END OF SECTION Rough Carpentry 06 10 00 - 5 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 THIS PAGE INTENTIONALLY BLANK 06 80 15 FIBERGLASS REINFORCED PLASTIC FABRICATIONS ' 1.00 GENERAL I 1.01 SUMMARY A. Section includes: General fabrication and design requirements for fiberglass reinforced AL plastic fabrications. Fabrications include: 1. Wall in GBT Building. 2. Vent Hood in Thickening Facility. B. Rplatpa L e fig Seetiei4g! 4100, Regulatory Requirements. 1.02 REFERENCES A. American Society of Mechanical Engineers (ASME). B. ASTM International (ASTM): 1. C582, Standard Specification for Contact -Molded Reinforced Thermosetting Plastic (RTP) Laminates for Corrosion -Resistant Equipment. 2. D883, Standard Terminology Relating to Plastics. 3. D2563, Standard Practice for Classifying Visual Defects in GlassReinforced Plastic Laminate Parts. 4. D2583, Standard Test Method for Indentation Hardness of Rigid Plastics by Means of a Barcol Impressor. 5. D2584, Standard Test Method for ignition Loss of Cured Reinforced Resins. 6. D4097, Standard Specification for Contact -Molded Glass -Fiber -Reinforced Thermoset Resin Corrosion -Resistant Tanks. 1.03 DEFINITIONS A. The terminology of the Specification is in accordance with ASTM D883. Fabricators using this Specification are responsible for correct interpretation. B. Fiberglass Reinforced Plastic: Fiberglass reinforced plastic or glass fiber and resin fabrication consisting of approximately 35 to 55 percent glass fiber reinforcement by weight for hand lay-up structural laminates and 55 to 70 percent glass unless otherwise specified. C. Equipment: The fiberglass reinforced plastic equipment, including ancillary equipment, work and materials as described in the Specification. D. Fabrication Drawings: Those drawing produced by the Fabricator or Contractor, with the intention of providing the necessary information to constructor or install the equipment. Fiberglass Reinforced Plastic Fabrications 06 80 15 -1 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 CONFORMED E. Mat: Fibrous material consisting of randomly oriented chopped or swirled filaments loosely held together with a binder. F. Chopped Glass: Fibrous material consisting of randomly oriented chopped filaments applied directly to a mold surface or laminated under construction by a chopper gun. G. Fiber Prominence (Jackstraw): The distinct visibility or individual glass strands causing a loss of translucency of the laminate. 1.04 DESIGN REQUIREMENTS A. Perform calculations necessary to ensure long-term, low risk service of the fiberglass reinforced plastic equipment with minimum reasonable maintenance requirements. 1. Design the FRP wall for a lateral load of 15 Ibs per square foot. ® 2. Long-term, low risk service is defined as a service life of 20 years without major structural failure or leakage. 3. The design shall ensure proper functioning of the equipment at the stated operating conditions. 4. The design shall include as a minimum engineering calculations materials selection and documented physical and mechanical properties, and „detailed drawings required for fabrication and assembly of the equipment. B. Design in with- 1. LeGal building codes as specified On Seetien 013100, RegulateF ReqUiFernents, C. Consider the interaction of the installed system including but not limited to thermal expansion of duct, tanks, and vessels and the effects of external loading from piping, fans, pumps, platforms, and other attached items. D. Allow for the most severe combination of conditions which may include, but not be limited to, the following: 1. Internal or external pressure. 2. Mass of structure and contents. 3. Design temperature including upset conditions. 4. Bending moments due to eccentric loads. 5. Localized loads acting a supports, lugs, and other attachments. 6. Shock loads. 7. Loads due to heating or cooling and thermal gradients. 8. Loads applied during transport or erection. 9. Loads imposed by personnel during erection and operations. 10. Fatigue. Fiberglass Reinforced Plastic Fabrications FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 181:03i0101W CONFORMED E. Safety factors for upset conditions or infrequent loading situations may be less than the above values for the specific condition if approved in writing by Engineer. There will typically be other aspects which should be considered. Identify and consider their effects, identify design limitations, and submit this information. G. Provide test reports or other documentation for laminate properties used in the design. Laminates shall be similar in construction, layer sequence, resin type, and cure to those used to determine tested properties. Properties shall be adjusted to reflect reductions at operating temperatures. Test reports shall be provided. H. The corrosion liner shall be a minimum of 100 mils in thickness, unless otherwise specified, and documentation shall be provided verifying veil type, liner thickness, and resin cure. 1. Consider 50 mils of the corrosion liner as sacrificial and do not include it in determining structural wall thickness. 2. Use structural wall thickness not less than 0.375 inches for tanks and vessels and 0.1875 inches for ductwork. 3. Submit minimum structural thicknesses of other types of fiberglass reinforced plastic fabrications. I. Laminate types may include hand lay-up, chop construction methods. 1. In laminates with helix angles greater than 80 degrees and in hoop/chop laminates, orientate approximately 10 percent of the structural wall thickness at 0 degrees (longitudinal direction). Apply this reinforcement in at least 2 Layers of weft unidirectional fabric and equally spaced within the structural wall. 1.05 SUBMITTALS A. Shop Drawings and calculations: 1. Submit general arrangement and fabrication drawings, calculations, and elements of the design. Include submittal information which describes specifically how the equipment is to be built and details necessary to ascertain the products meet specified requirements. Provide in the form of drawings, standards, specifications, or other shop instruction, but may also be the form of drawings, standards, specification, or other shop instructions, but may also be partially contained in quality control records. The submittal shall include, but not limited to: a. Fabrication drawings. b. General arrangement drawing signed and sealed by a professional Engineer licensed in the state where the Project is located, showing complete structural, fasteners, and erection procedures for a complete assembly. c. Quality control programs. Fiberglass Reinforced Plastic Fabrications FTW17498 — VCWRF Sludge Thickening Improvements 068015-3 City Project No. CO2647 CONFORMED d. Verification that the manufacturer has been engaged in fabrication of similar fiberglass reinforced plastic equipment for a minimum of 5 years. e. Statement of compliance with contract design requirements, codes, and standards. f. Recommendation for each resin selection from resin manufacturer. g. Type and amounts of fillers. h. Nominal corrosion liner description. i. Reinforcement types and glass content range for hand lay-up laminates. j. For other components: 1) Construction type. 2) Laminate thicknesses. 3) Ply sequences. 4) Glass content range. k. For secondary overlay (both interior and exterior): 1) Laminate thicknesses. 2) Ply sequence and widths. I. Miscellaneous equipment required. m. Test reports and certification of compliance with physical property requirements. n. Color samples. o. Manufacturer's installation instructions. B. Operation and Maintenance Data. C. Warranty. 1.06 QUALITY ASSURANCE A. Manufacturer Qualification: Fiberglass reinforced plastic manufacturer with experience personnel, physical facilities, and management capacity sufficient to produce custom- made glass fiber and resin products of quality and size specified for minimum 5 years with satisfactory performance record. B. Quality Assurance Plan: Fabricator shall be responsible for implementation of a comprehensive quality assurance plan. The quality assurance plan describes procedures with the following minimum requirements: 1. Fabricator shall designate personnel to inspect equipment while in process and after completion to assure compliance to every aspect of the section and fabrication drawings. a. Inspection shall include, as a minimum, checks for visual defects, laminate thickness and sequence, glass content, Barcol hardness, dimensional tolerances, adherence to construction details, surface preparation, and environmental conditions. Fiberglass Reinforced Plastic Fabrications 06 80 15 - 4 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 CONFORMED b. Fabricator's inspector shall complete a report of the findings including method of measurement for each separate assembly. Prior to use of resins in fabrication, fabricator shall extract samples of resins and retain them for use by the Engineer. Sample size shall be 100 cubic centimeters minimum: a. Take 1 sample for each manufacturer's batch number if resin is received in the form it will be Used. b. If the fabricator alters the resin after receipt, such as through the addition of styrene promoters, or other additives, take samples from each drum or portion thereof mixed with additives. c. Fabricator shall provide documentation for each sample including resin type, manufacturer, batch and lot number, drum number, complete listing of additives with amounts added, and description and manufacturer of each additive. 3. Fabricator shall inspect glass reinforcement prior to use in fabrication. a. Do not use glass that does not meet the manufacturer's acceptance standards. b. Do not use glass material that is wet or has been wet. c. For each type of glass and lot number used, fabricator shall record the manufacturer, product description, binder type, product code, production date, and lot number. d. For mat, woven roving, unidirectional roving, and cloth, also include in records actual measured weight per square yard of material. 4. Fabricator shall retain excess laminate, clearly marking each piece to identify its original location. These laminate samples become the property of the Owner. 5. For areas where valid laminate samples are not available, take sample plugs at the Engineers request. a. Repair subsequent holes in a manner acceptable to the Engineer. 6. Fabricator shall verify glass content on available samples in accordance with ASTM D2584. Complete this test and submit the results complete for each major component where samples are available. Prior to final shipment or the equipment, fabricator shall submit to the Engineer a complete quality control report, consisting of copies or records maintained for compliance with this section. 2.00 PRODUCTS 2.01 RESIN AND REINFORCEMENT MATERIALS A. Resin: 1. Fabricate equipment using the corrosion -resistant resin(s) specified in the fiberglass reinforced plastic equipment specifications. The fabricator is required to obtain independent endorsement of each resin selection from the resin manufacturer. Unless otherwise specified, use the resin throughout laminates. Fiberglass Reinforced Plastic Fabrications FTW17498 — VCWRF Sludge Thickening Improvements 068015-5 City Project No. CO2647 CONFORMED 2. The type of catalyst recommended varies between resin manufacturers. Submit resin/catalyst before fabrication begins to verify compliance to the resin manufacture's recommended procedures. 3. Employ no fillers, additives, or pigments in the resin. a. A thixotropic agent for viscosity control may be used in the proportion and type recommended by the resin manufacturer. b. Use no thixotropic agent in the corrosion liner or on surfaces to be in contact with the corrosive environment. 4. Make resin putty using the same resin as was used in the original fabrication and shall contain milled glass fibers. a. The use of silica flour, grinding dust, or other fillers is not allowed. 5. When specified, add antimony trioxide or antimony pentoxide to the resin in the amount necessary to achieve the required fire retardancy rating in the structural wall only. Fallow resin manufacturer's recommendations. a. Unless otherwise specified, the corrosion liner shall not contain this additive. B. Reinforcement: 1. Show the type and sequence of reinforcements to be used on the fabrication drawings. 2. Use as commercial grade corrosion -resistant borosilicate glass fiber reinforcement, unless otherwise specified. 3. Use glass fiber reinforcing having a surface finish and binder that is specifically recommended by the glass manufacturer for the particular resin system to be used. 4. Use Type C (chemical grade) glass. 10 mils (0.01 inches) thickness, or polyester surfacing veil, such as Nexus surfacing veils. 5. Use Type E (electrical grade) glass, 1-1/2 ounces or 3/4 ounce per square foot, with nominal fiber length or 1.25, within 0.75-inch mat. 6. Continuous glass roving used in chopper guns for spray up shall be Type E chopper roving. 7. Woven roving shall be 24 ounces per square yard Type E glass and have a 5 by 4 plain weave. 8. Use Type E glass unidirectional fabric. Weft unidirectional fabric shall be 15.7 ounces per square yard. 9. When specified, use Type ECR glass reinforcements supplied in similar fabric styles to those specified above. Fiberglass Reinforced Plastic Fabrications FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 068015-6 CONFORMED 2.02 FABRICATION A. Molds: Construct molds of a suitable material to produce a smooth and glossy corrosion liner surface on the fiberglass reinforced plastic equipment. 2. Covering of mandrels with cardboard must be accepted by the Engineer prior to start of fabrication. B. Laminates: 1. Determine specified glass content in accordance with ASTM D2584. 2. Consider laminate thicknesses shown on the fabrication drawings as construction minimums. Verify that minimum thicknesses are obtained using the laminate sequences specified. When only total laminate thicknesses are specified or indicated on the Drawings, the minimum allowable structural laminate thickness shall be the total laminate thickness less the specified corrosion liner thickness. 3. Interruptions in laminating sequence shall follow the application of a ply of mat and be succeeded by a ply of mat. 4. The interruption shall not exceed 24 hours, and the in -process surface must retain acetone sensitivity until laminating is resumed. Lack of compliance with these aspects or indication that contamination of the surface has occurred shall require that surface preparation be accomplished before resuming. 5. Chopped strand glass applied by chopper gun is allowed in lieu of mat layers in the structural laminates only. a. Chopper gun application of the corrosion liner is not allowed. 6. Coat non -mold surfaces with resin containing wax additive in the amount necessary to allow full cure of the surface. In the case of exterior surfaces, this wax coat shall also contain an ultraviolet stabilizer in the type and amount recommended by the resin manufacturer. 7. The exterior surface of equipment shall be resin -rich and reinforced with 1 layer C glass surfacing veil, unless otherwise specified. 8. When specified, the exterior coat shall bean opaque pigmented surface coat, applied only after Engineer's inspection. Color shall be selected by the Engineer. C. Corrosion Liner Laminates: 1. The inner surface of laminates shall be resin -rich and reinforced with surfacing veil or the type and number of layers as shown on the fabrication drawings. 2. The interior layer of the corrosion liner shall consist of 1-1/2 ounces per square foot mat in the number of layers specified on the fabrication drawings. An exotherm interruption is specifically prohibited within the corrosion liner. 3. Chopped glass applied by chopper gun is not allowed in the corrosion liner. 4. Piles of the inner surface and interior layer are to gel completely before proceeding with the structural laminates. Fiberglass Reinforced Plastic Fabrications 06 80 15 - 7 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 CONFORMED Completed corrosion liner as described above shall contain not less than 20 percent nor more than 30 percent glass by weight. a. Use no thixotropic material in the resin for the liner, nor in the fabrication of fiberglass reinforced plastic components intended for internal service. b. The completed liner shall be the minimum thickness specified or indicated on the Drawings. 6. Do not use a separately cured unreinforced gel coat. D. Hand lay-up structural laminates: 1. The corrosion liner laminate shall be followed by hand lay-up structural laminates of varying reinforcement sequences as indicated on the fabrication drawings. 2. For hand lay-up structural laminates, reinforcement shall consist of mat and woven roving in the sequence specified on the fabrication drawings. 3. Woven roving shall have a ply of mat on each side. Two adjacent plies of woven roving are not permitted. 4. Laminates containing primarily 1-1/2 ounces per square foot mat layers in conjunction with woven roving shall contain not less than 35 percent or more than 45 percent glass (by weight). 5. Laminates containing primarily 3/4-ounce per square foot mat layers in conjunction with woven roving are considered to be high strength laminates and shall contain not less than 45 percent or more than 55 percent glass by weight. E. Joining laminates: 1. Fiberglass reinforced plasticjoining laminates are subject to applicable requirements specified in other sections for laminates. 2. Reinforce fiberglass reinforced plastic joints with an overlay of glass reinforcement and resin which extends equally within plus or minus 1/2 inch on each side of the joint. Use minimum thickness, ply sequence, and ply widths of fiberglass reinforced plastic joints as indicated on fabrication drawings. 3. Restrain parts to be joined to prevent movement until completion and cure of the joint overlay. 4. Fit -up parts and verify that tolerances and assembly requirements are satisfied. Completely fill the void between component parts with resin putty, taking care not to extrude an excessive amount of putty into the interior. F. Environment: The fabrication process and materials at the point of fabrication are to be maintained within a range of 60 to 95 degrees F. This temperature must also be at least 5 degrees greater than wet bulb temperature, as measured with a sling psychrometer. 2. Store materials in a dry area and within the temperature and humidity limits recommended by the manufacturers. Fiberglass Reinforced Plastic Fabrications 06 80 15 - 8 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 CONFORMED G. Allowable visual defects: 1. Visual defects in areas of the equipment shall not exceed the maximum allowable levels of visual defects set forth in Table A, unless acceptable to Engineer. 2. Visual defects in accordance with ASTM D2563. 3 4. Presence of visual defects in excess of the allowable levels of Table A shall be grounds for rejection of the equipment. Listed quantities apply to small, localized areas and shall not be averaged over larger areas. For the purpose of Table A, use of the following definitions apply: a. Inner surface: Interior process surface, thickness of surfacing veil(s), and interface between veils and mat layers. Includes surfacing veils on internal joints. b. Interior mat layers: Layers of mat following the inner surface, and interface between liner and structural wall. Includes mat layers on internal joints. c. Structural Wall: Layers of filament winding or alternating layers of mat and woven roving following the corrosion liner, and layers of mat and woven roving in internal overlays. d. Exterior Surface: The exterior surface of the laminate and the thickness of the surfacing veil. e. Dimensions listed in Table A refer to the largest dimension measure for defects. TABLE A MAXIMUM ALLOWABLE LEVELS OF VISUAL DEFECTS Condition/Defect Inner Surface Interior Mat Structural Exterior Layers Wall Surface Chip None None None Crack None None None Crazing None None None Delamination None None See Air Bubble Dry Spot None See Air Bubble See Air Bubble Foreign Inclusion None Maximum See Air Diameter Bubble 1/32" Fracture None None None None Air Bubble/Void Less than Less than Less than 1/64" 0 1/32" 0 3/16" 0 unlimited. unlimited. unlimited. 1/64" to 1/16" 1/32" to 1/18" 3/64" to 02/sq. in. 05/sq. in. 1/14" 02/sq. Maximum Maximum in. Maximum Diameter Diameter 1/8" Diameter 1/16" 1/16" Fiberglass Reinforced Plastic Fabrications FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 068015-9 CONFORMED TABLE A MAXIMUM ALLOWABLE LEVELS OF VISUAL DEFECTS Condition/Defect Inner Surface Interior Mat Structural Exterior Layers Wall Surface Blister See Air Bubble See Air Bubble See Air Bubble Burned None None None Pit (Pinhole) Less than N/A N/A 1/32" 0 50/square feet 1/32" to 1/16" 0 10/square feet. Maximum Diameter 1/16" Maximum Depth 1/32" Resin Pocket None Maximum 1 Maximum 1 square inch square inch per per occurrence. occurrence Wrinkle Allowable if Allowable if Allowable if laminate is laminate is laminate is glass glass glass reinforced. No reinforced and reinforced sharp edges full mat layer and full mat allowed thickness and layer total thickness thickness and are maintained total thickness are maintained. Scratch None N/A N/A Fiber Prominence None Maximum 10 Maximum 20 fibers visible fibers visible persquare per square inch inch 2.03 SOURCE QUALITY CONTROL A. Inspection: 1. Owner's inspection: Permit the Engineer access to the equipment during fabrication and upon completion for the purpose of verifying compliance to the Contract Documents. 2. In no respect does inspection of equipment by Engineer relieve the fabricator of compliance with the Contract Documents. a. A final inspection will be performed by the Engineer. Fiberglass Reinforced Plastic Fabrications 06 80 15 -10 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 CONFORMED The Fabricator shall notify the Engineer at the completion of particular milestones during fabrication. The milestones are as follows: a. View tooling prior to fabrication. b. Beginning application of corrosion liner for each part, extraction of each part prior to beginning assembly. c. Upon completion of each separate assembly, Engineer reserves the right to include additional milestones. 4. Allow Engineer to photograph the equipment while in process and/or upon completion. 5. Engineer may use magnification or other special viewing or measurement devices during inspection. 6. Evidence of poor workmanship or lack of compliance with aspects of the Contract Documents will be grounds for rejection of the equipment. 7. Subsequent repair of rejected equipment may, at the Engineer's option, be undertaken in an attempt to bring the equipment to an acceptable state. a. Repair procedures must be acceptable by the Engineer prior to implementation. 2.05 TESTING A. The Engineer may employ destructive testing, such as ultimate tensile or flexure strength tests or glass content ignition tests, on available samples or use other non- destructive test methods, such as acoustic emission or ultrasonic poygauge thickness measurement, on the completed equipment for verification of compliance to the Contract Documents. B. Testing performed by the Engineer will be accomplished through use of applicable ASTM test methods when appropriate. C. Hardness tests will be made for acceptance by the Engineer on the liner surface using the Barcol impressor, Mode GYZJ 934 1, calibrated at 2 points in accordance with ASTM D2583. 1. Ten readings will be taken in a localized area, deleting the 2 highest and 2 lowest, and averaging the remaining 6. 2. Minimum acceptable Barcol hardness will be a reading of 30 unless otherwise specified. D. An acetone sensitivity test will also be performed by the Engineer as an acceptance criteria. Evidence of a sticky or tacky surface following rubbing with an acetone - saturated cloth will be grounds for rejection of the equipment. 3.00 EXECUTION (NOT USED) END OF SECTION Fiberglass Reinforced Plastic Fabrications FTW17498— VCWRF Sludge Thickening Improvements City Project No. CO2647 06 8015 - 11 CONFORMED THIS PAGE INTENTIONALLY BLANK DIVISION 07 THERMAL AND MOISTURE PROTECTION THIS PAGE INTENTIONALLY BLANK 07 21 00 THERMAL INSULATION 1 1.00 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. Section Includes: 1. Polyisocya n u rate foam -plastic board. 2. Mineral -wool blanket. 1.03 ACTION SUBMITTALS A. Product Data: For each type of product. 1.04 INFORMATIONAL SUBMITTALS A. Product Test Reports: For each product, for tests performed by a qualified testing agency. B. Evaluation Reports: For foam -plastic insulation, from ICC-ES. 1.05 DELIVERY, STORAGE, AND HANDLING A. Protect insulation materials from physical damage and from deterioration due to moisture, soiling, and other sources. Store inside and in a dry location. Comply with manufacturer's written instructions for handling, storing, and protecting during installation. B. Protect foam -plastic board insulation as follows: 1. Do not expose to sunlight except to necessary extent for period of installation and concealment. 2. Protect against ignition at all times. Do not deliver foam -plastic board materials to Project Site until just before installation time. 3. Quickly complete installation and concealment of foam -plastic board insulation in each area of construction. 2.00 PRODUCTS 2.01 POLYISOCYANURATE FOAM -PLASTIC BOARD A. Polyisocyanurate Board, Glass -Fiber -Mat Faced: ASTM C1289, glass -fiber -mat faced, Type II, Class 2. 1. Rmax, Inc. 2. Dow Chemical Company (The) 3. Johns Manville; a Berkshire Hathaway company Thermal insulation 07 2100 - 1 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 4. Atlas Molded Products; a Division of Atlas Roofing Corporation 5. Fire Propagation Characteristics: Passes NFPA 285 testing as part of an approved assembly. 2.02 MINERAL -WOOL BLANKETS A. Mineral -Wool Blanket, Unfaced: ASTM C665, Type I (blankets without membrane facing); consisting of fibers; with maximum flame -spread and smoke -developed indexes of 25 and 50, respectively, per ASTM E84; passing ASTM E136 for combustion characteristics. I. Johns Manville; a Berkshire Hathaway company 2. Rockwool International 3. Thermafiber, Inc.; an Owens Corning company 2.03 ACCESSORIES A. Spray Polyurethane Foam Insulation: ASTM C1029, Type II, closed cell, with maximum flame -spread and smoke -developed indexes of 75 and 450, respectively, per ASTM E84. B. Adhesive for Bonding Insulation: Product compatible with insulation and air and water barrier materials, and with demonstrated capability to bond insulation securely to substrates without damaging insulation and substrates. 3.00 EXECUTION 3.01 PREPARATION A. Clean substrates of substances that are harmful to insulation, including removing projections capable of puncturing insulation or vapor retarders, or that interfere with insulation attachment. 3.02 INSTALLATION, GENERAL A. Comply with insulation manufacturer's written instructions applicable to products and applications. B. Install insulation that is undamaged, dry, and unsoiled and that has not been left exposed to ice, rain, or snow at anytime. C. Extend insulation to envelop entire area to be insulated. Fit tightly around obstructions and fill voids with insulation. Remove projections that interfere with placement. D. Provide sizes to fit applications and selected from manufacturer's standard thicknesses, widths, and lengths. Apply single layer of insulation units unless multiple layers are otherwise shown or required to make up total thickness or to achieve R-value. 3.03 INSTALLATION OF FOUNDATION WALL INSULATION A. Butt panels together for tight fit. B. Adhesive Installation: Install with adhesive or press into tacky waterproofing or dampproofing according to manufacturer's written instructions. Thermal insulation 07 21 00 - 2 FTW17498 -- VCWRF Sludge Thickening Improvements City Project No. CO2647 3.04 INSTALLATION OF CAVITY -WALL INSULATION A. Foam -Plastic Board Insulation: Install pads of adhesive spaced approximately 24 inches (610 mni) o.c. both ways on inside face and as recommended by manufacturer. Fit courses of insulation between wall ties and other obstructions, with edges butted tightly in both directions. Press units firmly against inside substrates. 3.05 PROTECTION A. Protect installed insulation from damage due to harmful weather exposures, physical abuse, and other causes. Provide temporary coverings or enclosures where insulation is subject to abuse and cannot be concealed and protected by permanent construction immediately after installation. END OF SECTION Thermal Insulation 07 2100 - 3 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 THIS PAGE INTENTIONALLY BLANK 07 52 16 STYRENE-BUTADIENE-STYRENE (SBS) MODIFIED BITUMINOUS MEMBRANE p ROOFING 1.00 GENERAL 1.01 SECTION INCLUDES A. SBS-modified bituminous membrane roofing. System components and accessories. B. Glass -matt gypsum Cover board. C. Polyisocyanurate Roof insulation. D. Base sheet. E. Specified Manufacturers and Contractors Warranties. 1.02 RELATED SECTIONS A. Division 06 Section "Rough Carpentry" for wood nailers, cants and blocking. B. Division 07 Section "Sheet Metal Flashing and Trim" for metal roof penetration flashings, flashings, and counter flashings. 1.03 REFERENCES A. Roofing Terminology: Refer to the following publications for definitions of roofing work related terms in this Section: j 1. ASTM D 1079 "Standard Terminology Relating to Roofing and Waterproofing." 2. Glossary of NRCA's "The NRCA Roofing and Waterproofing Manual." 3. Roof Consultants Institute "Glossary of Bui!ding Envelope Terms." 4. FMG — Factory Mutual Approval guide 5. UL— Underwriters Laboratories Building Materials Directory, B. Sheet Metal Terminology and Techniques: SMACNA "Architectural Sheet Metal Manual." C. Hot Roofing Asphalt: Roofing asphalt heated to temperature recommended by roofing manufacturer to flux modified roofing membrane, measured at the mop cart or mechanical spreader immediately before application. 1.04 DESIGN CRITERIA A. General: Installed roofing membrane system shall remain watertight; and resist specified wind uplift pressures, thermally induced movement, and exposure to weather without failure. B. Material Compatibility: Roofing materials shall be compatible with one another under conditions of service and application required, as demonstrated by roofing system manufacturer based on testing and field experience. C. Installer shall comply with current code requirements based on authority having jurisdiction. Styrene-Butadiene-Styrene (SBS) Modified Bituminous Membrane Roofing 07 52 16 - 1 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 D. Wind Uplift Performance: Install roof system in a manor to resist minimum wind uplift pressure of 45 psf. For the field of the roof, 60 psf. in a 4-feet wide perimeter zones, and 90 psf in 4 feet by 4 feet perimeter zones and in accordance with approved test assembly requirements. 1. Field -of -Roof Uplift Pressure: 20.611bf/sq. ft. (kN/sq. m). 2. Perimeter Uplift Pressure: 34.58 Ibf/sq. ft. (kN/sq. m). 3. Corner Uplift Pressure: 52.04 Ibf/sq. ft. (kN/sq. m). 4. FMG Class 1-SH (severe hale exposure) E. Fire -Test -Response Characteristics: Provide roofing materials with the fire -test -response characteristics indicated as determined by testing identical products per test method below by UL, FMG, or another testing and inspecting agency acceptable to authorities having jurisdiction. Materials shall be identified with appropriate markings of applicable testing and inspecting agency. 1. Exterior Fire -Test Exposure: FM Class A and UL Class 1A-90, ASTM E 108, for application and roof slopes indicated. 1.05 SUBMITTALS A. Product Data: Manufacturer's data sheets for each product to be provided. B. Detail Shop Drawings: Provide roofing system plans, elevations, sections, details, and details of attachment to other Work, including: 1. Base sheet installation methods. 2. Roofing membranes, cap sheet application. 3. Base flashings and membrane terminations. 4. Flat base and tapered insulation, including slopes. 5. Crickets, saddles, and tapered edge strips, including slopes. 6. Insulation fastening and adhesive patterns. 7. Cover board fastening and adhesive patterns. 8. Wood blocking installation. 9. Metal edge trim, thru-wall flashing and counter flashing. C. Verification Samples: Provide for each product specified. D. Installer Certificates: Signed by roofing system manufacturer certifying that Installer is approved, authorized, or licensed by manufacturer to install roofing system. E. Product and Maintenance Data: Refer to Johns Manville's latest published documents on www.JM.com. F. Guarantees: Provide manufacturer's current guarantee specimen. 20 year NDL warranty, Roofing contractor 2 year labor and material warranty. Styrene-Butadiene-Styrene (SBS) Modified Bituminous Membrane Roofing 07 52 16 - 2 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 G. Prior to beginning the work of this section, roofing sub -contractor shall provide a copy of the final System Assembly Letter issued by Johns Manville Roofing Systems indicating that the products and system to be installed are compatible and shall be eligible to receive the specified manufacturer's guarantee/warranty when installed by a certified JM contractor in accordance with the Manufacturers application requirements, inspected and approved by a JM Technical Representative. H. Prior to roofing system installation, roofing contractor shall provide a copy of the Guarantee/warranty Application Confirmation document issued by Johns Manville Roofing Systems indicating that the project has been reviewed for eligibility to receive the specified guarantee and registered. 1. "INSERT FIRM NAME" shall be listed as the Specifier/Consultant of record in the appropriate fields on the Guarantee Application Confirmation. 1.06 QUALITY ASSURANCE A. Installer Qualifications: Qualified firm that is approved, authorized, or licensed by roofing system manufacturer to install manufacturer's product and that is eligible to receive the specified manufacturer's guarantee. Minimum 3 years' experience with projects of similar scope and cost. B. Manufacturer Qualifications: Qualified manufacturer that has UL listing and FMG approval for roofing system identical to that used for this Project. C. Testing Agency Qualifications: An independent testing agency with the experience and capability to conduct the testing indicated, as documented according to ASTM E 329. D. Test Reports: 1. Contractor shall retain an independent testing agency to conduct roof deck fastener pullout tests at existing gypsum roof deck. E. Source Limitations. Obtain all components from the single source roofing manufacturer guaranteeing the roofing system. All products used in the system shall be labeled or approved by the roofing manufacturer issuing the guarantee. 1. All roofing shall be described in this section and shall be provided and/or approved by roof system manufacturer. 2. Obtain written approval from the roofing manufacturer for any materials not manufactured or provided by manufacturer stating that materials are acceptable and compatible with other materials and systems required. Make no deviations from the specifications or the approved shop drawings without the prior written approval of roof system manufacturer. G. Provide evidence of NRCA Certified Roofing Torch Applicator (CERTA) training for any installer of torch -applied modified bitumen membrane. Copies of certifications are required and shall be maintained on the jobsite for inspection at any time. 1.07 DELIVERY, STORAGE, AND HANDLING Styrene-Butadiene-Styrene (SBS) Modified Bituminous Membrane Roofing 07 S2 16 - 3 FTW17498—VCWRF Sludge Thickening Improvements City Project No. CO2647 A. Deliver roofing materials in original containers with seals unbroken and labeled with manufacturer's name, product brand name and type, date of manufacture, and directions for storage. B. Store liquid materials in their original undamaged containers in a clean, dry, protected location and within the temperature range required by roofing system manufacturer. C. Protect roof insulation materials from physical damage and from deterioration by sunlight, moisture, soiling, and other sources. Comply with insulation manufacturer's written instructions for handling, storing, and protecting during installation. D. Handle and store roofing materials and place equipment in a manner to avoid permanent deflection of deck. 1.08 PROJECT CONDITIONS A. Weather Limitations: Proceed with installation only when current and forecasted weather conditions permit roofing system to be installed in accordance with manufacturer's written instructions and guarantee requirements. 1.09 GUARANTEE A. Provide manufacturer's system guarantee equal to Johns Manville's Peak Advantage No Dollar Limit Roofing System Guarantee. Single -Source special guarantee includes base sheet roofing plies, base flashings, liquid applied flashing, roofing membrane accessories, granule surfaced roofing membrane, roof insulation, fasteners, adhesives, cover board, walkway products, expansion joints, edge metal products, and other components of roofing system approved by the manufacturer. 2. Guarantee Period: Twenty (20) years from date of Substantial Completion. 3. Contractor is required to list "INSERT FIRM NAME" as the Specifier/Consultant of record in the appropriate fields ("Specifier Account") when applying for the manufacturer's warranty. B. Installer's Guarantee: Submit roofing Installer's guarantee, signed by Installer, covering Work of this Section, including all components of roofing system, forthe following guarantee period: 1. Guarantee Period: Two (2) years from date of Substantial Completion. C. Existing Guarantees: Guarantees on existing building elements should not be affected by scope of work. Installer is responsible for coordinating with building owner's representative to verify compliance. 2.00 PRODUCTS 2.01 BASE PLY SHEET AND TOP PLY CAP -SHEET MATERIALS Styrene-Butadiene-Styrene (SBS) Modified Bituminous Membrane Roofing 07 52 16 - 4 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 A. Roofing Membrane Base Ply Sheet: ASTM D 6163, Grade S, Type 1, glass -fiber -reinforced, SBS-modified asphalt sheet; smooth surfaced; suitable for application method specified. Basis of Design: DynaBase. B. Roofing Membrane Top Ply Cap Sheet: ASTM D 6163, Grade G, Type I, glass -fiber -reinforced, SBS-modified asphalt sheet; granular surfaced; suitable for application method specified. C. Solar Reflectance of 0.70 (minimum) and Initial Thermal Emittance of 0.75 (minimum). Basis of Design: DynaGlas FR CR G 2.02 FLASHING SHEET MATERIALS A. Backer Sheet: ASTM D 4601, Type 11, asphalt -impregnated and coated, glass -fiber sheet, dusted with fine mineral surfacing on both sides. Basis of Design: PermaPly 28. B. Flashing Sheet: ASTM D 6221, Grade G, Type 1, composite polyester- and glass -fiber - reinforced, SBS-modified asphalt sheet; granular surfaced; suitable for application method specified. Basis of Design: DynaFlex, C. Liquid Applied Flashing: A liquid and fabric reinforced flashing system created with a stitch bonded polyester scrim and a two -component, moisture cured, elastomeric, liquid applied flashing material, consisting of an asphalt extended urethane base material and an activator. Basis of Design: PermaFlash System. 2.03 AUXILIARY ROOFING MATERIALS A. General: Auxiliary materials recommended by roofing system manufacturer for intended use and compatible with built-up roofing. B. Roofing Asphalt: ASTM D 312-15, Type IV. C. Asphalt Primer: ASTM D 41. Basis of Design: Asphalt Primer D. Asphalt Roofing Cement: ASTM D 4586, type 1, asbestos free, of consistency required by roofing system manufacturer for application. Basis of Design: Bestile Industrial Roof Cement E. Cold -Applied Adhesive: ASTM D3019, Type 111, Grade 2. asphalt -based, asbestos -free, cold - applied adhesive specially formulated for compatibility and use with membrane applications. Basis of Design: JM MBR Cold Application Adhesive F. Cold -Applied Adhesive: Roofing system manufacturer's asphalt -based, two -component, asbestos -free, cold -applied adhesive specially formulated for compatibility and use with membrane applications. Basis of Design: JM MBR Bonding Adhesive G. Cold -Applied Flashing Adhesive: Roofing system manufacturer's asphalt -based, two - component, asbestos -free, trowel -grade, cold -applied adhesive specially formulated for compatibility and use with flashing applications. Basis of Design: JM MBR Flashing Cement H. Cold -Applied Flashing Adhesive: Roofing system manufacturer's asphalt -based, two - component, asbestos -free, trowel -grade, cold -applied adhesive specially formulated for compatibility and use with flashing applications. Basis of Design: JM MBR Utility Cement 1. Mastic Sealant: As required by Johns Manville. Styrene-Butadiene-Styrene (SBS) Modified Bituminous Membrane Roofing 07 52 16 - 5 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 J. Fasteners: Factory -coated steel fasteners and metal or plastic plates meeting corrosion - resistance provisions in FMG 4470, designed for fastening roofing membrane components to substrate, tested by manufacturer for required pullout strength, and provided by the roofing system manufacturer. Basis of Design: Johns Manville UltraLok Impact Fasteners, Johns Manville OlyLok Locking impact nails. K. Metal Termination Bars: Manufacturer's standard predrilled stainless -steel or aluminum bars, with anchors. Basis of Design: JM Termination Systems L. Roofing Granules: Ceramic -coated roofing granules matching specified cap sheet, provided by roofing system manufacturer. JM CR Roofing Granules M. Self -Adhered Primer: One -part penetrating primer solution to enhance the adhesion of self - adhering membranes. JM SA Primer Low VOC N. Miscellaneous Accessories: Provide miscellaneous accessories recommended by roofing system manufacturer. 2.04 ELASTOMERIC ROOF MEMBRANE (FOR COATING EXISTING CONCRETE CANOPIES) A. Eiastomeric Roof Coating: Water -based, spray -applied liquid coating, which cures to form a seamless 100% acrylic elastomeric membrane. Basis of Design: GAF Materials Corporation - Top Coat CRT System 2.05 WALKWAYS A. Walkway Pads: Mineral -granule -surfaced, reinforced modified asphalt composition, slip - resisting pads, manufactured as a traffic pad for foot traffic provided by roofing system manufacturer, with a pad size of 32 inch x 32 inch. Basis of Design: Johns Manville DynaTred Walkway 2.06 COVER BOARD A. Gypsum Cover Board: ASTM C 1177, Heavy duty coated glass -mat facer, water-resistant gypsum substrate for fully adhered roof applications,1/2 inch (13 mm thick. Basis of Design: National Gypsum DEXcell FA Glass Mat Roof Board, Georgia Pacific Dens Deck Prime Roof Board, or USG Securock. 2.07 ROOF INSULATION A. General: Provide preformed roof insulation boards that comply with requirements and referenced standards, selected from manufacturer's standard sizes and of thicknesses indicated. B. Polyisocyanurate Board Insulation Closed cell roof insulation with glass fiber/organic mat facer on each side: ASTM C 1289, Type II, Class 1, Grade 2 (20 psi), Basis of Design: ENRGY 3 1. Provide insulation package with minimum average R Value: R 25 Cl minimum 2. Provide insulation package with minimum thickness: 5 inch at perimeter edge. 3. Provide insulation package in multiple layers. Styrene-Butadiene-Styrene (SBS) Modified Bituminous Membrane Roofing 07 52 16 - 6 FTW17498 — VCWRF Sludge Thickening improvements City Project No. CO2647 4. Minimum Long -Term Thermal Resistance (LTTR): 5.7 per inch. a. Determined in accordance with CAN/ULC S770 at 752F (242C) 2.08 TAPERED INSULATION A. Tapered Insulation: ASTM C 1289, Type 11, Class 1, Grade 2 (20 psi), provide factory -tapered insulation boards fabricated to slope of 1/4 inch per 12 inches (1:48), unless otherwise indicated. Basis of Design: Johns Manville Tapered ENRGY 3 2.09 INSULATION ACCESSORIES A. General: Roof insulation accessories recommended by insulation manufacturer for intended use and compatible with membrane roofing. Provide factory preformed saddles, crickets, tapered edge strips, and other insulation shapes where indicated or required for sloping to drain. Fabricate to slopes indicated. Basis of Design: Johns Manville DiamonclBack Pre -Cut Crickets, or DiamondBack Pre -Cut Miters and Tapered Fesco Edge Strip C. Fasteners: Factory -coated steel fasteners and metal or plastic plates meeting corrosion - resistance provisions in FMG 4470, designed for fastening roof insulation to substrate, and furnished by roofing system manufacturer. Basis of Design: UltraFast Fasteners and Plates D. Polymer Auger Fasteners: Glass -reinforced nylon fasteners with %" square drive and 1" head with Galvalume°*-coated 2" metal stress plates, designed to lock into the fastener head. Fasteners designed for fastening roof insulation to substrate, and furnished by roofing system manufacturer. Basis of Design: Polymer Auger Fasteners and Plates E. Urethane Adhesive: Manufacturer's two component polyurethane adhesive formulated to adhere insulation to substrate. Basis of Design: JM Two -Part Urethane Insulation Adhesive (UTA) Insulation Cant Strips: ASTM C 728, perlite insulation board. Basis of Design: Johns Manville FesCant Plus G. Wood Nailer Strips Blocking and Cants: Comply with requirements in Division 06 Section "Rough Carpentry." 2.10 BASE -SHEET MATERIALS A. Base Sheet: ASTM D 4601, Type II non -perforated, asphalt -impregnated and -coated, glass - fiber sheet, dusted with fine mineral surfacing on both sides. Basis of Design: Johns Manville PermaPly 28 B. Base -Sheet Fasteners. Tube, disk and locking staple design, factory -coated steel fasteners and Galvalume metal battens meeting corrosion -resistance provisions in FMG 4470, designed for fastening base -sheet to substrate, tested by manufacturer for required pullout strength, and provided by the roofing system manufacturer. Product: Johns Manville UltraLok Locking Impact Fastener 2.11 AUXILIARY ROOFING SYSTEM COMPONENTS Styrene-Butadiene-Styrene (SBS) Modified Bituminous Membrane Roofing 07 52 16 - 7 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 A. Expansion Joints: Provide factory fabricated weatherproof, exterior covers for expansion joint openings consisting of flexible rubber membrane, supported by a closed cell foam to form flexible bellows, with two metal flanges, adhesively and mechanically combined to the bellows by a bifurcation process. Provide product from single -source roofing system supplier that is included in the No Dollar Limit guarantee. Basis of Design: Johns Manville Expand-0- Flash, and Johns Manville Expand-O-Gard B. Metal Flashing Sheet: Metal flashing sheet is specified in Division 07 Section "Sheet Metal Flashing and Trim." 3.00 EXECUTION 3.01 EXAMINATION A. Examine substrates, areas, and conditions for compliance with the requirements affecting performance of roofing system. 1. General: a. Verify that roof openings and penetrations are in place and set and braced and that roof drains are securely clamped in place. Verify that wood cants, blocking, curbs, and nailers are securely anchored to roof deck at penetrations and terminations and that nailers match thicknesses of insulation. 2. Ensure general rigidity and proper slope for drainage. 3. Verify that deck is securely fastened with no projecting fasteners and with no adjacent units more than 1/16 inch out of plane relative to adjoining deck. B. unacceptable panels should be brought to the attention of the General Contractor and Project Owner's Representative and shall be corrected prior to installation of roofing system. C. Proceed with installation only after unsatisfactory conditions have been corrected. 3.02 PREPARATION A. Clean and remove from substrate sharp projections, dust, debris, moisture, and other substances detrimental to roofing installation in accordance with roofing system manufacturer's written instructions. B. Prevent materials from entering and clogging roof drains penetrations and conductors and from spilling or migrating onto surfaces of other construction. C. If applicable, prime surface of deck with asphalt primer at a rate recommended by roofing manufacturer and allow primer to dry. D. Proceed with installation only after unsatisfactory conditions have been corrected. 3.03 BASE -SHEET INSTALLATION Styrene-Butadiene-Styrene (SBS) Modified Bituminous Membrane Roofing 07 52 16 - 8 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 A. Install one lapped base sheet course and mechanically fasten to substrate per roofing system manufacturer's written instructions. 1. Enhance fastening rate in perimeter and corner zones per code requirements, wind uplift system approvals or manufacturer's guarantee requirements, whichever is more stringent. B. Comply with roofing system manufacturer's written instructions for installing roof insulation. C. Proceed with installation only after unsatisfactory conditions have been corrected. 3.04 INSULATION INSTALLATION A. Coordinate installation of roof system components so insulation and cover board are not exposed to precipitation or left exposed at the end of the workday. B. Comply with roofing system manufacturer's written instructions for installation of roof insulation and cover board. C. Install tapered insulation to conform to slopes indicated. D. Install insulation boards with long joints in a continuous straight line. Joints should be staggered between rows, abutting edges and ends per manufacturer's written instructions. Fill gaps exceeding 1/4 inch with like material. E. Install 2 or more layers with joints of each succeeding layer staggered from joints of previous layer a minimum of 6 inches in each direction. F. Trim surface of insulation boards where necessary at so completed surface is flush and does not restrict flow of water. G. Install tapered edge strips at perimeter edges of roof that do not terminate at vertical surfaces. H. Adhered Insulation: Adhere each layer of insulation to substrate as follows: 1. Install each layer in a two-part urethane adhesive according to roofing system manufacturer's instruction. 2. Install each layer to resist uplift pressure at corners, perimeter, and field of roof. . 3.05 COVER BOARD INSTALLATION A. Coordinate installing membrane roofing system components so cover board is not exposed to precipitation or left exposed at the end of the workday. B. Comply with membrane roofing system manufacturer's written instructions for installing roof cover board. C. Adhere cover board to tapered roof insulation board. D. Install cover board with long joints in a continuous straight line. Joints should be staggered between rows, abutting edges and ends per manufacturer's written instructions. Fill gaps exceeding 1/4 inch with cover board. 1. Cut and fit cover board within 1/4 of nailers, projections, and penetrations. Styrene-Butadiene-Styrene (SBS) Modified Bituminous Membrane Roofing 07 52 16 - 9 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 Trim surface of cover board where necessary so completed surface is flush and does not restrict flow of water. Install tapered edge strips at perimeter edges of roof that do not terminate at vertical surfaces. F. Adhered Cover Board: Adhere cover board to substrate as follows: 1. Install in a two-part urethane adhesive according to roofing system manufacturer's instruction. 2. Install to resist uplift pressure at corners, perimeter, and field of roof. G. Proceed with installation only after unsatisfactory conditions have been corrected. 3.06 ROOFING MEMBRANE INSTALLATION, GENERAL A. Install roofing membrane in accordance with roofing system manufacturer's written instructions, applicable recommendations of the roofing manufacturer and requirements in this Section. B. Cooperate with testing and inspecting agencies engaged or required to perform services for installing roofing system. C. Coordinate installing roofing system so insulation and other components of the roofing membrane system not permanently exposed are not subjected to precipitation or left uncovered at the end of the workday or when rain is imminent. Provide tie -offs at end of each day's work to cover exposed roofing membrane sheets and insulation. 2. Complete terminations and base flashings and provide temporary seals to prevent water from entering completed sections of roofing system. 3. Remove and discard temporary seals before beginning work on adjoining roofing. D. Asphalt Heating: Heat roofing asphalt to temperature recommended by roofing manufacturer to flux modified membrane. Do not exceed roofing asphalt manufacturer's recommended temperature limits during roofing asphalt heating. Discard roofing asphalt maintained at a temperature exceeding finished blowing temperature for more than 4 hours. E. Substrate -Joint Penetrations: Prevent roofing asphalt from penetrating substrate joints, entering building, or damaging roofing system components or adjacent building construction. F. Proceed with installation only after unsatisfactory conditions have been corrected. 3.07 SBS-MODIFIED BITUMINOUS MEMBRANE INSTALLATION A. Install two modified bituminous roofing membrane sheets base ply and cap sheet according to roofing manufacturer's written instructions, starting at low point of roofing system. Extend roofing membrane sheets over and terminate beyond cants, with the following installation method: Styrene-Butadiene-Styrene (SBS) Modified Bituminous Membrane Roofing 07 52 16 - 10 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 Unroll roofing membrane sheets and allow them to relax for minimum time period required by manufacturer. 2. Adhere modified bituminous roofing membrane cap sheet to substrate in a solid mopping of hot roofing asphalt applied at temperatures recommended by roofing system manufacturer. Laps: Accurately align roofing membrane sheets, without stretching, and maintain uniform side and end laps. Stagger end laps. Completely bond and seal laps, leaving no voids. 1. Repair tears and voids in laps and lapped seams not completely sealed. 2. Apply roofing granules to cover exuded bead at laps while bead is hot. C. Install roofing membrane sheets so side and end laps shed water. D. Proceed with installation only after unsatisfactory conditions have been corrected. 3.08 FLASHING AND STRIPPING INSTALLATION A. Install base flashing over cant strips and other sloping and vertical surfaces, at roof edges, and at penetrations through roof, and secure to substrates according to roofing system manufacturer's written instructions and as follows: 1. Prime substrates with asphalt primer if required by roofing system manufacturer. 2. Backer Sheet Application: Mechanically fasten backer sheet to walls or parapets. 3. Backer Sheet Application: Install backer sheet and adhere to substrate in a solid mopping of hot roofing asphalt. 4. Backer Sheet Application: Install backer sheet and adhere to substrate in approved adhesive applied at rate required by roofing system manufacturer. 5. Flashing Sheet Application: Adhere flashing sheet to substrate in a solid mopping of hot roofing asphalt. Apply hot roofing asphalt to back of flashing sheet if recommended by roofing system manufacturer. Flashing Sheet Application: Adhere flashing sheet to substrate in approved adhesive applied at rate required by roofing system manufacturer. 7. Flashing Sheet Application: Adhere flashing sheet to substrate in approved asphalt roofing cement; apply cement at rate required by roofing system manufacturer. B. Extend base flashing up walls or parapets a minimum of 8 inches (200 mm) above roofing membrane and 4 inches (100 mm) onto field of roofing membrane. C. Mechanically fasten top of base flashing securely at terminations and perimeter of roofing. 1. Seal top termination of base flashing with a strip of glass -fiber fabric set in MBR Flashing cement. 3.09 FIELD QUALITY CONTROL A. Testing Agency: Contractor will engage a qualified independent testing and inspecting agency approved by owner to perform roof tests and inspections and to prepare test reports. Styrene-Butadiene-Styrene (SBS) Modified Bituminous Membrane Roofing 07 52 16 -11 FTW17499 — VCWRF Sludge Thickening Improvements City Project No. CO2647 B. Inspections: 1. During instillation on individual roof areas, provide for on -site inspection by a qualified technical representative of roof membrane manufacturer. Report observations and site decisions or instructions given to applicators or installers that are supplemental or contrary to manufacturers.written instructions. Issue a report of observations together with photographs to Contractor to submit to TMD and A/E. 2. Upon completion of instillation, provide Substation Completion Inspection and Final Inspection of the roof system by Technical representative employed by the roofing Manufacturer specifically to inspect instillation for warranty purposes and compliance with Contract Documents and Manufacturer's Requirements. 3. Notify Roof System Manufacture's Representative a minimum of 14 calendar days prior to the date of the Substantial Completion Inspection and Final Inspection. C. Repair or remove and replace components of roofing system where test results or inspections indicate that they do not comply with specified requirements. Preform all corrections necessary for issuance of warranties. D. Additional testing and inspecting, at Contractor's expense, will be performed to determine compliance of replaced or additional work with specified requirements. 3.10 PROTECTION AND CLEANING A. Protect roofing system from damage and wear during remainder of construction period. B. Correct deficiencies in or remove roofing system that does not comply with requirements, repair substrates, and repair or reinstall roofing system to a condition free of damage and deterioration at time of Substantial Completion and according to warranty requirements. C. Clean overspray and spillage from adjacent construction using cleaning agents and procedures recommended by manufacturer of affected construction. D. Clean all contaminants generated by roofing work from building and surrounding areas, including bitumen, adhesives, sealants and coatings. E. Repair or replace building components and finished surfaces damaged or defaced due to the work of this section; comply with recommendations of manufacturers of components and surfaces. F. Remove leftover materials, trash, debris, equipment from project site and surrounding areas. G. Where construction traffic must continue over finished roof membrane, provide durable protection and replace or repair damaged roofing to original protection. END OF SECTION Styrene-Butadiene-Styrene (SBS) Modified Bituminous Membrane Roofing 07 52 16 - 12 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 07 62 00 SHEET METAL FLASHING AND TRIM r 1.00 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. Section Includes: 1. Manufactured through -wall flashing with snaplock receiver. 2. Manufactured reglets. 3. Formed roof -drainage sheet metal fabrications. 4. Formed low -slope roof sheet metal fabrications. B. Related Requirements: 1. Section 06 10 00 "Rough Carpentry" for wood nailers, curbs, and blocking. 1.03 COORDINATION A. Coordinate sheet metal flashing and trim layout and seams with sizes and locations of penetrations to be flashed, and joints and seams in adjacent materials. B. Coordinate sheet metal flashing and trim installation with adjoining roofing and wall materials, joints, and seams to provide leakproof, secure, and noncorrosive installation. 1.04 PREINSTALLATION MEETINGS A. Preinstallation Conference: Conduct conference at Project Site. 1. Review construction schedule. Verify availability of materials, Installer's personnel, equipment, and facilities needed to make progress and avoid delays. 2. Review special roof details, roof drainage, roof -penetration flashing, equipment curbs, and condition of other construction that affect sheet metal flashing and trim. 3. Review requirements for insurance and certificates if applicable. 4. Review sheet metal flashing observation and repair procedures after flashing installation. 1.05 ACTION SUBMITTALS A. Product Data: For each type of product. 1. Include construction details, material descriptions, dimensions of individual components and profiles, and finishes for each manufactured product and accessory. B. Shop Drawings: For sheet metal flashing and trim. Sheet Metal Flashing and Trim 07 62 00 - 1 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 1. Include plans, elevations, sections, and attachment details. 2. Detail fabrication and installation layouts, expansion -joint locations, and keyed details. Distinguish between shop- and field -assembled work. 3. Include identification of material, thickness, weight, and finish for each item and location in Project. 4. Include details for forming, including profiles, shapes, seams, and dimensions. 5. Include details for joining, supporting, and securing, including layout and spacing of fasteners, cleats, clips, and other attachments. Include pattern of seams. 6. Include details of termination points and assemblies. 7. Include details of expansion joints and expansion -joint covers, including showing direction of expansion and contraction from fixed points. 8. Include details of roof -penetration flashing. 9. Include details of edge conditions, including eaves, ridges, valleys, rakes, crickets, and counter flashings as applicable. 10. Include details of special conditions. 11. Include details of connections to adjoining work. 12. Detail formed flashing and trim at scale of not less than 1-1/2 inches per 12 inches (1:10). C. Samples for Initial Selection. For each type of sheet metal and accessory indicated with factory -applied finishes. D. Samples for Verification: For each type of exposed finish. 1. Sheet Metal Flashing: 12 'yes (300 mm) long by actual width of unit, including finished seam and in required profile. Include fasteners, cleats, clips, closures, and other attachments. 2. Trim, Metal Closures, Expansion Joints, Joint intersections, and Miscellaneous Fabrications: 12 inches (300 rom) long and in required profile. Include fasteners and other exposed accessories. 3. Unit -Type Accessories and Miscellaneous Materials: Full-size Sample. 4. Anodized Aluminum Samples: Samples to show full range to be expected for each color required. 1.06 INFORMATIONAL SUBMITTALS A. Qualification Data: For fabricator. B. Product Test Reports: For each product, for tests performed by a qualified testing agency. C. Sample Warranty: For special warranty. Sheet Metal Flashing and Trim 07 62 00 - 2 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 1.07 QUALITY ASSURANCE A. Fabricator Qualifications: Employs skilled workers who custom fabricate sheet metal flashing and trim similar to that required for this Project and whose products have a record of successful in-service performance. B. Mockups: Build mockups to verify selections made under Sample submittals, to demonstrate aesthetic effects, and to set quality standards for fabrication and installation. 1. Build mockup of typical roof edge, eave, including gutter, fascia, fascia trim, approximately 10 feet (3.0 m) long, including supporting construction cleats, seams, attachments, underlayment, and accessories. 2. Approval of mockups does not constitute approval of deviations from the Contract Documents contained in mockups unless Architect specifically approves such deviations in writing. 3. Subject to compliance with requirements, approved mockups may become part of the completed Work if undisturbed at time of Substantial Completion. 1.08 DELIVERY, STORAGE, AND HANDLING A. Do not store sheet metal flashing and trim materials in contact with other materials that might cause staining, denting, or other surface damage. Store sheet metal flashing and trim materials away from uncured concrete and masonry. B. Protect strippable protective covering on sheet metal flashing and trim from exposure to sunlight and high humidity, except to extent necessary for period of sheet metal flashing and trim installation. 1.09 WARRANTY A. Special Warranty on Finishes: Manufacturer agrees to repair finish or replace sheet metal flashing and trim that shows evidence of deterioration of factory -applied finishes within specified warranty period. 1. Exposed Panel Finish: Deterioration includes, but is not limited to, the following: a. Color fading more than 5 Hunter units when tested according to ASTM D2244. b. Chalking in excess of a No. 8 rating when tested according to ASTM D4214. c. Cracking, checking, peeling, or failure of paint to adhere to bare metal. 2. Finish Warranty Period: 20 years from date of Substantial Completion. 2.00 PRODUCTS 2.01 PERFORMANCE REQUIREMENTS A. General: Sheet metal flashing and trim assemblies shall withstand wind loads, structural movement, thermally induced movement, and exposure to weather without failure due to defective manufacture, fabrication, installation, or other defects in construction. Completed sheet metal flashing and trim shall not rattle, leak, or loosen, and shall remain watertight. Sheet Metal Flashing and Trim 07 62 00 - 3 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 B. Sheet Metal Standard for Flashing and Trim: Comply with NRCA's "The NRCA Roofing Manual" and SMACNA's "Architectural Sheet Metal Manual" requirements for dimensions and profiles shown unless more stringent requirements are indicated. C. Thermal Movements: Allow for thermal movements from ambient and surface temperature changes to prevent buckling, opening of joints, overstressing of components, failure of joint sealants, failure of connections, and other detrimental effects. Base calculations on surface temperatures of materials due to both solar heat gain and nighttime -sky heat loss. 1. Temperature Change: 120 de; F (67 deg C), ambient; 1 r ('00 deg C), material surfaces. 2.02 SHEET METALS A. General: Protect mechanical and other finishes on exposed surfaces from damage by applying strippable, temporary protective film before shipping. B. Aluminum Sheet: ASTM B209 (ASI M B2.09M), alloy as standard with manufacturer for finish required, with temper as required to suit forming operations and performance required; with smooth, flat surface. 1. Clear Anodic Finish, Coil Coated: AAMA 611, AA-M12C22A41, Class I, 0.018 mm or thicker. 2. Color. 2.03 UNDERLAYMENT MATERIALS A. Self -Adhering, High -Temperature Sheet: Minimum � (0.7o mm) thick, consisting of a slip -resistant polyethylene- or polypropylene -film top surface laminated to a layer of butyl - or SBS-modified asphalt adhesive, with release -paper backing; specifically designed to withstand high metal temperatures beneath metal roofing. Provide primer according to written recommendations of underlayment manufacturer. 1. Carlisle Coating and Waterproofing 2. Grace Construction Products 3. Metal-fab manufacturing 4. Owens Corning 5. Thermal Stability: ASTM D1970; stable after testing at 240 deg F (116 deg C) or higher. 6. Low -Temperature Flexibility: ASTM D1970; passes after testing at minus _ _, _ (29 Jeg L-) or lower. B. Slip Sheet: Rosin -sized building paper, 3 Ib./100 sq. ft. (0.16 kg/sq. m) minimum. 2.04 MISCELLANEOUS MATERIALS A. General: Provide materials and types of fasteners, solder, protective coatings, sealants, and other miscellaneous items as required for complete sheet metal flashing and trim installation and as recommended by manufacturer of primary sheet metalor manufactured item unless otherwise indicated. Sheet Metal Flashing and Trim 07 62 00 - 4 FTW17498--VCWRF Sludge Thickening Improvements City Project No. CO2647 B. Fasteners. Wood screws, annular threaded nails, self -tapping screws, self-locking rivets and bolts, and other suitable fasteners designed to withstand design loads and recommended by manufacturer of primary sheet metal or manufactured item. 1. General: Blind fasteners or self -drilling screws, gasketed, with hex -washer head. a. Exposed Fasteners: Heads matching color of sheet metal using plastic caps or factory -applied coating. Provide metal -backed EPDM or PVC sealing washers under heads of exposed fasteners bearing on weather side of metal. b. Blind Fasteners: High -strength aluminum or stainless -steel rivets suitable for metal being fastened. c. Spikes and Ferrules: Same material as gutter; with spike with ferrule matching internal gutter width. 2. Fasteners for Aluminum Sheet: Aluminum or Series 300 stainless steel. 3. Fasteners for Stainless -Steel Sheet: Series 300 stainless steel. 4. Fasteners for Zinc -Tin Alloy -Coated Stainless -Steel Sheet: Series 300 stainless steel. 5. Fasteners for Zinc Sheet: Series 300 stainless steel or hot -dip galvanized steel according to ASTM A153/A153M or ASTM F2329. C. Solder: 1. For Stainless Steel: ASTM B32, Grade Sn60, with acid flux of type recommended by stainless -steel sheet manufacturer. 2. For Zinc -Tin Alloy -Coated Stainless Steel: ASTM B32, 100 percent tin, with maximum lead content of 0.2 percent, as recommended by sheet metal manufacturer. 3. For Zinc -Coated (Galvanized) Steel: ASTM B32, Grade 5n50, 50 percent tin and 50 percent lead or Grade Sn60, 60 percent tin and 40 percent lead. D. Sealant Tape: Pressure -sensitive, 100 percent solids, polyisobutylene compound sealant tape with release -paper backing. Provide permanently elastic, nonsag, nontoxic, nonstaining tape 1/2 inch (13 mm) wide and 1!R ;nrti (3 mm) thick. E. Elastomeric Sealant: ASTM C920, elastomeric polyurethanepolymer sealant; of type, grade, class, and use classifications required to seal joints in sheet metal flashing and trim and remain watertight. F. Butyl Sealant: ASTM C1311, single -component, solvent -release butyl rubber sealant; polyisobutylene plasticized; heavy bodied for hooked -type expansion joints with limited movement. G. Bituminous Coating. Cold -applied asphalt emulsion according to ASTM D1187. H. Asphalt Roofing Cement: ASTM D4586, asbestos free, of consistency required for application. 2.05 MANUFACTURED SHEET METAL FLASHING AND TRIM A. Through -Wall, Ribbed, Sheet Metal Flashing: Manufacture through -wall sheet metal flashing for embedment in masonry, with ribs at 3-inch (75-nim) intervals along length of Sheet Metal Flashing and Trim 07 62 00 - 5 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 flashing to provide integral mortar bond. Manufacture through -wall flashing with snaplock receiver on exterior face to receive counterflashing. 1. Stainless Steel: 0.016 inch (0.40 rrim) thick. B. Reglets: Units of type, material, and profile required, formed to provide secure interlocking of separate reglet and counterflashing pieces, and compatible with flashing indicated. 1. Material: Stainless steel, 0.019 inch (0.48 mm) thick 2. Surface -Mounted Type: Provide with slotted holes for fastening to substrate, with neoprene or other suitable weatherproofing washers, and with channel for sealant at top edge. 3. Stucco Type: Provide with upturned fastening flange and extension leg of length to match thickness of applied finish materials. 4. Concrete Type: Provide temporary closure tape to keep reglet free of concrete materials, special fasteners for attaching reglet to concrete forms, and guides to ensure alignment of reglet section ends. 5. Masonry Type: Provide with offset top flange for embedment in masonry mortar joint. 6. Accessories: a. Flexible -Flashing Retainer: Provide resilient plastic or rubber accessory to secure flexible flashing in reglet where clearance does not permit use of standard metal counterflashing or where Drawings show reglet without metal counterflashing. b. Counterflashing Wind -Restraint Clips: Provide clips to be installed before counterflashing to prevent wind uplift of counterflashing's lower edge. 7. Finish: Mill 2.06 FABRICATION, GENERAL A. General: Custom fabricate sheet metal flashing and trim to comply with details shown and recommendations in cited sheet metal standard that apply to design, dimensions, geometry, metal thickness, and other characteristics of item required. Fabricate sheet metal flashing and trim in shop to greatest extent possible. 1. Fabricate sheet metal flashing and trim in thickness or weight needed to comply with performance requirements, but not less than that specified for each application and metal. 2. Obtain field measurements for accurate fit before shop fabrication. 3. Form sheet metal flashing and trim to fit substrates without excessive oil canning, buckling, and tool marks; true to line, levels, and slopes; and with exposed edges folded back to form hems. 4. Conceal fasteners and expansion provisions where possible. Do not use exposed fasteners on faces exposed to view. B. Fabrication Tolerances: Fabricate sheet metal flashing and trim that is capable of installation to a tolerance of 1/4 inrh In 20 feet (6 mm in 6 m) on slope and location lines Sheet Metal Flashing and Trim 07 62 00 - 6 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 indicated on Drawings and within (3-mm) offset of adjoining faces and of alignment of matching profiles. C. Expansion Provisions: Form metal for thermal expansion of exposed flashing and trim. 1. Form expansion joints of intermeshing hooked flanges, not less than 1 inch (25 mm) deep, filled with butyl sealant concealed within joints. 2. Use lapped expansion joints only where indicated on Drawings. D. Sealant Joints: Where movable, nonexpansion-type joints are required, form metal to provide for proper installation of elastomeric sealant according to cited sheet metal standard. E. Fabricate cleats and attachment devices from same material as accessory being anchored or from compatible, noncorrosive metal. F. Fabricate cleats and attachment devices of sizes as recommended by cited sheet metal standard for application, but not less than thickness of metal being secured. G. Seams: Fabricate nonmoving seams with flat -lock seams. Form seams and seal with elastomeric sealant unless otherwise recommended by sealant manufacturer for intended use. H. Seams for Aluminum: Fabricate nonmoving seams with flat -lock seams. Form seams and seal with epoxy seam sealer. I. Do not use graphite pencils to mark metal surfaces. 2.07 ROOF -DRAINAGE SHEET METAL FABRICATIONS A. Hanging Gutters: Fabricate to cross section required, complete with end pieces, outlet tubes, and other accessories as required. Fabricate in minimum 96-inch. (2400-mm--) long sections. Furnish flat -stock gutter brackets and flat -stock gutter spacers and straps fabricated from same metal as gutters, of size recommended by cited sheet metal standard but with thickness not less than twice the gutter thickness. Fabricate expansion joints, expansion -joint covers, gutter bead reinforcing bars, and gutter accessories from same metal as gutters. Shop fabricate interior and exterior corners. 1. Gutter Profile: Style A according to cited sheet metal standard. 2. Expansion Joints: Butt type with cover plate. 3. Accessories: Continuous, removable leaf screen with sheet metal frame and hardware cloth screen. 4. Gutters with Girth up to 15 Inches (380 mm): Fabricate from the following materials: a. Aluminum: 0.032 inch (0.81 mm) thick. 5. Gutters with Girth 16 to 20 inches (410 to 510 inn): Fabricate from the following materials: a. Aluminum: 0.040 inch (1.02 mm) thick. Sheet Metal Flashing and Trim 07 62 00 - 7 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 B. Downspouts: Fabricate rectangular downspouts to dimensions indicated, complete with mitered elbows. Furnish with metal hangers from same material as downspouts and anchors Shop fabricate elbows. 1. Fabricated Hanger Style: Fig 1-35B according to SMACNA's "Architectural Sheet Metal Manual." 2. Fabricate from the following materials: a. Aluminum: 0.024 inch (0.61 mm) thick. C. Parapet Scuppers: Fabricate scuppers to dimensions required, with closure flange trim to exterior, -i.._:.,- (100-nim-) wide wall flanges to interior, and base extending 4 inches (100 m,n) beyond cant or tapered strip into field of roof. Fasten gravel guard angles to base of scupper. Fabricate from the following materials: 1. Aluminum: (0.81 mm) thick. D. Conductor Heads: Fabricate conductor heads with flanged back and stiffened top edge and of dimensions and shape required, complete with outlet tubes, exterior flange trim, and built-in overflows. Fabricate from the following materials: 1. Aluminum: 0.032 inch (0.81 1nm) thick. 2.08 LOW -SLOPE ROOF SHEET METAL FABRICATIONS A. Roof Edge Flashing (Gravel Stop)and Fascia Cap: Fabricate in minimum 96-inch (24-00-mm-) long, but not exceeding 12-foot- (3.G-m-) long sections. Furnish with 6-._�ch- (150-mm-) wide, joint cover plates. 1. Joint Style: Butted with expansion space and 6 nch- (150-mm-) wide, concealed backup plate. 2. Fabricate with scuppers spacedl0 feP* (3 m) apart, to dimensions required with 4 �'Jc (100-mm-) wide flanges and base extending , e,, (100 mm) beyond cant or tapered strip into field of roof. Fasten gravel guard angles to base of scupper. 3. Fabricate from the Following Materials: a. Aluminum: 0.050 inch (1.27 rnm) thick. B. Copings: Fabricate in minimum 96-i3.... (2400-mm-) long, but not exceeding 12-foot- (3.6- ni-) long, sections. Fabricate joint plates of same thickness as copings. Furnish with continuous cleats to support edge of external leg and drill elongated holes for fasteners on interior leg. Miter corners, fasten and seal watertight. Shop fabricate interior and exterior corners. 1. Coping Profile: Fig 3-4Aaccording to SMACNA's "Architectural Sheet Metal Manual." 2. Joint Style: Butted with expansion space and (150-mm-) wide, concealed backup plate. 3. Fabricate from the Following Materials: a. Aluminum: 0.050 inch (1.27 mm) thick. Sheet Metal Flashing and Trim 07 62 00 - 8 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 C. Roof and Roof -to -Wall Transition, Roof -to -Roof Edge -Flashing (Gravel -Stop) Transition 1 Expansion -Joint Cover: Fabricate from the following materials:Shop fabricate interior and exterior corners. 1. Aluminum: 0.01;0 inch (1.27 mm) thick. D. Base Flashing: Shop fabricate interior and exterior corners. Fabricate from the following materials: 1. Aluminum: 0.040 inch (1.02 mm) thick. E. Counterf lashing. Shop fabricate interior and exterior corners. Fabricate from the following materials: 1. Aluminum: 0.03? inch (0.81 mm) thick. F. Flashing Receivers: Fabricate from the following materials: 1. Aluminum: 0.032 inch (0.81 mm) thick. G. Roof -Penetration Flashing: Fabricate from the following materials: 1. Stainless Steel: 0.01q inch (0.48 mm) thick. H. Roof -Drain Flashing: Fabricate from the following materials: 1. Stainless Steel: 0.016 inch (0.40 mm) thick. 3.00 EXECUTION 3.01 EXAMINATION A. Examine substrates, areas, and conditions, with Installer present, for compliance with requirements for installation tolerances, substrate, and other conditions affecting performance of the Work. 1. Verify compliance with requirements for installation tolerances of substrates. 2. Verify that substrate is sound, dry, smooth, clean, sloped for drainage, and securely anchored. 3. Verify that air- or water-resistant barriers have been installed over sheathing or backing substrate to prevent air infiltration or water penetration. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.02 UNDERLAYMENT INSTALLATION A. Self -Adhering Sheet Underlayment: Install self -adhering sheet underlayment, wrinkle free. Prime substrate if recommended by underlayment manufacturer. Comply with temperature restrictions of underlayment manufacturer for installation; use primerfor installing underlayment at low temperatures. Apply in shingle fashion to shed water, with end laps of not less than 6 inches (150 mm) staggered 24 inches (600 mm) between courses. Overlap side edges not less than 3-1/2 inches (90 mm). Roll laps and edges with roller. Cover underlayment within 14 days. Sheet Metal Flashing and Trim 07 62 00 - 9 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 B. Apply slip sheet, wrinkle free, over underlayment before installing sheet metal flashing and trim. 3.03 INSTALLATION, GENERAL A. General: Anchor sheet metal flashing and trim and other components of the Work securely in place, with provisions for thermal and structural movement. Use fasteners, protective coatings, separators, sealants, and other miscellaneous items as required to complete sheet metal flashing and trim system. 1. Install sheet metal flashing and trim true to line, levels, and slopes. Provide uniform, neat seams with minimum exposure of solder, welds, and sealant. 2. Install sheet metal flashing and trim to fit substrates and to result in watertight performance. Verify shapes and dimensions of surfaces to be covered before fabricating sheet metal. 3. Space cleats not more than 12 inches (300 mm) apart. Attach each cleat with at least two fasteners. Bend tabs over fasteners. 4. Install exposed sheet metal flashing and trim with limited oil canning, and free of buckling and tool marks. 5. Torch cutting of sheet metal flashing and trim is not permitted. 6. Do not use graphite pencils to mark metal surfaces. B. Metal Protection: Where dissimilar metals contact each other, or where metal contacts pressure -treated wood or other corrosive substrates, protect against galvanic action or corrosion by painting contact surfaces with bituminous coating or by other permanent separation as recommended by sheet metal manufacturer or cited sheet metal standard. 1. Coat concealed side of uncoated -aluminum and stainless -steel sheet metal flashing and trim with bituminous coating where flashing and trim contact wood, ferrous metal, or cementitious construction. 2. Underlayment: Where installing sheet metal flashing and trim directly on cementitious or wood substrates, install underlayment and cover with slip sheet. C. Expansion Provisions: Provide for thermal expansion of exposed flashing and trim. Space movementjoints at maximum of 10 feet (3 m) with no joints within 24 inches (600 mm) of corner or intersection. 1. Form expansion joints of intermeshing hooked flanges, not less than 1 inch (25 mm) deep, filled with sealant concealed within joints. 2. Use lapped expansion joints only where indicated on Drawings. D. Fasteners: Use fastener sizes that penetrate wood blocking or sheathing not less than -- - j4 fiches (32 mm) for nails and not less than 3/4 inch (19 mm) for wood screws. E. Conceal fasteners and expansion provisions where possible in exposed work and locate to minimize possibility of leakage. Cover and seal fasteners and anchors as required for a tight installation. F. Seal joints as required for watertight construction. Sheet Metal Flashing and Trim 07 62 00 - 10 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 1. Use sealant -filled joints unless otherwise indicated. Embed hooked flanges of joint members not less than 1 .... (25 mrr.) into sealant. Form joints to completely conceal sealant. When ambient temperature at time of installation is between 40 and 70 deg F (4 and 21 deg C), set joint members for 50 percent movement each way. Adjust setting proportionately for installation at higher ambient temperatures. Do not install sealant - type joints at temperatures below 40 deg F (4 deg C). 2. Prepare joints and apply sealants to comply with requirements in Section 07 92 00 "Joint Sealants." G. Rivets: Rivet joints in uncoated aluminum where necessary for strength. 3.04 ROOF -DRAINAGE SYSTEM INSTALLATION A. General: Install sheet metal roof -drainage items to produce complete roof -drainage system according to cited sheet metal standard unless otherwise indicated. Coordinate installation of roof perimeter flashing with installation of roof -drainage system. B. Hanging Gutters: Join sections with riveted joints or joints sealed with sealant. Provide for thermal expansion. Attach gutters at eave or fascia to firmly anchor them in position. Provide end closures and seal watertight with sealant. Slope to downspouts. 1. Fasten gutter spacers to front and back of gutter. 2. Anchor and loosely lock back edge of gutter to continuous cleat, eave or apron flashing. 3. Anchor back of gutter that extends onto roof deck with cleats spaced not more than inches (6110 mm) apart. 4. Anchor gutter with straps spaced not more than 24 inches (600 mm? apart to roof deck, unless otherwise indicated, and loosely lock to front gutter bead. 5. Install gutter with expansion joints at locations indicated, but not exceeding, (15.24 ,n) apart. Install expansion -joint caps. 6. Install continuous gutter screens on gutters with noncorrosive fasteners, removable for cleaning gutters. C. Downspouts: Join sections with 1-1/2-inch (38-mm) telescoping joints. 1. Provide hangers with fasteners designed to hold downspouts securely to walls. Locate hangers at top and bottom and at approximately 60 inches (1500 mm) o.c. 2. Provide elbows at base of downspout to direct water away from building as indicated. 3. Connect downspouts to underground drainage system as indicated D. Parapet Scuppers: Continuously support scupper, set to correct elevation, and seal flanges to interior wall face, over cants or tapered edge strips, and under roofing membrane. 1. Anchor scupper closure trim flange to exterior wall and solder or seal with elastomeric sealant to scupper. 2. Loosely lock front edge of scupper with conductor head. 3. Solder or seal with elastomeric sealant exterior wall scupper flanges into back of conductor head. Sheet Metal Flashing and Trim 07 62 00 - 11 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 E. Conductor Heads: Anchor securely to wall, with elevation of conductor head rim at minimum of t inch (25 mm) below scupper or gutter discharge. 3.05 ROOF FLASHING INSTALLATION A. General: Install sheet metal flashing and trim to comply with performance requirements, sheet metal manufacturer's written installation instructions, and cited sheet metal standard. Provide concealed fasteners where possible, and set units true to line, levels, and slopes. Install work with laps, joints, and seams that are permanently watertight and weather resistant. Roof Edge Flashing: Anchor to resist uplift and outward forces according to recommendations in cited sheet metal standard unless otherwise indicated. Interlock bottom edge of roof edge flashing with continuous cleat anchored to substrate at staggered 3-inch (75-mm) centers. C. Copings: Anchor to resist uplift and outward forces according to recommendations in cited sheet metal standard unless otherwise indicated. 1. Interlock exterior bottom edge of coping with continuous cleat anchored to substrate at 24-inch (600 irn) centers. 2. Anchor interior leg of coping with washers and screw fasteners through slotted holes at 24-inch (600-mm) centers. D. Pipe or Post Counterflashing: Install counterflashing umbrella with close -fitting collar with top edge flared for elastomeric sealant, extending minimum of (100 mm) over base flashing. Install stainless -steel draw band and tighten. Counterflashing: Coordinate installation of counterflashing with installation of base flashing. Insert counterflashing in reglets or receivers and fit tightly to base flashing. Extend counterflashing 4 inches (100 mm) over base flashing. Lap counterflashing joints minimum of 4 inches (100 mm). Secure in waterproof manner by means of snap -in installation and sealant or lead wedges and sealant anchor and washer at 36-inch (910-mr.i) centers unless otherwise indicated. Roof -Penetration Flashing: Coordinate installation of roof -penetration flashing with installation of roofing and other items penetrating roof. Seal with elastomeric sealant and clamp flashing to pipes that penetrate roof. 3.06 ERECTION TOLERANCES A. Installation Tolerances: Shim and align sheet metal flashing and trim within installed tolerance of 1/4 inch in 20 feet (6 mm in 6 m) on slope and location lines indicated on Drawings and within 1/8-inch (3--mm) offset of adjoining faces and of alignment of matching profiles. 3.07 CLEANING AND PROTECTION A. Clean exposed metal surfaces of substances that interfere with uniform oxidation and weathering. B. Clean off excess sealants. Sheet Metal Flashing and Trim 07 62 00 - 12 FTW17498 —VCWRF Sludge Thickening Improvements City Project No. CO2647 C. Remove temporary protective coverings and strippable films as sheet metal flashing and trim are installed unless otherwise indicated in manufacturer's written installation instructions. On completion of sheet metal flashing and trim installation, remove unused materials and clean finished surfaces as recommended by sheet metal flashing and trim manufacturer. Maintain sheet metal flashing and trim in clean condition during construction. D. Replace sheet metal flashing and trim that have been damaged or that have deteriorated beyond successful repair by finish touchup or similar minor repair procedures. END OF SECTION Sheet Metal Flashing and Trim FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 076200-13 THIS PAGE INTENTIONALLY BLANK 07 90 00 FIXED COVER ANNULAR SEAL 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals to replace the Blend Tank's annular seal between the concrete tank wall and tank cover's side -skirt plate as specified herein and shown on the Contract drawings. B. The base bid will include full removal and replacement of the existing annular seal. To fully remove the existing seal, detach all piping, appurtenances and attachment bolts from the fixed cover and remove the steel cover from the Blend Tank. The contractor will store the removed cover, piping, appurtenances and bolts onsite at ground level while the existing seal material is being removed. Upon preparing all surfaces for reapplication of the seal system, reinstall the fixed cover, piping, appurtenances and attachment bolts. The cover will be reinstalled per the original equipment manufacturer's (Ovivo) installation requirements. Once the fixed cover is properly reinstalled, the Contractor will install a new annular seal per the requirements described herein. C. The alternate bid will include partial removal of the existing annular seal material, to a depth describe in the Contract drawings, while the cover remains in place. A preformed, self - expanding sealant system will be installed in the exposed annular space per the manufacturer's requirements. 1.02 QUALITY ASSURANCE A. Acceptable Manufacturers (Base Bid) 1, Sika Corporation US 2. Or approved equal. B. Acceptable Manufacturers (Alternate Bid) 1. Emseal Joint Systems, LTD 2. No approved equal. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00 "Submittal Procedures" and shall include: 1. Shop drawings: Complete assembly and installation drawings, together with detailed specifications and data covering materials used and installation sequencing shall be submitted for review. The following information shall also be submitted with shop drawings. a. List any exceptions or deviations from the contact documents. b. Drawings showing the equipment dimensions, weights, loadings, and other information necessary to install the equipment. c. Warranties. Fixed Cover Annular Seal 07 90 00 - 1 FTW17498 -- VCWRF Sludge Thickening Improvements City Project No. CO2647 2. Operations and maintenance information and equipment maintenance summary sheets shall be furnished for the seal system specified herein. 1.04 WARRANTY A. The equipment supplier shall furnish a warranty for all equipment provided by the equipment supplier for a period of two (2) years from date of Owner's final acceptance of the project. B. All equipment shall be guaranteed against defects in material and workmanship to the effect that any defective equipment shall be repaired or replaced without cost or obligation to the Owner. 2.00 PRODUCTS A. Reference contract drawings 3.00 EXECUTION 3.01 INSTALLATION A. Base Bid Requirements The Blend Tank cover must be removed completely such that the existing sealant material is exposed and accessible. The concrete and steel surface must be thoroughly cleaned but not polished or painted for proper adhesion of the final sealant. After surface preparation, the Blend Tank cover must be reinstalled, at which point the final sealant system can be installed per the sealant manufacturer's recommendations. B. Alternate Bid Requirements Before applying the new sealant materials, the existing sealant material must be removed to a depth prescribed by the sealant manufacturer. The exposed concrete and steel surface must be thorough cleaned but not polished or painted for proper adhesion of the final sealant system. Clean thejoint opening of all contaminants immediately prior to installation of expansion joint system. Repair spa]led, irregular or unsound joint surfaces using accepted industry practices for repair of the substrates in question. Remove protruding roughness to ensure joint sides are smooth. Ensure that there is sufficient depth to receive the full depth of the size of the Submerseal being installed. Refer to Manufacturers Installation Guide for detailed step-by-step instructions. 3. No drilling, or screwing, or fasteners of any type are permitted to anchor the sealant system into the substrate. 4. System to be installed by qualified sub -contractors only according to detailed published installation procedures and/or in accordance with job -specific installation instructions of manufacturer's field technician. 5. System shall be allowed to cure for a minimum of 8 calendar days based upon 75' F. System components must be fully cured before being put into service. Fixed Cover Annular Seal 07 90 00 - 2 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 3.02 CLEAN AND PROTECT A. Protect the system and its components during construction. Subsequent damage to the expansion joint system will be repaired at the general contractor's expense. After work is complete, clean exposed surfaces with a suitable cleaner that will not harm or attack the finish. END OF SECTION Fixed Cover Annular Seal 07 90 00 - 3 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 THIS PAGE INTENTIONALLY BLANK 07 92 00 JOINT SEALANTS 1.00 GENERAL 1.01 SUMMARY A. This Section includes sealants for the following: 1. Exterior joints in vertical surfaces and nontraffic horizontal surfaces. 2. Exterior joints in horizontal traffic surfaces. 3. Interior joints in vertical surfaces and horizontal nontraffic surfaces. 4. Interior joints in horizontal traffic surfaces. B. See Division 32 Section "Concrete Paving Joint Sealants" for pavement sealant joints installed in con- crete paving and between concrete and asphalt paving. C. See Division 8 Section "Glazing" for glazing sealants. 1.02 SUBMITTALS A. Product Data: For each joint sealant product indicated. B. Samples: For each joint sealant product indicated. C. Sealant compatibility and adhesion test reports. D. Preconstruction field -adhesion test reports. E. Product certificates. 1.03 QUALITY ASSURANCE A. Sealant Compatibility and Adhesion Testing: Use sealant manufacturer's standard test methods to determine whether priming and other specific joint preparation techniques are required to obtain rapid, optimum adhesion of joint sealants to joint substrates. B. Preconstruction Field -Adhesion Testing: Before installing elastomeric sealants, field test their adhe- sion to joint substrates using test method indicated in Part 3 "Field Quality Control" Article. C. Mockups: Before installing joint sealants, apply elastomeric sealants to verify selections made under sample Submittals and to demonstrate aesthetic effects and qualities of materials and execution. 1. Approved mockups may become part of the completed Work if undisturbed at time of Substan- tial Completion. 1.04 WARRANTY A. Special Installer's Warranty: Written warranty in which Installer agrees to repair or replace elasto- meric joint sealants that do not meet requirements specified in this Section or fail in adhesion within specified warranty period two years from date of Substantial Completion. Joint Sealants 07 92 00 -1 FTW17498 -- VCWRF Sludge Thickening Improvements City Project No. CO2647 2.00 PRODUCTS 2.01 MANUFACTURERS A. In other Part 2 articles where subparagraph titles below introduce lists, the following requirements apply for product selection: 1. Available Products: Subject to compliance with requirements, products that may be incorpo- rated into the Work include, but are not limited to, the products specified. 2. Products: Subject to compliance with requirements, provide one of the products specified. 2.02 MATERIALS, GENERAL A. Compatibility: Provide joint sealants, backings, and other related materials that are compatible with one another and with joint substrates under conditions of service and application, as demonstrated by sealant manufacturer based on testing and field experience. B. Colors of Exposed Joint Sealants: As selected. 2.03 ELASTOMERIC JOINT SEALANTS A. Low -Modulus Nonacid -Curing Silicone Sealant, Type I: 1. Products: a. Dow Corning; 790. b. GE Silicones; Silpruf C. Pecora Corporation; 890. d. Sonneborn Building Products Div., ChemRex Inc.; Omniseal. 2. Type and Grade: S (single component) and NS (nonsag). 3. Class: 25. 4. Additional Movement Capability: Capable of 100 percent movement in extension and 50 percent movement in compression when tested for adhesion and cohesion under maximum cyclic movement per ASTM C 719. 5. Exposure: Use NT (nontraffic). 6. Substrates: Uses M, G, A, and, as applicable to joint substrates indicated, 0. 7. Nonstaining to porous substrates when testing per ASTM C 1248 for substrates indicated. B. Medium -Modulus Neutral -Curing Silicone Sealant, Type 2: 1. Products: a. Dow Corning; 791. b. Tremco; Spectrem 2. 2. Type and Grade: S (single component) and INS (nonsag). 3. Class: 25. 4. Exposure: Use NT (nontraffic). 5. Substrates: Uses M, G, A, and, as applicable to joint substrates indicated, O. 6. Nonstaining to porous substrates when testing per ASTM C 1248 for substrates indicated. C. Mildew -Resistant Silicone Sealant, Type 3: Joint Sealants 07 92 00 - 2 FTW17498 -- VCWRF Sludge Thickening Improvements City Project No. CO2647 1. Products: a. Dow Corning; 786 Mildew Resistant. J b. GE Silicones; Sanitary 1700. C. Pecora Corporation; 898 Silicone Sanitary Sealant. d. Tremco; Tremsil 600 White. 2. Type and Grade: S (single component) and NS (nonsag). 3. Class: 25. 4. Exposure: Use NT (nontraffic). 5. Substrates: Uses G, A, and, as applicable to joint substrates indicated, O. D. Multicomponent Nonsag Urethane Sealant, Type 4: 1. For joints not subject to traffic and requiring additional movement capability, provide the follow- ing: a. Products: 1) Pecora Corporation; Dynatrol II. 2) Sika Corporation; Sikaflex - 2c NS. 3) Tremco; DYmeric 511. b. Type and Grade: M (multicomponent) and NS (nonsag). c. Class: 25. d. Additional Movement Capability: 50 percent movement in extension and 50 percent in compression when tested for adhesion and cohesion under maximum cyclic movement per ASTM C 719. e. Exposure: Use NT (nontraffic). f. Substrates: M, G, A, and, as applicable to joint substrates indicated, O. 2. Forjoints not subject to traffic, Type 5: a. Products: 1) Bostik Inc.; Chem -Calk 500. 2) Tremco; DYmeric. b. Type and Grade: M (multicomponent) and NS (nonsag). C. Class: 25. d. Exposure: Use NT (nontraffic). e. Substrates: Uses M, G, A, and, as applicable to joint substrates indicated, O. E. Single -Component Nonsag Urethane Sealant, Type 6: 1. For joints subject to traffic and not subject to traffic, provide the following: a. Products: 1) Sika Corporation; Sikaflex -1a. 2) Sonneborn Building Products Div., ChemRex Inc.; NP 1. b. Type and Grade: S (single component) and NS (nonsag). C. Class:25. 2. Exposure: Use NT (nontraffic). 3. Substrates: Uses M, G, A, and, as applicable to joint substrates indicated, O. 4. For joints not subject to traffic, provide the following: a. Products: 1) Bostik Inc.; Chem -Chalk 900. 2) Pecora Corporation; Dynatrol I. 3) Tremco; DyMonic. Joint Sealants 07 92 00 - 3 FTW17498 -- VCWRF Sludge Thickening Improvements City Project No. CO2647 b. Type and Grade: S (single component) and NS (nonsag). C. Class: 25. d. Exposure: Use NT (nontraffic). e. Substrates: Uses M, A, and, as applicable to joint substrates indicated. F. Single -Component Pourable Urethane Sealant, Type 7 1. Products: a. Bostik Inc.; Chem -Calk 950. b. Pecora Corporation; NR-201. c. Sonneborn Building Products Div., ChemRex Inc.; SL 1. 2. Type and Grade: S (single component) and P (pourable), 3. Class: 2S. 4. Exposure: Use T (traffic) and NT (nontraffic). 5. Substrates: Uses M, G, A, and, as applicable to joint substrates indicated, O. 2.04 LATEX JOINT SEALANTS A. latex Sealant: ASTM C 834. 1. Products: a. Bostik Inc.; Chem -Calk 600. b. Pecora Corporation; AG-20. c. Sonneborn Building Products Div., ChemRex, Inc.; Sonolac. d. Tremco; Tremflex 834. 2.05 JOINT -SEALANT BACKING A. General: Provide sealant backings of material and type that are nonstaining; are compatible with joint substrates, sealants, primers, and other joint fillers; and are approved for applications indicated by sealant manufacturer based on field experience and laboratory testing. B. Cylindrical Sealant Backings: ASTM C 1330, of size and density to control sealant depth and otherwise contribute to producing optimum sealant performance: 1. Type: C O, or B. C. Elastomeric Tubing Sealant Backings: Neoprene, butyl, EPDM, or silicone tubing complying with ASTM D 1056, nonabsorbent to water and gas, and capable of remaining resilient at temperatures down to minus 26 deg F (minus 32 deg C). Provide products with low compression set and of size and shape to provide a secondary seal, to control sealant depth, and otherwise contribute to optimum sealant performance. D. Bond -Breaker Tape: Polyethylene tape or other plastic tape recommended by sealant manufacturer for preventing sealant from adhering to rigid, inflexible joint -filler materials or joint surfaces at back of joint where such adhesion would result in sealant failure. Provide self-adhesive tape where appli- cable. Joint Sealants 07 92 00 - 4 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 2.06 MISCELLANEOUS MATERIALS A. Primer: Material recommended by joint sealant manufacturer where required for adhesion of seal- ant to joint substrates indicated, as determined from preconstruction joint -sealant -substrate tests and field tests. B. Cleaners for Nonporous Surfaces: Chemical cleaners acceptable to manufacturers of sealants and sealant backing materials, free of oily residues or other substances capable of staining or harming joint substrates and adjacent nonporous surfaces in any way, and formulated to promote optimum adhesion of sealants with joint substrates. C. Masking Tape: Nonstaining, nonabsorbent material compatible with joint sealants and surfaces adja- cent to joints. 3.00 EXECUTION 3.01 INSTALLATION A. Surface Cleaning of Joints: Clean outjoints immediately before installingjoint sealants. 1. Remove foreign material from joint substrates that could interfere with adhesion of joint sealant. 2. Clean porous joint substrate surfaces by brushing, grinding, blast cleaning, mechanical abrading, or a combination of these methods to produce a clean, sound substrate capable of developing optimum bond with joint sealants. Remove loose particles remaining from above cleaning oper- ations by vacuuming or blowing out joints with oil -free compressed air. 3. Remove laitance and form -release agents from concrete. 4. Clean nonporous surfaces with chemical cleaners or other means that do not stain, harm sub- strates, or leave residues could interfere with adhesion of joint sealants. B. Joint Priming: Prime joint substrates where recommended in writing by joint sealant manufacturer, based on preconstruction joint -sealant -substrate tests or prior experience. Confine primers to areas of joint -sealant bond; do not allow spillage or migration onto adjoining surfaces. C. Masking Tape: Use masking tape where required to prevent contact of sealant with adjoining surfac- es that otherwise would be permanently stained or damaged by such contact or by cleaning methods required to remove sealant smears. Remove tape immediately after tooling without disturbing joint seal. D. Sealant Installation: Comply with recommendations in ASTM C 1193 for use of joint sealants as appli- cable to materials, applications, and conditions indicated. F. Acoustical Sealant Installation: Comply with recommendations in ASTM C 919 for use of joint seal- ants in acoustical applications as applicable to materials, applications, and conditions indicated. F. Install sealant backings to support sealants during application and at position required to produce op- timum sealant movement capability. 1. Do not leave gaps between ends of sealant backings. 2. Do not stretch, twist, puncture, or tear sealant backings. Remove absorbent sealant backings that have become wet before sealant application and re- place them with dry materials. G. Install bond -breaker tape behind sealants where sealant backings are not used between sealants and back of joints. Joint Sealants 07 92 00 - 5 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 H. Place sealants so they directly contact and fully wet joint substrates. 1. Completely fill recesses provided for each joint configuration. 2. Produce uniform, cross -sectional shapes and depths that allow optimum sealant movement ca- pability. I. Tooling of Nonsag Sealants: Immediately after sealant application and before skinning or curing be- gins, tool sealants to form smooth, uniform beads, to eliminate air pockets, and to ensure contact and adhesion of sealant with sides of joint. 1. Remove excess sealants from surfaces adjacent to joint. 2. Use tooling agents that are approved by sealant manufacturer and that do not discolor sealants or adjacent surfaces. 3. Joint Configuration: Concave joint configuration per Figure 5A in ASTM C 1193, unless otherwise indicated. J. Installation of Preformed Silicone -Sealant System: 1. Apply masking tape to each side of joint, outside of area to be covered by sealant system. 2. Complete installation of horizontal joints before installing vertical joints. Lap vertical joints over horizontal joints. At end of joints, cut silicone extrusion with a razor knife. K. Clean excess sealants or sealant smears adjacent to joints as installation progresses by methods and with cleaning materials approved in writing by manufacturers of joint sealants and of products in which joints occur. 3.02 JOINT SEALANT SCHEDULE A. Exterior joints in the following vertical surfaces and nontraffic horizontal surfaces: 1. Control and Expansion Joints in Cast -in -Place Concrete: Type 1, 5, 6 sealant. 2. Control and Expansion Joints in Unit Masonry: Type 1,5,6 sealant. 3. Joints between Metal Panels: 1, 5 sealant. 4. Joints between Different Materials Listed above: Type 1, 5, 6 sealant. 5. Perimeter Joints between Materials Listed above and Frames of Doors and Windows: Type 1, 5, 6 sealant. 6. Control and Expansion Joints in Ceiling and Overhead Surfaces: Type 1, 5, 6 sealant. B. Interior joints in the following vertical surfaces and horizontal nontraffic surfaces: 1. Control and Expansion Joints on Exposed Interior Surfaces of Exterior Walls: Type 1, 5, 6 sealant.. 2. Perimeter Joints of Exterior Openings Where Indicated: Type 1, 5 sealant. 3. Tile Control and Expansion Joints: Type 4, 6 sealant. 4. Vertical Control Joints on Exposed Surfaces of Interior Unit Masonry and Concrete Walls and Par- titions: Type 1, 5, 6 sealant. 5. Perimeter Joints between Interior Wall Surfaces and Frames of interior Doors, Windows, and Ele- vator Entrances: Type 1, 5, 6 sealant. 6. Joints between Plumbing Fixtures and Adjoining Walls, Floors, and Counters: Type 4, 7 sealant. END OF SECTION Joint Sealants 07 92 00 - 6 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 DIVISION D OPENINGS THIS PAGE 111 TENTIONALLY BLANK 081119 STAINLESS -STEEL DOORS AND FRAMES 1.00 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. Section Includes: 1. Stainless -steel, hollow -metal doors 2. Stainless -steel, hollow -metal frames. B. Related Requirements: 1. Section 08 7100 "Door Hardware" for door hardware for stainless -steel doors. 2. Section 08 80 00 "Glazing" for side light glass and view window glass. 1.03 COORDINATION A. Coordinate anchorage installation for stainless -steel frames. Furnish setting drawings, templates, and directions for installing anchorages, including sleeves, concrete inserts, anchor bolts, and items with integral anchors. Deliver such items to Project Site in time for installation. 1.04 ACTION SUBMITTALS A. Product Data: For each type of product. 1. Include construction details, material descriptions, core descriptions, fire -resistance rating, and finishes. B. Shop Drawings: For stainless -steel hollow -metal work. 1. Elevations of each door design. 2. Details of doors, including vertical and horizontal edge details and metal thicknesses. 3. Frame details for each frame type, including dimensioned profiles and metal thicknesses. 4. Locations of reinforcement and preparations for hardware. 5. Details of each different wall opening condition. 6. Details of anchorages, joints, field splices, and connections. 7. Details of accessories. 8. Details of moldings, removable stops, and glazing. 9. Details of conduit and preparations for power, signal, and control systems. Stainless -Steel Doors and Frames 08 11 19 - 1 FTW17498 - VCWRF Sludge Thickening Improvements City Project No. CO2647 C. Samples: 1. Finishes: For each type of exposed finish required, prepared on Samples of not less than 3 by 5 inches (75 by 1k5 rim), 2. Doors: Include section of vertical -edge, top, and bottom construction; core construction; glazing; and hinge and other applied hardware reinforcement. 3. Frames: Show profile, corner joint, floor and wall anchors, and silencers. Include separate section showing fixed hollow -metal panels and glazing if applicable. D. Product Schedule: For stainless -steel, hollow -metal work prepared by or under the supervision of supplier, using same reference numbers for details and openings as those on Drawings. Coordinate with final door hardware schedule. 1.05 INFORMATIONAL SUBMITTALS A. Product Test Reports: For assemblies required to be fire rated performed by a qualified testing agency. B. Oversize Construction Certification: For assemblies required to be fire rated and exceeding limitations of labeled assemblies. 1.06 DELIVERY, STORAGE, AND HANDLING A. Deliver doors and frames palletized, wrapped, or crated to provide protection during transit and Project -site storage. Do not use nonvented plastic. B. Shipping Spreaders: Deliver welded frames with two removable spreader bars across bottom of frames, tack welded or mechanically attached to jambs and mullions. C. Store doors and frames under cover at Project Site. Place units in a vertical position with heads up, spaced by blocking, on minimum , (100-mm-) high wood blocking. Avoid using nonvented plastic or canvas shelters that could create a humidity chamber. 1. If wrappers on doors become wet, remove cartons immediately. Provide minimum 1/4- inch (6-mrn) space between each stacked door to permit air circulation. 2.00 PRODUCTS 2.01 STAINLESS -STEEL DOORS AND FRAMES A. Ceco Door Products; an Assa Abloy Group company. B. Curries Company; an Assa Abloy Group company. C. Fleming Door Products Ltd.; an Assa Abloy Group company. D. Habersham Metal Products Company. E. Mesker Door Inc. F. Security Metal Products Corp. G. Steelcraft; an Ingersoll-Rand company. Stainless -Steel Doors and Frames 08 11 19 - 2 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 2.02 PERFORMANCE REQUIREMENTS A. Performance: Level A SDI A250.4. B. Fire -Rated Door Assemblies: Assemblies complying with NFPA 80 that are listed and labeled by a qualified testing agency, for fire -protection ratings indicated, based on testing at positive pressure according to NFPA 252 or UL 10C. 1. Oversize Fire -Rated Door Assemblies: For units exceeding sizes of tested assemblies, provide certification by a qualified testing agency that doors comply with standard construction requirements for tested and labeled fire -rated door assemblies except for size. 2.03 STAINLESS -STEEL DOORS A. Stainless -Steel Doors: Not less than 1-3/4 inches (44 mm) thick, of seamless, hollow -metal construction. Construct doors with smooth, flush surfaces without visible joints or seams on faces. 1. Face Sheets: Fabricate from 0.078-inch- (? .98-mm-) thick, stainless -steel sheet. 2. Core Construction. a. Welded Steel -Stiffened Core. 0.031-inch- (0.79-mm-) thick, stainless -steel vertical stiffeners extending full -door height, spaced not more than 6 incher (152 mm) apart, spot welded to face sheets a maximum of 5 inches (127 mm) o.c. Fill spaces between stiffeners with mineral -fiber insulation. 1). Foam -Plastic Insulated Doors: Thermal -resistance value (R-value) of not less than 12.3 deg F x h x sq. ft./Btu (2.166 K x sq. m/W) when tested according to ASTM C1363. a). Locations: Exterior doors and interior doors where indicated. b. Fire -Rated Door Core: As required to provide fire -protection and temperature -rise ratings indicated. 3. Vertical Edges for Single -Acting Doors: Beveled 1/8 inch in 2 inches (3 mm in 50 mm). 4. Vertical Edges for Double -Acting Doors: Round vertical edges with 2-1/8-inch (54-mm) radius. 5. Moldings for Glazed Lites in Doors: 0.038-inch- (0.95-mm-) thick stainless steel. 6. Loose Stops for Glazed Lites in Doors: 0.038-inch- (0.95-mm-) thick stainless steel. 7. Top and Bottom Channels: Closed with continuous channels, 0.062-inch- (1.59-mm-) thick stainless steel. a. Spot welded to both face sheets. 8. Hardware Reinforcement: Fabricate according to NAAMM-HMMA 866 with reinforcing plates from stainless steel. B. Materials: 1. Stainless -Steel Sheet: ASTM A240/A240M, austenitic stainless steel, Type 316. Stainless -Steel Doors and Frames 08 11 19 - 3 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 2. Mineral -Fiber Insulation: Insulation made of rock -wool fibers, slag -wool fibers, or glass fibers. C. Stainless -Steel Finishes: Remove tool and die marks and stretch lines, or blend into finish. Grind and polish surfaces to produce uniform finish, free of cross scratches. When polishing is completed, passivate and rinse surfaces. Remove embedded foreign matter and leave surfaces chemically clean. 1. Directional Satin Finish: No. 4. 2.04 STAINLESS -STEEL PANELS A. Stainless -Steel Panels: Same construction, materials, and finish as specified for adjoining stainless -steel doors. 2.05 STAINLESS -STEEL FRAMES A. Stainless -Steel Frames: Fabricate stainless -steel frames of construction indicated, with faces of corners mitered and contact edges closed tight. 1. Frame Construction: Machine mitered and full (continuously) welded) a. Weld frames according to NAAMM-HMMA 820. 2. Door Frames for Openings 48 Inches (1219 mm) Wide or Less: Fabricate from 0. 109- n h- (2.7$3-mm-) thick, stainless -steel sheet. 3. Door Frames for Openings More Than 48 Inches (1219 rim) Wide: Fabricate from 0.109-inch- (2.78-mm-) thick, stainless -steel sheet. 4. Borrowed-Lite Frames: Fabricate from I: (2.78-mm-) thick, stainless -steel sheet. 5. SideliteFrames: Fabricate from stainless -steel sheet of same thickness as adjacent door frame. 6. Glazing Stops: Formed integral with stainless -steel frames, minimum `-/8 • ...:. (16 inm) high, unless otherwise indicated. 7. Loose Stops for Glazed Lites0..038-inch- (0.95-mm-) thick stainless steel. 8. Hardware Reinforcement: Fabricate according to NAAMM-HMMA 866 with reinforcing plates from stainless steel. 9. Head Reinforcement: 0.109-inch- (2.78-mm-) thick, stainless -steel channel or angle stiffener for opening widths more than 48 inches (1219 mm). 10. Jamb Anchors: a. Masonry Type: Adjustable strap -and -stirrup or T-shaped anchors to suit frame size, not less than - •:h- (1.59-mm--) thick stainless steel with corrugated or perforated straps not less than 2 inches (50 mm) wide by '.0 it,,. e.� (250 mm) long; or wire anchors not less than 0.156 inch (4.0 mm) thick. b. Postinstalled Expansion Type for In -Place Concrete or Masonry: Minimum :3/8- nch- (9.5-mm-) diameter, stainless -steel bolts with expansion shields or inserts. Provide Stainless -Steel Doors and Frames 08 11 19 - 4 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 pipe spacer from frame to wall, with throat reinforcement plate, welded to frame at each anchor location. 11. Floor Anchors: Not less than 0.078-inch- (1.98-mm-) thick stainless steel and as follows: a. Monolithic Concrete Slabs: Clip -type anchors, with two holes to receive fasteners. B. Materials: 1. Stainless -Steel Sheet: ASTM A240/A240M, austenitic stainless steel, Type 316. 2. Frame Anchors: Stainless -steel sheet. Same type as door face. 3. Inserts, Bolts, and Anchor Fasteners: Stainless -steel components complying with ASTM F593 and ASTM F594, Alloy Group 1 or 2 (P_Si'M F738M and ASTM F836M, Alloy Group 1 or 4) for bolts and nuts. C. Stainless -Steel Finishes: Remove tool and die marks and stretch lines, or blend into finish. Grind and polish surfaces to produce uniform finish, free of cross scratches. When polishing is completed, passivate and rinse surfaces. Remove embedded foreign matter and leave surfaces chemically clean. 1. Directional Satin Finish: No. 4. 2.06 FABRICATION A. Stainless -Steel Door Fabrication: Stainless -steel doors to be rigid and free of defects, warp, or buckle. Accurately form metal to required sizes and profiles, with minimum radius for thickness of metal. 1. Seamless Edge Construction: Door face sheets joined at vertical edges by continuous weld extending full height of door; with edges ground and polished, providing smooth, flush surfaces with no visible seams. 2. Exterior Doors: Close top edges flush and seal joints against water penetration. Provide weep -hole openings in bottom of exterior doors to permit moisture to escape. 3. Stops and Moldings: Factory cut openings in doors. Provide stops and moldings around glazed lites. Form corners of stops and moldings with butted or mitered hairline joints. a. Glazed I-ites: Provide fixed stops and moldings welded on secure side of door. b. Coordinate rabbet width between fixed and removable stops with type of glazing and type of installation indicated. 4. Hardware Preparation: Factory prepare stainless -steel doors to receive templated mortised hardware; include cutouts, reinforcement, mortising, drilling, and tapping, according to the door hardware schedule. a. Reinforce doors to receive nontemplated mortised and surface -mounted door hardware. 5. Tolerances: Fabricate doors to tolerances indicated in NAAMM-HMMA 866. B. Stainless -Steel Frame Fabrication: Fabricate stainless -steel frames to be rigid and free of defects, warp, or buckle. Accurately form metal to required sizes and profiles, with minimum radius for thickness of metal. Where practical, fit and assemble units in Stainless -Steel Doors and Frames 08 11 19 - 5 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 manufacturer's plant. To ensure proper assembly at Project Site, clearly identify work that cannot be permanently factory assembled before shipment. 1. Weld flush face joints continuously; grind, fill, dress, and make smooth, flush, and invisible. Where frames are fabricated in sections due to shipping or handling limitations, provide alignment plates or angles at each joint, fabricated from same thickness metal as frames. 2. Mullions, Rails, and Transom Bars: Provide closed tubular members with no visible face seams or joints. Fasten members at crossings and to jambs by butt welding according to joint designs in NAAMM-HMMA 820. a. Provide false head member to receive lower ceiling where frames extend to finish ceilings of different heights. 3. Provide countersunk, flat-, or oval -head exposed screws and bolts for exposed fasteners unless otherwise indicated. 4. Floor Anchors: Weld anchors to bottom of jambs and mullions with at least four spot welds per anchor. 5. Jamb Anchors: Provide number and spacing of anchors as follows: a. Masonry Type: Locate anchors not more than 18 inches (457 mm) from top and bottom of frame. Space anchors not more than 32 inches (813 mm) o.c. b. Postinstalled Expansion Type: Locate anchors not more than 6 inches (152 mm) from top and bottom of frame. Space anchors not more than 26 inches (660 mm) O.C. 6. Head Reinforcement: For frames more than '-, (1219 nim) wide, provide continuous head reinforcement for full width of opening, welded to back of frame at head. 7. Door Silencers: Except on weather-stripped frames, drill stops to receive door silencers as follows. Provide plastic plugs to keep holes clear during construction. a. Single -Door Frames: Drill stop in strike jamb to receive three door silencers. b. Double -Door Frames: Drill stop in head jamb to receive two door silencers. 8. Stops and Moldings: Provide stops and moldings around glazed lites Form corners of stops and moldings with butted or mitered hairline joints. a. Single Glazed Lites: Provide fixed stops and moldings welded on secure side of door or frame. b. Multiple Glazed Lites: Provide fixed and removable stops and moldings such that each lite is capable of being removed independently. c. Coordinate rabbet width between fixed and removable stops with type of glazing and type of installation . 9. Hardware Preparation: Factory prepare stainless -steel frames to receive templated mortised hardware; include cutouts, reinforcement, mortising, drilling, and tapping, according to the door hardware schedule. Stainless -Steel Doors and Frames 08 11 19 - 6 FTW17498 - VCWRF Sludge Thickening Improvements City Project No. CO2647 a. Reinforce frames to receive nontemplated mortised and surface -mounted door hardware. 10. Plaster Guards: Weld guards to frame at back of hardware mortises and mounting holes in frames to be grouted. 11. Tolerances: Fabricate frames to tolerances indicated in NAAMM-HMMA 866. 2.07 ACCESSORIES A. Glazing: Comply with requirements in Section 08 80 00 "Glazing." B. Grout: Comply with ASTM C476, with a slump of not more than 4 °nches (102 -nm) as measured according to ASTM C143/C143M. C. Mineral Fiber Insulation: Insulation made of rock -wool fibers, slag -wool fibers, or glass fibers. 3.00 EXECUTION 3.01 EXAMINATION A. Examine substrates, areas, and conditions, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of stainless -steel doors and frames. B. Examine roughing -in for embedded and built-in anchors to verify actual locations of stainless -steel door -frame connections before frame installation. C. Proceed with installation only after unsatisfactory conditions have been corrected. 3.02 PREPARATION A. Remove welded -in shipping spreaders installed at factory. Restore exposed finish by grinding, filling, and dressing, as required to make repaired area smooth, flush, and invisible on exposed faces. B. Prior to installation and with installation spreaders in place, adjust and securely brace stainless -steel door frames for squareness, alignment, twist, and plumb to the following tolerances: 1. Squareness: Plus or minus 1/16 incl (1.6 mm), measured at door rabbet on a line 90 degrees from jamb, and perpendicular to frame head. 2. Alignment: Plus or minus 1/16 inch (1.6 mm), measured at jambs on a horizontal line parallel to plane of wall. 3. Twist: Plus or minus 1/16 inch (1.6 mm), measured at opposite face corners of jambs on parallel lines, and perpendicular to plane of wall. 4. Plumbness: Plus or minus 1/16 inch (1.6 mm), measured at jambs on a perpendicular line from head to floor. C. Drill and tap doors and frames to receive nontemplated mortised and surface -mounted door hardware. Stainless -Steel Doors and Frames 08 11 19 - 7 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 3.03 INSTALLATION A. General: Install stainless -steel doors and frames plumb, rigid, properly aligned, and securely fastened in place; comply with NAAMM-HMMA 866 and manufacturer's written instructions. B. Stainless -Steel Frames: 1. Set frames accurately in position; plumb, aligned, and braced securely until permanent anchors are set. After wall construction is complete, remove temporary braces, leaving surfaces smooth and undamaged. a. At fire -protection -rated openings, install frames according to NFPA 80. b. Where frames are fabricated in sections due to shipping or handling limitations, field splice at approved locations by welding face joint continuously; grind, fill, dress, and make splice smooth, flush, and invisible on exposed faces. c. Install frames with removable glazing stops located on secure side of opening. d. Install door silencers in frames before grouting. e. Remove temporary braces necessary for installation only after frames have been properly set and secured. f. Check plumb, squareness, and twist of frames as walls are constructed. Shim as necessary to comply with installation tolerances. g. Apply corrosion -resistant coating to backs of grout -filled frames. 2. Floor Anchors: Provide floor anchors for each jamb and mullion that extends to floor and secure with postinstalled expansion anchors. a. Floor anchors may be set with powder -actuated fasteners instead of postinstalled expansion anchors if so indicated and approved on Shop Drawings. 3. In -Place Concrete or Masonry Construction: Secure frames in place with postinstalled expansion anchors. Countersink anchors, and fill and make smooth, flush, and invisible on exposed faces. 4. Grouted Frames: Solidly fill space between frames and substrate with grout. Take precautions, including bracing frames, to ensure that frames are not deformed or damaged by grout forces. 5. Installation Tolerances: Adjust stainless -steel frames for squareness, alignment, twist, and plumb to the following tolerances: a. Squareness: Plus or minus 1/16 inch (1.6 mm), measured at door rabbet on a line 90 degrees from jamb, and perpendicular to frame head. b. Alignment: Plus or minus" '16 ich (1.6 mm), measured at jambs on a horizontal line parallel to plane of wall. c. Twist: Plus or minus 1116 oiri�. (1.6 mm), measured at opposite face corners of jambs on parallel lines, and perpendicular to plane of wall. d. Plumbness: Plus or minus 1/16 -nch (1.6 mm), measured at jambs at floor. Stainless -Steel Doors and Frames 08 11 19 - 8 FTW17498 —VCWRF Sludge Thickening Improvements City Project No. CO2647 C. Stainless -Steel Doors: Fit stainless steel doors accurately in frames with the following clearances: 1. Non -Fire -Rated Doors: a. Jambs and Head: 1/8 inch (3 mm) plus or minus 1/16 inch (1.6 mm). b. Between Edges of Pairs of Doors: 1/8 inch (3 mm) plus or minus 1/16 inch (1.6 mm). c. Between Bottom of Door and Top of Threshold: Maximum 3/8 inch (9.5 mm.). d. Between Bottom of Door and Top of Finish Floor (No Threshold): Maximum 3/4 inch (19 mm). 2. Fire -Rated Doors: Install doors with clearances according to NFPA 80. 3. Smoke -Control Doors: Install doors according to NFPA 105. D. Glazing: Install glazing in sidelites, transoms, and borrowed lites to comply with installation requirements in Section 08 80 00 "Glazing." 1. Secure stops with countersunk, flat-, or oval -head machine screws spaced uniformly not more than 9 inches (230 mm) o.c. and not more than 2 inches (50 mm) o.c. from each corner. 3.04 ADJUSTING AND CLEANING A. Final Adjustments: Check and readjust operating hardware items immediately before final inspection. Leave work in complete and proper operating condition. Remove and replace defective work including stainless -steel doors or frames that are warped, bowed, or otherwise unacceptable. B. Clean grout and other bonding material off stainless -steel doors and frames immediately after installation. C. Stainless -Steel Touchup: Immediately after erection, smooth any abraded areas of stainless steel and polish to match undamaged finish. END OF SECTION Stainless -Steel Doors and Frames 08 11 19 - 9 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 THIS PAGE INTENTIONALLY BLANK 083323 OVERHEAD COILING DOORS (STAINLESS STEEL) 1.00 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. Section Includes: 1. Insulated service doors. B. Related Requirements: 1. Section 05 50 00 "Metal Fabrications" for miscellaneous steel supports. 1.03 ACTION SUBMITTALS A. Product Data: For each type and size of overhead coiling door and accessory. 1. Include construction details, material descriptions, dimensions of individual components, profiles for slats, and finishes. 2. Include rated capacities, operating characteristics, electrical characteristics, and furnished accessories. B. Shop Drawings: For each installation and for special components not dimensioned or detailed in manufacturer's product data. 1. include plans, elevations, sections, and mounting details. 2. Include details of equipment assemblies, and indicate dimensions, required clearances, method of field assembly, components, and location and size of each field connection. 3. Include points of attachment and their corresponding static and dynamic loads imposed on structure. 4. For exterior components, include details of provisions for assembly expansion and contraction and for excluding and draining moisture to the exterior. 5. Include diagrams for power, signal, and control wiring. C. Samples for Initial Selection: Manufacturer's finish charts showing full range of colors and textures available for units with factory -applied finishes. 1. Include similar Samples of accessories involving color selection. D. Samples for Verification: For each type of exposed finish on the following components, in manufacturer's standard sizes: 1. Curtain slats. 2. Bottom bar with sensor edge. 3. Include similar Samples of accessories involving color selection. Overhead Coiling Doors (Stainless Steel) 08 33 23 - 1 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 1.04 INFORMATIONAL SUBMITTALS A. Qualification Data: For Installer. 1.05 CLOSEOUT SUBMITTALS A.. Maintenance Data: For overhead coiling doors to include in maintenance manuals. 1.06 QUALITY ASSURANCE A. Installer Qualifications: An entity that employs installers and supervisors who are trained and approved by manufacturer for both installation and maintenance of units required for this Project. 1. Maintenance Proximity: Not more than 2 hours' normal travel time from Installer's place of business to Project Site. B. Regulatory Requirements: Comply with applicable provisions in the U.S. Architectural & Transportation Barriers Compliance Board's ADA-ABA Accessibility Guidelines and Texas Accessibility Standards. 2.00 PRODUCTS 2.01 MANUFACTURERS, GENERAL A. Source Limitations: Obtain overhead coiling doors from single source from single manufacturer. 1. Obtain operators and controls from overhead coiling door manufacturer. 2.02 PERFORMANCE REQUIREMENTS A. Structural Performance, Exterior Doors: Capable of withstanding the design wind loads. 1. Design Wind Load: As indicated on Drawings. 2. Testing: According to ASTM E330. 3. Deflection Limits: Design overhead coiling doors to withstand design wind load without evidencing permanent deformation or disengagement of door components. 4. Operability under Wind Load: Design overhead coiling doors to remain operable under design wind load, acting inward and outward. B. Wind borne -Debris Impact Resistance: Provide impact -protective overhead coiling doors that pass missile -impact and cyclic -pressure tests according to ASTM E1896 and ASTM E1996or DASMA 115. 1. Large -Missile Test: For overhead coiling doors located within 30 feet (9.144 m) of grade. 2. Small -Missile Test: For overhead coiling doors located more than 30 feet (9.144 m) above grade. Overhead Coiling Doors (Stainless Steel) 08 33 23 - 2 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 2.03 DOOR ASSEMBLY A. Insulated Service Door. Overhead coiling door formed with curtain of interlocking metal slats. a. Cookson Company. b. Cornell Iron Works, Inc. c. Overhead Door Corporation. d. Raynor. e. Southwestern Steel Rolling Door Co. B. Operation Cycles: Door components and operators capable of operating for not less than 20,000. One operation cycle is complete when a door is opened from the closed position to the fully open position and returned to the closed position. 1. Include tamperproof cycle counter. C. Curtain R-Value: 4.5 deg F x h x sq. ft./Btu (0.792 K m/W). D. Door Curtain Material: Stainless steel. E. Door Curtain Slats: Flat profile slats of 2-5/8-inch (67-mm) center -to -center height. 1. Insulated -Slat Interior Facing: Stainless steel. 2. Gasket Seal. Manufacturer's standard continuous gaskets between slats. F. Bottom Bar: Two angles, each not less than 1-1/2 by 1-1/2 by 1/8 inch (38 by 38 by 3 mm) thick; fabricated from stainless steel. G. Curtain Jamb Guides: Structural steel - hot -dipped galvanized finish or factory powder coat finish. H. Hood. Stainless steel 1. Shape: Round. 2. Mounting: Face of wall I. Locking Devices: Equip door with chain lock keeper. 1. Locking Device Assembly: Cremone type, both jamb sides locking bars, operable from inside with thumb turn and electronic interconnect with operator to assure door operator will not operate when door is locked. 2. Provide operator with manufacturer's standard removable operating arm. J. Electric Door Operator: 1. Usage Classification: Heavy duty, 25 or more cycles per hour and over 90 cycles per day. 2. Operator Location: Top of hood 3. Safety: Listed according to UL 325 by a qualified testing agency for commercial or industrial use. 4. Motor Exposure: Interior Overhead Coiling Doors (Stainless Steel) 08 33 23 - 3 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 5. Emergency Manual Operation: Chain type. 6. Obstruction --Detection Device: Automatic electric sensor edge on bottom bar self - monitoring type. a. Sensor Edge Bulb Color: Black. 7. Control Station(s): Interior mounted. K. Curtain Accessories: Equip door with weatherseals. L. Door Finish: 1. Stainless -Steel Finish: No. 4 (polished directional satin) Note to Specifier: Retain "Interior Curtain -Slat Facing" Subparagraph below for insulated door curtains. 2. Interior Curtain -Slat Facing: Match finish of exterior curtain -slat face. 2.04 MATERIALS, GENERAL A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. 2.05 DOOR CURTAIN MATERIALS AND CONSTRUCTION A. Door Curtains: Fabricate overhead coiling -door curtain of interlocking metal slats, designed to withstand wind loading indicated, in a continuous length for width of door without splices. Unless otherwise indicated, provide slats of thickness and mechanical properties recommended by door manufacturer for performance, size, and type of door indicated, and as follows: 1. Stainless -Steel Door Curtain Slats: ASTM A666, Type 304; sheet thickness of 0.025 inch (0.64 rmn); and as required. 2. Insulation: Fill slats for insulated doors with manufacturer's standard thermal insulation complying with maximum flame -spread and smoke -developed indexes of 75 and 450, respectively, according to ASTM E84 or UL 723. Enclose insulation completely within slat faces. B. Curtain Jamb Guides: Manufacturer's standard angles or channels and angles of same material and finish as curtain slats unless otherwise indicated, with sufficient depth and strength to retain curtain, to allow curtain to operate smoothly, and to withstand loading. Slot bolt holes for guide adjustment. Provide removable stops on guides to prevent overtravel of curtain , and a continuous bar for holding windlocks. 2.06 HOODS A. General: Form sheet metal hood to entirely enclose coiled curtain and operating mechanism at opening head. Contour to fit end brackets to which hood is attached. Roll and reinforce top and bottom edges for stiffness. Form closed ends for surface -mounted hoods and fascia for any portion of between -jamb mounting that projects beyond wall face. Equip hood with intermediate support brackets as required to prevent sagging. 1. Stainless Steel: O.0 _15-:.:cn- (0.64-mm-) thick stainless -steel sheet, Type 304, complying with ASTM A666. Overhead Coiling Doors (Stainless Steel) 08 33 23 - 4 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 2.07 LOCKING DEVICES A. Chain Lock Keeper: Suitable for padlock. B. Safety Interlock Switch: Equip power -operated doors with safety interlock switch to disengage power supply when door is locked. 2.08 CURTAIN ACCESSORIES A. Weatherseals for Exterior Doors: Equip each exterior door with weather-stripping gaskets fitted to entire exterior perimeter of door for a weather -resistant installation unless otherwise indicated. 1. At door head, use 1/8-inch (3-mm-) thick, replaceable, continuous -sheet baffle secured to inside of hood or field- installed on the header. 2. At doorjambs, use replaceable, adjustable, continuous, flexible, 1/8-inch- (3-mm-) thick seals of flexible vinyl, rubber, or neoprene. 2.09 COUNTERBALANCING MECHANISM A. General: Counterbalance doors by means of manufacturer's standard mechanism with an adjustable -tension, steel helical torsion spring mounted around a steel shaft and contained in a spring barrel connected to top of curtain with barrel rings. Use grease -sealed bearings or self-lubricating graphite bearings for rotating members. B. Counterbalance Barrel: Fabricate spring barrel of manufacturer's standard hot -formed, structural -quality, seamless or welded carbon -steel pipe, of sufficient diameter and wall thickness to support rolled -up curtain without distortion of slats and to limit barrel deflection to not more than 0.03 in./ft (2.5 mm/m) of span under full load. C. Counterbalance Spring: One or more oil -tempered, heat -treated steel helical torsion springs. Size springs to counterbalance weight of curtain, with uniform adjustment accessible from outside barrel. Secure ends of springs to barrel and shaft with cast -steel barrel plugs. 1. Fire -Rated Doors: Equip with auxiliary counterbalance spring and prevent tension release from main counterbalance spring when automatic closing device operates. D. Torsion Rod for Counterbalance Shaft: Fabricate of manufacturer's standard cold -rolled steel, sized to hold fixed spring ends and carry torsional load. E. Brackets: Manufacturer's standard mounting brackets of either cast iron or cold --rolled steel plate. 2.10 MANUAL DOOR OPERATORS (EMERGENCY ONLY) A. Chain -Foist Operator: Consisting of endless steel hand chain, chain -pocket wheel and guard, and gear -reduction unit with a maxim force to turn crank. Fabricate gearbox to be oil tight and to completely enclose operating mechanism. Provide manufacturer's standard crank -locking device. Overhead Coiling Doors (Stainless Steel) 08 33 23 - 5 FTW17498 — VCWRF Sludge Thickening Improvements City Project No, CO2647 2.11 ELECTRIC DOOR OPERATORS A. General: Electric door operator assembly of size and capacity recommended and provided by door manufacturer for door and operation -cycles requirement specified, with electric motor and facto ry-prewired motor controls, starter, gear -reduction unit, solenoid -operated brake, clutch, control stations, control devices, integral gearing for locking door, and accessories required for proper operation. 1. Comply with NFPA 70. 2. Control equipment complying with NEMA ICS 1, NEMA ICS 2, and NEMA ICS 6, with NFPA 70 Class 2 control circuit, maximum 24-V ac or dc. B. Usage Classification: Electric operator and components capable of operating for not less than number of cycles per hour indicated for each door. C. Door Operator Location(s): Operator location indicated for each door. 1. Top -of -Hood Mounted: Operator is mounted to the right or left door head plate with the operator on top of the door -hood assembly and connected to the door drive shaft with drive chain and sprockets. Headroom is required for this type of mounting. D. Motors: Reversible -type motor with controller (disconnect switch) for motor exposure indicated. 1. Electrical Characteristics: a. Phase: Single phase b. Volts: 115 V. c. Hertz: 60. 2. Motor Size: Minimum size as indicated. If not indicated, large enough to start, accelerate, and operate door in either direction from any position, at a speed not less than 8 in./sec. (203 mm/s) and not more than __. (305 mm/s), without exceeding nameplate ratings or service factor. 3. Operating Controls, Controllers, Disconnect Switches, Wiring Devices, and Wiring: Manufacturer's standard unless otherwise indicated. 4. Coordinate wiring requirements and electrical characteristics of motors and other electrical devices with building electrical system and each location where installed. E. Limit Switches: Equip each motorized door with adjustable switches interlocked with motor controls and set to automatically stop door at fully opened and fully closed positions. F. Obstruction Detection Devices: External entrapment protection consisting of indicated automatic safety sensor capable of protecting full width of door opening. For non -fire -rated doors, activation of device immediately stops and reverses downward door travel. 1. Electric Sensor Edge: Automatic safety sensor edge, located within astragal or weather stripping mounted to bottom bar. Contact with sensor activates device. Connect to control circuit using manufacturer's standard take-up reel or self -coiling cable. a. Self -Monitoring Type: Four -wire configured device designed to interface with door operator control circuit to detect damage to or disconnection of sensor edge. Overhead Coiling Doors (Stainless Steel) 08 33 23 - 6 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 G. Control Station: Three -button control station in fixed location with momentary -contact push-button controls labeled "Open" and "Stop" and sustained- or constant -pressure push- button control labeled "Close." 1. Interior -Mounted Units: Full -guarded, surface -mounted, heavy-duty type, with general- purpose NEMA ICS 6, Type 1 enclosure. H. Emergency Manual Operation: Equip each electrically powered door with capability for emergency manual operation. Design manual mechanism so required force for door operation does not exceed ?5 Ibt (111 N). I. Emergency Operation Disconnect Device: Equip operator with hand -operated disconnect mechanism for automatically engaging manual operator and releasing brake for emergency manual operation while disconnecting motor without affecting timing of limit switch. Mount mechanism so it is accessible from floor level. Include interlock device to automatically prevent motor from operating when emergency operator is engaged. J. Motor Removal: Design operator so motor may be removed without disturbing limit -switch adjustment and without affecting emergency manual operation. K. Audible and Visual Signals: Audible alarm and visual indicator lights in compliance with regulatory requirements for accessibility. 2.12 GENERAL FINISH REQUIREMENTS A. Comply with NAAMM/NOMMA's "Metal Finishes Manual for Architectural and Metal Products (AMP 500-06)" for recommendations for applying and designating finishes. B. Appearance of Finished Work: Noticeable variations in same piece are not acceptable. Variations in appearance of adjoining components are acceptable if they are within the range of approved Samples and are assembled or installed to minimize contrast. 2.13 STAINLESS -STEEL FINISHES A. Surface Preparation: Remove tool and die marks and stretch lines, or blend into finish. B. Polished Finishes: Grind and polish surfaces to produce uniform finish, free of cross scratches. 1. Run grain of directional finishes with long dimension of each piece. 2. When polishing is completed, passivate and rinse surfaces. Remove embedded foreign matter and leave surfaces chemically clean. 3. Directional Satin Finish: No. 4 3.00 EXECUTION 3.01 EXAMINATION A. Examine substrates areas and conditions, with Installer present, for compliance with requirements for substrate construction and other conditions affecting performance of the Work. B. Examine locations of electrical connections. Overhead Coiling Doors (Stainless Steel) 08 33 23 - 7 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 C. Proceed with installation only after unsatisfactory conditions have been corrected. 3.02 INSTALLATION A. Install overhead coiling doors and operating equipment complete with necessary hardware, anchors, inserts, hangers, and equipment supports; according to manufacturer's written instructions and as specified. B. Install overhead coiling doors, hoods, controls, and operators at the mounting locations indicated for each door. C. Accessibility. Install overhead coiling doors, switches, and controls along accessible routes in compliance with regulatory requirements for accessibility. D. Power -Operated Doors: Install automatic garage doors openers according to UL 325. 3.03 STARTUP SERVICE A. Engage a factory -authorized service representative to perform startup service. 1. Perform installation and startup checks according to manufacturer's written instructions. 2. Test and adjust controls and safety devices. Replace damaged and malfunctioning controls and equipment. 3. Test door closing when activated by detector or alarm -connected fire -release system. Reset door -closing mechanism after successful test. 3.04 ADJUSTING A. Adjust hardware and moving parts to function smoothly so that doors operate easily, free of warp, twist, or distortion. 1. Adjust exterior doors and components to be weather -resistant. B. Lubricate bearings and sliding parts as recommended by manufacturer. C. Adjust seals to provide tight fit around entire perimeter. 3.05 MAINTENANCE SERVICE A. Initial Maintenance Service: Beginning at Substantial Completion, maintenance service shall include 12 months' full maintenance by skilled employees of coiling -door Installer. Include [quarterly preventive maintenance, repair or replacement of worn or defective components, lubrication, cleaning, and adjusting as required for door operation. Parts and supplies shall be manufacturer's authorized replacement parts and supplies. 1. Perform maintenance, including emergency callback service, during normal working hours. 2. Include 24-hour-per-day, 7-day-per-week, emergency callback service. Overhead Coiling Doors (Stainless Steel) 08 33 23 - 8 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 3.06 DEMONSTRATION A. Engage a factory -authorized service representative to train Owner's maintenance personnel to adjust, operate, and maintain overhead coiling doors. END OF SECTION Overhead Coiling Doors (Stainless Steel) 08 33 23 - 9 FTW17498 —VCWRF Sludge Thickening Improvements City Project No. CO2647 THIS PAGE INTENTIONALLY BLANK 084113 ALUMINUM -FRAMED ENTRANCES AND STOREFRONTS 1.00 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. Section Includes: 1. Storefront framing for punched openings. B. Related Requirements: 1.03 ACTION SUBMITTALS A. Product Data: For each type of product. 1. Include construction details, material descriptions, dimensions of individual components and profiles, and finishes. B. Shop Drawings: For aluminum -framed WINDOWS. Include plans, elevations, sections, full- size details, and attachments to other work. 1. Include details of provisions for assembly expansion and contraction and for draining moisture occurring within the assembly to the exterior. 2. Include full-size isometric details of each vertical -to -horizontal intersection of aluminum -framed entrances and storefronts, showing the following: a. Joinery, including concealed welds. b. Anchorage. c. Expansion provisions. d. Glazing. e. Flashing and drainage. 3. Show connection to and continuity with adjacent thermal, weather, air, and vapor barriers. C. Delegated -Design Submittal: For aluminum -framed windows indicated to comply with performance requirements and design criteria, including analysis data signed and sealed by the qualified professional engineer responsible for their preparation. 1.04 INFORMATIONAL SUBMITTALS A. Energy Performance Certificates. For aluminum -framed entrances and storefronts, accessories, and components, from manufacturer. 1. Basis for Certification. NFRC-certified energy performance values for each aluminum - framed entrance and storefront. Aluminum -Framed Entrances and Storefronts 08 41 13 - 1 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 B. Product Test Reports: For aluminum -framed entrances and storefronts, for tests performed by manufacturer and witnessed by a qualified testing agency. C. Quality -Control Program: Developed specifically for Project, including fabrication and installation, according to recommendations in ASTM C1401. Include periodic quality -control reports. D. Source quality -control reports. E. Field quality -control reports. F. Sample Warranties: For special warranties. 1.05 CLOSEOUT SUBMITTALS A. Maintenance Data: For aluminum -framed entrances and storefronts to include in maintenance manuals. 1.06 QUALITY ASSURANCE A. Installer Qualifications: An entity that employs installers and supervisors who are trained and approved by manufacturer. B. Laboratory Mockup Testing Agency Qualifications: Qualified according to ASTM E699 for testing indicated and accredited by IAS or ]LAC Mutual Recognition Arrangement as complying with ISO/IEC 17025.. C. Product Options: Information on Drawings and in Specifications establishes requirements for aesthetic effects and performance characteristics of assemblies. Aesthetic effects are indicated by dimensions, arrangements, alignment, and profiles of components and assemblies as they relate to sightlines, to one another, and to adjoining construction. 1. Do not change intended aesthetic effects, as judged solely by Architect, except with Architect's approval. If changes are proposed, submit comprehensive explanatory data to Architect for review. 1.07 WARRANTY A. Special Warranty: Installer agrees to repair or replace components of aluminum -framed entrances and storefronts that do not comply with requirements or that fail in materials or workmanship within specified warranty period. 1. Failures include, but are not limited to, the following: a. Structural failures including, but not limited to, excessive deflection. b. Noise or vibration created by wind and thermal and structural movements. c. Deterioration of metals , metal finishes, and other materials beyond normal weathering. d. Water penetration through fixed glazing and framing areas. 2. Warranty Period: 10 years from date of Substantial Completion. Aluminum -Framed Entrances and Storefronts 08 41 13 - 2 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 B. Special Finish Warranty: Standard form in which manufacturer agrees to repair finishes or replace aluminum that shows evidence of deterioration of factory -applied finishes within specified warranty period. 1. Deterioration includes, but is not limited to, the following: a. Color fading more than 5 Hunter units when tested according to ASTM D2244. b. Chalking in excess of a No. 8 rating when tested according to ASTM D4214. c. Cracking, checking, peeling, or failure of paint to adhere to bare metal. 2. Warranty Period: 10years from date of Substantial Completion. 2.00 PRODUCTS 2.01 PERFORMANCE REQUIREMENTS A. Delegated Design: Engage a qualified professional engineer, as defined in Section 0140 00 "Quality Requirements," to design aluminum -framed entrances and storefronts. B. General Performance: Comply with performance requirements specified, as determined by testing of aluminum -framed entrances and storefronts representing those indicated for this Project without failure due to defective manufacture, fabrication, installation, or other defects in construction. 1. Aluminum -framed entrances and storefronts shall withstand movements of supporting structure including, but not limited to, story drift, twist, column shortening, long-term creep, and deflection from uniformly distributed and concentrated live loads. 2. Failure also includes the following: a. Thermal stresses transferring to building structure. b. Glass breakage. c. Noise or vibration created by wind and thermal and structural movements. d. Loosening or weakening of fasteners, attachments, and other components. e. Failure of operating units. C. Structural Loads: 1. Wind Loads: As indicated on Drawings. D. Deflection of Framing Members: At design wind pressure, as follows: 1. Deflection Normal to Wall Plane: Limited to edge of glass in a direction perpendicular to glass plane not exceeding 1/175 of the glass edge length for each individual glazing lite or an amount that restricts edge deflection of individual glazing lites to 3/4 inch (19A mr.i;, whichever is less. E. Structural: Test according to ASTM E330 as follows: 1. When tested at positive and negative wind -load design pressures, assemblies do not evidence deflection exceeding specified limits. Aluminum -Framed Entrances and Storefronts 08 41 13 - 3 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 F. Air Infiltration: Test according to ASTM E283 for infiltration as follows: 1. Fixed Framing and Glass Area: a. Maximum air leakage of 0.06 cfm/sq. ft. (0.30 L/s p_r -q. m) at a static -air -pressure differential of 1.57 Ibf/sq. ft. (75 Pa). G. Water Penetration under Static Pressure: Test according to ASTM E331 as follows: 1. No evidence of water penetration through fixed glazing and framing areas when tested according to a minimum static -air -pressure differential of 20 percent of positive wind - load design pressure, but not less than 10 iof_/sq it (480 Pa). H. Water Penetration under Dynamic Pressure: Test according to AAMA 501.1 as follows: 1. No evidence of water penetration through fixed glazing and framing areas when tested at dynamic pressure equal to 20 percent of positive wind -load design pressure, but not less than 10 Ibf/sq. ft. (480 Pa) 2. Maximum Water leakage: According to AAMA 501.1 No uncontrolled water penetrating assemblies or water appearing on assemblies' normally exposed interior surfaces from sources other than condensation. Water leakage does not include water controlled by flashing and gutters, or water that is drained to exterior. I. Energy Performance: Certify and label energy performance according to NFRC as follows: 1. Thermal Transmittance (U-factor): Fixed glazing and framing areas shall have U-factor of not more than 0.46 Btu/sq. ft. x In x deg F (3.23 W/sq. m x K) value as determined according to NFRC 100. 2. Solar Heat Gain Coefficient: Fixed glazing and framing areas shall have a solar heat gain coefficient of no greater than 0.25 as determined according to NFRC 200. 2.02 MANUFACTURERS A. EFCO Corporation B. Kawneer North America, an Arconic company C. Manko Window Systems, Inc. D. Vistawall Architectural Products E. Source Limitations: Obtain all components of aluminum -framed entrance and storefront system, including framing windows and accessories, from single manufacturer. 2.03 FRAMING A. Framing Members: Manufacturer's extruded- or formed -aluminum framing members of thickness required and reinforced as required to support imposed loads. 1. Construction: Thermally broken 2. Glazing System: Retained mechanically with gaskets on four sides 3. Glazing Plane: Front. 4. Finish: Clear anodic finish Aluminum -Framed Entrances and Storefronts 08 41 13 - 4 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 5. Fabrication Method: Field -fabricated stick system. B. Backer Plates: Manufacturer's standard, continuous backer plates for framing members, if not integral, where framing abuts adjacent construction. C. Brackets and Reinforcements: Manufacturer's standard high -strength aluminum with nonstaining, nonferrous shims for aligning system components. D. Materials: 1. Aluminum: Alloy and temper recommended by manufacturer for type of use and finish indicated. a. Sheet and Plate: ASTM B209 (ASTM B209M). b. Extruded Bars, Rods, Profiles, and Tubes: ASTM B221 (ASTM B221M). c. Extruded Structural Pipe and Tubes: ASTM 13429/6429M. d. Structural Profiles: ASTM 8308/B308M. 2. Steel Reinforcement: Manufacturer's standard zinc -rich, corrosion -resistant primer complying with SSPGPS Guide No. 12.00; applied immediately after surface preparation and pretreatment. Select surface preparation methods according to recommendations in SSPC-SP COM, and prepare surfaces according to applicable SSPC standard. a. Structural Shapes, Plates, and Bars: ASTM A36/A36M. b. Cold -Rolled Sheet and Strip: ASTM A1008/A1008M. c. Hot -Rolled Sheet and Strip: ASTM A1011/A1011M. 2.04 ACCESSORIES A. Fasteners and Accessories: Manufacturer's standard corrosion -resistant, nonstaining, nonbleeding fasteners and accessories compatible with adjacent materials. 1. Use self-locking devices where fasteners are subject to loosening or turning out from thermal and structural movements, wind loads, or vibration. 2. Reinforce members as required to receive fastener threads. B. Anchors: Three-way adjustable anchors with minimum adjustment of 1 inch (25.4 mm) that accommodate fabrication and installation tolerances in material and finish compatible with adjoining materials and recommended by manufacturer. C. Concealed Flashing: Manufacturer's standard corrosion -resistant, nonstaining, nonbleeding flashing compatible with adjacent materials. D. Bituminous Paint: Cold applied asphalt -mastic paint complying with SSPC-Paint 12 requirements except containing no asbestos, formulated for 30-mil (0.762-mm) thickness per coat. 2.05 FABRICATION A. Form or extrude aluminum shapes before finishing. Aluminum -Framed Entrances and Storefronts 08 41 13 - 5 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 B. Weld in concealed locations to greatest extent possible to minimize distortion or discoloration of finish. Remove weld spatter and welding oxides from exposed surfaces by descaling or grinding. C. Fabricate components that, when assembled, have the following characteristics: 1. Profiles that are sharp, straight, and free of defects or deformations. 2. Accurately fitted joints with ends coped or mitered. 3. Physical and thermal isolation of glazing from framing members. 4. Accommodations for thermal and mechanical movements of glazing and framing to maintain required glazing edge clearances. 5. Provisions for field replacement of glazing from interior 6. Fasteners, anchors, and connection devices that are concealed from view to greatest extent possible. D. Mechanically Glazed Framing Members: Fabricate for flush glazing without projecting stops. E. Storefront Framing: Fabricate components for assembly using screw -spline system. 2.06 ALUMINUM FINISHES A. Clear Anodic Finish: AAMA 611, AA-M12C22A41, Class I, 0.018 mmor thicker. 3.00 EXECUTION 3.01 EXAMINATION A. Examine areas, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of the Work. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.02 PREPARATION A. Prepare surfaces that are in contact with structural sealant according to sealant manufacturer's written instructions to ensure compatibility and adhesion. Preparation includes, but is not limited to, cleaning and priming surfaces. 3.03 INSTALLATION A. General: 1. Comply with manufacturer's written instructions. 2. Do not install damaged components. 3. Fit joints to produce hairline joints free of burrs and distortion. 4. Rigidly secure nonmovement joints. 5. Install anchors with separators and isolators to prevent metal corrosion and electrolytic deterioration and to prevent impeding movement of moving joints. 6. Seal perimeter and otherjoints watertight unless otherwise indicated. Aluminum -Framed Entrances and Storefronts 08 41 13 - 6 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 B. Metal Protection: 1. Where aluminum is in contact with dissimilar metals, protect against galvanic action by painting contact surfaces with materials recommended by manufacturer for this purpose or by installing nonconductive spacers. C. Set continuous sill members and flashing in full sealant bed as specified in Section 07 92 00 "Joint Sealants" to produce weathertight installation. D. Install components plumb and true in alignment with established lines and grades. E. Install glazing as specified in Section 08 80 00 "Glazing." 3.04 ERECTION TOLERANCES A. Erection Tolerances: Install aluminum -framed entrances and storefronts to comply with the following maximum tolerances: 1. Plumb: 1/8 inch in 10 feet (3.2 mm in 3 m); 1/4 inch in 40 feet (6.35 mm in 12.2 m). 2. Level: 1/8 inch in 20 feet (3.2 mm in 6 m); 1/4 inch in 40 feet (6.35 mm in 12.2 m). 3. Alignment: a. Where surfaces abut in line or are separated by reveal or protruding element up to 1/2 inch (12.7 r(im) wide, limit offset from true alignment to 1/16 inch (1.5 rrim). b. Where surfaces are separated by reveal or protruding element from 1/2 to 1 inch (12.7 to 25.4 mm) wide, limit offset from true alignment to 1/8 inch (3.2 mm). i c. Where surfaces are separated by reveal or protruding element of 1 inch (25.4 mm) wide or more, limit offset from true alignment to 1/4 inch (6 mm). 4. Location: Limit variation from plane to 1/8 inch in 12 feet (3.2 mm in 3.6 m); 1/2 inch (12.7 mm) over total length. 3.05 FIELD QUALITY CONTROL A. Field Quality -Control Testing: Perform the following test on representative areas of aluminum -framed windows. 1. Water -Spray Test: Before installation of interior finishes has begun, areas designated by Architect shall be tested according to AAMA 501.2 and shall not evidence water penetration. a. Perform a minimum of two tests in areas as directed by Architect. B. Aluminum -framed windows will be considered defective if they do not pass tests and inspections. C. Prepare test and inspection reports. END OF SECTION Aluminum -Framed Entrances and Storefronts 08 41 13 - 7 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 THIS PAGE INTENTIONALLY BLANK 087100 DOOR HARDWARE 1.00 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. Section includes: 1. Mechanical door hardware for the following: a. Swinging doors. B. Related Sections: 1. 08 33 23 "Overhead Coiling Doors" for door hardware provided as part of overhead coiling door assemblies 1.03 ACTION SUBMITTALS A. Product Data: For each type of product indicated. Include construction and installation details, material descriptions, dimensions of individual components and profiles, and finishes. B. Other Action Submittals: 1. Door Hardware Schedule: Prepared by or under the supervision of Installer, detailing fabrication and assembly of door hardware, as well as installation procedures and diagrams. Coordinate final door hardware schedule with doors, frames, and related work to ensure proper size, thickness, hand, function, and finish of door hardware. a. Submittal Sequence: Submit door hardware schedule concurrent with submissions of Product Data and Shop Drawings. Coordinate submission of door hardware schedule with scheduling requirements of other work to facilitate the fabrication of other work that is critical in Project construction schedule. b. Format: Use same scheduling sequence and format and use same door numbers as in the Contract Documents. c. Content: Include the following information: 1). Identification number, location, hand, fire rating, size, and material of each door and frame. 2). Locations of each door hardware set, cross-referenced to Drawings on floor plans and to door and frame schedule. 3). Complete designations, including name and manufacturer, type, style, function, size, quantity, function, and finish of each door hardware product. 4). Fastenings and other pertinent information. 5). Explanation of abbreviations, symbols, and codes contained in schedule. Door Hardware 08 71 00 -1 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 6). Mounting locations for door hardware. 2. Keying Schedule: Prepared by or under the supervision of Installer, detailing Owner's final keying instructions for locks. Include schematic keying diagram and index each key set to unique door designations that are coordinated with the Contract Documents. 1.04 INFORMATIONAL SUBMITTALS A. Qualification Data: For Installer. 1. Certify that door hardware approved for use on types and sizes of labeled fire -rated doors complies with listed fire -rated door assemblies. 1.05 QUALITY ASSURANCE A. Installer Qualifications: Supplier of products and an employer of workers trained and approved by product manufacturers and an Architectural Hardware Consultant who is available during the course of the Work to consult with Contractor, Architect, and Owner about door hardware and keying. 1. Warehousing Facilities: In Project's vicinity. 2. Scheduling Responsibility: Preparation of door hardware and keying schedules. B. Source Limitations: Obtain each type of door hardware from a single manufacturer. C. Means of Egress Doors: Latches do not require more than 15 Ibf (67 N) to release the latch. Locks do not require use of a key, tool, or special knowledge for operation. 1. Bevel raised thresholds with a slope of not more than 1:2. Provide thresholds not more than 1/2 inch (13 mm) high. 2. Adjust door closer sweep periods so that, from an open position of 70 degrees, the door will take at least 3 seconds to move to a point 3 inches (75 mm) from the latch, measured to the leading edge of the door. D. Preinstallation Conference: Conduct conference at Project site. 1. Review and finalize construction schedule and verify availability of materials, Installer's personnel, equipment, and facilities needed to make progress and avoid delays. 2. Inspect and discuss preparatory work performed by other trades. 1.06 DELIVERY, STORAGE, AND HANDLING A. Inventory door hardware on receipt and provide secure lock -up for door hardware delivered to Project site. B. Tag each item or package separately with identification coordinated with the final door hardware schedule, and include installation instructions, templates, and necessary fasteners with each item or package. Deliver keys and permanent cores to Owner by registered mail or overnight package service. COORDINATION 1. Installation Templates: Distribute for doors, frames, and other work specified to be factory prepared. Check Shop Drawings of other work to confirm that adequate Door Hardware 08 7100 - 2 FTW17498—VCWRF Sludge Thickening Improvements City Project No. CO2647 provisions are made for locating and installing door hardware to comply with indicated requirements. 2. Security: Coordinate installation of door hardware, keying, and access control with Owner's security consultant. 1.07 WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace components of door hardware that fail in materials or workmanship within specified warranty period. 1. Failures include, but are not limited to, the following: a. Structural failures including excessive deflection, cracking, or breakage. b. Faulty operation of doors and door hardware. c. Deterioration of metals, metal finishes, and other materials beyond normal weathering and use. 2. Warranty Period: 3 years from date of Substantial Completion, unless otherwise indicated. a. Exit Devices. 2 years from date of Substantial Completion. b. Closers: 10 years from date of Substantial Completion. 1.08 MAINTENANCE SERVICE A. Maintenance Service: Beginning at Substantial Completion, provide 6 months' full maintenance by skilled employees of door hardware Installer. Include repair or replacement of worn or defective components, lubrication, cleaning, and adjusting as required for proper door and door hardware operation. Provide parts and supplies that are the same as those used in the manufacture and installation of original products. 2.00 PRODUCTS 2.01 SCHEDULED DOOR HARDWARE A. Provide door hardware for each door as scheduled in Part 3 "Door Hardware Schedule" Article to comply with requirements in this Section. 1. Door Hardware Sets. Provide quantity, item, size, finish or color indicated, and named manufacturers' products. B. Designations: Requirements for design, grade, function, finish, size, and other distinctive qualities of each type of door hardware are indicated in Part 3 "Door Hardware Schedule" Article. Products are identified by using door hardware designations, as follows: Door Hardware 08 7100 - 3 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 1. Named Manufacturers' Products: Manufacturer and product designation are listed for each door hardware type required for the purpose of establishing minimum requirements. Manufacturers' names may be abbreviated in Part 3 "Door Hardware Schedule" Article. 2.02 CONTINUOUS HINGES A. Continuous Hinges: BHMA A156.26; minimum 0.120-inch (3.0-mm) thick, hinge leaves with minimum overall width of 4 inches (102 mm); fabricated to full height of door and frame and to template screw locations; with components finished after milling and drilling are complete. B. Continuous, Gear -Type Hinges: Extruded -aluminum, pinless, geared hinge leaves joined by a continuous extruded -aluminum channel cap; with concealed, self-lubricating thrust bearings. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Bommer Industries, Inc. b. Cal -Royal Products, Inc. c. Hager Companies. d. IVES Hardware; an Ingersoll-Rand company. e. McKinney Products Company; an ASSA ABLOY Group company. f. Select Products Limited. g. Stanley Commercial Hardware; Div. of The Stanley Works. h. zero International. 2.03 MECHANICAL LOCKS AND LATCHES A. Lock Functions: As indicated in door hardware schedule. B. Lock Throw: Comply with testing requirements for length of bolts required for labeled fire doors, and as follows: 1. Bored Locks: Minimum 1/2-inch (13-mm) latchbolt throw. 2. Mortise Locks: Minimum 3/4-inch (19-mm) latchbolt throw. 3. Deadbolts: Minimum 1.25-inch (32-mm) bolt throw. C. Lock Backset: 2-3/4 inches (70 mm), unless otherwise indicated. 1. Levers: Cast. 2. Escutcheons (Roses): Cast. 3. Dummy Trim: Match lever lock trim and escutcheons. 4. Operating Device: Lever with escutcheons (roses). Door Hardware 08 7100 - 4 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 D. Strikes: Provide manufacturer's standard strike for each lock bolt or latchbolt complying with requirements indicated for applicable lock or latch and with strike box and curved lip extended to protect frame; finished to match lock or latch. 1. Flat -Lip Strikes: For locks with three-piece antifriction latchbolts, as recommended by manufacturer. E. Mortise Locks: BHMA A156.13; Security Grade 1; stamped steel case with stainless steel or brass parts; Series 1000. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 2. Basis -of -Design Product: Subject to compliance with requirements, provide product indicated on schedule or comparable product by one of the following: a. Accurate Lock & Hardware Co. b. Adams Rite Manufacturing Co.; an ASSA ABLOY Group company. c. Arrow USA; an ASSA ABLOY Group company. d. Best Access Systems; Div. of Stanley Security Solutions, Inc. e. Cal -Royal Products, Inc. f. Corbin Russwin Architectural Hardware; an ASSA ABLOY Group company. g. Falcon Lock; an Ingersoll-Rand company. h. Marks USA. i L PDQ Manufacturing. j. SARGENT Manufacturing Company; an ASSA ABLOY Group company. k. Schlage Commercial Lock Division; an Ingersoll-Rand company. I. Yale Security Inc.; an ASSA ABLOY Group company. 2.04 SURFACE BOLTS A. Surface Bolts: BHMA A156.16. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 2. Basis -of -Design Product: Subject to compliance with requirements, provide product indicated on schedule or comparable product by one of the following: a. Burns Manufacturing Incorporated. b. Dan -Jo Mfg., Inc. c. Door Controls International, Inc. d. IVES Hardware; an Ingersoll-Rand company. e. Trimco. Door Hardware 08 71 00 - 5 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 2.05 EXIT DEVICES AND AUXILIARY ITEMS A. Exit Devices: BHMA A156.3. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Adams Rite Manufacturing Co.; an ASSA ABLOY Group company. b. Arrow USA; an ASSA ABLOY Group company. c. Cal -Royal Products, Inc. d. Corbin Russwin Architectural Hardware; an ASSA ABLOY Group company. e. Detex Corporation. f. Door Controls International, Inc. g. DORMA Architectural Hardware; Member of The DORMA Group North America. h. Dor-O-Matic; an Ingersoll-Rand company. i. K2 Commercial Hardware; a Black & Decker Corp. company. j. Monarch Exit Devices & Panic Hardware; an Ingersoll-Rand company. k. Precision Hardware, Inc.; Division of Stanley Security Solutions, Inc. I. Rutherford Controls Int'l. Corp. m. SARGENT Manufacturing Company; an ASSA ABLOY Group company. n. Von Duprin; an Ingersoll-Rand company. o. Yale Security Inc.; an ASSA ABLOY Group company. 2.06 LOCK CYLINDERS A. Lock Cylinders: Tumbler type, constructed from brass, bronze or stainless steel. All internal components of material suitable for a corrosive environment. 1. Manufacturer: Same manufacturer as for locking devices. 2. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Arrow USA; an ASSA ABLOY Group company. b. ASSA, Inc.; An ASSA ABLOY Group Company. c. Best Access Systems; Div. of Stanley Security Solutions, Inc. d. Corbin Russwin Architectural Hardware; an ASSA ABLOY Group company. e. Falcon Lock; an Ingersoll-Rand company. f. Medeco Security Locks, Inc.; an ASSA ABLOY Group company. g. SARGENT Manufacturing Company; an ASSA ABLOY Group company. h. Schlage Commercial Lock Division; an Ingersoll-Rand company. Door Hardware 08 71 00 - 6 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 Yale Security Inc.; an ASSA ABLOY Group company. ' B. High -Security Lock Cylinders: BHMA A156.30; Grade 1; Type M, mechanical; permanent cores that are removable; face finished to match lockset. C. Construction Master Keys: Provide cylinders with feature that permits voiding of construction keys without cylinder removal. Provide 5 construction master keys. 2.07 KEYING A. Keying System: Factory registered, complying with guidelines in BHMA A156.28, Appendix A. Incorporate decisions made in keying conference. Match Owner's existing keying system. 1. Existing System: a. Master key or grandmaster key locks to Owner's existing system. 2. Keyed Alike: Key all cylinders to same change key. B. Keys: Brass. 1. Stamping: Permanently inscribe each key with a visual key control number and include the following notation: a. Notation: Information to be furnished by Owner. 2. Quantity: In addition to one extra key blank for each lock, provide the following. a. Cylinder Change Keys: Three. b. Master Keys: Five. 2.08 OPERATING TRIM A. Operating Trim: BHMA A156.6; aluminum or stainless steel, unless otherwise indicated. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Burns Manufacturing Incorporated. b. Don -Jo Mfg., Inc. c. Forms + Surfaces. d. Hager Companies. e. Hiawatha, Inc. f. IVES Hardware; an Ingersoll-Rand company. g. Rockwood Manufacturing Company. h. Trimco. 2.09 ACCESSORIES FOR PAIRS OF DOORS A. Astragals: BHMA A156.22. Door Hardware 08 7100 - 7 rTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 2.10 SURFACE CLOSERS A. Surface Closers: BHMA A156.4; rack-and-pinion hydraulic type with adjustable sweep and latch speeds controlled by key -operated valves and forged -steel main arm. Comply with manufacturer's written recommendations for size of door closers depending on size of door, exposure to weather, and anticipated frequency of use. Provide factory -sized closers, adjustable to meet field conditions and requirements for opening force. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Arrow USA; an ASSA ABLOY Group company. b. Corbin Russwin Architectural Hardware; an ASSA ABLOY Group company. c. DORMA Architectural Hardware; Member of The DORMA Group North America. d. Dor-O-Matic; an Ingersoll-Rand company. e. K2 Commercial Hardware; a Black & Decker Corp. company. f. LCN Closers; an Ingersoll-Rand company. g. Norton Door Controls; an ASSA ABLOY Group company. h. Rixson Specialty Door Controls; an ASSA ABLOY Group company. i. SARGENT Manufacturing Company; an ASSA ABLOY Group company. j. Yale Security Inc.; an ASSA ABLOY Group company. 2.11 MECHANICAL STOPS AND HOLDERS A. Floor -Mounted Stops: BHMA A156.16; polished cast brass, bronze, or aluminum base metal. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Architectural Builders Hardware Mfg., Inc. b. Baldwin Hardware Corporation. c. Burns Manufacturing Incorporated. d. Cal -Royal Products, Inc. e. Don -Jo Mfg., Inc. f. Door Controls International, Inc. g. Hager Companies. h. Hiawatha, Inc. i. IVES Hardware; an Ingersoll-Rand company. j. Rockwood Manufacturing Company. k. Stanley Commercial Hardware; Div. of The Stanley Works. 1. Trimco. Door Hardware 08 7100 - 8 FTW17498 VCWRF Sludge Thickening Improvements City Project No. CO2647 B 2.12 OVERHEAD STOPS AND HOLDERS A. Overhead Stops and Holders: BHMA A156.8. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Architectural Builders Hardware Mfg., Inc. b. Glynn -Johnson; an Ingersoll-Rand company. c. Rockwood Manufacturing Company. d. SARGENT Manufacturing Company; an ASSA ABLOY Group company. 2.13 DOOR GASKETING A. Door Gasketing: BHMA A156.22; air leakage not to exceed 0.50 cfm per foot (0.000774 cu. m/s per m) of crack length for gasketing other than for smoke control, as tested according to ASTM E283; with resilient or flexible seal strips that are easily replaceable and readily available from stocks maintained by manufacturer. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Hager Companies. b. M-D Building Products, Inc. c. National Guard Products. d. Pemko Manufacturing Co.; an ASSA ABLOY Group company. e. Reese Enterprises, Inc. f. Sealeze; a unit of Jason Incorporated. g. Zero International. 2.14 THRESHOLDS A. Thresholds: BHMA A156.21; fabricated to full width of opening indicated. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Hager Companies. b. M-D Building Products, Inc. c. National Guard Products. d. Pemko Manufacturing Co.; an ASSA ABLOY Group company. e. Reese Enterprises, Inc. f. Rixson Specialty Door Controls; an ASSA ABLOY Group company. g. Sealeze; a unit of Jason Incorporated. h. Zero International. Door Hardware FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 087100-9 2.15 METAL PROTECTIVE TRIM UNITS A. Metal Protective Trim Units: BHMA A156.6; fabricated from 0.050-inch (1.3-mm) thick stainless steel; with manufacturer's standard machine or self -tapping screw fasteners. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 2. Basis -of -Design Product: Subject to compliance with requirements, provide product indicated on schedule or comparable product by one of the following: a. Baldwin Hardware Corporation. b. Burns Manufacturing Incorporated. c. Don -Jo Mfg., Inc. d. Hiawatha, Inc. e. IPC Door and Wall Protection Systems, Inc.; Div. of InPro Corporation. f. IVES Hardware; an Ingersoll-Rand company. g. Pawling Corporation. h. Rockwood Manufacturing Company. i. Trimco. 2.16 FABRICATION A. Base Metals: Produce door hardware units of base metal indicated, fabricated by forming method indicated, using manufacturer's standard metal alloy, composition, temper, and hardness. Furnish metals of a quality equal to or greater than that of specified door hardware units and BHMAA156.18. B. Fasteners: Provide door hardware manufactured to comply with published templates prepared for machine, wood, and sheet metal screws. Provide screws that comply with commercially recognized industry standards for application intended, except aluminum fasteners are not permitted. Provide Phillips flat -head screws with finished heads to match surface of door hardware, unless otherwise indicated. 1. Fire -Rated Applications: a. Wood or Machine Screws: For the following: 1). Hinges mortised to doors or frames. 2). Strike plates to frames. 3). Closers to doors and frames. b. Steel Through Bolts: For the following unless door blocking is provided: 1). Surface hinges to doors. 2). Closers to doors and frames. 3). Surface -mounted exit devices. 2. Spacers or Sex Bolts: For through bolting of FRP doors. Door Hardware 08 71 00 - 10 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 3. Gasketing Fasteners: Provide noncorrosive fasteners for exterior applications and elsewhere as indicated. 2.17 FINISHES A. Provide finishes complying with BHMA A156.18 as indicated indoor hardware schedule. B. Protect mechanical finishes on exposed surfaces from damage by applying a strippable, temporary protective covering before shipping. C. Appearance of Finished Work: Variations in appearance of abutting or adjacent pieces are acceptable if they are within one-half of the range of approved samples. Noticeable variations in the same piece are not acceptable. Variations in appearance of other components are acceptable if they are within the range of approved samples and are assembled or installed to minimize contrast. 3.00 EXECUTION 3.01 EXAMINATION A. Examine doors and frames, with Installer present, for compliance with requirements for installation tolerances, labeled fire -rated door assembly construction, wall and floor construction, and other conditions affecting performance. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.02 INSTALLATION A. Mounting Heights: Mount door hardware units at heights unless otherwise indicated or required to comply with governing regulations. 1. DHI's recommendations. B. Install each door hardware item to comply with manufacturer's written instructions. Where cutting and fitting are required to install door hardware onto or into surfaces that are later to be painted or finished in another way, coordinate removal, storage, and reinstallation of surface protective trim units with finishing. Do not install surface -mounted items until finishes have been completed on substrates involved. 1. Set units level, plumb, and true to line and location. Adjust and reinforce attachment substrates as necessary for proper installation and operation. 2. Drill and countersink units that are not factory prepared for anchorage fasteners. Space fasteners and anchors according to industry standards. C. Lock Cylinders: Install construction cores to secure building and areas during construction period. 1. Replace construction cores with permanent cores as directed by Owner. D. Thresholds: Set thresholds for exterior doors and other doors indicated in full bed of asphaltic emulsion. E. Stops: Provide floor stops for doors unless other type stops are indicated in door hardware schedule. Do not mount floor stops where they will impede traffic. Door Hardware 08 7100 - 11 FTW17498 — VCWRF Sludge Thickening improvements City Project No. CO2647 F. Perimeter Gasketing: Apply to head and jamb, forming seal between door and frame. G. Meeting Stile Gasketing: Fasten to meeting stiles, forming seal when doors are closed. H. Door Bottoms: Apply to bottom of door, forming seal with threshold when door is closed. 3.03 ADJUSTING A. Initial Adjustment: Adjust and check each operating item of door hardware and each door to ensure proper operation or function of every unit. Replace units that cannot be adjusted to operate as intended. Adjust door control devices to compensate for final operation of heating and ventilating equipment and to comply with referenced accessibility requirements. 1. Door Closers: Adjust sweep period to comply with accessibility requirements and requirements of authorities having jurisdiction. 3.04 CLEANING AND PROTECTION A. Clean adjacent surfaces soiled by door hardware installation. B. Clean operating items as necessary to restore proper function and finish. C. Provide final protection and maintain conditions that ensure that door hardware is without damage or deterioration at time of Substantial Completion. 3.05 DOOR HARDWARE SCHEDULE Door Hardware Set No.1 Door Number:102B; 102C 1 each Hinge Hager 780-2224HD 628 1 each Exit Device Von Duprin 9875L 630 1 each Floor Stop Hager 268S US26D 3 each Silencer Glynn Johnson Z1 (64) 1 each Closer LCN 4041 652 1 each Threshold Pemko 171A x 4" 627 1 each Weatherstripping Pemko S88 1 each Automatic Door NGP 220SA 628 Bottom 2 each Drip Cap top & NGP 16A 628 bottom 1 each Kick Plate Hager 194S US32D Hardware Group no. 2 For use on door (s): 101 B; 102D 1 each Hardware Hardware by Door/ Frame MFR Door Hardware Set No.3 Door Number: 101A 2 each Hinges Hager 780-2224HD 628 1 each Exit Device Von Duprin 9875L 630 2 each Floor Stop Hager 268S US26D 2 each Silencer Glynn Johnson Z1 (64) Door Hardware 08 71 00 - 12 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 I each Closer LCN 4041 652 1 each Surface bolt top & Ives SB453 US26D bottom 1 each Threshold Pemko 171A x 4" 627 2 each Weatherstripping Pemko S88 2 each Automatic Door NGP 220SA 628 Bottom 3 each Drip Cap top & NGP 16A 628 bottom 2 each Kick Plate Hager 194S US32D Door Hardware Set No.4 Door Number: B01 1 each Hinge Hager 780-2224HD 628 1 each Classroom Lock Sch L9070 630 1 each Floor Stop Hager 268S US26D 3 each Silencer Glynn Johnson Z1 (64) 1 each Closer LCN 4041 652 1 each Kick Plate Hager 194S US32D 1 each Weatherstripping Pemko S88 Door Hardware Set No. 5 Door Number: 102A 1 each Hinge Hager 780-2224HD 628 1 each Passage Sch L9010 630 1 each Floor Stop Hager 268s US26D 3 each Silencer Glynn Johnson Z1 (64) 1 each Closer LCN 4041 652 1 each Kick Plate Hager 194S US32D 1 each Weatherstripping Pemko S88 Door Hardware Set No.6 Door dumber: 102E; 102F; 102G; 1021-1; 102J 2 each Hinges Hager 780-2224HD 628 1 each Classroom Lock Sch L9070 630 2 each Floor Stop Hager 268S US26D 2 each Silencer Glynn Johnson Z1 (64) 1 each Closer LCN 4041 652 1 each Surface bolt top & Ives SB453 US26D bottom 1 each Threshold Pemko 171A x 4" 627 2 each Weatherstripping Pemko S88 2 each Automatic Door NGP 220SA 628 Bottom 3 each Drip Cap top & NGP 16A 628 bottom 2 each Kick Plate Hager 194S US32D END OF SECTION Door Hardware 08 7100 -13 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 THIS PAGE INTENTIONALLY BLANK 08 80 00 GLAZING 1.00 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. Section includes glazing for the following products and applications, including those specified in other Sections where glazing requirements are specified by reference to this Section: 1. Windows. 2. Doors. 3. Interior borrowed lites. 1.03 DEFINITIONS A. Glass Manufacturers: Firms that produce primary glass, fabricated glass, or both, as defined in referenced glazing publications. B. Glass Thicknesses: Indicated by thickness designations in millimeters according to ASTM C1036, C. Interspace: Space between lites of an insulating -glass unit. 1.04 PERFORMANCE REQUIREMENTS A. General: Installed glazing systems shall withstand normal thermal movement and wind and impact loads (where applicable) without failure, including loss or glass breakage attributable to the following: defective manufacture, fabrication, or installation; failure of sealants or gaskets to remain watertight and airtight; deterioration of glazing materials; or other defects in construction. B. Delegated Design: Design glass, including comprehensive engineering analysis according to ICC's 2009 International Building Code by a qualified professional Architect, using the following design criteria: 1. Design Wind Pressures: As indicated on Drawings. 2. Vertical Glazing: For glass surfaces sloped 15 degrees or less from vertical, design glass to resist design wind pressure based on glass type factors for short -duration load. 3. Maximum Lateral Deflection: For glass supported on all four edges, limit center -of -glass deflection at design wind pressure to not more than 1/50 times the short -side length or 1 inch (25 mm), whichever is less. 4. Differential Shading: Design glass to resist thermal stresses induced by differential shading within individual glass lites. Glazing 08 80 00 - 1 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 C. Thermal Movements: Allow for thermal movements from ambient and surface temperature changes acting on glass framing members and glazing components. 1. Temperature Change: 120 F (67 C), ambient; 180 F (100 Q material surfaces. 1.05 PRECONSTRUCTION TESTING A. Preconstruction Adhesion and Compatibility Testing: Test each glazing material type, tape sealant, gasket, glazing accessory, and glass -framing member for adhesion to and compatibility with elastomeric glazing sealants. 1. Use ASTM C1087 to determine whether priming and other specific joint -preparation techniques are required to obtain rapid, optimum adhesion of glazing sealants to glass, tape sealants, gaskets, and glazing channel substrates. 2. Test no fewer than four samples of each type of material, including joint substrates, shims, sealant backings, secondary seals, and miscellaneous materials. 3. Schedule sufficient time for testing and analyzing results to prevent delaying the Work. 4. For materials failing tests, submit sealant manufacturer's written instructions for corrective measures including the use of specially formulated primers. 1.06 ACTION SUBMITTALS A. Product Data: For each glass product and glazing material indicated. B. Glass Samples: For each type of glass product other than clear monolithic vision glass ; 12 inches (300 mm) square. 1. Tinted glass. 2. Coated glass. 3. Insulating glass. C. Glazing Accessory Samples: For gaskets and sealants, in 12-inch (300-mm) lengths. D. Glazing Schedule: List glass types and thicknesses for each size opening and location. Use same designations indicated on Drawings. E. Delegated -Design Submittal: For glass indicated to comply with performance requirements and design criteria, including analysis data signed and sealed by the qualified professional Architect responsible for their preparation. 1.07 INFORMATIONAL SUBMITTALS A. Qualification Data: For installers manufacturers of insulating -glass units with sputter - coated, low-e coatings glass testing agency and sealant testing agency. B. Product Certificates: For glass and glazing products, from manufacturer. C. Product Test Reports: Based on evaluation of comprehensive tests performed by a qualified testing agency, for tinted glass coated glass insulating glass glazing sealants and glazing gaskets. 1. For glazing sealants, provide test reports based on testing current sealant formulations within previous 36-month period. Glazing 08 80 00 - 2 FTW17498 —VCWRF Sludge Thickening Improvements City Project No. CO2647 D. Preconstruction adhesion and compatibility test report. E. Warranties: Sample of special warranties. 1.08 QUALITY ASSURANCE A. Manufacturer Qualifications for Insulating -Glass knits with Sputter -Coated, Low-E Coatings: A qualified insulating -glass manufacturer who is approved and certified by coated -glass manufacturer. B. Installer Qualifications: A qualified installer who employs glass installers for this Project who are certified under the National Glass Association's Certified Glass Installer Program. C. Glass Testing Agency Qualifications: A qualified independent testing agency accredited according to the NFRC CAP 1 Certification Agency Program. D. Sealant Testing Agency Qualifications: An independent testing agency qualified according to ASTM C1021 to conduct the testing indicated. E. Source Limitations for Glass: Obtain ultraclear float glass, tinted float glass, coated float glass, laminated glass and insulating glass from single source from single manufacturer for each glass type. F. Source Limitations for Glazing Accessories: Obtain from single source from single manufacturer for each product and installation method. G. Glazing Publications: Comply with published recommendations of glass product manufacturers and organizations below, unless more stringent requirements are indicated. Refer to these publications for glazing terms not otherwise defined in this Section or in referenced standards. 1. GANA Publications: GANA's "Laminated Glazing Reference Manual" and GANA's "Glazing Manual." 2. AAMA Publications: AAMA GDSG-1, "Glass Design for Sloped Glazing," and AAMA TIR- A7, "Sloped Glazing Guidelines." 3. IGMA Publication for Sloped Glazing: IGMA TB-3001, "Guidelines for Sloped Glazing." 4. IGMA Publication for Insulating Glass: SIGMA TM-3000, "North American Glazing Guidelines for Sealed Insulating Glass Units for Commercial and Residential Use." H. Safety Glazing Labeling: Where safety glazing labeling is indicated, permanently mark glazing with certification label of the SGCC or another certification agency acceptable to authorities having jurisdiction or the manufacturer. Label shall indicate manufacturer's name, type of glass, thickness, and safety glazing standard with which glass complies. I. Insulating -Glass Certification Program: Permanently marked either on spacers or on at least one component lite of units with appropriate certification label of IGCC. J. Mockups: Build mockups to verify selections made under sample submittals and to demonstrate aesthetic effects and set quality standards for materials and execution. 1. Install glazing in mockups specified in Section 08 41 13 "Aluminum -Framed Entrances and Storefronts" Section 08 44 13 "Glazed Aluminum Curtain Walls" to match glazing systems required for Project, including glazing methods. Glazing 08 80 00 - 3 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 K. Preinstallation Conference: Conduct conference at Project site. 1. Review and finalize construction schedule and verify availability of materials, Installer's personnel, equipment, and facilities needed to make progress and avoid delays. 2. Review temporary protection requirements for glazing during and after installation. 1.09 DELIVERY, STORAGE, AND HANDLING A. Protect glazing materials according to manufacturer's written instructions. Prevent damage to glass and glazing materials from condensation, temperature changes, direct exposure to sun, or other causes. B. Comply with insulating -glass manufacturer's written recommendations for venting and sealing units to avoid hermetic sea[ ruptures due to altitude change. 1.10 PROJECT CONDITIONS A. Environmental Limitations: Do not proceed with glazing when ambient and substrate temperature conditions are outside limits permitted by glazing material manufacturers and when glazing channel substrates are wet from rain, frost, condensation, or other causes. 1. Do not install glazing sealants when ambient and substrate temperature conditions are outside limits permitted by sealant manufacturer or below 40 F (4.4 C). 1.11 WARRANTY A. Manufacturer's Special Warranty for Coated -Glass Products: Manufacturer's standard form in which coated -glass manufacturer agrees to replace coated -glass units that deteriorate within specified warranty period. Deterioration of coated glass is defined as defects developed from normal use that are not attributed to glass breakage or to maintaining and cleaning coated glass contrary to manufacturer's written instructions. Defects include peeling, cracking, and other indications of deterioration in coating. 1. Warranty Period: 10 years from date of Substantial Completion. B. Manufacturer's Special Warranty on Laminated Glass: Manufacturer's standard form in which laminated -glass manufacturer agrees to replace laminated -glass units that deteriorate within specified warranty period. Deterioration of laminated glass is defined as defects developed from normal use that are not attributed to glass breakage or to maintaining and cleaning laminated glass contrary to manufacturer's written instructions. Defects include edge separation, delamination materially obstructing vision through glass, and blemishes exceeding those allowed by referenced laminated -glass standard. 1. Warranty Period: 10 years from date of Substantial Completion. C. Manufacturer's Special Warranty on Insulating Glass: Manufacturer's standard form in which insulating -glass manufacturer agrees to replace insulating -glass units that deteriorate within specified warranty period. Deterioration of insulating glass is defined as failure of hermetic seal under normal use that is not attributed to glass breakage or to maintaining and cleaning insulating glass contrary to manufacturer's written instructions. Evidence of failure is the obstruction of vision by dust, moisture, or film on interior surfaces of glass. 1. Warranty Period: 10 years from date of Substantial Completion. Glazing 08 80 00 - 4 FTW17498 —VCWRF Sludge Thickening Improvements City Project No. CO2647 2.00 PRODUCTS 2.01 GLASS PRODUCTS, GENERAL A. Thickness: Where glass thickness is indicated, it is a minimum. Provide glass lites in thicknesses as needed to comply with requirements indicated. 1. Minimum Glass Thickness for Exterior Lites: Not less than 6.0 mm. 2. Thickness of Tinted Glass: Provide same thickness for each tint color indicated throughout Project. B. Strength: Where float glass is indicated, provide annealed float glass, Kind HS heat -treated float glass, or Kind FT heat -treated float glass as needed to comply with "Performance Requirements" Article. Where heat -strengthened glass is indicated, provide Kind HS heat - treated float glass or Kind FT heat -treated float glass as needed to comply with "Performance Requirements" Article. Where fully tempered glass is indicated, provide Kind FT heat -treated float glass. C. Thermal and Optical Performance Properties: Provide glass with performance properties specified, as indicated in manufacturer's published test data, based on procedures indicated below: 1. For monolithic -glass lites, properties are based on units with lites of thickness indicated. 2. For laminated -glass lites, properties are based on products of construction indicated. 3. For insulating -glass units, properties are based on units of thickness indicated for overall unit and for each lite. 4. U-Factors: Center -of -glazing values, according to NFRC 100 and based on LBL's WINDOW 5.2 computer program, expressed as BTU/sq. ft. x h x degrees F (W/sq. m x K). 5. Solar Heat -Gain Coefficient and Visible Transmittance: Center -of -glazing values, according to NFRC 200 and based on LBL's WINDOW 5.2 computer program. 6. Visible Reflectance: Center -of -glazing values, according to NFRC 300. 2.02 GLASS PRODUCTS A. Float Glass: ASTM C1036, Type I, Quality-Q3, Class I (clear) unless otherwise indicated. 1. Products: Subject to compliance with requirements, provide one of the following: a. AFG Industries, Inc.; Krystal Klear. b. Guardian Industries Corp.; Ultrawhite. c. Pilkington North America; Optiwhite. d. PPG Industries, Inc.; Starphire. B. Heat -Treated Float Glass: ASTM C1048; Type I; Quality-Q3; Class I (clear) unless otherwise indicated; of kind and condition indicated. 1. Fabrication Process: By horizontal (roller -hearth) process with roll -wave distortion parallel to bottom edge of glass as installed unless otherwise indicated. 2. For uncoated glass, comply with requirements for Condition A. Glazing 08 80 00 - 5 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 3. For coated vision glass, comply with requirements for Condition C (other coated glass). 2.03 INSULATING GLASS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. PPG, Industries b. Guardian Industries Corp. c. Pilkington North America;. B. Insulating -Glass Units: Factory -assembled units consisting of sealed lites of glass separated by a dehydrated interspace, qualified according to ASTM E2190, and complying with other requirements specified. 1. Sealing System: Dual seal, with manufacturer's standard primary and secondary. 2. Spacer: Manufacturer's standard spacer material and construction. 3. Desiccant: Molecular sieve or silica gel, or blend of both. C. Glass: Comply with applicable requirements in "Glass Products" Article as indicated by designations in "Insulating -Glass Types" Article . 2.04 GLAZING GASKETS A. Dense Compression Gaskets: Molded or extruded gaskets of profile and hardness required to maintain watertight seal, made from one of the following: 1. EPDM complying with ASTM C864. 2. Silicone complying with ASTM C1115 3. Thermoplastic polyolefin rubber complying with ASTM C1115. B. Soft Compression Gaskets: Extruded or molded, closed -cell, integral -skinned EPDM, silicone, or thermoplastic polyolefin rubber gaskets complying with ASTM C509, Type II, black; of profile and hardness required to maintain watertight seal. 1. Application: Use where soft compression gaskets will be compressed by inserting dense compression gaskets on opposite side of glazing or pressure applied by means of pressure -glazing stops on opposite side of glazing. C. Lock -Strip Gaskets: Neoprene extrusions in size and shape indicated, fabricated into frames with molded corner units and zipper lock -strips, complying with ASTM C542, black. 2.05 GLAZING SEALANTS A. General: 1. Compatibility: Provide glazing sealants that are compatible with one another and with other materials they will contact, including glass products, seals of insulating -glass units, and glazing channel substrates, under conditions of service and application, as demonstrated by sealant manufacturer based on testing and field experience. Glazing 08 80 00 - 6 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 Suitability: Comply with sealant and glass manufacturers' written instructions for selecting glazing sealants suitable for applications indicated and for conditions existing at time of installation. 3. Sealants used inside the weatherproofing system, shall have a VOC content of not more than 250 g/L when calculated according to 40 CFR 59, Subpart D (EPA Method 24). 4. Sealants used inside the weatherproofing system shall comply with the testing and product requirements of the California Department of Health Services' "Standard Practice for the Testing of Volatile Organic Emissions from Various Sources Using Small - Scale Environmental Chambers." 5. Colors of Exposed Glazing Sealants: As selected by Architect from manufacturer's full range. B. Glazing Sealant: Neutral -curing silicone glazing sealant complying with ASTM C920, Type S, Grade NS, Class 100/50, Use NT. 1. Products: Subject to compliance with requirements, provide one of the following: a. Dow Corning Corporation; 790. b. GE Advanced Materials - Silicones; SilPruf LM SCS2700. c. May National Associates, Inc.; Bondaflex Sil 290. d. Pecora Corporation; 890. e. Sika Corporation, Construction Products Division; SikaSil-C990. f. Tremco Incorporated; Spectrem 3. 2.06 GLAZING TAPES A. Back -Bedding Mastic Glazing Tapes: Preformed, butyl -based, 100 percent solids elastomeric tape; nonstaining and nonmigrating in contact with nonporous surfaces; with or without spacer rod as recommended in writing by tape and glass manufacturers for application indicated; and complying with ASTM C1281 and AAMA 800 for products indicated below: 1. AAMA 804.3 tape, where indicated. 2. AAMA 806.3 tape, for glazing applications in which tape is subject to continuous pressure. 3. AAMA 807.3 tape, for glazing applications in which tape is not subject to continuous pressure. B. Expanded Cellular Glazing Tapes: Closed -cell, PVC foam tapes; factory coated with adhesive on both surfaces; and complying with AAMA 800 for the following types: 1. AAMA 810.1, Type 1, for glazing applications in which tape acts as the primary sealant. 2. AAMA 810.1, Type 2, for glazing applications in which tape is used in combination with a full bead of liquid sealant. 2.07 MISCELLANEOUS GLAZING MATERIALS Glazing 08 80 00 - 7 FTW17498 - VCWRF Sludge Thickening Improvements City Project No. CO2647 A. General: Provide products of material, size, and shape complying with referenced glazing standard, requirements of manufacturers of glass and other glazing materials for application indicated, and with a proven record of compatibility with surfaces contacted in installation. B. Cleaners, Primers, and Sealers: Types recommended by sealant or gasket manufacturer. C. Setting Blocks: Elastomeric material with a Shore, Type A durometer hardness of 85, plus or minus 5. D. Spacers: Elastomeric blocks or continuous extrusions of hardness required by glass manufacturer to maintain glass lites in place for installation indicated. E. Edge Blocks: Elastomeric material of hardness needed to limit glass lateral movement (side walking). F. Cylindrical Glazing Sealant Backing: ASTM C1330, Type O (open -cell material), of size and density to control glazing sealant depth and otherwise produce optimum glazing sealant performance. G. Perimeter Insulation for Fire -Resistive Glazing: Product that is approved by testing agency that listed and labeled fire-resistant glazing product with which it is used for application and fire -protection rating indicated. 2.08 FABRICATION OF GLAZING UNITS A. Fabricate glazing units in sizes required to fit openings indicated for Project, with edge and face clearances, edge and surface conditions, and bite complying with written instructions of product manufacturer and referenced glazing publications, to comply with system performance requirements. B. Clean-cut or flat -grind vertical edges of butt -glazed monolithic liter to produce square edges with slight chamfers at junctions of edges and faces. C. Grind smooth and polish exposed glass edges and corners. 2.09 MONOLITHIC -GLASS TYPES A. Clear fully tempered float glass. 1. Thickness: 6.0 mm. 2. Provide safety glazing labeling. 2.10 INSULATING -GLASS TYPES A. Glass Type GL-1: Low-e-coated, clear insulating glass. Design Basis: Solarban 70XL (2) Clear HT+ Clear HT by PPG Industries, Inc. 1. Overall Unit Thickness: 1 inch (25 mm). 2. Thickness of Each Glass Lite: 6.0 mm. 3. Outdoor Lite: Ultraclear heat -strengthened float glass. 4. Interspace Content: 1/2" Air. 5. Indoor Lite: Ultraclear heat -strengthened float glass. Glazing 08 80 00 - 8 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 6. Low-E Coating: Sputtered on second surface. 7. Visible Light Transmittance: 64 percent minimum. S. Winter Nighttime U-Factor: 0.65 maximum. 9. Summer Daytime U-Factor: 0.65 maximum. 10. Solar Heat Gain Coefficient. 0.25maximum. 11, Shading Coefficient: 0.25, 12. Outdoor Visible Light Reflectance: 12 percent. 13. Provide safety glazing labeling. 3.00 EXECUTION 3.01 EXAMINATION A. Examine framing, glazing channels, and stops, with Installer present, for compliance with the following: 1. Manufacturing and installation tolerances, including those for size, squareness, and offsets at corners. 2. Presence and functioning of weep systems. 3. Minimum required face and edge clearances. 4. Effective sealing between joints of glass -framing members. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.02 PREPARATION A. Clean glazing channels and other framing members receiving glass immediately before glazing. Remove coatings not firmly bonded to substrates. B. Examine glazing units to locate exterior and interior surfaces. Label or mark units as needed so that exterior and interior surfaces are readily identifiable. Do not use materials that will leave visible marks in the completed work. 3.03 GLAZING, GENERAL A. Comply with combined written instructions of manufacturers of glass, sealants, gaskets, and other glazing materials, unless more stringent requirements are indicated, including those in referenced glazing publications. B. Adjust glazing channel dimensions as required by Project conditions during installation to provide necessary bite on glass, minimum edge and face clearances, and adequate sealant thicknesses, with reasonable tolerances. C. Protect glass edges from damage during handling and installation. Remove damaged glass from Project site and legally dispose of off Project site. Damaged glass is glass with edge damage or other imperfections that, when installed, could weaken glass and impair performance and appearance. Glazing 08 80 00 - 9 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 D. Apply primers to joint surfaces where required for adhesion of sealants, as determined by preconstruction testing. Install setting blocks in sill rabbets, sized and located to comply with referenced glazing publications, unless otherwise required by glass manufacturer. Set blocks in thin course of compatible sealant suitable for heel bead. F. Do not exceed edge pressures stipulated by glass manufacturers for installing glass lites. G. Provide spacers for glass lites where length plus width is larger than 50 inches (1270 mm). 1. Locate spacers directly opposite each other on both inside and outside faces of glass. Install correct size and spacing to preserve required face clearances, unless gaskets and glazing tapes are used that have demonstrated ability to maintain required face clearances and to comply with system performance requirements. Provide 1/8-inch (3-mm) minimum bite of spacers on glass and use thickness equal to sealant width. With glazing tape, use thickness slightly less than final compressed thickness of tape. H. Provide edge blocking where indicated or needed to prevent glass lites from moving sideways in glazing channel, as recommended in writing by glass manufacturer and according to requirements in referenced glazing publications. I. Set glass lites in each series with uniform pattern, draw, bow, and similar characteristics. J. Set glass liter with proper orientation so that coatings face exterior or interior as specified. K. Where wedge-shaped gaskets are driven into one side of channel to pressurize sealant or gasket on opposite side, provide adequate anchorage so gasket cannot walk out when installation is subjected to movement. L. Square cut wedge-shaped gaskets at corners and install gaskets in a manner recommended by gasket manufacturer to prevent corners from pulling away; seal corner joints and butt joints with sealant recommended by gasket manufacturer. 3.04 TAPE GLAZING A. Position tapes on fixed stops so that, when compressed by glass, their exposed edges are flush with or protrude slightly above sightline of stops. B. Install tapes continuously, but not necessarily in one continuous length. Do not stretch tapes to make them fit opening. C. Cover vertical framing joints by applying tapes to heads and sills first and then to jambs. Cover horizontal framing joints by applying tapes to jambs and then to heads and sills. D. Place joints in tapes at corners of opening with adjoining lengths butted together, not lapped. Seal joints in tapes with compatible sealant approved by tape manufacturer. E. Do not remove release paper from tape until right before each glazing unit is installed. F. Apply heel bead of elastomeric sealant. G. Center glass lites in openings on setting blocks and press firmly against tape by inserting dense compression gaskets formed and installed to lock in place against faces of removable stops. Start gasket applications at corners and work toward centers of openings. Glazing 08 80 00 -10 FTW17498 —VCWRF Sludge Thickening Improvements City Project No. CO2647 H. Apply cap bead of elastomeric sealant over exposed edge of tape. 3.05 GASKET GLAZING (DRY) A. Cut compression gaskets to lengths recommended by gasket manufacturer to fit openings exactly, with allowance for stretch during installation. B. Insert soft compression gasket between glass and frame or fixed stop so it is securely in place with joints miter cut and bonded together at corners. C. Installation with Drive-in Wedge Gaskets: Center glass lites in openings on setting blocks and press firmly against soft compression gasket by inserting dense compression gaskets formed and installed to lock in place against faces of removable stops. Start gasket applications at corners and work toward centers of openings. Compress gaskets to produce a weathertight seal without developing bending stresses in glass. Seal gasket joints with sealant recommended by gasket manufacturer. D. Installation with Pressure -Glazing Stops: Center glass liter in openings on setting blocks and press firmly against soft compression gasket. Install dense compression gaskets and pressure -glazing stops, applying pressure uniformly to compression gaskets. Compress gaskets to produce a weathertight seal without developing bending stresses in glass. Seal gasket joints with sealant recommended by gasket manufacturer. E. Install gaskets so they protrude past face of glazing stops. 3.06 SEALANT GLAZING (WET) A. Install continuous spacers, or spacers combined with cylindrical sealant backing, between glass lites and glazing stops to maintain glass face clearances and to prevent sealant from extruding into glass channel and blocking weep systems until sealants cure. Secure spacers or spacers and backings in place and in position to control depth of installed sealant relative to edge clearance for optimum sealant performance. B. Force sealants into glazing channels to eliminate voids and to ensure complete wetting or bond of sealant to glass and channel surfaces. C. Tool exposed surfaces of sealants to provide a substantial wash away from glass. 3.07 LOCK -STRIP GASKET GLAZING A. Comply with ASTM C716 and gasket manufacturer's written instructions. Provide supplementary wet seal and weep system unless otherwise indicated. 3.08 CLEANING AND PROTECTION A. Protect exterior glass from damage immediately after installation by attaching crossed streamers to framing held away from glass. Do not apply markers to glass surface. Remove nonpermanent labels and clean surfaces. B. Protect glass from contact with contaminating substances resulting from construction operations. If, despite such protection, contaminating substances do come into contact with glass, remove substances immediately as recommended in writing by glass manufacturer. Glazing FTW17498 — VCWRF Sludge Thickening Improvements 08 80 00 - 11 City Project No. CO2647 C. Examine glass surfaces adjacent to or below exterior concrete and other masonry surfaces at frequent intervals during construction, but not less than once a month, for buildup of dirt, scum, alkaline deposits, or stains; remove as recommended in writing by glass manufacturer. D. Remove and replace glass that is broken, chipped, cracked, or abraded or that is damaged from natural causes, accidents, and vandalism, during construction period. E. Wash glass on both exposed surfaces in each area of Project not more than 4 days before date scheduled for inspections that establish date of Substantial Completion. Wash glass as recommended in writing by glass manufacturer. END OF SECTION Glazing 08 80 00 -12 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 08 90 00 LOUVERS AND VENTS 1.00 GENERAL 1.01 SUMMARY A. This Section includes fixed, extruded -aluminum louvers. 1.02 PERFORMANCE REQUIREMENTS A. Structural Performance. Provide louvers capable of withstanding the effects of gravity loads and wind loads based on a uniform pressure of 20 Ibf/sq. ft. (957 Pa), acting inward or outward, without permanent deformation of louver components, noise or metal fatigue caused by louver blade rattle or flutter, or permanent damage to fasteners and anchors. B. Thermal Movements: Provide louvers that allow for thermal movements resulting from a temperature change (range) of 120 deg F (67 deg C), ambient; 180 deg F (100 deg C), material surfaces, by preventing buckling, opening of joints, overstressing of components, failure of connections, and other detrimental effects. 1.03 SUBMITTALS A. Product Data: For each type of product indicated. For louvers specified to bear AMCA seal, include printed catalog pages AMCA Certified Ratings Seals. B. Shop Drawings: Include plans, elevations, sections, details, and attachments to other Work. 1. Verify louver openings by field measurements before fabrication and indicate measurements on Shop Drawings. 2.00 PRODUCTS 2.01 MANUFACTURERS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Louvers: a. Airline Products Co. b. Airolite Company (The). c. Greenheck, Inc. d. Ruskin Company; Tom kins PLC. 2.02 MATERIALS A. Aluminum Extrusions: ASTM B 221 (ASTM B 221M), alloy 6063-T5 orT-52. B. Aluminum Sheet: ASTM B 209 (ASTM B 209M), alloy 3003 or 5005. C. Fasteners: Of same basic metal and alloy as fastened metal or 300 Series stainless steel. D. Bituminous Paint: Cold -applied asphalt emulsion complying with ASTM D 1187. Louvers and Vents 08 90 00-1 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 2.03 FABRICATION, GENERAL A. Fabricate frames to fit in openings of sizes indicated, with allowances made for fabrication and installation tolerances, adjoining material tolerances, and perimeter sealant joints. B. Join frame members to each other and to louver blades with fillet welds, threaded fasteners, or both, as standard with louver manufacturer, concealed from view. 2.04 FIXED, EXTRUDED -ALUMINUM LOUVERS A. Horizontal Storm -Resistant Louver 1. Basis -of -Design Product: Ruskin: Extended aluminum Architectural Louvers; GFL800 or a comparable product of one of the following: 2. Louver Depth: 4 inches (100 mm). 3. Frame and Blade Nominal Thickness: As required to comply with structural performance requirements, but not less than 0.080 inch (2.0 mm) for blades and 0.080 inch (2.0 mm) for frames. 4. Performance Requirements: a. Free Area: Not less than 7.0 sq. ft. (0.46 sq. m) for 48-inch- (1.2-m-) wide by 48- inch- (1.2-m-) high louver. b. Air Performance: Not more than 0.10-inch wg (25-Pa) static pressure drop at 600- fpm (3.0-m/s) free -area velocity. c. Wind -Driven Rain Performance: Not less than 99 percent effectiveness when sub- jected to a rain fall rate of 3 inches (75 mm) per hour and a wind speed of 29 mph (13 m/s) at a core area intake velocity of 300 fpm (1.5 m/s). 5. AMCA Seal: Mark units with AMCA Certified Ratings Seal. 2.05 COMBINATION, EXTRUDED -ALUMINUM LOUVERS A. Dual -Blade, Drainable-Blade, Combination Louver: Fixed drainable blades and adjustable plain blades combined in single frame. 1. Basis -of -Design Product: Ruskin; extruded aluminum combination louver; ELC6375D or a comparable product. 2. Louver Depth. 6 inches (150 mm) 3. Performance Requirements: a. Free Area: Not less than 7.0 sq. ft. (0.65 sq, m) for 48-inch- (1.2-m-) wide by 48- inch- (1.2-m-) high louver. b. Point of Beginning Water Penetration: Not less than 1000 fpm (5.1 m/s). c. Air Performance: Not more than 0.10-inch wg (25-Pa) static pressure drop at 900- fpm (4.6-m/s) free -area velocity. d. Air Leakage: Not more than 0.45 cfm per sq. ft. of louver gross area at a differential static pressure of 0.15-inch wg (37 Pa) with adjustable louver blades closed. 4. AMCA Seal: Mark units with AMCA Certified Ratings Seal. Louvers and Vents 08 90 00-2 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 B. Electrical Operators: 1. Electrical operators shall have two (2) positions: power open, spring close, operating on a 120 volt control circuit. 2. Electrical operators shall be surface mounted near the louver with connecting rods and linkage exposed to the inside space. 2.06 LOUVER SCREENS A. General: Provide screen at interior face of each exterior louver. B. Louver Screen Frames: Same kind and form of metal as indicated for louver to which screens are attached. C. Louver Screening for Aluminum Louvers: 1. Insect Screening: Stainless steel wire. 2.07 FINISHES, GENERAL A. Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes. B. Finish louvers after assembly. 2.08 ALUMINUM FINISHES A. Finish designations prefixed by AA comply with system established by the Aluminum Asso- ciation for designating aluminum finishes. B. Clear Anodic Finish: AAMA 611, AA-M12C22A41, Class I, 0.018 mm or thicker. 3.00 EXECUTION 3.01 INSTALLATION A. Locate and place louvers level, plumb, and at indicated alignment with adjacent work. B. Use concealed anchorages where possible. Provide brass or lead washers fitted to screws where required to protect metal surfaces and to make a weathertight connection. C. Provide perimeter reveals and openings of uniform width for sealants and joint fillers, as in- dicated. D. Repair damaged finishes so no evidence remains of corrective work. Return items that cannot be refinished in the field to the factory, make required alterations, and refinish entire unit or provide new units. E. Protect galvanized and nonferrous -metal surfaces from corrosion or galvanic action by applying a heavy coating of bituminous paint on surfaces that will be in contact with concrete, masonry, or dissimilar metals. END OF SECTION Louvers and Vents 08 90 00-3 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 THIS PAGE INTENTIONALLY BLANK DIVISION 09 FINISHES THIS FAGS INTEFd OVALLY BLANK 09 22 16 NON-STRUCTURAL METAL FRAMING 1.00 GENERAL 1.01 RELATED DOCUMENTS 1.02 SUMMARY A. Section Includes: 1. Non -load -bearing steel framing systems for interior partitions. B. Related Requirements: 1. Section 05 12 00 "Structural Steel Framing" for anchorage devices, studs, and all items required for which provision is not specifically included under other contracts. 1.03 ACTION SUBMITTALS A. Product Data: For each type of product. 1. Studs and Runners: Provide documentation that framing members' certification is according to SIFA's "Code Compliance Certification Program for Cold -Formed Steel Structural and Non -Structural Framing Members." 1.04 INFORMATIONAL SUBMITTALS A. Evaluation Reports: For embossed steel studs and runners, from ICC-ES or other qualified testing agency acceptable to authorities having jurisdiction. 2.00 PRODUCTS 2.01 PERFORMANCE REQUIREMENTS A. Fire -Test -Response Characteristics: For fire -resistance -rated assemblies that incorporate non -load -bearing steel framing, provide materials and construction identical to those tested in assembly indicated, according to ASTM E119 by an independent testing agency. B. Horizontal Deflection: For wall assemblies, limited to 1/240 of the wall height based on horizontal loading of 10 Ibf/sq. ft. (480 Pa). 2.02 FRAMING SYSTEMS A. Framing Members, General: Comply with ASTM C754 for conditions indicated. 1. Steel Sheet Components: Comply with ASTM C645 requirements for metal unless otherwise indicated. 2. Protective Coating: ASTM A653/A653M, G40 (Z120), hot -dip galvanized unless otherwise indicated. B. Studs and Runners: ASTM C645. 1. Steel Studs and Runners: a. Manufactures: Non -Structural Metal Framing 09 22 16-1 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 1). Clark Dietrich 2). Custom Stud 3). The Steel Network Approved equal. b. Minimum Base -Metal Thickness: As required by performance requirements for horizontal deflection. c. Depth. As indicated on Drawings. C. Hat -Shaped, Rigid Furring Channels: ASTM C645. 1. Minimum Base -Metal Thickness: 0.0296 inch (0.752 mm). 2. Depth: 1-1/2 inches (�18 mm). D. Cold -Rolled Furring Channels: 0.053-inch (1.34-mm) uncoated -steel thickness, with minimum 1/2-inch- (13-mm-) wide flanges. 1. Depth: 3/4 inch (19 n,m). 2. Furring Brackets: Adjustable, corrugated -edge -type steel sheet with minimum uncoated -steel thickness of 0.0329 inch (0.8 mn i). 3. Tie Wire: ASTM A641/A641M, Class 1 zinc coating, soft temper, 0.062-inch- (1.59-mm-) diameter wire, or double strand of 3._ ! (1.21-„im-) diameter wire. E. Z-Shaped Furring: With slotted or nonslotted web, face flange of 1-1/4 inches (32 mm), wall attachment flange of 7/8 inch (22 mm), minimum uncoated -metal thickness of 0.0179 inch (0.455 aim), and depth required to fit insulation thickness indicated. 2.03 AUXILIARY MATERIALS A. General: Provide auxiliary materials that comply with referenced installation standards. 1. Fasteners for Metal Framing: Of type, material, size, corrosion resistance, holding power, and other properties required to fasten steel members to substrates. B. Isolation Strip at Exterior Walls: Provide one of the following: 1. Asphalt -Saturated Organic Felt: ASTM D226/D226M, Type I (No. 15 asphalt felt), nonperforated. 2. Foam Gasket: Adhesive -backed, closed -cell vinyl foam strips that allow fastener penetration without foam displacement, 1/8 inch (3.2 mm) thick, in width to suit steel stud size. 3.00 EXECUTION 3.01 EXAMINATION A. Examine areas and substrates, with installer present, and including welded hollow -metal frames, cast -in anchors, and structural framing, for compliance with requirements and other conditions affecting performance of the Work. B. Proceed with installation only after unsatisfactory conditions have been corrected. Non -Structural Metal Framing 09 22 16-2 FTW17498 - VCWRF Sludge Thickening Improvements City Project No. CO2647 3.02 PREPARATION 3.03 INSTALLATION, GENERAL A. installation Standard: ASTM C754. 1. Gypsum Board Assemblies: Also comply with requirements in ASTM C840 that apply to framing installation. B. Install framing and accessories plumb, square, and true to line, with connections securely fastened. C. Install supplementary framing, and blocking to support fixtures, equipment services, heavy trim, or similar construction. D. Install bracing at terminations in assemblies. E. Do not bridge building control and expansion joints with non -load -bearing steel framing members. Frame both sides of joints independently unless indicated otherwise on drawings. 3.04 INSTALLING FRAMED ASSEMBLIES A. Install framing system components according to spacings indicated, but not greater than spacings required by referenced installation standards for assembly types. 1. Multilayer Application: As required by horizontal deflection performance requirements unless otherwise indicated. B. Where studs are installed directly against exterior masonry walls or dissimilar metals at exterior walls, install isolation strip between studs and exterior wall. C. Install studs so flanges within framing system point in same direction. D. Install tracks (runners) at floors and overhead supports. Extend framing full height to structural supports or substrates. Continue framing around ducts that penetrate partitions above ceiling. Slip -Type Mead Joints: Where framing extends to overhead structural supports, install to produce joints at tops of framing systems that prevent axial loading of finished assemblies. 2. Framed Openings: Frame openings other than door openings the same as required for door openings unless otherwise indicated. Install framing below sills of openings to match framing required above door heads. E. Direct Furring: 1. Attach to concrete or masonry with stub nails, screws designed for masonry attachment, or powder -driven fasteners spaced ?4 inches (610 mn,) o.c. F. Z-Shaped Furring Members: 1. Erect insulation, specified in Section 07 2100 "Thermal Insulation," vertically and hold in place with Z-shaped furring members spaced 24 inches (610 mm) o.c. 2. Except at exterior corners, securely attach narrow flanges of furring members to wall with concrete stub nails, screws designed for masonry attachment, or powder -driven fasteners spaced 24 inches (610 mm) o.c. Non -Structural Metal Framing 09 22 16-3 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 3. At exterior corners, attach wide flange of furring members to wall with short flange extending beyond corner; on adjacent wall surface, screw -attach short flange of furring channel to web of attached channel. At interior corners, space second member no more than - - --es (305 mm) from corner and cut insulation to fit. G. Installation Tolerance: Install each framing member so fastening surfaces vary not more than 1/8 inch (3 mm) from the plane formed by faces of adjacent framing. END OF SECTION Non -Structural Metal Framing 09 22 16-4 FTW17498 —VCWRF Sludge Thickening Improvements City Project No. CO2647 09 29 00 GYPSUM BOARD 1.00 GENERAL 1.01 SUMMARY A. Section Includes: 1. Interior gypsum board. 1.02 ACTION SUBMITTALS A. Product Data: For each type of product. 1.03 QUALITY ASSURANCE A. Mockups: Build mockups of at least 100 sq. ft. (9 sq. m) in surface area to demonstrate aesthetic effects and to set quality standards for materials and execution. 1. Subject to compliance with requirements, approved mockups may become part of the completed Work if undisturbed at time of Substantial Completion. 1.04 DELIVERY, STORAGE AND HANDLING A. Store materials inside under cover and keep them dry and protected against weather, condensation, direct sunlight, construction traffic, and other potential causes of damage. Stack panels flat and supported on risers on a flat platform to prevent sagging. 1.05 FIELD CONDITIONS A. Environmental Limitations: Comply with ASTM C840 requirements or gypsum board manufacturer's written instructions, whichever are more stringent. B. Do not install panels that are wet, moisture damaged, and mold damaged. 1. Indications that panels are wet or moisture damaged include, but are not limited to, discoloration, sagging, or irregular shape. 2. Indications that panels are mold damaged include, but are not limited to, fuzzy or splotchy surface contamination and discoloration. 2.00 PRODUCTS 2.01 GYPSUM BOARD, GENERAL A. Size: Provide maximum lengths and widths available that will minimize joints in each area and that correspond with support system indicated. B. Glass -Mat Interior Gypsum Board: ASTM C1658/C1658M. With fiberglass mat laminated to both sides. 1. Basis of Design: National Gypsum Company "Gold Bond Hi -Abuse XP", or approved products from one of the following companies: a. Georgia-Pacific Gypsum LLC Gypsum Board 09 29 00 - 1 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 b. USG Corporation 2. Core: Type X (15.9 mm), abuse resistant. 3. Long Edges: Tapered. 4. Mold Resistance: ASTM D3273, score of 10 as rated according to ASTM D3274 2.02 TRIM ACCESSORIES A. interior Trim: ASTM C1047. 1. Material: Aluminum -coated steel sheet or rolled zinc. 2. Shapes: a. Cornerbead. b. LC -Bead: J-shaped; exposed long flange receives joint compound. c. L-Bead: L-shaped; exposed long flange receives joint compound. d. Expansion (control) joint. 2.03 JOINT TREATMENT MATERIALS A. General: Comply with ASTM C475/C475M. B. Joint Tape: 1. Glass -Mat Gypsum Sheathing Board: 10-by-10 glass mesh. C. Joint Compound for Interior Gypsum Board: For each coat, use formulation that is compatible with other compounds applied on previous or for successive coats. 1. Prefilling: At open joints and damaged surface areas, use setting -type taping compound. 2. Embedding Coat: For embedding tape and first coat on joints, fasteners, and trim flanges, use drying -type, all-purpose compound. a. Use mold resistant setting -type compound for installing metal trim accessories. 2.04 AUXILIARY MATERIALS A. General: Provide auxiliary materials that comply with referenced installation standards and manufacturer's written instructions. B. Laminating Adhesive: Adhesive or joint compound recommended for directly adhering gypsum panels to continuous substrate. C. Steel Drill Screws: ASTM C1002 unless otherwise indicated. 1. For fastening units, use screws of type and size recommended by panel manufacturer. D. Thermal Insulation: As specified in Section 07 2100 "Thermal Insulation." Gypsum Board 09 29 00 - 2 FTW17498 —VCWRF Sludge Thickening Improvements City Project No. CO2647 3.00 EXECUTION 3.01 EXAMINATION A. Examine areas and substrates including welded hollow -metal frames and support framing, with Installer present, for compliance with requirements and other conditions affecting performance of the Work. B. Examine panels before installation. Reject panels that are wet, moisture damaged, and mold damaged. C. Proceed with installation only after unsatisfactory conditions have been corrected. 3.02 APPLYING AND FINISHING PANELS, GENERAL A. Comply with ASTM C840, B. Install ceiling panels across framing to minimize the number of abutting end joints and to avoid abutting end joints in central area of each ceiling. Stagger abutting end joints of adjacent panels not less than one framing member. C. Install panels with face side out. Butt panels together for a light contact at edges and ends with not more than 1/16 inch (1.5 mm) of open space between panels. Do not force into place. D. Locate edge and end joints over supports, except in ceiling applications where intermediate supports or gypsum board back -blocking is provided behind end joints. Do not place tapered edges against cut edges or ends. Do not make joints other than control joints at corners of framed openings. E. Form control and expansion joints with space between edges of adjoining gypsum panels. F. Where partitions intersect structural members projecting below underside of floor/roof slabs and decks, cut gypsum panels to fit profile formed by structural members; allow i/d- to 3/8-inch- (6.4- to 9.5-nim-) wide joints to install sealant. G. Attachment to Steel Framing: Attach panels so leading edge or end of each panel is attached to open (unsupported) edges of stud flanges first. 3.03 APPLYING INTERIOR GYPSUM BOARD A. Single -Layer Application: 1. On partitions/walls, apply gypsum panels vertically (parallel to framing) or horizontally (perpendicular to framing) to minimize end joints. Stagger abutting end joints not less than one framing member in alternate courses of panels. b. At stairwells and other high walls, install panels horizontally unless otherwise indicated or required by fire -resistance -rated assembly. 2. On Z-shaped furring members, locate edge joints over furring members. 3. Fastening Methods: Apply gypsum panels to supports with steel drill screws. Gypsum Board FTW17499- VCWRF Sludge Thickening Improvements 092900-3 City Project No. CO2647 3.04 INSTALLING TRIM ACCESSORIES A. General• For trim with back flanges intended for fasteners, attach to framing with same fasteners used for panels. Otherwise, attach trim according to manufacturer's written instructions. B. Control Joints: Install control joints according to ASTM C840 and in specific locations approved by Architect for visual effect. C. Interior Trim: Install in the following locations: 1. Cornerbead: Use at outside corners. 2. LC -Bead: Use at panel edges 3.05 FINISHING GYPSUM BOARD A. General: Treat gypsum board joints, interior angles, edge trim, control joints, penetrations, fastener heads, surface defects, and elsewhere as required to prepare gypsum board surfaces for decoration. Promptly remove residual joint compound from adjacent surfaces. B. Prefill open joints and damaged surface areas. C. Apply joint tape over gypsum board joints, except for trim products specifically indicated as not intended to receive tape. D. Glass -Mat Faced Panels: Finish according to manufacturer's written instructions. 3.06 PROTECTION A. Protect adjacent surfaces from drywall compound and promptly remove from floors and other non -drywall surfaces. Repair surfaces stained, marred, or otherwise damaged during drywall application. B. Protect installed products from damage from weather, condensation, direct sunlight, construction, and other causes during remainder of the construction period. C. Remove and replace panels that are wet, moisture damaged, and mold damaged. 1. Indications that panels are wet or moisture damaged include, but are not limited to, discoloration, sagging, or irregular shape. 2. Indications that panels are mold damaged include, but are not limited to, fuzzy or splotchy surface contamination and discoloration. END OF SECTION Gypsum Board FTW17498 — VCWRF Sludge Thickening Improvements 092900-4 City Project No. CO2647 09 77 00 SPECIAL WALL SURFACING 1.00 GENERAL 1.01 SUMMARY A. Section Includes: Durable, decorative wall panels with smooth or textured finishes. Mounting hardware, adhesives, accessories and trims. B. Related Sections: 1. Division 09 Section: Gypsum Board Assemblies. 1.02 REFERENCES A. ASTM International: 1. ASTM E84 Standard Test Method for Surface Burning Characteristics of Building Materials. 2. ASTM D256 Standard Test Methods for Determining the Izod Pendulum Impact Resistance of Plastics. 3. ASTM D638 Standard Test Method for Tensile Properties of Plastics. 4. ASTM D790 Standard Test Methods for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials. 5. ASTM D2583 Standard Test Method for Indentation Hardness of Rigid Plastics by Means of a Barcol Impressor. 1.03 SYSTEM DESCRIPTION A. Performance Requirements: Provide durable, decorative wall panels which have been manufactured and installed to maintain performance criteria stated by manufacturer without defects, damage or failure. 1.04 SUBMITTALS A. Product Data: Submit manufacturer's product data, storage, handling and preparation requirements and installation instructions. B. Shop Drawings: Submit shop drawings showing layout, profiles and product components, including anchorage, accessories, finish colors, patterns and textures. Indicate location and dimension of joints and fastener attachment. C. Samples: Submit selection and verification samples for finishes, colors and textures. Submit 2 samples of each type of panel, trim and fastener. D. General: Firm experienced in successful production of wall system similar to that indicated for the Project. E. Quality Assurance/Control Submittals, Submit the following: 1. Test Reports: Certified test reports showing compliance with specified performance characteristics and physical properties. 2. Certificates: Special Wall Surfacing 09 77 00 - 1 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 a. Submit manufacturer's certificate that products meet or exceed specified requirements. b. Submit certificate of installer's qualifications. 3. Manufacturer's Instructions: Manufacturer's installation instructions. F. Closeout Submittals: Submit the following: 1. Operations and Maintenance Data: Operation and maintenance data for installed products in accordance with Division 01 Closeout Submittals (Maintenance Data and Operation Data) Section. Include methods for maintaining installed products and precautions against cleaning materials and methods detrimental to finishes and performance. 2. Warranty documents specified herein. 1.05 QUALITY ASSURANCE A. Installer Qualifications: Installer shall have a minimum of 5 years experience with composite wall panel work similar in scope and size to this project. B. Mock -Ups: [Specify requirements for mock-up.]. 1. Subject to acceptance by owner, mock-up may be retained as part of finish work. 2. If mock-up is not retained, remove and properly dispose of mock-up. 1.06 DELIVERY, STORAGE & HANDLING A. General: Comply with Division 01 Product Requirements Section. B. Lead Time: Comply with manufacturer's ordering instructions and lead time requirements to avoid construction delays. C. Delivery: Deliver materials in manufacturer's original, unopened, undamaged containers with identification labels intact. D. Storage and Protection: Store materials protected from exposure to harmful environmental conditions and at temperature and humidity conditions recommended by the manufacturer. 1. Store panels indoors. 2. Lay panels flat. Do not stand panels on edge. 3. Protect panels from moisture. 4. Do not store panels in contact with the floor or against an outside wall. 5. Do not remove protective film from panel surface until after installation (if applicable). 6. Maintain optimum storage conditions of 60-75 degrees F (16-24 degrees C) at 35 - 55% relative humidity. Avoid extremes in temperature and humidity. E. Handling: Remove foreign matter from face of panel by using a soft bristle brush, avoiding abrasive action. 1.07 PROJECT/SITE CONDITIONS A. Environmental Requirements: Special Wall Surfacing 09 77 00 - 2 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 1. Installation shall not begin until building is enclosed, permanent heating and cooling equipment is in operation and residual moisture from plaster, concrete or terrazzo work has dissipated. 2. Install panels between 60 degrees F - 75 degrees F (15 - 24 degrees C) and relative humidity below 55%, ideally at the same conditions as the room's normal operating temperatures after building is occupied. 3. Provide ventilation to disperse fumes during application of adhesive as recommended by adhesive manufacturer. 4. Do not install wall system until normal lighting conditions exist. Normal lighting conditions are described as those in place when the project is finished. B. Field Measurements: Verify actual measurements/openings by field measurements before fabrication; show recorded measurements on shop drawings. Coordinate field measurements and fabrication schedule with construction progress to avoid construction delays. 1. Wall, ceilings, floors and openings must be level, plumb, straight, in -line and square 1.08 WARRANTY A. Manufacturer's Warranty: Submit, for Owner's acceptance, manufacturer's standard warranty document executed by authorized company official. Manufacturer's warranty is in addition to, and not a limitation of, other rights Owner may have under Contract Documents. B. Warranty Period: 5 years commencing on Date of Substantial Completion. y 1. Warranty extends to products assembled / installed and used in the manner intended and does not cover damage or failure caused by: misuse, abuse or accidents, exposure to extreme temperature, improper installation, improper maintenance. 1.09 MAINTENANCE A. A. Extra Materials: Provide 5 percent additional material for use by owner in building maintenance and repair. 2.00 PRODUCTS 2.01 COMPOSITE WALL PANELS A. Manufacturer: 1. Basis of design Nudo FRP wall panels or approved products from the following manufacturers: a. Marlite b. Kal-Lice c. Crane Composites 2. Texture: Pebbled 3. Fire -Rating Class: A Special Wall Surfacing FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 097700-3 4. Color: Silver (light gray) 5. Size: 4 feet x 12 feet (1.2 x 3.6 m) B. Physical Properties: 1. Flexural Modulus ASTM D790 2. Tensile Strength ASTM D638 3. Surface Burning Characteristics (ASTM E84): Class A 2.02 ACCESSORIES A. Moldings: 1. Coordinating PVC (polyvinyl chloride) moldings: Color to match panel color. 3.00 EXECUTION 3.01 MANUFACTURER'S INSTRUCTIONS A. Adhesive: Provide panel adhesive as recommended by panel manufacturer. B. Trim and Seam Treatment: 1. Manufacturer: By panel manufacturer. 2. Silicone Sealant: Color to match panels and trim. C. Fasteners: Provide appropriate fasteners and accessories as required to properly complete installation. 3.02 PREPARATION A. Comply with the instructions and recommendations of the durable, decorative wall panel manufacturer. 1. Site Verification of Conditions: a. Verify substrate conditions, which have been previously installed under other sections, are acceptable for product installation in accordance with manufacturer's instructions. b. Examine back-up surfaces to determine that corners are plumb and straight, surfaces are smooth, uniform, clean and free from foreign matter, fasteners are countersunk and joints and cracks are filled flush and smooth with the adjoining surface. c. Do not proceed with installation of durable, decorative wall panels until unacceptable conditions are corrected. 3.03 INSTALLATION A. General: Prior to installing panels, remove packaging and allow panels to acclimate to room temperature and humidity for at least 48 hours. Special Wall Surfacing 09 77 00 - 4 FTW17498 —VCWRF Sludge Thickening Improvements City Project No. CO2647 1. Wall substrate must be dry and free from dirt, dust, grease and other contaminants. Wails must be flat and even. Remove high spots and fill low spots with material acceptable to panel manufacturer. 2. Remove soluble or loose paint and other foreign matter that might interfere with proper adhesive bond. Painted walls must be prepared to adhesive manufacturer specifications for proper adhesion. 3. Inspect panels for any defects immediately. Do not install panels of unacceptable quality. 4. Field cutting of all wall systems should be accomplished using a circular saw with fine tooth carbide blade. 5. Follow adhesive manufacturer's recommendations for appropriate height of adhesive bead left by trowel and do not allow adhesive to skin over. When interior paneling is on an exterior wall or wet area, follow the adhesive manufacturer's installation recommendations for a secure bond. B. Installation Using PVC Trims: 1. Start in the corner. Mark plumb line 48 1/8 inches from corner. 2. Apply adhesive directly to entire back of composite wall panel using correct trowel with 100% adhesive coverage using crosshatch pattern. Apply adhesive to within 1/2 inch of all edges of panel. 3. Slide panel into molding and withdraw 1/8 inch for PVC moldingsto provide appropriate gap. Align with plumb line. 4. Begin in top corner nearest molding with laminate roller, rolling down and out toward the edge without molding. 5. Continue rolling down and out working across panel away from previously installed panel or initial molding. Remove all trapped air. 6. install one-piece division bar and caps or next molding by sliding onto panel. 7. Repeat process, working in one direction around room. 8. Immediately remove all adhesive residue. To remove, clean with nonabrasive cotton cloth and warm water. If necessary, use a mild nonabrasive detergent. For cleanup with solvent based adhesives, use mineral spirits or acetone to remove residue. 3.04 CLEANING A. Clean panel surfaces in compliance with manufacturer's recommendations. 1. Use a clean, damp, nonabrasive cotton cloth and a mild liquid detergent or household cleaner. 2. Rinse with clean water using a clean, nonabrasive cotton cloth. 3. Dry panels with a soft, clean nonabrasive cotton cloth. 4. Do not use cleaners containing acid, alkali or sodium hypochlorite. 3.05 PROTECTION A. Protect installed work from damage due to subsequent construction activity on the site. Special Wall Surfacing 09 77 00 - 5 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 END OF SECTION Special Wall Surfacing FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 09 77 00 - 6 09 96 00.01 HIGH-PERFORMANCE COATINGS 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to apply protective coatings to material and equipment as specified herein, including the preparation of surfaces prior to application of coatings. B. Protective coatings must be applied to the following surfaces: 1. Metal surfaces located outside of buildings and other structures anywhere on the Site. 2. Structural steel located in the following areas: a. Thickening Facility exposed structural steel, both existing and new. b. Blend Tank cover in its entirety (top, sides, bottom) 3. New piping. 4. Concrete surfaces at the following locations: a. Primary Sludge Holding Tank No. 1 and 2 per Section 09 96 01 "Concrete Protective Coatings." b. Floor of the polymer containment area in the Thickening Facility 5. Existing Piping Systems: a. Primary sludge influent piping and valves to Gravity Thickeners No. 2 and 4 6. Petrolatum (wax) tape at the following locations: a. Buried flexible couplings. C. The following must not be coated and must be protected from drips, overspray, etc. unless indicated otherwise 1. Stainless steel piping, materials and equipment 2. PVC piping 3. Galvanized steel piping, materials and equipment unless specifically indicated to be coated. 4. Aluminum materials and equipment 5. Interior electrical items D. Special applications for painting include the following: 1. Aluminum surfaces in contact with or embedded in concrete must be treated in accordance with Section 03 30 00 "Cast -In -Place Concrete." 2. Buried pipe and valves must receive a shop applied protective coating as described in the appropriate Section of the Specifications. E. Contain, treat, and dispose of any dust, spray, drainage, or spillage resulting from coating operations. It is the Contractor's responsibility to determine if the materials to be disposed High -Performance Coatings 09 96 00.01-1 FTW17498— VCWRF Sludge Thickening Improvements City Project No. CO2647 of are classified as Hazardous Waste. Disposed of waste, hazardous or otherwise, must be in accordance with applicable regulations. Contractor must be aware of and understand the regulations concerning disposal of waste generated by coating operations. 1.02 QUALITY ASSURANCE A. Acceptable Manufacturers: Products which comply with the Contract Documents and are manufactured by the following companies will be acceptable: 1. Tnemec Company, Inc. 2. Carboline. 3. PPG Protective & Marine Coatings. 4. The Sherwin-Williams Company. 5. Akzo Nobel / International Paint, LLC. 6. ICI Devoe High Performance Coatings. 7. Plasite Protective Coatings. It is desired that the paint products be furnished by as few manufacturers as possible to meet the requirements of the Specifications. Coating products of the same type must be supplied by the same manufacturer. Do not mix products from different sources. Applicator's Qualifications: Applicators must be qualified in this line of work and have a minimum of 5 years of experience in the application of the protective coatings of the types specified herein. Submit a list of recent projects and names of references for those projects. C. Product Quality: Use only the coatings specified in this Section. Use only those thinners and solvents recommended by the manufacturer, only in the amounts necessary to produce the manufacturer's recommended spreading rate, and in amounts not exceeding the maximum quantities stated in the manufacturer's literature. The coating material must not show excessive settling in a freshly opened full can and must be easily re -dispersed with a paddle to a smooth, homogeneous state. It must show no curdling, livering, caking, or color separation and must be free of lumps or skim surfaces. D. Inspection: 1. Inspect and provide substrate surfaces prepared in accordance with the Contract Documents and the printed directions and recommendations of paint manufacturer whose product is to be applied. 2. Provide Engineer minimum 3 days' notice prior to start of surface preparation work or coating application work. 3. Perform Work only in the presence of Engineer, unless Engineer grants prior approval to perform such Work in Engineer's absence. Approval to perform Work in the Engineer's absence is limited to the current day unless specifically noted to extend beyond the completion of the work day. High -Performance Coatings 09 96 00.01- 2 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 4. Inspection by the Engineer, or the waiver of inspection of any particular portion of the Work, must not be construed to relieve the Contractor of responsibility to perform the Work in accordance with the Contract Documents. 5. Contractor is solely responsible for testing for this Section, at no further cost to the Owner. Engineer may also make such tests if it is considered necessary. Cooperate with the Engineer, providing equipment, scaffolds, and other equipment as requested by the Engineer. E. Testing Equipment: Furnish the testing apparatus necessary for testing coatings, including the following: One set of U.S. Department of Commerce thickness calibration plates, certified by the National Bureau of Standards, to test dry film thickness. 2. Wet -film thickness gauges. Give one to Owner's representative. Each painter must keep one to test paint as it is applied. 3. One electronic dry -film thickness gauge capable or measuring 0-200 mils with calibration standards approved by the Bureau of Standards. 4. One Elcometer 319 Dewpoint Meter or approved equal. One Tinker and Rasor Model M 1 Holiday Detector and recommended wetting agent and/or High Voltage Holiday Detector if required for coating thickness specified. 6. One set of SSPC-VIS 1, 3 and 4 - Visual Standards as applicable. Testing Reports: Submit an inspection report for each coating applied on the Project. The testing report must be completed on a form furnished by the Engineer and must bear the signature of the Contractor and the Owner's representative. G. The Contractor must schedule a construction conference prior to any field work being completed. The meeting will be on -site and will include the Owner, Contractor, painting superintendent, Engineer, Owner's representative and coating manufacturer's representative. At this meeting the coating plan and schedule will be reviewed in detail. 1.03 SUBMITTALS A. Submittals must be in accordance with Section 0133 00 "Submittals." B. The following Product Data for products, including manufacturer's data sheets, are due prior to ordering coating and surface preparation materials: 1. Coating manufacturer's color selection literature for coating materials and caulk. 2. Sample warranty document for products. 3. Provide certification from the manufacturer that all coatings will not contain more than 0.06 percent by weight of lead in the cured coating for each coat applied. 4. Coating manufacturer's Product Information and Safety Data Sheets (SDS) for each coating and caulk material. Product Information must include the following: a. The manufacturer's published instructions for use in specifying and applying all proposed coatings. b. Application instructions written and published by the coating manufacturer. High -Performance Coatings FTW17498 — VCWRF Sludge Thickening Improvements 09 96 00.01- 3 City Project No. CO2647 c. Letter from manufacturer stating coating is resistant to damage from chemicals designated to be stored in the polymer containment area. If coating has the potential to damage coating, primers and top coats are required to be provided so surface will not be damaged. d. All limitations, precautions and requirements that may adversely affect the coating, that may cause unsatisfactory results after the application or that may cause the coating not to serve the purpose for which it was intended, must be clearly and completely stated in the instructions. Limitations and requirements must include, but are not necessarily limited to the following: 1). Surface preparation. 2). Method(s) of application. 3). Thickness of each coat (maximum and minimum DFT). 4). Drying and curing time of each coat. 5). Time (minimum and maximum) allowed between coats. 6). Thinner and use of thinner. 7). Proper mixing of coating before application. 8). Weather limitations during and after application (temperature and humidity, time weighted). 9). Physical properties of coating, including percent solids content by volume. 10).Equipment settings (air cap, fluid tip, equipment pressure settings, etc.). 11).Pot life at various temperature and humidity conditions. 12).Provide documentation that interior coating system is compatible with the cathodic protection system. C. The following samples are required prior to ordering the materials: 1. Three samples of selected exterior finish colors for approval on 6-inch by 6-inch swatches. Label each swatch with the manufacturer's name, coating name/type, color name and number. D. The following Product Data is required prior to coating work: 1. Coating Plan: a. Anticipated coating process schedule by date, including dates when hold -point inspections are anticipated. Schedule must indicate detailed activities on a daily basis. b. Detailed procedures and schedule for all pre -cleaning, surface preparation and application of coating, including touch-up and repair procedures for all coating systems. c. Recoat schedule on the submitted coating materials. d. Data sheets complete with a graduated scale or curve, produced by the coating manufacturer, with curing characteristics and recommendations regarding complete High -Performance Coatings 09 96 00.01- 4 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 coating curing. The data sheets and scales or curves must include specific cure times over a wide range of temperatures and humidity. Provide a written plan documenting how spent cleaning debris and/or paint over spray or droplets will be contained/confined to the Site and tank site during the surface preparation and coating application operations. Reasonable care must be exercised by the Contractor to prevent damage, nuisance, or hazardous conditions to adjacent or nearby property Owners. Include all materials and method to be used for protection of exterior surfaces, and allow for recovery and disposal of paint scraps and blast media. 2. Provide documentation on proposed containment system methods for blasting and coating operations. Contractor must submit evidence of notification of the appropriate office of the Texas Commission on Environmental Quality (TCEQ) prior to abrasive blasting as required. Submit copies of any obtained permits. 4. Coating Manifest - Within 48 hours of coating delivery to the Site, Contractor must record the batch number stamped on each coating container and submit a typed list to the Owner's representative. Minimum information required is listed below. a. Date of delivery to the Site. b. Name and signature of superintendent recording the data. c. List of batch number including corresponding coating identification, color, date of manufacture and volume of each container. E. The following Certified Test Report(s) are required prior to coating work: 1. SDS sheets for all abrasive to be used on the Project. Certification and laboratory test results indicating recycled metallic abrasive per SSPC- AB 2 or and atomic absorption test results. 1.04 STANDARDS A. The applicable provisions of the following standards apply as if written here in their entirety. Adhere to the latest standards and codes published by the following organizations. B. In the event of a conflict between the published standards, codes, and this Section, the more stringent requirement govern as interpreted by the Engineer. 1. Texas Commission on Environmental Quality (TCEQ): 30 TAC Chapter 290, Subchapter D I Rules and Regulations for Public Water Systems 1.05 DELIVERY AND STORAGE A. Deliver coating products to the Site in original unopened containers, with manufacturer's label and batch number attached. Do not apply products until the Owner's field representative has approved the product for use. B. Use one location at each site for the storage of coating products. Protect the floor from spills and other damage. Protect the products from extreme heat or cold. Keep containers High -Performance Coatings 09 96 00.01- 5 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 covered. Keep the storage rooms clean of trash and debris. Dispose of oily or used rags daily. Under no circumstances will they be allowed to accumulate. Take precautions to prevent fires. The storage of flammable liquids must comply with the City, State, or other fire codes. C. Storage of coatings and other products must be in accordance with the manufacturer's requirements. Coatings that have been damage or not stored properly must not be applied and must be removed from the Site. D. All products and coatings that are not approved for the Project must be removed from the Site and must not be stored at the Site. All materials must be delivered to the Site in original sealed containers with the date of manufacture and batch number stamped thereon by the coating manufacturer. Materials are subject to random observations by the Owner's representative at the Site. 1.06 ENVIRONMENTAL CONDITIONS A. Do not apply coatings under conditions that are unsuitable for the production of good results. Remove trash and debris from enclosed buildings and thoroughly clean prior to application of coatings. Do not begin application of coatings in areas where other trades are working, or where construction activities result in airborne dust or other debris. Do not apply coatings in conditions which do not conform to the recommendations of the coatings manufacturer. B. Coatings must only be applied when conditions fall within the parameters listed in the manufacturer's printed data. C. Contractor must provide dehumidification equipment sized to maintain dew point temperature 5 deg. F or more below surface temperature of metal surfaces to be cleaned and painted. D. Do not apply any coatings when weather conditions are unfavorable. In the event that climatic conditions are not conducive for best results, postpone application of coatings until conditions conform to the manufacturer's recommendations and the provisions of this Section. E. Do not apply coatings to a wet or damp surface in wet or damp weather conditions, or when there is dust in the air. Surfaces exposed to direct sunlight must be shaded by awnings or other protective devices while coatings are being applied, if recommended by coating manufacturer. When necessary, provide temporary heating devices of a type that produces no fumes which will discolor the paint system. F. Heating and Dehumidification: 1. Dehumidification equipment must be used to control the environment during surface preparation, rehabilitation, coating application and coating curing at no additional cost to the Owner, if acceptable environmental conditions cannot be met. If the Contractor cannot meet the required environmental conditions to apply the interior coating system per this Section and the coating manufacturer's written recommendations, Contractor will cease operations until approved dehumidification equipment has been provided and acceptable environmental conditions are achieved. High -Performance Coatings 09 96 00.01- 6 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 If coating system is applied without dehumidification or in conditions not acceptable by this Section and by the coating manufacturer's written requirements, Contractor must fully remove coating system applied and replace per the Engineer's direction. The Contractor must furnish all labor, materials, equipment, fabrication and quality control inspections, and all other incidentals required to control and maintain the environment of the reservoir within the parameters stated in this Section and must incorporate these and any other expenses into its bid. 3. The Owner reserves the rights, in the event the dehumidification equipment is not performing to the minimum requirements stated in this Section, to require the Contractor to modify and or add additional equipment to satisfy the conditions of this Section, at the sole cost to the Contractor. 4. ft is the Contractor's responsibility to provide adequate dehumidification equipment to meet the requirements of this Section and coating manufacturer's requirements. The coating manufacturer's limits of surface temperature, tank inside air temperature and relative humidity requirements will govern, if more stringent than the requirements stated within this Section. G. Forced Ventilation: 1. Provide continuous forced fresh air ventilation when working inside of containment systems or enclosed areas that are not openly vented from the beginning of surface preparation through final coating operations and coating curing. 2. Forced ventilation must be supplied per the recoat time required by the coating manufacturer and at least 48 hours after the final coat has been applied. 3. From the beginning of interior wet and/or dry coating application and until this coating is cured, the Contractor must monitor the air for the lower explosion limit (LEL) as published in the coating manufacturer's product SDS's. 4. Contractor is responsible for supplying, installing and maintaining the forced ventilation system. H. Containment System: 1. Contractor must provide containment methods, either full or partial, which allows for the containment of the environmentally sensitive waste, dust and paint over spray that will be generated during the abrasive blasting and painting operation. 2. Minimum Containment for Field Surface Preparation: a. Provide a minimum SSPC Guide 6 (CON) Class 2A containment system when dry abrasive blasting. b. Provide a minimum SSPC Guide 6 (CON) Class 2W containment system when wet abrasive blasting. All water must be contained and properly disposed of. c. Provide a minimum SSPC Guide 6 (CON) Class 2P.E3 containment system when power tool cleaning. 3. The ground surrounding the project area must be protected from all debris, emissions, dust, and other materials generated in the cleaning operations with a minimum of two High -Performance Coatings 09 96 00.01- 7 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 layers of polyethylene covered with plywood or the same material used for the perimeter containment system. 4. Containment is not required when blasting on the interior of a completely enclosed area (i.e. roof is in place) as long as no visible emissions are created. 5. The Contractor must ensure that no spent cleaning/blasting debris, dust, overspray, coating droplets, or emissions of any kind, escape to the atmosphere, or to adjacent buildings, private property, work sites, parking lots, etc. 6. The Owner reserves the right to stop Work or require containment, additional containment or different containment methods if the Contractor's operations create a. nuisance beyond the tank site property line in the sole opinion of the Owner, the Engineer, the Owner's representative, any regulatory agency, or neighbor. All costs of providing an adequate containment system must be included by the Contractor in the Base Bid. 7. The Contractor must be responsible for all materials that are used and for any apparatus used to contain dust emissions, debris, overspray, and coating droplets. The containment system attachments to existing or proposed structures must be designed not to impose excessive loading on the structure by a professional engineer licensed in the state the Project is located. Contractor must submit the P.E. designed and sealed details of the containment system on the tank. Any damage to the structure(s) as a direct or indirect result of the containment system must be repaired or sections replaced by the Contractor at no additional cost to the Owner. Neither the Owner nor the Owner's Engineer assumes any responsibility for the structural ability of the structure to support the containment system. 8. If tarps are used as part of the containment system, the tarps must be an impervious, solid, flame -resistant material, reinforced with a fiber mesh and must allow as much light as possible to pass through the material. Visible Emissions: Contractor must control visible emissions and releases while dust producing activities are underway. Visible emissions more than SSPC Guide 6, Level 1 (1 percent of the workday or 5 minutes in an 8-hour shift) are unacceptable. Sustained emissions of more than 1 minute, regardless of the total time of emissions for the day is unacceptable. If unacceptable emissions are observed, Contractor must shut down immediately and correct the situation and clean up any debris generated from the release to the satisfaction of the Engineer before continuing the Work. 1.07 WORKING CONDITIONS A. Provide adequate lighting at any location that coatings are being applied or testing is performed. Illumination must be of sufficient intensity to achieve good results. Provide explosion -proof lighting when required. B. Temporary ladders and scaffolds must conform to applicable safety requirements. Erect temporary scaffolds where needed to cover large areas. Provide ladders or scaffolding during testing procedures. High -Performance Coatings 09 96 00.01 - 8 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 r 1.08 WARRANTY/GUARANTEE A. Protective coating shall have a warranty period of two (2) years from the date of Final Acceptance in accordance with the General Conditions. B. PRODUCTS 1.09 GENERAL COATING REQUIREMENTS A. All coatings must be free of heavy metals such as arsenic, barium, chromium, selenium, silver, lead, mercury and cadmium. B. All coatings in contact with potable water must be certified by the NSF Standard 61. C. Coatings submitted or used on this Project must not have a VOC (volatile organic content) in excess of 360 grams per liter or 3 lb. per gal. D. Finish coatings must be from the same batch. 1.10 MATERIALS A. Coating products are to be as follows: IType A- A I IkVd-Phema I ic UniversaI Primer LManufacturer Tnemec Approved Coating Series 1 Purple Prime Sherwin-Williams Kern Kromik Universal Akzo Nobel / International Paint, LLC Interlac 573 Devoe Coatings Devprime 1403 Carboline Carbocoat 150UP PPG Multiprime 4360 Type B - Epoxy-Polyamide Primer Ma.}ufackurer Approved Coating Tnemec Series 66 Sherwin-Williams Copoxy Primer Akzo Nobel / International Paint, LLC Intergard 251; Intergard 269 for valves and gates, submerged structural steel and misc. metals, and submerged piping Devoe Coatings Devran 201V Series Carboline 890 PPG Amercoat 385 Type C - Penetrating Epoxy Pre -Primer Manufacturer Tnemec I Approved Equal High -Performance Coatings FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 Approved Coating 099600.01-9 Type C - Penetrating EVoxy Pre -Primer Mahubetorer Approva Coating Sherwin-Williams Macropoxy 920 Pre -Prime Akzo Nobel / International Paint, LLC Interbond 600 Devoe Coatings Approved Equal Carboline Rustbond Penetrating Sealer PPG Amerlock Sealer Type D - Inorganic Zinc Primer JMInImurn 80% Zinc by Welght� Manufacturer Approved Coating Carboline Carbozinc 12 VOC Sherwin-Williams Zinc Clad 11 Plus PPG Dimetcote 9 VOC Approved Manufacturer Approved Equal Type E - Organic Zinc Primer (MlInimurn 80% Zinc by Weight) Manufacturer Approved Coating Carboline Carbozinc 859 Sherwin-Williams Corothane I Galvapac PPG Amercoat 68HS Akzo Nobel / International Paint, LLC Interzinc 52 Approved Manufacturer Approved Equal Type F - Alkyd Enarnell Manufacturer Approved fiiDating Tnemec Series 23 Enduratone Sherwin-Williams DTM Alkyd Enamel Akzo Nobel / International Paint, LLC Interlac 665 Devoe Coatings Devlac 1431 Carboline Carbocoat 8225 PPG Fast Dry 35 High -Performance Coatings 09 96 00.01- 10 FTW17498 —VCWRF Sludge Thickening Improvements City Project No. CO2647 Type G - Epoxy-Polyamide Coatings — Naanul` tur r Approved Coating Series 66 Tnemec Sherwin-Williams Macropoxy 646 Epoxy Akzo Nobel / International Paint, LLC Intergurd 475HS; Interseal 670HS for valves and gates, PVC pipe and conduit, submerged structural steel and misc. metals, and submerged piping Devoe Coatings Bar -Rust 235 Carboline Carboguard 60 PPG Amerlock 385 Type H - Epoxy.-Polyamide Coatings for Potable Water (NSF 61 Certified) Manufacturer Approved Coating Tnemec Series N140 Pota-Pox Plus Sherwin-Williams Tank Clad Epoxy Akzo Nobel / International Paint, LLC Interline 850 or Interseal 670HS (NSF colors) Devoe Coatings Bar -Rust 233H Series Carboline Carboguard 61 PPG Amerlock 2/400 Type I - Al1phatic PDlyurethane Enamel u1aturer Approved Coating Tnemec Series 1074 Endura-Shield 11 Sherwin-Williams Hi -Solids Polyurethane Akzo Nobel / International Paint, LLC Interthane 990 Series Devoe Coatings Devthane 379 Series Carboline Carbothane 133HB (Satin) or Carbothane 134HG (High Gloss) PPG Pitthane Ultra Series Type J - Siilicane Alurninurn Coatings For High Tenlperature Manufacturer Approved Gating Series 39 Silicon Aluminum Tnemec Sherwin-Williams Silver Brite Aluminum 1359S8 Akzo Nobel / International Paint, LLC Intertherm 50 Series Devoe Coatings Intertherm 50 Series High -Performance Coatings 09 96 00.01- 11 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 Type J - Silicone Aluminum Coatings For High Temperature Manufacturer I Approved Coating i PPG Hi -Temp 500 Carboline Carbozinc 11; Finish: Thermaline 4700 Series (up to 1000 deg. F); Thermaline 4900 (up to 450 deg. F) Type K- Epoxy Concrete Coating Manufacturer A,pprowed Coating Tnemec Series 641-1-413 Hi -Build Tneme-Tar Sherwin-Williams Tar Guard Epoxy Akzo Nobel / International Paint, LLC Interzone 954 Devoe Coatings Devtar 5A Series PPG Amercoat 78HB Coal Tar Epoxy Carboline Bitumastic 300M Type L - Epoxy Concrete Coating - High Friction Surface (HFS) Manufacturer Approved Coating Series 434/435 Perma-Shield System Tnemec Akzo Nobel / International Paint, LLC Ceilcote 380/242GF Flakeline System PPG SFT 675 Carboline Carboguard 510 Series / Plasite 4500 Series Type M - KFA 5o#ids Epoxy 5iinxane Manu€adorer Approved Coating Carboline Carboxane 2000 Sherwin-Williams Polysiloxane XLE-80 PPG PSX 700 Polysiloxane Approved Manufacturer Approved Equal Type N - Epoxy Mastic Manufacturer Approved Coating J Carbomastic 15 Carboline Sherwin-Williams Epoxy Mastic li PPG Amerlock 2/400 AL Tnemec Chembuild Series 135 High -Performance Coatings FTW17498 — VCWRF Sludge Thickening Improvements 099600.01-12 City Project No. CO2647 Type N - Epoxy Masiic Manufacturer Approved Coating AkzoNobel/International Interseal670HS Paint, LLC Type 0 - ElaFstomeric Polyurethane Hybrid Manufacturer Approved Coating Carboline Reactamine 760 Series Sherwin-Williams Sherflex 5 PPG Amerthane 490 Tnemec Elasto-Shield Series 406 AkzoNobel/International Paint, LLC Polibrid 705E Elastomeric Type P - Gias5. Flake Reinforced Epoxy Manufacturer Approved Coating Carboline Approved Equal Sherwin-Williams Sher -Glass FF PPG Amerlock 2/400 GF Tnemec Approved Equal AkzoNobel/International Paint, LLC Approved Equal Type Q - 100% Solids Epoxy for Wastewater Manufacturer l Approved Coating Carboline Plasite 4550-S Novolac Epoxy Sherwin-Williams Dura-Plate 6000 Amine Epoxy PPG Novaguard 890 or Novaguard 810 Novolac Epoxy Tnemec Perma-Glaze Series G435 Modified Polyamine Epoxy AkzoNobel/International Approved Equal Paint, LLC B. Petrolatum (Wax) Tape: 1. Petrolatum (wax) tape must be installed per the manufacturer's written recommendations. Provide all primers and appurtenant materials as required for installation per the recommendations. 2. Approved Manufacturers: a. Trenton Corp. - Trenton Primer and #1 Wax -tape b. Denso North America, Inc. - Denso Paste and Densyl Tape High -Performance Coatings FTW17498 — VCWRF Sludge Thickening Improvements 099600.01-13 City Project No. CO2647 c. Approved equal. 1.11 COLOR SELECTION A. The color chart must include the complete available range of colors, including tints and shades. Owner will select the colors during construction. B. Use a multi -color system coating for any surface receiving more than one coat. Each coat must be tinted differently from the preceding coat in a manner that will allow the various coats to be easily distinguished. Colors must generally be from light to dark shades, but the Contractor may have the option to select tint shades to insure coats will receive adequate coverage without bleeding or otherwise showing through the preceding coat. C. Piping and equipment must be color coded in accordance with the requirements of the TCEQ. 2.00 EXECUTION 2.01 GENERAL A. All coatings must be applied in strict conformance with the coating manufacturer's published specifications, this Section, or as approved by the Engineer. B. Surfaces which will be inaccessible after installation must be coated prior to installation, or must be coated and approved in stages as the Work is installed. C. The Engineer will approve surfaces for application of coatings at each stage. Any material that is coated prior to the Engineer's approval will be stripped back to bear metal and repainted. D. At least 7 days or as required by the coating manufacturer, must be allowed for drying of finished surfaces before any machinery can be placed into service. E. The number of coats called for in this Section are considered the minimum required. If more coats are required for complete coverage and uniform appearance they must be provided at no additional cost to the Owner. 2.02 STEEL SURFACE PREPARATION A. The adequacy of the preparation of steel surfaces will be determined by comparing the surface with SSPC-VIS 1 and SSPC-VIS 3. Prepare surfaces in accordance with the following requirements: 1. SSPC-SP 1 — Solvent Cleaning. 2. SSPC-SP 2 — Hand Tool Cleaning. 3. SSPC-SP 3 — Power Tool Cleaning. 4. SSPC-SP 5 / NACE 1 — White Metal Blast Cleaning. 5. SSPC-SP 6 / NACE 3 — Commercial Blast Cleaning. 6. SSPC-SP 7 / NACE 4 — Brush -Off Blast Cleaning. 7. SSPC-SP 10 / NACE 2 — Near -White Blast Cleaning. High -Performance Coatings 09 96 00.01 - 14 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 8. SSPC-SP 11 —Power Tool Cleaning to Bare Metal. ' B. The resulting surface profile must be in accordance with the coating manufacturer's recommendations. C. "Solvent Cleaning" must be performed prior to subsequent surface preparation, including abrasive blast cleaning. D. All sharp edges and welds must be ground smooth to a rounded contour and all weld splatter must be removed prior to abrasive blasting. Edges of metal to be coated must be rounded to a minimum of 1/16-inch radius of chamfered a minimum of 1/16 inch at an angle of45 degrees. E. Welds and adjacent areas: 1. Prepared such that there is: a. No undercutting or reverse ridges on the weld bead. b. No weld spatter on or adjacent to the weld or any other area to be painted. c. No sharp peaks or ridges along the weld bead. d. Grind embedded pieces of electrode or wire flush with the adjacent surface of the weld bead. 2. Weld profiles must conform to NACE RP0178, Profile V. 2.03 DUCTILE IRON PIPE AND FITTINGS SURFACE PREPARATION A. Prepare surfaces in accordance with the following requirements: 1. NAPF 500-03-01 — Solvent Cleaning. 2. NAPF 500-03-02 — Hand Tool Cleaning. 3. NAPF 500-03-03 — Power Tool Cleaning. 4. NAPF 500-03-04 — Abrasive Blast Cleaning for Ductile Iron Pipe. 5. NAPF 500-03-05 — Abrasive Blast Cleaning for Cast Ductile Iron Fittings. B. "Solvent Cleaning" must be performed prior to subsequent surface preparation as specified in NAPF 500-03. 2.04 PETROLATUM (WAX) TAPE A. Petrolatum (wax) tape must be installed per the manufacturer's written recommendations. Provide all primers and appurtenant materials as required for installation per the recommendations. B. Tape must be installed on all buried flexible couplings and at locations indicated on the Drawings and as specified. High -Performance Coatings 09 96 00.01-15 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 2.05 CONCRETE SURFACE PREPARATION A. The adequacy of the preparation of concrete surfaces will be determined by comparing the surface with ICRI Surface Finish Comparators. Prepare surfaces in accordance with the following requirements: 1. SSPC-SP 13 / NACE 6 -- Surface Preparation of Concrete. B. Allow a minimum of 28 days curing time to elapse before coatings are applied. Concrete surfaces which are scheduled to receive coatings must be in accordance with the coating manufacturer's moisture requirements. C. Bug holes, air pockets, and other voids in the concrete will be filled or patched in chemical exposure areas, secondary containment, and where specifically required. D. Concrete Surface Preparation Inspection: 1. Adhesion Testing: Tensile testing of the surface preparation must be performed by the Contractor using a Type 4 or Type 5 pneumatic adhesion testing equipment in accordance with ASTM D7234 using 2-inch diameter dollies for concrete surface adhesion testing. Provide a minimum of three tests (dollies) per area and coating system. Engineer will select location of test dollies. b. Concrete surface or applied coating must be scored for concrete adhesion testing. c. Adhesive failure greater than 50 percent of the dolly surface area indicates inadequate surface preparation. d. Cohesive failures which results in loss of sound concrete will be acceptable provided the loss is greater than 50 percent of the dolly surface area. e. Low adhesion cohesive failures with a thin layer of concrete due to weak concrete or laitance over 50 percent of the dolly surface will be rejected. 2. Concrete Soundness: Concrete soundness will be determined using the scratching or hammer impact methods as defined in SSPC-SP 13. 3. Moisture Content: Moisture must be tested as specified in SSPC-SP 13 and in accordance with ASTM D4263 and ASTM F1869. Moisture content cannot exceed the moisture content recommended by the coating manufacturer. 2.06 SURFACE PREPARATION A. Clean and degrease surfaces prior to abrasive blasting by solvent cleaning as specified using solvents, detergent/water, emulsions, and steam. Proposed method must be documented in the coating plan. Contractor must contain and properly dispose of all runoff and debris from cleaning. B. If the following conditions exist or are prevalent, surface preparation and coating must be delayed or postponed until conditions are favorable. Each day's coating must be completed High -Performance Coatings 09 96 00.01- 16 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 in time to permit the film sufficient drying time prior to damage by atmospheric conditions or changes. No surface preparation can begin or coating applied: 1. When the surface, air or material is below or above the manufacturer's printed instructions. 2. When surfaces are wet or damp. 3. During weather conditions of rain, snow, fog or mist. 4. When the air and steel temperature is less -than or equal to 5 deg. E above the dew point temperature. 5. If the relative humidity is above 85 percent. 6. When it is expected that the air and/or surface temperature will be below or above the coating manufacturer's recommended temperatures within 4 hours after applications of coating, minimum. Coating manufacturer may require additional time between application and temperature and weather changes. C. Shop Surface Preparation: 1. Notify Engineer at least 7 days prior to start of shop blast cleaning to allow for inspection of the Work during surface preparation and shop application of paints. Work is subject to the Engineer's approval before shipment to the Site. 2. Items such as structural steel, metal doors and frames, metal louvers, and similar items as reviewed by the Engineer may be shop prepared and primed. Centrifugal wheel blast cleaning is an acceptable alternate to shop blast cleaning. Blast clean and prime in accordance with the Specifications. 3. Prepare surfaces by abrasive blasting as specified and apply shop prime coat. Shop primed steel plates must not have primer extended within 4 inches along all edges to be welded. All primer within 4 inches of an area to be welded must be removed prior to welding. Welding of painted surfaces will not be allowed. D. All pre -assembled shop primed items must be prepared in accordance with these specifications and inspected by the Owner's representative before and after priming. E. Abrasive Blasting: 1. Prior to extensive abrasive blasting operations, the Contractor must perform a test blast to verify that the surface cleanliness and profile meet the requirements of this Section and meet the coating manufacturer's requirements for the coating to be applied. If the test section does not meet the requirements, the Contract must make changes to the abrasive materials and methods to provide suitable blast. 2. Abrasive blast only the amount of surface area which can be primed the same day or before any rust starts to form, whichever occurs first. Areas which are not painted the same day must be re -blasted on the day the prime coat is applied. 3. Shrouding or recovery of all blast material will be mandatory during all exterior blasting. 4. Contractor must contain all waste and process discharge in accordance with the accepted methods for the process and materials that are in abatement. High -Performance Coatings 09 96 00.01-17 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 5. Where abrasive blast cleaning will not remove or properly prepare metal surfaces, hand and/or power tool cleaning must be used to remove such conditions as weld splatter, laminations and radius -sharp edges. Hand tool or power tool must be used on areas less than 2 feet in diameter or smaller or on corners and edges. 6. All abrasive blast equipment must be equipped with, including but not limited to the following: a. Noise reducing devices. b. Hose coupling safety devices. c. Electrical grounding devices. d. Moisture traps and filters. e. Fresh air hoods for all blasters. f. "Dead Man" switches on all blast hoses. g. Air dryers. F. Surface profile must be in accordance with manufacturer's printed requirements. G. The adequacy of the preparation of surfaces must be determined by comparing the surface with 55PC-VIS 1, SSPC-VIS 3, NACE RP0178 and ICRI Surface Finish Comparators. H. Adequate surface preparation must be verified throughout surface preparation per SSPC-PA 17. Minimum testing requirements: 1. Test the surface profile within the first 15 minutes and one additional time during each work shift or 12-hour period, whichever is shorter for each gun or blasting apparatus used or at any time the process producing the acceptable profile indicated above is changed, as interpreted by the Engineer. 2. Select a minimum of three 6-inch square locations and take two readings. The average to the two readings is a "profile measurement." The group of three locations is the "location average." The location average must be within the specified profile range. 3. Contractor must report the location averages (lowest location average and highest location average, and the profile measurement for each surface preparation apparatus. 4. If the substrate has been previously coated, an existing profile may exist. Contactor must adjust blast media size to ensure that the surface profile yield meets the profile required. Wherever the words "solvent cleaning", "hand tool cleaning", "wire brushing", or "blast cleaning", or similar words of equal intent are used in the Specifications or in paint manufacturer's specifications, they are understood to refer to the applicable specifications indicated. Where OSHA or EPA regulations preclude standard abrasive blast cleaning, wet or vacuum - blasting methods maybe required. Coating manufacturer's recommendations for wet blast additives and first coat application will apply. K. Clean surfaces of dust and residual particles from cleaning operations by dry (no oil or water vapor) air blast cleaning or other method prior to painting. Vacuum clean enclosed areas and other areas where dust settling is a problem and wiped with a tack cloth. High -Performance Coatings 09 96 00.01-18 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 2.07 PREPARATION OF HOT -DIP GALVANIZED COATED IRON OR STEEL PRODUCTS A. Remove all soluble and insoluble contaminants. Prepare hot -dip galvanized coated iron and steel products in accordance with ASTM D6386 and abrasive blast per ASTM D6386 to achieve an angular anchor profile as required by the coating manufacturer. B. Contractor is responsible for coordinating with the coating manufacturer to verify compatibility of the specified coating system with the provided surface preparation. 2.08 PREPARATION OF EXISTING COATED OR SHOP PRIMED SURFACES A. General: Factory --applied primers to equipment must be those specified or verified by the Contractor to be compatible with the specified coating systems. Where possible, notify manufacturers which shop prime coats will be required in order to be compatible with field -applied finish coats. Where equipment is purchased which has the manufacturer's standard primer or a factory finish which is other than as specified in this Section, remove the factory -applied paint system or apply passivators or other special coatings as required to make the surface compatible with the finish coat specified. 2. Do not apply any coating to machinery, piping, or other surfaces before testing has been completed and systems approved. Any damage to coatings resulting from subsequent corrective procedures must be stripped back to bare metal and repainted with the appropriate paint system as directed by the Engineer. 3. Check for compatibility when applying coatings over existing coatings. Apply a test patch of the recommended coating system, covering at least 2 to 3 square feet or as directed by the Engineer. Allow to cure 1 week before testing adhesion per ASTM D3359 in the presence of the Engineer. If adhesion does not meet the manufacturer's published data, consult with the Engineer. 4. Shop primed or coated surfaces must be reviewed with the Engineer to determine if the extent of damage to the coating and suitability of finish coats to adhere to shop applied coats. 5. If a cured epoxy, polyurethane, or plural -component material is to be top coated provide brush-off blast as specified herein or as recommended by the coating manufacturer. 6. Surface preparation recommendations of coating manufacturer are subject to approval of the Engineer. B. To be recoated or final coated: 1. Solvent clean. 2. Perform touch-up repairs of existing coating. 3. Asphaltic coated ductile iron pipe will require an application of a seal coat prior to the application of a cosmetic finish coat. High -Performance Coatings 09 96 00.01- 19 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 C. Touch -Up Repairs: 1. Clean loose, abraded, or damaged coatings to substrate by power tool to bare metal per SSPC-SP 11 and/or NAPF 500-03-03 "Power Tool Cleaning." 2. Feather surrounding intact coating. 3. Apply one spot coat of the specified primer to bare areas overlapping the prepared existing coating. 4. Apply one full finish coat of the specified primer or finish coat(s) overall. D. Application of a Cosmetic Coat: 1. The exact nature of shop -applied coatings is not known in all cases. 2. Check compatibility by application to a small area prior to starting the coating. 3. If lifting or other problems occur, request disposition from the Engineer. 2.09 APPLICATION A. Contractor and painting technicians are responsible for the application of the coating system and must have current applicator approvals from the coating manufacturer, as required. B. After abrasive blast cleaning, dust and spent abrasive must be removed from the surfaces by vacuum process or with clean, dry, oil -free compressed air. C. The prime coat must be applied as soon as possible after the blasting and surface cleaning is completed, inspected and approved by the Inspector. Blasted surfaces must be coated before rust forms on the surface. No prepared surface will be allowed to receive a coating if "rust bloom" or surface discoloration has occurred. All blasted surfaces must be coated to within 6 inches of the edge of a blasted area. No visible rust must be coated under any circumstances, including rust bloom or if discoloration has occurred, regardless of elapsed time between blasting and coating. D. Provide mist coat if recommended by the coating manufacturer. E. All weld seams, gaps, edges, bolts and difficult areas to coat must receive a stripe coat. Stripe coat must be a contrasting color. Stripe coat may be applied with intermediate or finish coating. F. Contractor must apply each coat at the rate and in the manner specified by the coating manufacturer, except as may be modified herein. If material has thickened or must be diluted for application, coating must be built up to the same dry film thickness as specified for each coat of the complete system. G. Maximum and minimum DFT must be per the supplied coating manufacturer's printed requirements and as required by this Section. DFT will be measured per SSPC-PA 2, Level 3 with an allowable measurement of spot DFT of: 1. 80 percent of minimum DFT specified. 2. 120 percent of maximum DFT specified. H. Contractor and painting technicians are responsible for the application of coating system and must have current applicator certifications from the coating manufacturer. Submit certifications with coating submittal. High -Performance Coatings 09 96 00.01- 20 FTW17498- VCWRF Sludge Thickening Improvements City Project No. CO2647 i. Coatings which have an expired shelf or pot life may not be used and must be removed from the Site. J. Coating must be applied by skilled workmen and must be brushed out or sprayed evenly, without runs, crazing, sags, or other blemishes. K. Sand between coats to remove over spray and dry fall. L. Apply the first coat to the surface, including cutting in around edges, before the second coat is applied. The second coat and any successive coats must not to be applied before notifying the Owner's field representative and obtaining approval. Each coat must be tested before the successive coat is applied. M. The coating curing period must be adjusted to compensate for less than adequate weather conditions, as recommended by the coating manufacturer, for complete curing of the entire coating system. The full curing time recommended by the manufacturer must be provided. N. Coating must be continuous and must be accomplished in an orderly manner to facilitate proper inspection control. O. Where a roller or brush is used to apply the coating, additional coats maybe necessary to achieve the recommended dry film thickness and/or to achieve total coverage of the underlying surface. Coated surfaces must be totally free of all roller nap, roller marks, brush bristles and brush marks. When using conventional coating spray equipment for coating operations, effective oil and water separators combined with after coolers or deliquescent dryers must be used in compressed air lines to remove detrimental oil and moisture from the air. Separators must be placed as far as practical from the compressor. Compressors may be tested periodically by the Owner's representative for oil and water contamination of compressed air. Testing must follow ASTM D4285. All compressor units found to produce unacceptable amounts of oil and or water, as determined by results of ASTM D4285 test data and interpretation of data by the Owner's representative must be replaced with a compressor that is acceptable. Q. For porous surfaces, such as concrete or masonry, a prime coat may be thinned to provide maximum penetration and adhesion. The type and amount of thinning must be determined by the coating manufacturer and is dependent on surface density and type of coating. 2.10 WATER AND WASTEWATER PIPE COLORS A. General coating colors in accordance with the TCEQ areas follows for general selection of pipe coatings. Contractor must provide samples for Engineer's approval prior to ordering as specified. F Pipe/Pumps/valves System Description Color Dark Grey Backwash Waste/Drain Heated Water Blue with 6-inch Red Bands, spaced 30-inches apart Potable Water/Treated Water Light Blue Power Conduits In compliance with the NFPA 70 National Electrical Code Raw Water Tan High -Performance Coatings 09 96 00.01- 21 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 —Pipe/ Pufnps/Valves 5ystern nl r oe-5cription ' Reclaimed Water Purple with Black Lettering Sludge Brown Other Lines Color Light Green Compressed Air Instrument Air Light Green with Dark Green Bands 2.11 FIELD QUALITY CONTROL A. Field Tests: Make wet film tests during painting operations to ensure proper thicknesses of coating are being applied. After each coat has been applied, test the paint film thickness with a nondestructive, magnetic type thickness gauge. The total dry -film thickness for each coat must be per Paragraph 3.09.G. Apply additional coats until the specified thickness is reached or exceeded. B. Holiday Testing 1. Holiday testing must be performed in accordance with ASTM D5162 for steel substrates and ASTM D4787 for concrete substrates. 2. Test the entire surface of coated steel and piping in moderate or severe environments, as determined by the Engineer, with a holiday detector. For thickness between 10 and 20 mils (250 to 500 microns) a non-sudsing type wetting agent, as recommended by the holiday detector manufacturer, must be added to the water prior to wetting the detector sponge. 3. Holiday detect coatings in excess of 20 mils with high voltage holiday testers as recommended by the coating manufacturer. 4. Mark and repair failures in accordance with the manufacturer's printed instructions, then retest failure areas. No failures or other irregularities will be permitted in the final coats. Areas containing holidays must be repaired until tests indicate no holidays. 2.12 PROTECTION OF SURFACES NOT TO BE PAINTED A. Remove, mask, or otherwise protect hardware, lighting fixtures, switch plates, aluminum surfaces, machined surfaces, couplings, shafts, bearings, nameplates on machinery, and other surfaces not intended to be painted. B. Provide drop cloths to prevent paint materials from falling on or marring adjacent surfaces. C. Protect working parts of mechanical and electrical equipment from damage during surface preparation and painting process. D. Mask openings in motors to prevent paint and other materials from entering the motors. High -Performance Coatings 09 96 00.01- 22 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 2.13 DAMAGED COATINGS, PINHOLES, AND HOLIDAYS A. Feather edges and repaired in accordance with the recommendations of the paint manufacturer. B. Repair fusion bonded coatings to be as recommended by the original applicator. Applicator must provide liquid repair kits for this purpose as recommended by the coating manufacturer. C. Apply finish coats, including touchup and damage -repair coats in a manner that will present a uniform texture and color -matched appearance. 2.14 UNSATISFACTORY APPLICATION A. If the item has an improper finish color, or insufficient film thickness, clean and topcoat surface with specified paint material to obtain the specified color and coverage. Obtain specific surface preparation information from the coating manufacturer. B. Hand or power sand visible areas of chipped, peeled, or abraded paint and feather the edges. Fallow with primer and finish coat in accordance with the Specifications. Depending on the extent of repair and its appearance, a finish sanding and topcoat may be required. C. Evidence of runs, bridges, shiners, laps, or other imperfections are cause for rejection. D. Repair defects in coating system per written recommendations of coating manufacturer. E. Leave all staging up until the Engineer has inspected the surface or coating. Replace staging removed prior to approval by Engineer. 2.15 COATING INSPECTION A. General: 1. All coats will be subject to inspection by the Engineer and the coating manufacturer's representative. 2. Visually inspect concrete, nonferrous metal, plastic, and wood surfaces to ensure proper and complete coverage has been attained. 3. Give particular attention to edges, angles, flanges, and other areas where insufficient film thicknesses are likely to be present and ensure proper millage in these areas. B. Coating Thickness Testing: 1. Owner's representative may conduct coating thickness testing as necessary and without limitation. 2. Measure coating thickness specified in mils with an electronic type dry film thickness gauge. 3. Check each coat for the correct millage. 4. Tests for concrete coating thickness may be taken using a Tooke Gauge or gauge approved for testing coatings over concrete substrates. Contractor must repair coating after thickness testing, if required. High -Performance Coatings FTW17498 — VCWRF Sludge Thickening Improvements 09 96 00.01- 23 City Project No. CO2647 C. Coating Continuity (Holiday) Testing: Owner's representative will witness holiday testing performed by the Contractor. 2.16 CLEANING AND ADJUSTING A. Promptly remove trash and debris resulting from painting operation from the Site. Remove drop cloths, masking tapes and other protective coverings. Remove paint spills, splatters, overlap of paint from adjacent material and other defects. Spot paint nicks and other defects. B. Remove paint containers and waste products. Thoroughly clean paint storage rooms, removing spilled paint from walls and floors. C. Damages due to over spray on buildings, vehicles, trees, or other surfaces not specified to be painted would be the responsibility of the Contractor. 2.17 SCHEDULE A. Protective coatings must be applied in accordance with the following paint schedule. If additional or alternate primers, etc. are recommended by the coating manufacturer for any of the coatings specified, they must be provided at no additional cost to the Owner to provide a complete and compatible coating system, as approved by the Engineer. High -Performance Coatings 09 96 00.01- 24 FTW17498 — VCW RF Sludge Thickening Improvements City Project No. CO2647 w g Ln F- Z a CL CA rZ a u 6N w CL m _ O E vy E E [i = I 00 n N E Ln O O p c Lf] N O *1 Ln N r-4 m p* a I Llri N ri ri x � O m x Q u w O m CL N C p m 1 U X XL a Q. } R W O O L a-+ LU Q o j CL E uU w in- w a 7 CL m cu a0 000 a 06 0 0 0 ,M a 666 3 O O O 7 61 v) In Ln Ln Ln rn Z a u n- a a a �7vvivfi ZZZ -a � ro � m o 0 vo O r^ m EL G m Q Q VI l!) l/) C:) C) Ln Ln L 7 U U CL a n Z Z U. u° � cNn ul rq E m E 9 u o v E a m � L O a U w E Q -7 Q V1 Q Q w w LLJ w w a •E a c-i N d a tJ U a a Ln Ln aD U 'Q do a E O ul aA -o rz c Y I i c w- d0 O ci Q ++ m a a a E O Q O c Y a u "� sz aw O ul 0 Ln u 4 m q0 a�i � ro m a—� H w E axi � O 3 a O -e G b o a m cn > a H 4-' Ln ,_ Ln O m O }. a L O Ln z+ 0 2 O � Q 0 •m ddi C a aJ QJ OLu '2 Q L C m EL 2 g LLI ❑m of .� X a� c a L O m �^ O a +' x a Z- �' m c a� 4 a m 41 `n � a U 4, U a a m a m "O a] - a -c- aj a+ QJ U a C E U 7 �j N a In �' +-� O L L Q a Q iY o O X 0 m O a L a a 4+ a L 0 a V L Q i� �... +a 0 L C a p o m � a u U c o-0 u� C u 4 Z .1 c a Q1 L O ri O Q a U ; cn a U + O too N ran tin a •� L m 2 0 C m .� V 6 �J � In � � L i--. .V V1 L m a L a l « S m a E Z7 a a +-' m a -0 O a �n m 0 �• D Z m? O w CLo n. w M C m O- O m O ra m m O 4- a ra 4 — to U t �.-, U 7 OL X gl Q +' i C N E y � v� Q •� § O Q- 0 !_� +m O rL .--. U d d W �, O c •U 'N a'C sari r aLL a 3 ri 6 z ri d' LO O O o m m m 0 0 0 0 ri ri o 0 0 v) v) Q Ln C)Q w w w CL CL Q Q Q v1 vi Z Z Z Y Y U � _ - (A a V) to !m o c Q E vi O O a .0 Z Q ZA �• .�J �.[.! a E E E m m E O > t (1 > W O W a 7� dD a C y O v M y V) +1 c d0 Ln "- C C O � p � C i U N .O W ao U f� .� 'C a�i UJ aa+ L •CL aJ 'C O a Z2 O � X •� C w a m Ln N r-0 C? O O LJO Qh O aJ E a O OL E an C N U F 0 vl U Ll- I N CD u U `6 U z °� Ui 9- , ri a 2 Ll- U _ N O C] cI E r-4 N ,Ni O O O � 6t O y� UI 4M m 4� 4k fl7 .� rl N t� H E EI X a) L) X i- M +- v7 Q w ro Q W C V a LnE e L O C _ c X 41 ` E •2 cQ +J1 .� !A Q 4--' x try O — rs �L ~ a w I� O ~ 1 Z a u IH LU v } Cf >. a F- w } } d w ci C} Ln m H m c-I Ln $X, O 9 .OL C7 O O O 2-m O m OO m O v> 3� a m m 0 0 m rn m 0 0 0 z ra 't cD000 �� -1rn0o 0 N-i000 m 3 a w aa000 Ln cn Ln ui Ln L4 a- r n aoO rn N Ln CXa-CDoo Ln Ln Ln Ln Ln vi z� a u. cL Li- a L a-L a t? y 6 a 6 s LL� U- u � a a a av Z Z Z Z 0- In_ Z Z Z �� chi) can ii � V)� V)) Ln) s u a) C u m 3 E v -6 a) -0 L w ai •� N i d Q "O C 4- C M O 7 m 0=4.1 rn s N `� S4 zs (U N C ro v 7 C ro m ra •� O U U a) L ro ro a) 0 w cu 1... O QJ E i' C N > > a) ri 1 b4 Q 'a C' � a) j C $ L U a) ro a) 0 _ O+1-0 O C N �+ 7 M C '� 41 N to Ln O C C Q ai 'O vOi cwo an •y' > O> ro O 7 C a) - +`, ra Q .C' C i vi '� cu 41 ru C �L ro> tao 0 +C U N Y � .QCUC Q1� 04 'n 3: E Sa) V aJ xM > 4G.0 7 O t6 L1. '� o ai .� LU ro M � O U T C 4-3 C V ro •C C fl- u C•Q, Q � s a i r3 !��r L O U VO a) 6 O a) U •aiZ) a)C 3 ro oa Lno Q ra _ O S4 to p O C w O� Q C i%r as Q U ro + w 6 u m O N a) C I iri a) U E i O U O O � L) n ° V .0 4F T a) W 3 0) ro C Ln ro a) X O a -0 0 Z E O a, to Y LL -0LA a) O 0 rQ aC� fc�r ro -0 t7CL <U xM O ra ora q) +1 ro 4-1 Q O W QQ N O LL NE 0- wi N QV 0 Cy z Q m to .E a r-i N ' a • rp EI °� Ln aiF'o O Z O Z s 2 U-l} 09 96 01 CONCRETE PROTECTIVE COATINGS/LININGS 1.00 GENERAL 1.01 SCOPE OF WORK A. The Contractor shall furnish all labor, materials, equipment and incidentals necessary to apply protective coatings as shown on the Plans or as specified herein. B. Protective coatings shall be applied to all interior surfaces at the following locations and/or as indicated on the drawings: 1. Primary Sludge Holding Tank No. land 2. 2. New manhole on the Thickening Facility 30-inch plant drain. 1.02 QUALITY ASSURANCE A. Manufacturer's Qualifications Certified in compliance with ISO 9001 Quality Standards or approved equivalent quality management system for formulation (research and development), manufacture, and technical support. 2. Manufacturer must have a local authorized technical specialist. 3. Products shall be manufactured in the United States. B. Applicator's Qualifications: 1. Applicators must be qualified in this line of work and have a minimum of five (5) years' experience in the application of the protective coatings of the types specified herein. Submit a list of recent projects and names of references for those projects. 2. The Contractor must be able to provide five (5) references indicating successful coating system installation performance greater than five years in age of coating product(s) of the same material as specified herein, within the municipal wastewater environment. C. Contractor shall utilize equipment for the application of the coating and repair product(s) which has been approved by the product manufacturer; and Contractor shall have received training on the operation and maintenance of said equipment from the product manufacturer. Written certification of such approval(s) and training shall be submitted by the coating and repair product manufacturer(s). D. Contractor and Contractor personnel shall be certified by, or have their training approved and certified by, the coating and repair product(s) manufacturer(s) for the handling, mixing, application and inspection of the product(s) to be used as specified herein. Written certification of such training shall be submitted by the coating and repair product manufacturer(s) and shall include the individual Contractor personnel to be employed on the project. E. Inspectors shall be trained in the use of testing or inspection instrumentation and knowledgeable of the proper use, preparation and installation of the product(s) to be used as specified herein. Concrete Protective Coatings/Linings 09 96 01 - 1 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 F. Testing: Protective coatings shall be applied under quality control procedures that include inspection of surface preparation before each coat. Do not proceed with the next step until the Owner has approved the previous step unless an alternate procedure has been agreed to between the Contractor and the Owner. The Contractor shall be solely responsible for testing for this section, at no further cost to the Owner. The Engineer shall also make such tests if it is considered necessary. Cooperate with the Owner, providing equipment, scaffolds, and other equipment as requested by the Owner. 1.03 SUBMITTALS Submittals shall include: A. Record Data: 1. Manufacturer's product data sheet for each coating type, including surface preparation requirements, recommended spreading rates, application procedures, recommended primers, environmental limits (temperature, humidity, and dew point) and other instructions. 2. Material Safety Data Sheets (MSDS) or Safety Data Sheets from Manufacturer for all coatings, solvents, etc. 3. Applicator's qualifications. 4. Manufacturer's statement regarding applicator instruction on product use and application. 5. Warranty documentation. B. 0&M Manual (if applicable) 1.04 REFERENCE STANDARDS The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by designation only. A. ASTM C307, 2003 Standard Test Method for Tensile Strength of Chemical -Resistant Mortar, Grouts, and Monolithic Surfacings B. ASTM C531, 2000 Standard Test Method for Linear Shrinkage and Coefficient of Thermal Expansion of Chemical -Resistant Mortars, Grouts, Monolithic Surfacings, and Polymer Concretes C. ASTM C579,2001 Standard Test Method for Compressive Strength of Chemical -Resistant Mortars, Grouts, Monolithic Surfacings, and Polymer Concretes D. ASTM C580, 2002 Standard Test Method for Flexural Strength and Modulus of Elasticity of Chemical -Resistant Mortars, Grouts, Monolithic Surfacings, and Polymer Concretes E. ASTM C884, 1998 Standard Test Method for Thermal Compatibility Between Concrete and an Epoxy -Resin Overlay F. ASTM C1028, 1996 Standard Test Method for Determining the Static Coefficient of Friction of Ceramic Tile and Other Like Surfaces by the Horizontal Dynamometer Pull -Meter Method G. ASTM D4060, 2001 Standard Test Method for Abrasion Resistance of Organic Coatings by the Taber Abraser Concrete Protective Coatings/Linings 09 96 01 - 2 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 H. ASTM D4272, 2003 Standard Test Method for Total Energy Impact of Plastic Films by Dart Drop I. ASTM D7234, 2012 Standard Test Method for Pull -Off Adhesion Strength of Coatings on Concrete Using Portable Pull -Off Adhesion Testers 1.05 JOB CONDITIONS A. Store coating materials at temperatures of between 50°F and 90°F and/or according to manufacturer's recommendations. B. The Owner shall approve surfaces for application of coating at each stage, unless an alternate procedure has been agreed to between the Contractor and the Owner. Any material that is coated prior to the Owner's approval shall be stripped back and recoated. C. Environmental Conditions Do not apply under conditions that are unsuitable for the production of good results. Do not begin application of coatings in areas where other trades are working, or where construction activities result in airborne dust or other debris. Do not apply coatings in conditions which do not conform to the recommendations of coating manufacturer. 2. Coatings shall only be applied when conditions fall within the parameters listed in manufacturer's printed data. 3. Concrete shall be cured for 30 days minimum before coating is applied. D. Working Conditions Provide adequate lighting at any location that coatings are being applied or testing is performed. Illumination shall be of sufficient intensity to achieve good results. Provide explosion -proof lighting when required. Temporary ladders and scaffolds shall conform to applicable safety requirements. Erect temporary scaffolds where needed to cover large areas. Provide ladders or scaffolding during testing procedures. E. Contractor shall conform to all local, state, and federal regulations including those set forth by OSHA, RCRA and the EPA and any other applicable authorities. F. Confined space entry program and other required safety training certifications shall be submitted by Contractor to Owner as necessary to perform the specified work. G. Exterior concrete waterproofing has not been specified. If the coating manufacturer or the Contractor requires the installation of a waterproofing material on the exterior of the wet well in order to warranty the product, then the Contractor shall provide waterproofing at no additional cost to the Owner. 1.06 GUARANTEE AND WARRANTY INFORMATION A. Contractor shall warrant all work against defects in materials and workmanship for a period of ten (10) years from the date of final acceptance of the project. Contractor shall, within a reasonable time after receipt of written notice thereof, repair defects in materials or workmanship which may develop during said ten (10) year period, and any damage to other work caused by such defects or the repairing of same, at his own expense and without cost Concrete Protective Coatings/Linings 09 96 01- 3 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 to the Owner. If the manufacturer's standard warranty does not extend to ten years, manufacturer shall provide documentation of extended warranty. B. Contractor warrants to replace at 100% of the installed value, any defective coating system which has failed as a result of substandard performance. The product will be used for the coating of (Job description). Substandard performance will be defined as "chemical attack or coating induced mechanical failure or improper preparation and installation (pin -holes) leading to loss of adhesion from substrate including repair mortar". C. A warranty inspection shall be conducted annually by the Owner for the entire warranty period. Any defective work discovered shall be corrected by the Contractor in accordance with specifications at no additional cost to the Owner. Other corrective measures may be required during the warranty period. 2.00 PRODUCTS 2.01 MANUFACTURERS A A. Raven Lining Systems-- Raven any ., „d-uras that nqeet the . pts .,F o.,yen C=Bn .. + Speeifieatien VeF10.7.:7/29/ 010 (Fete.,,.,, ed) Coat Produce DFT Top Coat I Raven 405 Series Epoxy, a two component (resin and curing 125 mils Two -component, chemically unique from the topcoat mix, will be Primer hydrophobic, have a low viscosity,_and be able to bond to wet B. Warren Environmental, Inc. coak Product DFT 301-18 Single Coat, Two -Part, Thixotropic Epoxy Spray/Hand Resurfacer System _ 151 Injection Grout, Hydrophobic water cut-off grout and soil stabilization grout 301--14 Single Coat, Two -Part, Thixotropic Epoxy Spray System 125 mils (new conc) Primer Series 218 MortarClad 250 mils (rehabbed) C. A.W. Chesterton Company: — -`— 1 aat Produce LIFT Top Coat Chesterton ARC 791 High -Build Concrete Resurfacer 125 mils Concrete Protective Coatings/Linings 09 96 01- 4 FTW17498 - VCWRF Sludge Thickening Improvements City Project No. CO2647 Coat Product DiFT Two -component, chemically unique from the topcoat mix, will be Primer hydrophobic, have a low viscosity, and be able to bond to wet concrete D. No equals. 2.02 MATERIALS A. Materials shall be in accordance with manufacturer's written recommendations for the products approved in 2.01. This includes any products not indicated, but required for the manufacturer's product installing including, but not limited to products to fill voids, smooth rough surfaces, repair materials, grout, mortar, materials for infiltration and crack repair, primers, exterior concrete waterproofing, etc. B. Coating shall be solvent -free 100% solids, ultra high build epoxy formulated with exceptionally high physical strength and resistance to a wide range of chemicals, including resistance to hydrogen sulfide and sulfuric acid. C. Coating thickness shall be as recommended by the manufacturer, with a minimum complete DFT of 120 mils. Thickness of primer coat(s) do not contribute to the 120 mil DFT requirement. D. Coating and Repair product(s) shall be fully compatible; including ability to bond effectively, as required by the specification, to each other and/or the host substrate, forming a composite system. E. Coating and repair product(s) shall be capable of being installed and curing properly within the specified environment(s); specifically, within environmental conditions of a typical sanitary sewer. Coating product(s) shall be resistant to all forms of chemical or bacteriological attack typically found in municipal sanitary sewer systems. 3.00 EXECUTION 3.01 PREPARATION A. Prepare surfaces in accordance with manufacturer's written recommendations. B. Thoroughly cure new concrete surfaces prior to application of coatings. Allow a minimum of 30 days curing time to elapse before coatings are applied. C. Remove all grease, oils, and grime in accordance with the manufacturer's recommendations, or by washing with an emulsifying alkaline water -base cleaner. Follow with a thorough rinsing. D. Remove all surface contaminants including old coatings, chemical salts, dust, loose concrete, and the laitance layer by hydro -blasting, steel shot-blasting, scabbling, scarifying, or dry abrasive blasting. Abrasives used for cleaning shall be used one time without recycling. E. Resulting surface must be structurally sound and free of contaminants prior to coating application. F. Surface to be coated can be damp. There shall be no standing water or running water. Concrete Protective Coatings/Linings 09 96 01- 5 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 G. If required by the manufacturer, pre -fill cracks in horizontal surfaces with mixed primer and cover with fiberglass or nylon mesh. For cracks in vertical surfaces, pressure inject with a suitable injection system per manufacturer's recommendations. H. For coatings to be applied to slab on grade, if no vapor barrier is present, check slab for vapor permeation if required by the manufacturer. 3.02 APPLICATION A. Application shall be in accordance with manufacturer's written recommendations. 3.03 FIELD QUALITY CONTROL/TESTING A. Contractor shall initiate and enforce quality control procedures consistent with the coating product(s) manufacturer recommendations and applicable NACE, SSPC, ICRi or other standards as referenced herein. B. Observations shall be conducted by the Owner's Representative or a third -party inspection company and the Owner's Representative. Final observations shall be performed in the presence of the. Owner or their Representative and the Contractor's Superintendent. All materials and equipment used in the accomplishment of testing are subject to observation at any time by the Owner and/or Inspector. Periodic observation times will be agreed upon by the Inspector and Contractor and approved by the Owner. C. The Owner may conduct the tests and observations to verify the Coating Manufacturer's data. If the coating testing results fall below the test requirements or visual observation, the Owner reserves the right to have the Contractor change coating materials and/or Coating Manufacturers to a coating that will meet ALL the stated requirements in this Specification. D. All steps of the coating system will be subject to observation prior to progression to succeeding steps. Phases of observation shall include, but not limited to: 1. Pre -cleaning (before surface preparation) survey of facilities to be primed 2. During surface preparation and prior to coating application 3. During and immediately after each coating application 4. Final coating observation The Contractor shall not move or remove scaffolding, ladders or other fixtures necessary to provide proper observation until such work has been observed and approved by the Inspector and/or the Owner's representative. F. All work shall be completed and tested prior to each structure being put in service. G. Any work found to be deficient, damaged, or otherwise unacceptable shall be repaired in accordance with the Coating Manufacturer's latest written repair recommendations at no additional cost to the Owner. H. If extensive failures in work, recoat entire structure required at no additional cost to the Owner. Concrete Protective Coatings/Linings 09 96 01- 6 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 I. Owner and Owner's Representative will make every attempt to minimize damage to newly coated areas during observation activities, but any damage caused, regardless of by whom, shall be repaired by the Contractor at no additional cost to the Owner. J. Observation and/or acceptance of Contractor's work by Owner, Inspector or their Representatives in no way releases Contractor from any of the terms and conditions of the Contract Agreement. K. The following test and observations will be performed: 1. Surfaces of all concrete shall first be cleaned and observed by the Contractor's Superintendent to ensure that all grease, oil, and other foreign materials have been removed before coating. Any area found to be improperly cleaned, shall be redone to the Owner's Representative's satisfaction. Final surface preparation shall be as per the manufacturer's recommendation. Prior to observation of all interior and exterior surfaces by Owner's Representative, Contractor's Superintendent shall observe and confirm readiness for inspection. Holiday testing (spark testing) shall be conducted per ASTM D4787 —13 and should be conducted within the timeframe recommended by the manufacturer. No pinholes, holidays, or other abnormal irregularities will be permitted in the final interior coating inspection. 3. As recommended by the manufacturer, on days when coating is being performed, the Contractor shall monitor and record ambient climatic conditions and interior reservoir conditions as follows: a. Air temperature, surface temperature, humidity and dew point shall be measured and recorded by the Contractor prior to application of coating, daily. Surface temperature shall be measured using Owner approved thermometers. Temperature of both the sunny side and shady side of the reservoir shall be recorded periodically each day. The reservoir surface temperatures, relative humidity, dry bulb, wet bulb and dew point temperatures, both interior and exterior (as appropriate), are to be recorded at least every (3) three hours. The dew point shall be measured by use of a sling psychrometer in conjunction with U.S. Department of Commerce Weather Bureau Psychometric Tables. The Contractor shall use a form approved by the Owner for recording this data. The completed forms shall be kept on thejob site at all times from the time coating is first applied until the coating system is complete. A minimum of five (5), on each of the interior systems, pull off adhesion tests shall be performed on surfaces in compliance with ASTM D-7234. Tests shall be performed on the primer, intermediate and finished coating system or in accordance with manufacturer's recommendations. If test results do not meet the criteria of the Coating Manufacturer's written adhesion limits, additional tests will be performed as deemed necessary by the Owner. Contractor shall repair, to the Owner's satisfaction, all test areas where coating has been damaged and repair all areas where adhesion of coating is below Coating Manufacturer's written adhesion limits. Repairs shall be made by the Contractor at no additional cost to the Owner. Repair areas will be subject to re -testing and shall continue to be re -tested until the adhesion of the repaired coating meets the stated minimum adhesion limit of the Coating Manufacturer. Retest costs, including Concrete Protective Coatings/Linings FTW17498 — VCWRF Sludge Thickening Improvements 099601-7 City Project No. CO2647 actual labor and materials, shall be borne by the Contractor and deducted from the Contract Value by Change Order. 3.04 CLEAN AND ADJUST A. Promptly remove trash and debris resulting from coating operation from the site. B. It is Contractor's responsibility to clean tools immediately after use. Once cured, the material must be mechanically abraded. END OF SECTION Concrete Protective Coatings/Linings FTW17498-- VCWRF Sludge Thickening Improvements 099601-8 City Project No. CO2647 DIVISION 1 SPECIALTIES THIS PAGE INTENTIONALLY BANK 9 10 14 00 SIGNAGE i 1.00 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes the following: 1. Dimensional characters. B. Related Sections include the following: 1. Section 23 05 53 "Identification for HVAC Piping and Equipment" for labels, tags, and nameplates for HVAC systems and equipment. 2. Section 26 05 53 "Identification for Electrical Systems" for labels, tags, and nameplates for electrical equipment. 3. Section 26 50 00 "Lighting" for illuminated Exit signs. 1.03 DEFINITIONS 1.04 ACTION SUBMITTALS A. Product Data: For each type of product indicated. B. Shop Drawings: Show fabrication and installation details for signs. 1. Show sign mounting heights,, and accessories. 2. Provide message list, typestyles, graphic elements and layout for each sign. 1.05 INFORMATIONAL SUBMITTALS A. Qualification Data: For fabricator. B. Warranty: Special warranty specified in this Section. 1.06 QUALITY ASSURANCE A. Fabricator Qualifications: Shop that employs skilled workers who custom -fabricate products similar to those required for this Project and whose products have a record of successful in- service performance. B. Source Limitations for Signs: Obtain each sign type indicated from one source from a single manufacturer. 1.07 PROJECT CONDITIONS A. Field Measurements: Verify recess openings by field measurements before fabrication and indicate measurements on Shop Drawings. Signage 10 14 00 - 1 FTW17498—VCWRF Sludge Thickening Improvements City Project No. CO2647 1.08 COORDINATION A. Coordinate placement of anchorage devices with templates for installing signs. 1.09 WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace components of signs that fail in materials or workmanship within specified warranty period. 1. Failures include, but are not limited to, the following: a. Deterioration of metal finishes beyond normal weathering. 2. Warranty Period: 5 years from date of Substantial Completion. 2.00 PRODUCTS 2.01 MATERIALS A. Aluminum Castings: ASTM B26M, of alloy and temper recommended by sign manufacturer for casting process used and for use and finish indicated. 2.02 DIMENSIONAL CHARACTERS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. ACE Sign Systems, Inc. 2. AS]-Modulex, Inc. 3. Innerface Sign Systems, Inc. 4. Metal Arts; Div. of L&H Mfg. Co. 5. Mills Manufacturing Company. B. Cast Characters: Produce characters with smooth flat faces, sharp corners, and precisely formed lines and profiles, free of pits, scale, sand holes, and other defects. Cast lugs into back of characters and tap to receive threaded mounting studs. Alloy and temper recommended by sign manufacturer for casting process used and for use and finish indicated. Comply with the following requirements. 1. Character Material: Aluminum. 2. Thickness: Match existing. 3. Color(s): Clear anodized. 4. Mounting: Concealed studs, noncorroding for substrates encountered. C. Aluminum Extrusions: Comply with the following requirements: 1. Finish: Clear Anodized. 2. Thickness: Match existing. Signage 10 14 00 - 2 FTW17498—VCWRF Sludge Thickening Improvements City Project No. CO2647 3. Mounting: Concealed studs, noncorroding for substrates encountered. 2.03 ACCESSORIES A. Anchors and Inserts: Provide nonferrous -metal anchors and inserts for exterior installations and elsewhere as required for corrosion resistance. Furnish inserts, as required, to be set into concrete or masonry work. 2.04 FABRICATION A. General: Provide manufacturer's standard signs of configurations indicated. 2.05 FINISHES, GENERAL A. Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes. B. Protect mechanical finishes on exposed surfaces from damage by applying a strippable, temporary protective covering before shipping. C. Appearance of Finished Work: Variations in appearance of abutting or adjacent pieces are acceptable if they are within one-half of the range of approved samples. Noticeable variations in the same piece are not acceptable. Variations in appearance of other components are acceptable if they are within the range of approved samples and are assembled or installed to minimize contrast. 2.06 ALUMINUM FINISHES A. Clear Anodic Finish: Manufacturer's standard Class 1 clear anodic coating, 0.018 mm or thicker, over a nonspecular as fabricated mechanical finish, complying with AAMA 611. 3.00 EXECUTION 3.01 EXAMINATION A. Examine substrates, areas, and conditions, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of work. B. Verify that items, including anchor inserts, are sized and located to accommodate signs. C. Proceed with installation only after unsatisfactory conditions have been corrected. 3.02 INSTALLATION A. Locate signs and accessories where indicated, using mounting methods of types described and complying with manufacturer's written instructions. 1. Install signs level, plumb, and at heights indicated, with sign surfaces free of distortion and other defects in appearance. B. Dimensional Characters: Mount characters using standard fastening methods to comply with manufacturer's written instructions for character form, type of mounting, wall Signage 10 14 00 - 3 FTW17498 —VCWRF Sludge Thickening Improvements City Project No. CO2647 construction, and condition of exposure indicated. Provide heavy paper template to establish character spacing and to locate holes for fasteners. 1. Projected Mounting: Mount characters at projection distance W from wall surface. 3.03 CLEANING AND PROTECTION A. After installation, clean soiled sign surfaces according to manufacturer's written instructions. Protect signs from damage until acceptance by Owner. END OF SECTION Signage 10 14 00 - 4 FTW17498 —VCWRF Sludge Thickening Improvements City Project No. CO2647 10 44 01 FIRE EXTINGUISHERS 1.00 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. Section includes portable, hand -carried fire extinguishers and mounting brackets for fire ex- tinguishers. 1.03 SUBMITTALS A. Product Data: For each type of product indicated. Include rating and classification, material descriptions, dimensions of individual components and profiles, and finishes for fire extin- guisher and mounting brackets. B. Operation and Maintenance Data: For fire extinguishers to include in maintenance manuals. C. Warranty: Sample of special warranty. 1.04 QUALITY ASSURANCE A. NFPA Compliance: Fabricate and label fire extinguishers to comply with NFPA 10, "Portable Fire Extinguishers." B. Fire Extinguishers: Listed and labeled for type, rating, and classification by an independent testing agency acceptable to authorities having jurisdiction. 1.05 WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace fire extinguishers that fail in materials or workmanship within specified warranty pe- riod. 1. Failures include, but are not limited to, the following: a. Failure of hydrostatic test according to NFPA 10. b. Faulty operation of valves or release levers. 2. Warranty Period: Six years from date of Substantial Completion. 2.00 PRODUCTS 2.01 PORTABLE, HAND -CARRIED FIRE EXTINGUISHERS A. Fire Extinguishers: Type, size, and capacity for each mounting bracket indicated. Fire Extinguishers 10 44 01- 1 FTW17498 —VCWRF Sludge Thickening Improvements City Project No. CO2647 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: or comparable product by one of the following: a. Ansul Incorporated; Tyco International Ltd. b. J. L. Industries, Inc.; a division of Activar Construction Products Group. c. Kidde Residential and Commercial Division; Subsidiary of Kidde plc. d. Larsen's Manufacturing Company. e. Pyro-Chem; Tyco Safety Products. 2. Valves: Manufacturer's standard 3. Handles and Levers: Manufacturer's standard. 4. Instruction Labels: Include pictorial marking system complying with NFPA 10, Appen- dix B and bar coding for documenting fire extinguisher location, inspections, mainte- nance, and recharging. B. Multipurpose Dry -Chemical Type in Aluminum Container: UL-rated 4-A:60-B:C, __ (a.5- kg) nominal capacity, with monoammonium phosphate -based dry chemical in enameled - aluminum container. 2.02 MOUNTING BRACKETS A. Mounting Brackets: Manufacturer's standard galvanized steel, designed to secure fire ex- tinguisher to wall or structure, of sizes required for types and capacities of fire extinguishers indicated, with plated or red baked -enamel finish. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following a. Ansul incorporated; Tyco International Ltd. b. Fire End & Croker Corporation. c. J. L. Industries, Inc.; a division of Activar Construction Products Group. d. Larsen's Manufacturing Company. B. Identification: Lettering complying with authorities having jurisdiction for letter style, size, spacing, and location. Locate as indicated by Architect. 1. Identify bracket -mounted fire extinguishers with the words "FIRE EXTINGUISHER" in red letter decals applied to mounting surface. a. Orientation: Vertical. 3.00 EXECUTION 3.01 EXAMINATION A. Examine fire extinguishers for proper charging and tagging. 1. Remove and replace damaged, defective, or undercharged fire extinguishers. B. Proceed with installation only after unsatisfactory conditions have been corrected. Fire Extinguishers 10 44 01 - 2 FTW17498 —VCWRF Sludge Thickening Improvements City Project No. CO2647 3. d2 INSTALLATION A. General: Install fire extinguishers and mounting brackets in locations indicated and in com- pliance with requirements of authorities having jurisdiction. 1. Mounting Brackets: 54 inches (1372 mm) above finished floor to top of fire extinguish- er. B. Mounting Brackets: Fasten mounting brackets to surfaces, square and plumb, at locations indicated. END OF SECTION Fire Extinguishers 10 44 01- 3 FTW17498 —VCWRF Sludge Thickening Improvements City Project No. CO2647 THIS PAGE INTENTIONALLY BLANK DIVISION 1 SPECIAL CONSTRUCTION TH15 PAGE INTENTIONALLY BLANK 13 00 99 VENT DRYER 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install a vent dryer and reactivator for the Polymer Storage Tanks in the Thickening Facility. 1.02 QUALITY ASSURANCE A. Acceptable Manufacturers: 1. Lectrodryer 2. Approved equal B. Unit Responsibility 1. Vent dryer, breather valve, desiccant, and reactivator shall all be the responsibility of a single manufacturer or equipment supplier. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00 "Submittal Procedures" and shall include: 1. Shop Drawings a. Materials b. Parts c. Layout drawings to include plan, sections, dimensions, and details of vent dryer and reactivator d. Product literature necessary to demonstrate equipment complies with design criteria. 2. Operation and Maintenance Manuals. 1.04 WARRANTY A. Manufacturer shall warrant the equipment and materials furnished under this Section against defects in materials and workmanship for a period of two (2) years from the date of Final Acceptance in accordance with the General Conditions. 2.00 PRODUCTS 2.01 VENT DRYER A. Provide two (2) vent dryers, Lectrodryer model BR-10 or approved equal, complete with two (2) 2.5-inch stainless steel double breather vent valves. B. Capacity: Prevent atmospheric moisture from entering a tank up to 10,000 gallons. C. Flange size: 2.5-inch Vent Dryer 13 00 99 - 1 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 2.02 REACTIVATOR A. Provide one (1) reactivator. B. Power: 120 Volt, 1PH, 60HZ. C. Disconnect shall be NEMA 4X, 304 Stainless Steel. 3.00 EXECUTION 3.01 INSTALLATION 1. Install in accordance with Manufacturer's installation requirements. END OF SECTION Vent Dryer 13 00 99 - 2 FTW17498 —VCWRF Sludge Thickening Improvements City Project No. CO2647 DIVISION 22 PLUMBING THIS PAGE INTENTIONALLY BLANK 22 00 01 PLUMBING SYSTEMS I 1.00 GENERAL 1.01 WORK INCLUDED A. Provide labor, materials, equipment and incidentals for complete, operable plumbing systems. Provide appurtenances for every pipe, valve, or equipment item for a complete operable system. Portable equipment specified herein shall be approved through the submittal process before installation. 1.02 QUALITY ASSURANCE A. Verify location, size, depth and pressure of each utility prior to beginning Work. If conditions are found that will adversely affect the installation, notify the Owner's Representative in writing before proceeding with Work. 1.03 SUBMITTALS A. Provide Submittals in accordance with Section 0133 00 "Submittal Procedures" and include manufacturer's Product Data sheets for the following: 1. Piping materials and valves. 2. Equipment B. Operation and Maintenance Data: Submit operation and maintenance data in accordance 5 with Division 01. 1.04 STANDARDS A. Authority Having Jurisdiction: Perfoi m all Work in accordance with the regulations and ordinances of federal, state, and local agencies, who have lawful jurisdiction over the Place of Record. Notify proper authorities for inspections as Work progresses. B. Codes and Ordinances: The design and installation shall be in accordance with the applicable provisions of the latest edition of the following codes and ordinances. These codes and ordinances shall apply as if written here in their entirety: 1. International Plumbing Code ([PC), with any local city amendments. 2. International Energy Conservation Code (IECC), with any local city amendments. 3. Americans with Disabilities Act (ADA). 4. Texas Accessibility Standards (TAS). 5. Occupational Safety and Health Standards (OSHA). C. Standards: 1. The design and installation shall be in accordance with the applicable provisions of the following standards. These standards shall apply as if written here in their entirety: a. American National Standards Institute (ANSI)/American Society of Mechanical Engineers (ASME). Plumbing Systems 22 00 01- 1 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 b. American National Standards Institute (ANSI)/American Society for Testing Materials (ASTM). c. American National Standards Institute (ANSI)/ American Welding Society (AWS). d. American National Standards Institute (ANSI)/ American Water Works Association (AWWA). e. American National Standards Institute (ANSI)/ National Fire Protection Association (NFPA). f. American Society of Testing and Materials (ASTM) Publications. g. American Welding Society (AWS) Specifications. h. American Water Works Administration (AWWA) Publications. 1.05 DELIVERY AND STORAGE A. Deliver and store equipment and materials in accordance with Division 01. Handle pipe in a manner which prevents damage. Store on raised platforms or wood runners in neat piles. Prevent debris or dirt from entering open ends of pipe. 1.06 JOB CONDITIONS A. Drawings are schematic and intended to show the general arrangement and extent of the Work. Follow dimensions without regard to scale. Determine the exact location and arrangement of piping with regard to the actual equipment furnished, the surrounding conditions and the Work installed by other trades. B. Review the Drawings and each Section of the Specifications. Install Work indicated, regardless of which Drawing or Section of the Specifications it occurs. No allowances shall be made for the Contractor's failure to review complete Contract Documents. C. Conform to the manufacturer's rough -in and installation requirements for each fixture equipment and appliance. D. Perform cutting and patching required to install the Work under the requirements of the individual trade. Patching shall restore the area to the original condition. No structural member shall be cut without the written approval of the Owners Representative. E. Schedule Work to avoid conflicts with other trades. 1.07 GUARANTEES A. Provide a 2-year warranty per the General Conditions. Include warranties in the O & M Manual, in accordance with Division 01. 2.00 PRODUCTS 2.01 PIPE AND FITTINGS A. Water Piping Above Grade: 2 1. Copper Tubing: For 4-inch diameter and less, (ASTM B88), Type L, hard drawn. Fittings: ANSI/ASME B16.18, cast brass, or ANSI/ASME B16.22, wrought copper. Joints: Plumbing Systems 22 00 01 - 2 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 (ANSI/ASTM 632), solder, (Grade 95TA) or Copper Pipe 2 through 6 inches may be installed using mechanical type couplings on roll -grooved pipe; coupling housing, ductile iron (ASTM A536) grade 65-45-12, with factory coat copper alkyd enamel paint. Gaskets, flanges, shall be rated for the system by the manufacturer. B. Natural Gas Piping: 1. Natural Gas Piping, Buried: Polyethylene Piping (for below ground use only): Pipe: ASTM D1248 and ASTM D2513, 75 psi rated working pressure. Fittings: PE fittings, ASTM D1248 and ASTM D2513, SDR 11, 50 psi rated working pressure. Joints: Butt fusion, in accordance with manufacturer's recommendations and the Department of Transportation Title 49 of Federal Specifications, as it applies to heat fusion. b. In lieu polyethylene pipe and fittings for underground and under building slab installations, the use of corrugated stainless steel tubing (CSST), fittings and accessories shall be permitted. This system shall include a polyethylene sleeve or pre -sleeved covering all portions of the CSST system located underground. Verify that the CSST system and the sleeving configurations meet or exceed local code requirements and are acceptable to the local administrative authority. Heat -shrink tubing with heat- activated adhesive is used to seal off the space between the gas pipe and the protective sleeve. For gas piping under building slabs, most Plumbing, Mechanical and Fuel Gas Code requirements stipulate that gas piping shall be both sleeved and vented to the atmosphere. This is accomplished by using the polyethylene sleeve or pre -sleeved covering system with available tees and heat - shrink sleeves to vent the space between the gas pipe and the protective sleeve. System fittings and tees shall be wrapped with overlapping layers of silicone tape if they are in contact with the soil. Flexible Poly Sleeving may also be used with the polyethylene sleeve or pre -sleeved covering to facilitate 90-degree bends for the transition from below ground to above ground. Heat -shrink tubing and barbed couplings are used to make the transition from the polyethylene tubing to the flexible poly sleeve. The entire system shall be sized and installed in accordance to the installation requirements of the manufacturer and comply with the standards as set forth in this Section. Acceptable manufacturers and models: For the corrugated stainless steel tubing (CSST), fittings and accessories, use Track -Pipe or approved equal. For the polyethylene sleeve or pre -sleeved covering, use Track -Pipe -PS or approved equal. For the heat shrink sleeve, DSG-Canusa Type CFW with thermoplastic adhesive liner, or approved equal. 2. Natural Gas Piping, Above Grade: a. Steel Pipe: ASTM A53, Schedule 40 black. Fittings: ANSI/ASME 1316.3, malleable iron, or ASTM A234, forged steel welding type. Joints: Screwed for pipe 2 inches and under; ANSI/AWS D1.1, welded, for pipe over 2 inches. b. Exterior Steel Piping Above Ground: Field apply two coats of exterior grade enamel paint. Color: Gray or as directed by Owner or authority having jurisdiction. The paint shall be the manufacturer's best quality product. Certification of paint grades shall be submitted. Paints which contain lead in excess of 0.06 percent by weight of the total non-volatile content shall not be used. Paints containing zinc chromate or strontium chromate pigments shall not be used. Exterior painting shall not be Plumbing Systems 22 00 01- 3 FTW17498— VCWRF Sludge Thickening Improvements City Project No. CO2647 performed in rainy, damp or frosty weather, or until surface is thoroughly dry. Prepare surface by removing loose rust, loose mill scale and loose paint to firm surface by hand chipping, scraping, sanding or wire brushing. Follow with solvent wash to remove any remaining residue. c. In lieu of black steel pipe and fittings, corrugated stainless steel tubing (CSST), fitting and accessories shall be permitted. Verify that the CSST system meet or exceed local code requirements and are acceptable to the local administrative authority. Pressure carrier shall be series 300 stainless steel per ASTM A240; no annealing or heat -treating permitted after corrugating operation. Fitting shall be mechanical attachment fittings, material: Yellow brass with series 300 stainless steel insert. Fittings shall terminate in cleanly cut taper pipe threads conforming to the Standard for Pipe Threads, General Purpose, ANSI/ASME 131.20.2. A flared metal -to -metal seat shall be used to accomplish gas sealing. No elastomer sealing rings or fiberglass gaskets permitted. Non-metallic jacket shall be colored yellow to visibly indicated conveyance of fuel gas. Jacket material shall be non -halogenated, fire -retardant polyethylene. Polyvinyl chloride (PVC) is not permitted. ASTM E84 Ratings shall be less than 14 for flame and smoke. CSST sizing and all installation requirements shall be per Manufacturers Design and Installation Guidelines. Acceptable manufacturers and models: For the corrugated stainless steel tubing (CSST), fittings and accessories, use Track -Pipe or approved equal. QC. Sanitary Drain Sanitary Waste and Vent Piping DWV Buried: 1. Cast Iron Pipe: ASTM A74 service weight. Fittings: Cast iron. All cast iron soil pipe and fittings shall be marked with the collective trademark of the Cast Iron Soil Pipe Institute and be listed by NSF International. Joints: Hub -and -spigot, CISPI HSN compression type with (ASTM C564) neoprene gaskets. 2. PVC DWV Pipe: Polyvinyl Chloride, Schedule 40 (ASTM D2665) pipe, and fittings {ASTM D2466). 3. PVC Sewer Pipe (beyond 5 feet of building): Polyvinyl Chloride Gravity Sewer Pipe ASTM 3034)_SDR 35, or (ASTM F789) PS 46 and Fittings, with elastomeric Joints. (Uni- Bell B-4-82, ASTM D3212)._................._._..........---...___ D. Sanitary Drain, Sanitary Waste and Vent Piping (DWV) Above Grade: 1. Cast Iron Pipe: (ASTM A74), service weight. Fittings: Cast iron. Joints: Hub -and -spigot, CISPI HSN compression type with (ASTM C564) neoprene gaskets. 2. Cast Iron Pipe: (CISPI 301). hubless, service weight. Fittings: Cast iron. All cast iron pipe and fittings shall be marked with the collective trademark of the Cast Iron Soil Pipe Institute and shall be listed by NSF International. Joints: Cast-iron couplings (ASTM A48, Class 30-A_) with neoprene gaskets (ASTM C1277, ASTM D412 18-8 and CISPI 310) stainless steel bolts and nuts; manufactured by MG Piping Products Co. or equal. 3. Copper Pipe. (ASTM B306), DWV. Fittings; (ANSI/ASME B16.3), cast bronze, or (ANSI/ASME B16.29), wrought copper. Joints: (ANSI/ASTM B32), solder, Grade 50B. 4. PVC Pipe: (ASTM D2665), Schedule 40. Fittings: PVC DWV Type, Schedule 40, (ASTM D2665). Joints: (ASTM D2855) and (D2564), solvent weld. PVC pipe installed in Plumbing Systems 22 00 01 - 4 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 plenums and above ceilings shall be wrapped or coated with an approved fire retardant to comply with the local code. 2.02 FLANGES, UNIONS, AND COUPLINGS A. Pipe size 2 inches and under: 150 psig malleable iron unions for threaded ferrous piping; bronze unions for copper pipe, solder joints. B. Dielectric Connections: Union with galvanized or plated steel threaded end, copper solder end, water impervious isolation barrier. C. Gas Service Line Risers: PE pipe with coated, anodeless, steel pipe casing on riser section. Include inlet for heat -fusion connection to PE pipe and outlet for connection to shutoff valve. D. Gas Service Regulators: 1. Service Regulators: AGA/IAS-listed for service regulators, single stage, steel jacketed, and corrosion resistant. Include atmospheric vent, elevation compensator, with threaded ends for NPS 2 and smaller, and flanged ends for NIPS 2-1/2 and larger. Acceptable manufacturers: American Meter Co.; Equimeter, Inc.; National Meter. 2. Regulator Vents: Factory -installed or field -installed, corrosion -resistant screen in opening. 2.03 VALVES (WITHIN 5 FEET OF BUILDING) A. Ball Valves (For Water Shut -Off and Throttling): 1. Ball Valves 2 inches and Less: Full -port, rated 175-lb. minimum water, oil, air and gas pressure, brass or bronze construction, seat material as recommended by manufacturer for material conveying, lever handle, threaded or soldered connections. Throttling valves shall be provided with memory stops. Acceptable manufacturers and models: ITT Grinnell, 3500, 3500SJ; Milwaukee, BA-200, BA-250; Watts, B-6000, B-6001 and Nibco, T-580, 5-580. B. Water Pressure Reducing Valve: 1. Automatic, pressure -reducing control valve, ductile iron main valve body, pressure reducing control, fixed orifice, and adjustable opening speed, globe type, 400 psi max. working pressure, threaded connections. Provide 300-lb, pilot with bronze and stainless steel trim. Acceptable manufacturer and model: Cla-Val Co., 90-01-AS, Watts 115 or approved equal. C. Valves (For Gas Piping Only): 1. Non -lubricated, Tapered Plug Valves (for 2 inches and Smaller): Cast-iron body, with brass tapered plug; lever operation; and complying with ASME B16.33, MSS SP-78, UL 842, or AGA/IAS listing. Include lever. Include locking device. Acceptable manufacturers: Essex Brass Corp.; Grinnell Corp. -Mueller Co. -Gas Products Div.; Lyall, R.W. & Co., Inc.; McDonald, A.Y. Mfg. Co. a. Acceptable manufacturers: 1). Huber, J. M. Corp. Plumbing Systems 22 00 01- 5 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 2). Milliken Valve Co., Inc. 3). Olson Technologies Inc. 4). Homestead Valve Div. 5). Walworth Co. 2.04 PRESSURE WASHER A. High Pressure Hot Water Washer: Electric powered stationary high pressure hot water washer, manually operated with automatic safety controls. ETL, UL, CGA, CSA certified. (UL1776 or CSA B140.11-M89). 4.0 gpm at 2300 psig discharge with a 365,000 BTUH gas input. 208V 1 Phase/32 Amp Electrical. 1. 3/8" x 50 foot pressure hose, single wire braid type with 12,000 PSI burst pressure. RMA class A cover with continuous impression branding and oil -resistant Nitrile synthetic rubber interior hose. Skive mounted swage fittings, with bend restrictor guards. 4:1 safety rating at an operating pressure rating of 3,000 psi. 2. Insulated pistol grip with safety shutoff. 10.5 GPM at 5075 PSI up to 350 Deg. F. PA66 Nylon encased brass body, stainless steel seat and ball check. 3. Chrome plated wand, Zytel polymer insulated grip and side handle (ambidextrous) 36- inch-long with %" MNPT both ends. Quick coupled to trigger gun. 4. Color coded nozzles, with % inch quick coupler fittings. Provide 0, 15 and 40 degree nozzles. 5. Pump drive shall be belt drive with double grooved pulleys, 2 belts equipped with an auto -tensioning system enclosed in a pump cabinet. High pressure pump shall have a ceramic plunger, oil bath crankcase, forged brass head rated at 3000 psig with buna-N seals. Provide Unloader valve, welded steel chassis. 6. Controls shall be 24 volt low voltage in control panel with HOA/shutdown Burner controls, and heating system shall be gas fired. With a 5 year warranty. 7. Provide with full-size approved flue vent extended to the exterior in an approved manner and location. 8. Provide detergent application system with preset ratio adjustments. 9. Provide 6 foot long (min.) x 5/8" diameter I.D. garden hose for water supply connection from hose bibb to unit. B. Acceptable manufacturer: 1. Hotsy Model 921N (www.hotsy.com), or approved equal. 2.05 PLUMBING FIXTURES AND TRIM A. Emergency Shower/Eyewash Units: 1. Accessible Combination Emergency Shower/Eyewash Unit (ESE1): Exposed column type with floor flange, all stainless steel construction, shower head actuated by a stay open ball valve with rigid pull rod and handle, eyewash with large stainless steel bowl and two soft stream heads actuated by stay open ball valve with push -flag and foot treadle. Shall Plumbing Systems FTW17498 — VCWRF Sludge Thickening Improvements 220001-6 City Project No. CO2647 be ADA/TAS approved. Water supply pipe connection size shall be 1-1/4-inch inlet and if used, waste pipe connection size shall be 1-1/4-inch drain. Acceptable manufacturers: Speakman, SE-603-ADA; Haws; Guardian; and Encon. 2.06 PLUMBING SPECIALTIES A. Floor Drains: 1. Floor Drain (FD2) (for use in Unfinished Floors): ANSI A112.21.1; cast iron body, double drainage flange, weepholes, bottom outlet, vandal proof secured 7-inch diameter nickel bronze adjustable heavy duty tractor type flat strainer, and non -puncturing flashing collar. Provide with trap guard insert. a. Acceptable Manufacturers and Models: 1). Josam: Series 30000-E. 2). Jay R. Smith: Series 2005 or 2010. 3). Wade: Series W-1100-TS, Series W-1100-EF. 4). Zurn: Series Z-415-N, Series Z-415-I, Series Z-415-E. 5). Mifab: Series F-1300-C. 6). Watts Drainage: Series FD-100, Series FD-300. B. Cleanouts: 1. Floor Cleanout (FCO) (for Use in Finished Floors): Cast iron body, adjustable type, inside caulk connection, vandal proof secured, standard round nickel bronze top, threaded brass plug. a. Acceptable Manufacturers and Models: 1). Josam: Series 56000. 2). Jay R. Smith: Series 4128-NB. 3). Wade: Series W-6000. 4). Zurn: Series Z-1405-2. 5). Mifab: Series C-1100. 6). Watts Drainage; Series CO-200. 2. Plug Cleanout (PCO): Cast iron body with threaded brass plug, specify with no access cover. a. Acceptable Manufacturers and Models: 1). Josam: Series 58710, Less cover. 2). Jay R. Smith: Series 4402, Less cover. 3). Wade: Series W-8450-R, Less cover. 4). Zurn: Series ZN-1440, Less cover. 5). Watts Drainage: Series CO-380, less cover. Plumbing Systems 22 00 01- 7 FTW17498 - VCWRF Sludge Thickening Improvements City Project No. CO2647 3. Grade Cleanout (GCO & DGCO): Cast iron body, with straight body for caulking into soil pipe hub with countersunk tapered threaded bronze plug. Provide "T" handle wrench. Double Grade Cleanouts (DGCO) will require two GCO's as described above, along with the proper two-way cleanout pipe fitting. a. Acceptable Manufacturers and Models: 1). Josam: Series 58850-22. 2). Jay R. Smith: Series 4338. 3). Wade: Series W-8530. 4). Zurn: Series Z-1450. 5). Mifab: Series C-1300. 6). Watts Drainage: Series CO-260. C. Trap Seals: 1. Trap Seals (TS): Flexible elastomeric or neoprene trap seal device utilizes a normally closed seal to prevent evaporation of the liquid trap seal and also protects against sewer gases from backing up into the building or surrounding areas. The device opens when liquid enters to allow drainage to flow through into the building drainage piping, and closes when there is no drainage flow entering the drain. Provide in all floor drains, floor sinks, area drains and hub drains connected to the sanitary sewer system or to other systems that may have sewer gases present in the drainage system. a. Acceptable Manufacturers and Models: 1). ProVent Systems, Inc.: Proeet Trap Guard Series, 800.262.5355 or www.trapguard.com. 2). Mifab: Mi-Gard Series. 3). SureSeal. 4). Jay R. Smith Mfg. Co.: Quad Close Series. D. Hose Bibbs: 1. Hose Bibb (HB): Brass, 1/2-inch male NPT inlet by 3/4-inch male N.H.T. outlet, with vacuum breaker in conformance with ANSI/ASSE 1011. a. Acceptable Manufacturers and Models: 1). Chicago Faucet: 7T-R27. 2). Woodford: 24CP. 3). Watts: SC8-1. E. Wall Hydrants: 1. Non -Freeze Wall Hydrant (NFWH1): ANSI/ASSE 1019; exposed wall hydrant type, with chrome plated brass or nickel bronze finish on brass castings, freezeless, 3/4-inch hose thread nozzle, integral vacuum breaker, and loose key handle. Plumbing Systems 22 00 01 - 8 FTW17498— VCWRF Sludge Thickening Improvements City Project No. CO2647 a. Acceptable Manufacturers and Models: 1). Woodford: 65. 2). Josam: 71050. 3). Jay R. Smith: 5609. 4). Wade: W-8620. 5). Zurn: Z-1310. 6). Watts: HY-420. F. Pipe Hangers and Supports: 1. Support horizontal piping as follows: Pipe Size I Max. Nanger5pacirMg Hanger Diameter 1/2" to 1-1/4" 6'-6" 3/8" 1-1/2" to 2" 10'-0" 3/8„ 2-1/2" to 3" 10'-0" 1/2" 4" to 6" 10'-0" 5/8" 2. Hanger Notes: a. Install hangers to provide minimum 1/2-inch space between finished covering and adjacent Work. b. Place a hanger within 12 inches of each horizontal elbow. c. Use hangers with 1-1/2-inch maximum vertical adjustment. d. Support horizontal cast iron pipe adjacent to each hub, with 5-inch maximum spacing between hangers. e. Support vertical piping at every floor. Support vertical cast iron pipe at each floor at hub. f. Where several pipes can be installed in parallel and at same elevation, provide multiple or trapeze hangers. Consult with project structural engineer for approval. g. Support riser piping independently of connected horizontal piping. h. For below floor hanger installations, place one hanger at each pipe penetration thru a concrete grade beam, at either side, a minimum of 12 inches from the face of the grade beam. G. Hanger Rods. 1. Steel Hanger Rods: Threaded both ends. H. Inserts: 1. Inserts: Malleable iron case of galvanized steel shell and expander plug for threaded connection with lateral adjustment, top slot for reinforcing rods, lugs for attaching to forms; size inserts to suit threaded hanger rods. Plumbing Systems 22 00 01- 9 FTW17498— VCWRF Sludge Thickening Improvements City Project No. CO2647 I. Insulation: 1. Pipe insulation for domestic hot and cold water pipe, roof drains and horizontal roof drain pipe. a. Heavy duty preformed fiberglass (ASTM C547, type 1, 2 or 3). Schuller, Knauf or Certainteed. b. Preformed flexible elastomeric insulation (ASTM C534) Armstrong "Armaflex", or Schuller "Rubatex." c. Preformed unicellular polyolefin foam (ASTM C534) tubular preslit with adhesive. IMCOA. insulation Schedule Cold Water 1" thick up to 2" pipe size 1-1/2" thick over 2" gioe size d. Provide all purpose jacket, high density white kraft bonded to aluminum foil, reinforced with fiberglass yarn lap and butt, self-sealing, pressure sensitive. Schuller "Micro-Lok", Certainteed "Snap-On." e. PVC fitting covers, one piece pre molded high impact PVC white gloss insulating fitting covers and jackets. Schuller "Zeston 2000PVC." 2. Fire -Test -Response Characteristics: As determined by testing materials identical to those specified in this Section according to ASTM E84, by a testing and inspecting agency acceptable to authorities having jurisdiction. Factory label insulation and jacket materials and sealer and cement material containers with appropriate markings of applicable testing and inspecting agency. a. Insulation Installed Indoors: Flame -spread rating of 25 or less, and smoke - developed rating of 50 or less. b. Insulation Installed Outdoors: Flame -spread rating of 75 or less, and smoke - developed rating of 150 or less. J. Piping Identification: 1. Install manufactured pipe markers indicating service on each piping system. Install with flow indication arrows showing direction of flow. a. Pipes with OD, Including Insulation, Less than 6 inches: Pre -tensioned pipe markers. Use size to match pipe and ensure a tight fit. b. Pipes with OD, Including Insulation, 6 inches and Larger: Shaped pipe markers. Use size to match pipe and secure with fasteners. c. Locate pipe markers and color bands on piping as follows: Near each valve and control device; Near each branch connection, excluding short takeoffs; Where flow pattern is not obvious, mark each pipe at branch; At other points of origination and termination; Spaced at maximum intervals of 50 feet along each run; Reduce intervals to 25 feet in areas of congested piping and equipment. 3.00 EXECUTION Plumbing Systems 22 00 01- 10 FTW17498— VCWRF Sludge Thickening Improvements City Project No. CO2647 3.01 PREPARATION A. Establish invert elevations for drainage piping within 5 feet of building. Minimum slopes for drainage pipe is 1/4 inch per foot for 2 1/2-inch diameter and less and 1/8 inch per foot for 3-inch diameter pipe and greater. B. Close equipment shutoff valves before turning off gas to premises or piping section. C. Inspect natural gas piping according to NFPA 54 to determine that natural gas utilization devices are turned off in piping section affected. D. Comply with NFPA 54, Part 1, "Prevention of Accidental Ignition" Paragraph. 3.02 INSTALLATION A. Pipe, Valves and Fittings: 1. Provide non -conducting dielectric connections wherever jointing dissimilar metals. 2. Provide clearance for installation of insulation, and access to valves and fittings. 3. Anchor piping with regard to the transmission of vibration and noise. Securely anchor copper piping to studs or wood blocking with "C" clamp of proper size for piping. At each fixture location where the piping penetrates the partition, back the elbow inside the partition, or chase, with wood blocking. Anchor with "C" clamps or cast brass drop ear elbows to prevent movement. Do not use wire as an anchoring device. 4. Piping shall not come into direct contact with metal studs, beams, or other construction elements. Provide a non-metallic separation between dissimilar metals when copper piping is installed in direct contact with steel. S. Install unions in piping 2 inches and smaller and flanges in piping 2-1/2 inches and larger, adjacent to each valve and at final connection to each piece of equipment having threaded pipe connection. 6. Install piping adjacent to equipment and specialties to allow service and maintenance. 7. Install piping free of sags and bends. 8. Install strainers on inlet side of service regulators. 9. Terminate vent piping with turned -down, reducing -elbow fittings with corrosion - resistant insect screens in large end. 10. Install underground, plastic, gas distribution piping according to ASTM D2774. 11. Install plastic shutoff valves on branch connections to existing underground gas distribution piping. Install valves with valve boxes. 12. Install metal shutoff valves on aboveground, gas distribution piping. 13. Install aboveground, shutoff valves in accessible locations, protected from physical damage. Include metal tag, attached to valve with metal chain, indicating piping systems supplied. 14. Install shutoff valves and strainers upstream from service regulators. Shutoff valves are not required at second regulators if two regulators are installed in series. Plumbing Systems 22 00 01 - 11 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 15. Install shutoff valves upstream from service meters. Install dielectric fittings downstream from service meters, as required. 16. Install pressure -relief or pressure -limiting devices so they can be readily operated to determine if device is free, tested to determine pressure at which they will operate, and examined for leakage if closed. 17. Do not use gas piping as grounding electrode. 18. Equipment Nameplates and Signs: Install engraved plastic -laminate equipment nameplates and signs on or near each service regulator and meter. a. Text: Distinguish between multiple units, inform operator of operational requirements, indicate safety and emergency precautions, and warn of hazards and improper operations, in addition to name of identified unit. 19. Warning Tapes: Arrange for installation of continuous, underground, detectable warning tape during backfilling of trenches for piping. B. Plumbing Specialties and Equipment: 1. Pipe relief valves and drains to nearest floor drain. Minimum slope 1/16 inch per foot. Provide 1-inch air gap. 2. Install equipment plumb and square to wall on a 4-inch thick (minimum) reinforced concrete housekeeping pad. 3. Provide all interconnecting electrical power and control wiring from control panels to equipment and accessories for a complete operable systems. All exposed wiring shall be in conduit. Comply with Division 26. 4. Extend cleanouts to finished floor or wall surface. Lubricate threaded cleanout plugs with mixture of graphite and linseed oil. Ensure clearance at cleanout for rodding of drainage system. 5. Encase grade cleanouts in concrete flush with grade when not located in concrete, pavement, sidewalk, etc. 6. Grade cleanouts located in pavement or sidewalks shall have a brass or cast iron cover that extends to grade and a brass cap shall be installed. 7. Trap all drains connected to the sanitary sewer. 8. Install floor and area drains with top depressed 1/2 inch below finished floor elevation. 9. In addition to cleanouts, as shown on the Drawings, Contractor shall provide any additional cleanouts required by local codes and ordinances at no additional cost to the Owner. 10. Outlet of plumbing vents and flues shall be located a minimum of 25 feet from fresh air intakes. Provide offset as required. 3.03 DEMONSTRATION OF EQUIPMENT A. Prior to final acceptance, Contractor and Manufacturer's Representative of Domestic Water Heaters and associated accessories and controls, each shall provide a minimum of 4 hours Plumbing Systems 22 00 01 - 12 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 (or as long as required by the Owner) to demonstrate to the Owner the proper operation of the equipment. B. Prior to final acceptance, Contractor shall provide a minimum of 4 hours (or as long as required by the Owner) to demonstrate to the Owner the proper operation of all the plumbing equipment and associated accessories and controls. C. Trenching, Excavation and Backfill: 1. Perform excavating and backfilling necessary for the installation of Work. Shore, bail, pump and maintain all trenches dry until the Work is completed. Keep trenches open until piping has been inspected, tested and approved. Take necessary precautions to protect the public from open trenches. Erect and maintain barricades and warning devices in accordance with OSHA requirements. 2. Backfill trenches after piping has been tested and approved. Material for backfilling shall be a clean, sandy loam up to 4 inches above the top of pipe. Above that point, use overburden removed in the excavation process. Overburden shall be free of trash, debris, rocks or boulders. Deposit backfill material in 12-inch layers and compact to the density of the adjacent, undisturbed soil. Remove all excess material from the Site. 3.04 TESTING A. Piping Systems: General: Furnish pumps, compressors, gauges, equipment and personnel required, and test as necessary to demonstrate the integrity of the finished installation. 2. Soil, Sanitary Waste and Vent: Unless otherwise directed by the authority having jurisdiction, plug all openings except for the highest opening and fill with water to the point of overflow. Perform a water test consisting of no less than 10 feet of head shall be applied to the system. Allow to stand 1 hour or longer as required. The system should be water tight and leak free. If leaks exist, repair and retest. 3. Optional Smoke Testing: a. Sanitary Sewer Evaluation Survey (SSES) and (Building DWV Tightness Evaluation DWVTE) shall be scheduled in dry weather with winds not to exceed 11 mph. The outlets and fixtures in the building DWV system shall be plugged except at one exterior outlet each system tested. b. Notify the Fire Department of testing operations. The Owner's representative or their approved agent shall witness the test. c. Evacuate water from the downstream side of all traps. Fill all traps with water. d. Introduce smoke into the DWV system with a smoke blower at the rate of 2000 to 3000 cubic feet per minute. Hold for a period on not less than 2 hours of continuous replenishment at a pressure of not more than 5 psig. e. Test no more than 700 to 900 lineal feet of DWV system maximum per test. Test and observe every fixture, pipe and trap in the system. f. Identify any smoke leaking from any source with date/time/personnel observing smoke and with photographic evidence. Plumbing Systems 22 00 01-13 FTW17498— VCWRF Sludge Thickening Improvements City Project No. CO2647 g. Locate and expose the exact location in the DWV system where smoke is escaping (except the relief outlet), again with date/time/personnel and photographic evidence during a smoke test. h. Repair leaks and repeat the testing procedure until there are no signs of smoke anywhere in the system except the relief vent. Upon repair of the DWV system, and successful leak free testing, and upon approval of the Owner's representative, purge the entire system of smoke for a period of not less than 1 hour or until the system is free from smoke and approved by the Owner's representative. j. Remove the temporary plugs, re -fill all p-traps with water. Test all fixtures and traps for proper drainage. Repair any fixture or trap not properly functioning. k. Provide the Owner's Representative with a complete test and repair report documenting all procedures to plug the DWV system prior to testing, photographs, witnesses, time and date of all procedures in one hard copy and one pdf format electronic copy. 4. Water: Unless otherwise directed by the authority having jurisdiction, hydrostatically test and make tight the entire system at 120 psi. Retain for 4 hours. The system should be water tight and leak free. If leaks exist, repair and retest. Natural gas: Unless otherwise directed by the authority having jurisdiction, pneumatically test and make tight at 1-1/2 times the normal operating pressure and not less than 50 psi. Where the test pressure exceeds 125 psi, the test pressure shall not exceed a value that produces a hoop stress in the piping greater than 50 percent of the specified minimum yield strength of the pipe. Reduce test pressure if required. Retain for 4 hours minimum or not less than 1/2 hour for each 500 cubic feet of pipe volume or fraction thereof. When testing a system having a volume of less than 10 cubic feet, the test duration shall be permitted to be reduced to 10 minutes. For piping systems having a volume of more than 24,000 cubic feet, the duration of the test shall not be required The system should be air tight and leak free. If leaks exist, repair and retest. Verify capacities and pressure ratings of service regulators and meters. Verify correct pressure settings for service regulators. B. Equipment: 1. All equipment shall be tested at the factory for proper operation. A manufacturer's representative shall certify correct installation of their equipment. 3.05 FLUSHING A. General: After piping systems have been tested and approved, systems shall be flushed. Furnished compressors, pumps, equipment, personnel, etc. required to flush piping systems. B. Sanitary Waste and Vent Piping: Unless otherwise directed by the authority having jurisdiction, thoroughly flush piping systems with water until free of debris, or detrimental materials that may cause partial or full blockage. As a minimum comply with the International Plumbing Code, Section 302, of the latest edition. Plumbing Systems 22 00 01- 14 FTW 17498 — VCW RF Sludge Thickening Improvements City Project No. CO2647 C. Water Piping: Unless otherwise directed by the authority having jurisdiction, flush piping with water until water flows clear for a minimum of 60 seconds per 100 linear feet of piping being flushed at a velocity of 9 feet per second. D. Natural Gas Piping: Unless otherwise directed by the authority having jurisdiction, flush piping with air until air flows clear for a minimum of 60 seconds per 100 linear feet of piping being flushed at 25 cfm per 1-inch diameter of pipe. E. All strainers and filters shall be cleaned and replaced prior to start-up. 3.06 DISINFECTION OF DOMESTIC WATER PIPING SYSTEM A. Prior to starting Work, verify system is complete, flushed and clean. B. Inject disinfectant, free chlorine in liquid, powder, tablet or gas form, throughout system to obtain 50 to 80 mg/L residual. C. Bleed water from outlets to ensure distribution and test for disinfectant residual at minimum five remote outlets. D. Maintain disinfectant in system for 24 hours. E. Flush disinfectant from system until residual equal to that of incoming water or 1.0 mg/L. Take Samples no sooner than 24 hours after flushing, from five remote outlets and from water entry, and analyze in accordance with AWWA C601. G. Disinfection and disinfection procedures shall be witnessed and approved by the Owners Representative. H. After disinfection is completed, submit "Disinfection Certificate of Approval" for domestic water piping systems to the Owners Representative stating that all test results are satisfactory. Certificate of Approval must be signed by Contractor, Testing Laboratory. Certificate shall show the date, time and residual of each of the following tests: 1. Initial disinfection residual (50 ppm minimum) -five Samples. 2. Final disinfection residual (25 ppm minimum) -five Samples. 3. After flushing residual (5 ppm maximum) -five Samples. 4. Analyze in accordance AWWA C601 - five Samples. 3.07 CLOSING IN UNINSPECTED WORK A. Do not cover up or enclose Work until it has been properly and completely inspected and approved. Should any of the Work be covered up or enclosed prior to all required inspections and approvals, uncover the Work as required. After it has been completely inspected and approved, make all repairs and replacements as necessary to the satisfaction of the Owner's representative. Repairs and replacements shall be at no additional cost to the Owner. END OF SECTION Plumbing Systems 22 00 01- 15 FTW17498— VCWRF Sludge Thickening Improvements City Project No. CO2647 THIS PAGE INTENTIONALLY BLANK DIVISION 23 HEATING, VENTILATING, AND AIR CONDITIONING (HVAQ THIS PAGE INTENT IONAl.LY BLANK 23 00 00 HEATING, VENTILATING, AND AIR CONDITIONING 1.00 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes the following: 1. Mechanical sleeve seals. 2. Sleeves. 3. Mechanical demolition. 4. Equipment installation requirements common to equipment sections. 5. Painting and finishing. 6. Supports and anchorages. 1.03 DEFINITIONS A. Finished Spaces: Spaces other than mechanical and electrical equipment rooms, furred spaces, pipe and duct shafts, unheated spaces immediately below roof, spaces above ceilings, unexcavated spaces, crawlspaces, and tunnels. B. Exposed, Interior Installations: Exposed to view indoors. Examples include finished occupied spaces and mechanical equipment rooms. C. Exposed, Exterior Installations: Exposed to view outdoors or subject to outdoor ambient temperatures and weather conditions. Examples include rooftop locations. D. The following are industry abbreviations for plastic materials: 1. ABS: Acrylonitrile-butadiene-styrene plastic. 2. CPVC: Chlorinated polyvinyl chloride plastic. 3. PE: Polyethylene plastic. 4. PVC: Polyvinyl chloride plastic. E. The following are industry abbreviations for rubber materials: 1. EPDM: Ethylene-propylene-diene terpolymer rubber. 2. NBR: Acrylonitrile-butadiene rubber. 1.04 SUBMITTALS A. Welding Certificates. Heating, Ventilating, and Air Conditioning 23 00 00 - 1 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 1.05 QUALITY ASSURANCE A. Steel Support Welding: Qualify processes and operators according to AWS D1.1, "Structural Welding Code --Steel." B. Electrical Characteristics for Mechanical Equipment: Equipment of higher electrical characteristics. may be furnished provided such proposed equipment is approved in writing; connecting electrical services, circuit breakers, and conduit sizes are appropriately modified; and all is provided at no additional cost. If minimum energy ratings or efficiencies are specified, equipment shall comply with requirements. 1.06 DELIVERY, STORAGE, AND HANDLING A. Deliver pipes and tubes with factory -applied end caps. Maintain end caps through shipping, storage, and handling to prevent pipe end damage and to prevent entrance of dirt, debris, and moisture. B. Store plastic pipes protected from direct sunlight. Support to prevent sagging and bending. 1.07 COORDINATION A. Coordinate installation of required supporting devices and set sleeves in poured -in -place concrete and other structural components as they are constructed. B. Coordinate requirements for access panels and doors for mechanical items requiring access that are concealed behind finished surfaces. Access panels and doors are specified in Division 08. 2.00 PRODUCTS 2.01 MANUFACTURERS A. In other Part 2 articles where subparagraph titles below introduce lists, the following requirements apply for product selection: 1. Manufacturers: Subject to compliance with requirements, provide products by the manufacturers specified. 2.02 MECHANICAL SLEEVE SEALS A. Description: Modular sealing element unit, designed for field assembly, to fill annular space between pipe and sleeve. 1. Manufacturers: a. Advance Products & Systems, Inc. b. Calpico, Inc. c. Metraflex Co. d. Pipeline Seal and Insulator, Inc. 2. Sealing Elements: EPDM interlocking links shaped to fit surface of pipe. Include type and number required for pipe material and size of pipe. Heating, Ventilating, and Air Conditioning 23 00 00 - 2 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 3. Pressure Plates: Stainless steel. Include two for each sealing element. 4. Connecting Bolts and Nuts: Stainless steel of length required to secure pressure plates to sealing elements. Include one for each sealing element. 2.03 SLEEVES A. Stainless -Steel Sheet: 0.0239-inch (0.6-mm) minimum thickness; round tube closed with welded longitudinal joint. B. Steel Pipe: ASTM A53/A53M, Type E, Grade B, Schedule 40, galvanized, plain ends. C. Cast Iron: Cast or fabricated "wall pipe" equivalent to ductile -iron pressure pipe, with plain ends and integral waterstop, unless otherwise indicated. D. Stack Sleeve Fittings: Manufactured, cast-iron sleeve with integral clamping flange. Include clamping ring and bolts and nuts for membrane flashing. 1. Underdeck Clamp: Clamping ring with set screws. E. Molded PE: Reusable, PE, tapered -cup shaped, and smooth -outer surface with nailing flange for attaching to wooden forms. 2.04 HVAC COIL PROTECTIVE COATINGS A. Refer to Section 23 05 63 "Coatings for HVAC" for HVAC coil protective coatings and HVAC equipment protective coatings. 3.00 EXECUTION 3.01 MECHANICAL DEMOLITION A. Refer to Divisions 1 and 2 for general demolition requirements and procedures. B. Disconnect, demolish, and remove mechanical systems, equipment, and components indicated to be removed. 1. Piping to Be Removed: Remove portion of piping indicated to be removed and cap or plug remaining piping with same or compatible piping material. 2. Ducts to Be Removed: Remove portion of ducts indicated to be removed and plug remaining ducts with same or compatible ductwork material. 3. Equipment to Be Removed: Disconnect and cap services and remove equipment. C. If pipe, insulation, or equipment to remain is damaged in appearance or is unserviceable, remove damaged or unserviceable portions and replace with new products of equal capacity and quality. 3.02 EQUIPMENT INSTALLATION - COMMON REQUIREMENTS A. Install equipment to allow maximum possible headroom unless specific mounting heights are indicated. B. Install equipment level and plumb, parallel and perpendicular to other building systems and components in exposed interior spaces, unless otherwise indicated. Heating, Ventilating, and Air Conditioning 23 00 00 - 3 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 C. Install mechanical equipment to facilitate service, maintenance, and repair or replacement of components. Connect equipment for ease of disconnecting, with minimum interference to other installations. Extend grease fittings to accessible locations. D. Install equipment to allow right of way for piping installed at required slope. 3.03 PAINTING A. Painting of mechanical systems, equipment, and components is specified in Division 09. Damage and Touchup: Repair marred and damaged factory -painted finishes with materials and procedures to match original factory finish. END OF SECTION Heating, Ventilating, and Air Conditioning 23 00 00 - 4 FTW17498 -- VCWRF Sludge Thickening Improvements City Project No. CO2647 230513 COMMON MOTOR REQUIREMENTS FOR HVAC EQUIPMENT i 1.00 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. Section includes general requirements for single-phase and polyphase, general-purpose, horizontal, small and medium, squirrel -cage induction motors for use on alternating current power systems up to 600 V and installed at equipment manufacturer's factory or shipped separately by equipment manufacturer for field installation. 1.03 DEFINITIONS A. Factory -Installed Motor: A motor installed by motorized -equipment manufacturer as a component of equipment. 1.04 QUALITY ASSURANCE A. Electrical Components, Devices, and Accessories. Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. B. Comply with NFPA 70. 1.05 COORDINATION A. Coordinate features of motors, installed units, and accessory devices and features that comply with the following: 1. Compatible with the following: a. Magnetic controllers. b. Multispeed controllers. c. Reduced -voltage controllers. 2. Designed and labeled for use with variable frequency controllers, and suitable for use throughout speed range without overheating. 3. Matched to torque and horsepower requirements of the load. 4. Matched to ratings and characteristics of supply circuit and required control sequence. 5. Ambient and environmental conditions of installed location. 2.00 PRODUCTS 2.01 GENERAL MOTOR REQUIREMENTS A. Comply with NEMA MG 1 unless otherwise indicated. Common Motor Requirements for HVAC Equipment 23 05 13 -1 FTW17498 - VCWRF Sludge Thickening Improvements City Project No. CO2647 B. Comply with IEEE 841 for severe -duty motors. C. Motor requirements apply to factory -installed motors except as follows: 1. Different ratings, performance, or characteristics for a motor are specified in another Section. 2. Manufacturer for a factory -installed motor requires ratings, performance, or characteristics, other than those specified in this Section, to meet performance specified. 2.02 MOTOR CHARACTERISTICS A. Duty: Continuous duty at ambient temperature of 105 F (40 C) and at altitude of 3300 feet (1005 m) above sea level. B. Capacity and Torque Characteristics: Sufficient to start, accelerate, and operate connected loads at designated speeds, at installed altitude and environment, with indicated operating sequence, and without exceeding nameplate ratings or considering service factor. C. Enclosure: Unless indicated otherwise, provide the following enclosure type: 1. Totally Enclosed, Fan Cooled (TEFL): A fan on the motor shaft, outside the stator housing and within a protective shroud, blows cooling air over the motor. Use: Outdoors. 2.03 POLYPHASE MOTORS A. Description: NEMA MG 1, Design B, medium induction motor. B. Efficiency: Premium efficient as defined in NEMA MG 1. C. Service factor: 1.15. D. Stator: Copper windings, unless otherwise indicated. 1. Multispeed motors shall have separate winding for each speed. E. Rotor: Random wound squirrel cage. F. Bearings: Regreasable, shielded, antifriction ball bearings suitable for radial and thrust loading. G. Temperature Rise: Match insulation rating. H. Insulation: Class F, unless otherwise indicated. I. Code Letter Designation: 1. Motors Smaller Than 15 HP: Manufacturer's standard starting characteristic. 2.04 ADDITIONAL REQUIREMENTS FOR POLYPHASE MOTORS A. Motors Used with Reduced -Voltage and Multispeed Controllers: Match wiring connection requirements for controller with required motor leads. Provide terminals in motor terminal box, suited to control method. B. Motors Used with Variable Frequency Controllers: Inverter — duty rated. Ratings, characteristics, and features coordinated with and approved by controller manufacturer. Common Motor Requirements for HVAC Equipment 23 05 13 - 2 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 1. Windings: Copper magnet wire with moisture -resistant insulation varnish, designed and tested to resist transient spikes, high frequencies, and short time rise pulses produced by pulse -width -modulated inverters. 2. Premium -Efficient Motors: Class B temperature rise; Class F insulation. 3. Inverter -Duty Motors: Class F temperature rise; Class H insulation. 4. Thermal Protection: Comply with NEMA MG 1 requirements for thermally protected motors. C. Severe -Duty Motors: Comply with IEEE 841, with 1.15 minimum service factor. 2.05 SINGLE-PHASE MOTORS A. Motors larger than 1/20 HP shall be one of the following, to suit starting torque and requirements of specific motor application: 1. Permanent -split capacitor. 2. Split -phase. 3. Capacitor start, inductor run. 4. Capacitor start, capacitor run. B. Multispeed Motors: Variable -torque, permanent -split -capacitor type. C. Bearings: Prelubricated, antifriction ball bearings or sleeve bearings suitable for radial and thrust loading. D. Motors 1/20 HP and Smaller: Shaded -pole type. E. Thermal Protection: Internal protection to automatically open power supply circuit to motor when winding temperature exceeds a safe value calibrated to temperature rating of motor insulation. Thermal -protection device shall automatically reset when motor temperature returns to normal range. 3.00 EXECUTION (NOT USED) END OF SECTION Common Motor Requirements for HVAC Equipment 23 05 13 - 3 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 THIS PAGE INTENTIONALLY BLANK 23 05 53 IDENTIFICATION FOR HVAC PIPING AND EQUIPMENT i 1.00 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes the following mechanical identification materials and their installation. 1. Equipment nameplates. 2. Equipment markers. 3. Equipment signs. 4. Access panel and door markers. 5. Duct markers. 6. Stencils. 7. Valve tags. 8. Warning tags. 1.03 SUBMITTALS A. Product Data: For each type of product indicated. B. Samples: For color, letter style, and graphic representation required for each identification material and device. 1.04 QUALITY ASSURANCE A. ASME Compliance: Comply with ASME A13.1, "Scheme for the Identification of Piping Systems," for letter size, length of color field, colors, and viewing angles of identification devices for piping. 1.05 COORDINATION A. Coordinate installation of identifying devices with completion of covering and painting of surfaces where devices are to be applied. B. Coordinate installation of identifying devices with location of access panels and doors. 2.00 PRODUCTS 2.01 EQUIPMENT IDENTIFICATION DEVICES A. Equipment Nameplates: Metal, with data engraved or stamped, for permanent attachment on equipment. 1. Data: Identification for HVAC Piping and Equipment 23 05 53 - 1 FTW17498 — VCWRF Sludge Thickening improvements City Project No. CO2647 a. Manufacturer, product name, model number, and serial number. b. Capacity, operating and power characteristics, and essential data. c. Labels of tested compliances. 2. Location: Accessible and visible. 3. Fasteners: As required to mount on equipment. B. Equipment Markers: Engraved, color -coded laminated plastic. Include contact -type, permanent adhesive. 1. Terminology: Match schedules as closely as possible. 2. Data: a. Name and plan number. b. Equipment service. c. Design capacity. d. Other design parameters such as pressure drop, entering and leaving conditions, and speed. 3. Size: 2-1/2 by 4 inches (64 by 100 mm) for control devices, dampers, and valves; 4-1/2 by 6 inches (115 by 150 mm) for equipment. C. Equipment Signs: ASTM D709, Type I, cellulose, paper -base, phenolic -resin -laminate engraving stock; Grade ES-2, black surface, black phenolic core, with white melamine subcore, unless otherwise indicated. Fabricate in sizes required for message. Provide holes for mechanical fastening. 1. Data: Instructions for operation of equipment and for safety procedures. 2. Engraving: Manufacturer's standard letter style, of sizes and with terms to match equipment identification. 3. Thickness: 1/16 inch (1.6 mm) for units up to 20 sq. in. (130 sq. cm) or 8 inches (200 mm) in length, and 1/8 inch (3.2 mm) for larger units. 4. Fasteners: Self -tapping, stainless -steel screws or contact -type, permanent adhesive. D. Access Panel and Door Markers: 1/16-inch (1.6-mm) thick, engraved laminated plastic, with abbreviated terms and numbers corresponding to identification. Provide 1/8-inch (3.2-mm) center hole for attachment. 1. Fasteners: Self -tapping, stainless -steel screws or contact -type, permanent adhesive. 2.02 DUCT IDENTIFICATION DEVICES A. Duct Markers: Engraved, color -coded laminated plastic. Include direction and quantity of airflow and duct service (such as supply, return, and exhaust). Include contact -type, permanent adhesive. Identification for FIVAC Piping and Equipment 23 05 53 - 2 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 2.03 STENCILS A. Stencils: Prepared with letter sizes according to ASME A13.1 for piping; minimum letter height of 1-1/4 inches (32 mm) for ducts; and minimum letter height of 3/4 inch (19 mm) for access panel and door markers, equipment markers, equipment signs, and similar operational instructions. 1. Stencil Paint: Exterior, gloss, alkyd enamel or acrylic enamel black, unless otherwise indicated. Paint may be in pressurized spray -can form. 2. Identification Paint: Exterior, alkyd enamel or acrylic enamel in colors according to ASME A13.1, unless otherwise indicated. 2.04 VALVE TAGS A. Valve Tags: Stamped or engraved with 1/4-inch (6.4-mm) letters for piping system abbreviation and 1/2-inch (13-mm) numbers, with numbering scheme approved by Owner's Representative. Provide 5/32-inch (4-mm) hole for fastener. 1. Material: 0.032-inch (0.8-mm) thick brass. 2. Valve -Tag Fasteners: Brass wire -link chain. 2.05 WARNING TAGS A. Warning Tags: Preprinted or partially preprinted, accident -prevention tags; of plasticized card stock with matte finish suitable for writing. 1. Size: Approximately 4 by 7 inches (100 by 178 mm). 2. Fasteners: Brass grommet and wire. 3. Nomenclature: Large -size primary caption such as DANGER, CAUTION, or DO NOT OPERATE. 4. Color: Yellow background with black lettering. 3.00 EXECUTION 3.01 APPLICATIONS, GENERAL A. Products specified are for applications referenced in other Division 23 Sections. If more than single -type material, device, or label is specified for listed applications, selection is Installer's option. 3.02 EQUIPMENT IDENTIFICATION A. Install and permanently fasten equipment nameplates on each major item of mechanical equipment that does not have nameplate or has nameplate that is damaged or located where not easily visible. Locate nameplates where accessible and visible. B. Install equipment markers with permanent adhesive on or near each major item of mechanical equipment. Data required for markers may be included on signs, and markers may be omitted if both are indicated. Identification for HVAC Piping and Equipment 23 05 53 - 3 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 1. Letter Size: Minimum 1/4 inch (6.4 mm) for name of units if viewing distance is less than 24 inches (600 mm), 1/2 inch (13 mm) for viewing distances up to 72 inches (1830 mm), and proportionately larger lettering for greater viewing distances. Include secondary lettering 2/3 to 3/4 the size of principal lettering. 2. Data: Distinguish among multiple units, indicate operational requirements, indicate safety and emergency precautions, warn of hazards and improper operations, and identify units. 3. Locate markers where accessible and visible. Include markers for the following general categories of equipment: a. Main control and operating valves, including safety devices and hazardous units such as gas outlets. b. Fire department hose valves and hose stations. c. Meters, gages, thermometers, and similar units. d. Fuel -burning units, including boilers, furnaces, heaters, stills, and absorption units. e. Heat exchangers, coils, evaporators, cooling towers, heat recovery units, and similar equipment. f. Fans, blowers, primary balancing dampers, and mixing boxes. C. Install equipment signs with screws or permanent adhesive on or near each major item of mechanical equipment. Locate signs where accessible and visible. 1. Identify mechanical equipment with equipment markers in the following color codes: a. Green: For cooling equipment and components. b. Yellow. For heating equipment and components. c. Green and Yellow: For combination cooling and heating equipment and components. d. Brown: For energy -reclamation equipment and components. 2. Letter Size: Minimum 1/4 inch (6.4 mm) for name of units if viewing distance is less than 24 inches (600 mm), 1/2 inch (13 mm) for viewing distances up to 72 inches (1830 mm), and proportionately larger lettering for greater viewing distances. Include secondary lettering 2/3 to 3/4 the size of principal lettering. 3. Data: Distinguish among multiple units, indicate operational requirements, indicate safety and emergency precautions, warn of hazards and improper operations, and identify units. D. Install access panel markers with screws on equipment access panels. 3.03 PIPING IDENTIFICATION A. Install manufactured pipe markers indicating service on each piping system. Install with flow indication arrows showing direction of flow. 1. Pipes with OD, Including Insulation, Less Than 6 Inches (150 mm): Pretensioned pipe markers. Use size to ensure a tight fit. Identification for HVAC Piping and Equipment 23 05 53 - 4 FTWW17498 — VCWRF sludge Thickening Improvements City Project No. CO2647 Locate pipe markers and color bands where piping is exposed in finished spaces; machine rooms; accessible maintenance spaces such as shafts, tunnels, and plenums; and exterior nonconcealed locations as follows: 1. Near each valve and control device. 2. Near each branch connection, excluding short takeoffs for fixtures and terminal units. Where flow pattern is not obvious, mark each pipe at branch. 3. Near penetrations through walls, floors, ceilings, and nonaccessible enclosures. 4. At access doors, manholes, and similar access points that permit view of concealed piping. 5. Near major equipment items and other points of origination and termination. 6. Spaced at maximum intervals of 50 feet (15 m) along each run. Reduce intervals to 25 feet (7.6 m) in areas of congested piping and equipment. 3.04 DUCT IDENTIFICATION A. Install duct markers with permanent adhesive on air ducts in the following color codes: 1. Green: For cold -air supply ducts. 2. Yellow: For hot-air supply ducts. 3. Blue: For exhaust-, outside-, relief-, return-, and mixed -air ducts. 4. ASME A13.1 Colors and Designs: For hazardous material exhaust. 5. Letter Size: Minimum 1/4 inch (6.4 mm) for name of units if viewing distance is less than 24 inches (600 mm), 1/2 inch (13 mm) for viewing distances up to 72 inches (1830 mm), and proportionately larger lettering for greater viewing distances. Include secondary lettering 2/3 to 3/4 the size of principal lettering. B. Stenciled Duct Marker Option: Stenciled markers, showing service and direction of flow, may be provided instead of laminated -plastic duct markers, at Installer's option, if lettering larger than 1 inch (25 mm) high is needed for proper identification because of distance from normal location of required identification. C. Locate markers near points where ducts enter into concealed spaces and at maximum intervals of 50 feet (15 m) in each space where ducts are exposed or concealed by removable ceiling system. 3.05 VALVE -TAG INSTALLATION A. Install tags on valves and control devices in piping systems, except check valves; valves within factory -fabricated equipment units; plumbing fixture supply stops; shutoff valves; and similar roughing -in connections of end -use fixtures and units. List tagged valves in a valve schedule. B. Valve -Tag Application Schedule: Tag valves according to size, shape, and color scheme and with captions similar to those indicated in the following: 1. Valve -Tag Size and Shape. a. Gas: 1-1/2 inches (38 mm), round. Identification for HVAC Piping and Equipment 23 05 53 - 5 FTW17498 - VCWRF Sludge Thickening Improvements City Project No. CO2647 2. Valve -Tag Color: a. Gas: Natural. 3. Letter Color: a. Gas: Black. 3.06 WARNING -TAG INSTALLATION A. Write required message on, and attach warning tags to, equipment and other items where required. 3.07 ADJUSTING A. Relocate mechanical identification materials and devices that have become visually blocked by other work. 3.08 CLEANING A, Clean faces of mechanical identification devices and glass frames of valve schedules. END OF SECTION identification for HVAC Piping and Equipment 23 05 53 - 6 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 230563 COATINGS FOR HVAC 1.00 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes the following: 1. HVAC coil protective coatings. 2. HVAC equipment protective coatings. 1.03 SUBMITTAL A. Product Data: Coating material information data sheets and description of application process. B. Maintenance Data: Provide a maintenance touchup kit to allow repair of damaged areas by Owner for use in the following year after warranty period has ended with sufficient materials for the entire year. A complete description of coating maintenance and repair requirements will be included in maintenance manuals and Owner training specified in Division 01. 1.04 QUALITY ASSURANCE A. The coating and application process shall be certified as passing a 3000-hour salt spray test using ASTM B117-16 conditions. B. Coating applicator shall furnish written documentation of the applicator, coating applied, and application process. C. Provide documentation showing the applicator as certified by the coating product manufacturer or that the application process will occur at the coating manufacturer's facilities. D. Certification of Coating Material Testing: Submit manufacturer's test report of corrosion - resistance performance testing, as performed by a nationally recognized testing laboratory. 1.05 WARRANTY A. Manufacturer's warranty shall cover re -application of coated surfaces for which the original coating failed to maintain protection during the warranty period. B. Warranty Period: Manufacturer's standard, but not less than 3 years after date of substantial completion. C. The protective coating(s) and the application process (es) shall not limit or void any equipment or material manufacturer's or installation warranty on which the protective coatings are applied. Anti -Microbial Coatings for HVAC Ducts and Equipment 23 05 63 - 1 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 2.00 PRODUCTS 2.01 MANUFACTURERS A. In other Part 2 articles where subparagraph titles below introduce lists, the following requirements apply for product selection: 1. Manufacturers: Subject to compliance with requirements, provide products by the manufacturers specified. a. Aero-Marine Engineering, Inc. (Technicoat). b. Bly-gold America. c. Bronz-Glow Technologies, Inc. d. Heresite Protective Coatings, Inc. 2.02 HVAC PROTECTIVE COATINGS A. Coating Type: Aluminum impregnated polyurethane or phenolic coating. B. The coating applicator shall select the appropriate coating for the type of surface to be treated. This selection shall consider, but shall not be limited to, providing protection from hydrogen sulfide (H2S) and sulfuric acid, coil fin spacing, type of fin surface, fin configuration, condition of surface, contaminants on surface and presence of other coatings such as paint or galvanizing. C. The coating manufacturer shall be able to document the successful completion of accelerated product testing of a minimum 4000 hours in both salt spray (ASTM B117-16) and acidic salt spray tests (ASTM G85-11); and shall provide a 3-year warranty for the coating applied on aluminum -finned, copper tube coils. D. The product application process shall include the application of a chromate -free conversion layer applied to the coil that achieves total coverage and penetration. E. An aluminum -impregnated polyurethane or phenolic topcoat shall be applied that ensures total penetration and coverage without bridging or significantly affecting the heat transfer ability of the coil. F. The coating shall provide protection against ultraviolet radiation and be temperature resistant up to 194 F (90 Q. 3.00 EXECUTION 3.01 HVAC PROTECTIVE COATINGS A. Coat air conditioning equipment components with anti -corrosion coating to include: 1. All metallic interior and exterior components prone to corrosion, to include, but not be limited to: a. Equipment cabinets and frames. b. HVAC condenser coils (frame, headers, tubes and fins). c. HVAC evaporator coils (frame, headers, tubes and fins). Anti -Microbial Coatings for HVAC Ducts and Equipment 23 05 63 - 2 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 3.02 COATING APPLICATOR A. Coatings shall be applied by the coating manufacturer or his authorized representative. Field applied coatings will not be acceptable unless specified on project drawings. Coating applicator shall be fully responsible for the integrity of coatings applied to assembled equipment. Accordingly, the contractor or OEM shall transport the HVAC equipment to be coated to the company performing this specialized application. Coating applicator shall be responsible for disassembly and re -assembly of the final corrosion protected equipment unless otherwise approved by the Engineer. 3.03 COATING APPLICATION A. Coatings shall be applied in accordance with the coating manufacturer's instructions. Coating process shall be by total immersion dipping. Coated items shall be air dried or heat dried following each immersion with method of drying in accordance with the coating manufacturer's instructions. Completed coating shall show no loss of adhesion, no evidence of cracking, crazing, flaking or bridging. Coating applied to heat transfer surfaces shall have thermal conductance which lowers the total capacity of the HVAC equipment to no less than +99 percent of total capacity with bare metal heat transfer coil fins and tubes. END OF SECTION Anti -Microbial Coatings for HVAC Ducts and Equipment FTW17498 — VCWRF Sludge Thickening Improvements 230563-3 City Project No. CO2647 THIS PAGE INTENTIONALLY BLANK 230593 TESTING, ADJUSTING, AND BALANCING FOR HVAC 1.00 GENERAL 1.01 SUMMARY A. This Section includes TAB to produce design objectives for the following: 1. Air Systems: a. Constant -volume air systems. 2. HVAC equipment quantitative -performance settings. 3. Verifying that automatic control devices are functioning properly. 4. Reporting results of activities and procedures specified in this Section. 1.02 SUBMITTALS A. Strategies and Procedures Plan: Within 30 days from Contractor's Notice to Proceed, submit four copies of TAB strategies and step-by-step procedures as specified in Part 3 "Preparation" Article. Include a complete set of report forms intended for use on this Project. B. Certified TAB Reports: Submit two copies of reports prepared, as specified in this Section, on approved forms certified by TAB firm. C. Warranties specified in this Section. 1.03 QUALITY ASSURANCE A. TAB Firm Qualifications: Engage a TAB firm certified by either AABC or NEBB. B. Certification of TAB Reports: Certify TAB field data reports. This certification includes the following: 1. Review field data reports to validate accuracy of data and to prepare certified TAB reports. 2. Certify that TAB team complied with approved TAB plan and the procedures specified and referenced in this Specification. C. TAB Report Forms: Use standard forms from AABC's "National Standards for Testing and Balancing Heating, Ventilating, and Air Conditioning Systems" or NEBB's "Procedural Standards for Testing, Adjusting, and Balancing of Environmental Systems," as applicable. 1.04 PROJECT CONDITIONS A. Full Owner Occupancy: Owner will occupy the site and existing building during entire TAB period. Cooperate with Owner during TAB operations to minimize conflicts with Owner's operations. Testing, Adjusting, and Balancing for HVAC 23 05 93 - 1 FTW17498 — VCWRF Thickening Improvements City Project No. CO2647 1.05 COORDINATION A. Coordinate the efforts of factory -authorized service representatives for systems and equipment, HVAC controls installers, and other mechanics to operate HVAC systems and equipment to support and assist TAB activities. B. Perform TAB after leakage and pressure tests on air distribution systems have been satisfactorily completed. 1.06 WARRANTY A. National Project Performance Guarantee: If AABC, provide a guarantee on AABC's "National Standards for Testing and Balancing Heating, Ventilating, and Air Conditioning Systems" forms stating that AABC will assist in completing requirements of the Contract Documents if TAB firm fails to comply with the Contract Documents. Guarantee includes the following provisions: 1. The certified TAB firm has tested and balanced systems according to the Contract Documents. 2. Systems are balanced to optimum performance capabilities within design and installation limits. B. Special Guarantee: If NEBB, provide a guarantee on NEBB forms stating that NEBB will assist in completing requirements of the Contract Documents if TAB firm fails to comply with the Contract Documents. Guarantee shall include the following provisions: 1. The certified TAB firm has tested and balanced systems according to the Contract Documents. 2. Systems are balanced to optimum performance capabilities within design and installation limits. 2.00 PRODUCTS (NOT APPLICABLE) 3.00 EXECUTION 3.01 EXAMINATION A. Examine the Contract Documents to become familiar with Project requirements and to discover conditions in systems' designs that may preclude proper TAB of systems and equipment. 1. Verify that balancing devices, such as test ports, gage cocks, thermometer wells, flow - control devices, balancing valves and fittings, and manual volume dampers, are required by the Contract Documents. Verify that quantities and locations of these balancing devices are accessible and appropriate for effective balancing and for efficient system and equipment operation. B. Examine approved submittal data of HVAC systems and equipment. C. Examine Project Record Documents described in Division 01. Testing, Adjusting, and Balancing for HVAC 23 05 93 - 2 FTW17498 — VCWRF Thickening Improvements City Project No. CO2647 D. Examine design data, including HVAC system descriptions, statements of design assumptions for environmental conditions and systems' output, and statements of philosophies and assumptions about HVAC system and equipment controls. Examine equipment performance data including fan curves. Relate performance data to Project conditions and requirements, including system effects that can create undesired or unpredicted conditions that cause reduced capacities in all or part of a system. Calculate system effect factors to reduce performance ratings of HVAC equipment when installed under conditions different from those presented when the equipment was performance tested at the factory. To calculate system effects for air systems, use tables and charts found in AMCA 201, "Fans and Systems," Sections 7 through 10; or in SMACNA's "HVAC Systems--Duct�Design," Sections 5 and 6. Compare this data with the design data and installed conditions. F. Examine system and equipment installations to verify that they are complete and that testing, cleaning, adjusting, and commissioning specified in individual Sections have been performed. G. Examine system and equipment test reports. H. Examine HVAC system and equipment installations to verify that indicated balancing devices, such as test ports, gage cocks, thermometer wells, flow -control devices, balancing valves and fittings, and manual volume dampers, are properly installed, and that their locations are accessible and appropriate for effective balancing and for efficient system and equipment operation. I. Examine systems for functional deficiencies that cannot be corrected by adjusting and balancing. J. Examine HVAC equipment to ensure that clean filters have been installed, bearings are greased, belts are aligned and tight, and equipment with functioning controls is ready for operation. K. Examine heat -transfer coils for correct piping connections and for clean and straight fins. L. Examine equipment for installation and for properly operating safety interlocks and controls. M. Examine automatic temperature system components to verify the following: 1. Dampers, valves, and other controlled devices are operated by the intended controller. 2. Dampers and valves are in the position indicated by the controller. 3. Integrity of valves and dampers for free and full operation and for tightness of fully closed and fully open positions. This includes dampers in multizone units, mixing boxes, and variable -air -volume terminals. 4. Automatic modulating and shutoff valves, including two-way valves and three-way mixing and diverting valves, are properly connected. 5. Thermostats and humidistats are located to avoid adverse effects of sunlight, drafts, and cold walls. 6. Sensors are located to sense only the intended conditions. 7. Sequence of operation for control modes is according to the Contract Documents. Testing, Adjusting, and Balancing for HVAC FTW17498— VCWRF Thickening Improvements 230593-3 City Project No. CO2647 8. Controller set points are set at indicated values. 9. Interlocked systems are operating. 10. Changeover from heating to cooling mode occurs according to indicated values. N. Report deficiencies discovered before and during performance of TAB procedures. Observe and record system reactions to changes in conditions. Record default set points if different from indicated values. 3.02 PREPARATION A. Prepare a TAB plan that includes strategies and step-by-step procedures. B. Complete system readiness checks and prepare system readiness reports. Verify the following: 1. Permanent electrical power wiring is complete. 2. Automatic temperature -control systems are operational. 3. Equipment and duct access doors are securely closed. 4. Balance, smoke, and fire dampers are open. S. Isolating and balancing valves are open and control valves are operational. 6. Windows and doors can be closed so indicated conditions for system operations can be met. 3.03 GENERAL PROCEDURES FOR TESTING AND BALANCING A. Perform testing and balancing procedures on each system according to the procedures contained in AABC's "National Standards for Testing and Balancing Heating, Ventilating, and Air Conditioning Systems" or NEBB's "Procedural Standards for Testing, Adjusting, and Balancing of Environmental Systems," as applicable, and this Section. B. Cut insulation, ducts, pipes, and equipment cabinets for installation of test probes to the minimum extent necessary to allow adequate performance of procedures. After testing and balancing, close probe holes and patch insulation with new materials identical to those removed. Restore vapor barrier and finish according to insulation Specifications for this Project. C. Mark equipment and balancing device settings with paint or other suitable, permanent identification material, including damper -control positions, valve position indicators, fan - speed -control levers, and similar controls and devices, to show final settings. 3.04 GENERAL PROCEDURES FOR BALANCING AIR SYSTEMS A. Prepare test reports for both fans and outlets. Obtain manufacturer's outlet factors and recommended testing procedures. Crosscheck the summation of required outlet volumes with required fan volumes. B. Prepare schematic diagrams of systems' "as -built" duct layouts. C. Determine the best locations in main and branch ducts for accurate duct airflow measurements. Testing, Adjusting, and Balancing for HVAC 23 05 93 - 4 FTW17498 — VCWRF Thickening Improvements City Project No. CO2647 D. Check airflow patterns from the outside -air louvers and dampers and the return- and exhaust -air dampers, through the supply -fan discharge and mixing dampers. E. Locate start -stop and disconnect switches, electrical interlocks, and motor starters. F. Verify that motor starters are equipped with properly sized thermal protection. G. Check dampers for proper position to achieve desired airflow path. H. Check for airflow blockages. Check for proper sealing of air -handling unit components. J. Check for proper sealing of air duct system. 3.05 PROCEDURES FOR CONSTANT -VOLUME AIR SYSTEMS A. Adjust fans to deliver total indicated airflows within the maximum allowable fan speed listed by fan manufacturer. 1. Measure fan static pressures to determine actual static pressure as follows: a. Measure outlet static pressure as far downstream from the fan as practicable and upstream from restrictions in ducts such as elbows and transitions. b. Measure static pressure directly at the fan outlet or through the flexible connection. c. Measure inlet static pressure of single -inlet fans in the inlet duct as near the fan as possible, upstream from flexible connection and downstream from duct restrictions. d. Measure inlet static pressure of double -inlet fans through the wall of the plenum that houses the fan. 2. Measure static pressure across each component that makes up an air -handling unit, rooftop unit, and other air -handling and -treating equipment. a. Simulate dirty filter operation and record the point at which maintenance personnel must change filters. 3. Measure static pressures entering and leaving other devices such as sound traps, heat recovery equipment, and air washers, under final balanced conditions. 4. Compare design data with installed conditions to determine variations in design static pressures versus actual static pressures. Compare actual system effect factors with calculated system effect factors to identify where variations occur. Recommend corrective action to align design and actual conditions. 5. Obtain approval from Owners Representative for adjustment of fan speed higher or lower than indicated speed. Make required adjustments to pulley sizes, motor sizes, and electrical connections to accommodate fan -speed changes at no additional cost. 6. Do not make fan -speed adjustments that result in motor overload. Consult equipment manufacturers about fan -speed safety factors. Modulate dampers and measure fan - motor amperage to ensure that no overload will occur. Measure amperage in full cooling, full heating, economizer, and any other operating modes to determine the maximum required brake horsepower. Testing, Adjusting, and Balancing for HVAC 23 05 93 - 5 FTW17498 — VCWRF Thickening Improvements City Project No. CO2647 B. Adjust volume dampers for main duct, submain ducts, and major branch ducts to indicated airflows within specified tolerances. 1. Measure static pressure at a point downstream from the balancing damper and adjust volume dampers until the proper static pressure is achieved. a. Where sufficient space in submain and branch ducts is unavailable for Pitot-tube traverse measurements, measure airflow at terminal outlets and inlets and calculate the total airflow for that zone. 2. Remeasure each submain and branch duct after all have been adjusted. Continue to adjust submain and branch ducts to indicated airflows within specified tolerances. C. Measure terminal outlets and inlets without making adjustments. 1. Measure terminal outlets using a direct -reading hood or outlet manufacturer's written instructions and calculating factors. D. Adjust terminal outlets and inlets for each space to indicated airflows within specified tolerances of indicated values. Make adjustments using volume dampers rather than extractors and the dampers at air terminals. 1. Adjust each outlet in same room or space to within specified tolerances of indicated quantities without generating noise levels above the limitations prescribed by the Contract Documents. 2. Adjust patterns of adjustable outlets for proper distribution without drafts. 3.06 PROCEDURES FOR MOTORS A. Motors, 1/2 HP and Larger: Test at final balanced conditions and record the following data: 1. Manufacturer, model, and serial numbers. 2. Motor horsepower rating. 3. Motor rpm. 4. Efficiency rating. 5. Nameplate and measured voltage, each phase. 6. Nameplate and measured amperage, each phase. 7. Starter thermal -protection -element rating. B. Motors Driven by Variable -Frequency Controllers: Test for proper operation at speeds varying from minimum to maximum. Test the manual bypass for the controller to prove proper operation. Record observations, including controller manufacturer, model and serial numbers, and nameplate data. 3.07 PROCEDURES FOR TEMPERATURE MEASUREMENTS A. During TAB, report the need for adjustment in temperature regulation within the automatic temperature -control system. Testing, Adjusting, and Balancing for HVAC 23 05 93 - 6 FTW17498 — VCWRF Thickening Improvements City Project No. CO2647 B. Measure indoor wet- and dry-bulb temperatures every other hour for a period of two successive 8-hour days, in each separately controlled zone, to prove correctness of final temperature settings. Measure when the building or zone is occupied. C. Measure outside -air, wet- and dry-bulb temperatures. 3.08 TEMPERATURE -CONTROL VERIFICATION A. Verify that controllers are calibrated and commissioned. B. Check transmitter and controller locations and note conditions that would adversely affect control functions. C. Record controller settings and note variances between set points and actual measurements. D. Check the operation of limiting controllers (i.e., high- and low -temperature controllers). E. Check free travel and proper operation of control devices such as damper and valve operators. F. Check the sequence of operation of control devices. Note air pressures and device positions and correlate with airflow measurements. Note the speed of response to input changes. G. Check the interaction of electrically operated switch transducers. H. Check the interaction of interlock and lockout systems. I. Check main control supply -air pressure and observe compressor and dryer operations. J. Record voltages of power supply and controller output. Determine whether the system operates on a grounded or nongrounded power supply. K. Note operation of electric actuators using spring return for proper fail-safe operations. 3.09 TOLERANCES A. Set HVAC system airflow rates within the following tolerances: 1. Supply, Return, and Exhaust Fans and Equipment with Fans: Plus 5 to plus 10 percent. 2. Air Outlets and Inlets: 0 to plus 10 percent. 3.10 FINAL REPORT A. General: Typewritten, or computer printout in letter -quality font, on standard bond paper, in three-ring binder, tabulated and divided into sections by tested and balanced systems. B. Include a certification sheet in front of binder signed and sealed by the certified testing and balancing engineer. 1. Include a list of instruments used for procedures, along with proof of calibration. C. Final Report Contents: In addition to certified field report data, include the following: 1. Fan curves. 2. Manufacturers' test data. 3. Field test reports prepared by system and equipment installers. Testing, Adjusting, and Balancing for HVAC 23 05 93 - 7 FTW17498 — VCWRF Thickening Improvements City Project No. CO2647 4. Other information relative to equipment performance, but do not include Shop Drawings and Product Data. D. General Report Data: In addition to form titles and entries, include the following data in the final report, as applicable: 1. Title page. 2. Name and address of TAB firm. 3. Project name. 4. Project location. 5. Architect/Engineer's name and address. 6. Engineer's name and address. 7. Contractor's name and address. 8. Report date. 9. Signature of TAB firm who certifies the report. 10. Table of Contents with the total number of pages defined for each section of the report. Number each page in the report. 11. Summary of contents including the following: a. Indicated versus final performance. b. Notable characteristics of systems. c. Description of system operation sequence if it varies from the Contract Documents. 12. Nomenclature sheets for each item of equipment. 13. Notes to explain why certain final data in the body of reports varies from indicated values. 14. Test conditions for fans and pump performance forms including the following: a. Settings for outside-, return-, and exhaust -air dampers. b. Conditions of filters. c. Face and bypass damper settings at coils. d. Fan drive settings including settings and percentage of maximum pitch diameter. e. Inlet vane settings for variable -air -volume systems. f. Settings for supply -air, static -pressure controller. g. Other system operating conditions that affect performance. E. System Diagrams: Include schematic layouts of air distribution systems. Present each system with single -line diagram and include the following: 1. Quantities of outside, supply, return, and exhaust airflows. 2. Duct, outlet, and inlet sizes. 3. Balancing stations. Testing, Adjusting, and Balancing for HVAC 23 05 93 - 8 FTW17498 — VCWRF Thickening Improvements City Project No. CO2647 4. Position of balancing devices. END OF SECTION Testing, Adjusting, and Balancing for HVAC 23 05 93 - 9 FTW17498 — VCWRF Thickening Improvements City Project No. CO2647 THIS PAGE INTENTIONALLY BLANK 23 05 94 ODOR CONTROL SYSTEM TESTING, ADJUSTING, AND BALANCING 1.00 GENERAL 1.01 REFERENCES A. The following is a list of standards which maybe referenced in this section: B. Air Moving and Conditioning Association, Inc. (AMCA): 203, Field Performance Measurement of Fan Systems. C. American Society of Heating, Refrigerating and Air -Conditioning Engineers, Inc. (ASHRAE): HVAC Applications Handbook. D. Associated Air Balance Council (AABC): National Standards for Field Management and Instrumentation Total System Balance. 1. National Environmental Balancing Bureau (NEBB): a. Procedural Standards for Testing, Adjusting, Balancing of Environmental Systems. b. Procedural Standards for Measuring Sound and Vibration. ` 2. Sheet Metal and Air Conditioning Contractors' National Association (SMACNA): HVAC Testing, Adjusting, and Balancing Manual. 1.02 SUBMITTALS A. Informational Submittals: 1. Documentation of experience record of testing authority. 2. Documentation of current AABC or NEBB certifications for those technicians in responsible charge of the work under this Contract. 3. Submit detailed test and balance procedures, including test conditions for systems to be tested, prior to beginning the Work. 4. Written verification of calibration of testing and balancing equipment. 5. Balancing Log Report following completion of system adjustments including test results, adjustments, and rebalancing procedures. Odor Control System Testing, Adjusting, and Balancing 23 05 94 - 1 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 1.03 QUALITY ASSURANCE A. Air Balancing and Test Agency Qualifications: 1. Certification by AABC of NEBB for testing, adjusting and balancing of HVAC systems. 2. Corporately and financially independent organization functioning as an unbiased testing authority. 3. Professionally independent of manufacturers, suppliers, and installers of HVAC equipment being tested.. 4. Have a proven record of at least five similar projects. 5. Employer of engineers and technicians regularly engaged in testing, adjusting and balancing of HVAC equipment and systems. 2.00 PRODUCTS 2.01 MATERIALS A. Provide materials, tools, test equipment, computers and instrumentation required to complete the work included. B. Test Hole Plugs: Plug test holes in ducts with plugs made for that purpose and replace any insulation removed to specified conditions. 3.00 EXECUTION 3.01 GENERAL A. Adjust and balance air system in accordance with standard procedures and recognized practices of the AABC or SMACNA. 1. Adjust and balance the following systems: Foul air exhaust air system. 3.02 ADJUSTING AND BALANCING AIR SIDE A. Preparation: 1. Prior to beginning the Work, perform the following activities: a. Review shop drawings and installed system for adequate and accessible balancing devices and test points. b. Recommend to Engineer dampers that need to be added or replaced in order to obtain proper air control. Odor Control System Testing, Adjusting, and Balancing 23 05 94 - 2 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 c. Verify proper startup procedures have been completed on the system d. Verify controls installation is complete and system is instable operation under automatic control. e. Verify test instruments have been calibrated to a recognized standard and are within manufacturer's recommended calibration interval before beginning the Work. B. General: 1. When adjustments are made to a portion of a fan system, reread other portions of that same system to determine effects imposed by adjustments. Readjust as necessary. 2. Lock and mark final positions of balancing dampers with permanent felt pen. 3. Correct fan and airflow measurements for Site elevation. C. Equipment Data: 1. Collect the following data and included in final report: a. Type of unit. b. Equipment identification number. c. Equipment nameplate data (including manufacturer, model, size, type, and serial number). d. Motor data (frame, hp, volts, FLA rpm, and service factor). e. Sheave manufacturer, size, and bore. f. Belt size and number. g. Sheave centerline distance and adjustment limits. h. Starter and motor overload protection data. i. Include changes made during course of system balancing. D. Fan Systems: 1. Measure fan system performance in accordance with AMCA 203. 2. In each system at least one airpath from fan to final branch duct termination shall have dampers fully open. Achieve final air quantities by adjusting fan speed. 3. Adjust air dampers for maximum and minimum air requirements. Odor Control System Testing, Adjusting, and Balancing 23 05 94 - 3 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 4. Read and record static pressures at unit inlet and discharge, dampers, plenums, and mixing dual -duct or adjustable -volume boxes, on every supply, return, and exhaust fan for each test condition. 5. Read and record motor amperage on all phases for each test condition. E. Building Static Pressure: 1. Measure building static pressure relative to outside in perimeter entrances during normal system conditions that would yield widest range in internal building pressure. 2. Adjust building static pressure control parameters to ensure perimeter entrances are negative to outdoors by 0.05-inch WC with entrance doors closed. 3. For multi -story buildings, test pressure conditions at ground, intermediate, and upper levels. 1.04 FIELD QUALITY CONTROL A. General: Perform functional tests as required by Section 0175 00, Starting and adjusting. B. Performance Testing: 1. Vibration Testing: a. Upon completion of air system balance, perform vibration testing as specified below for the following rotating or reciprocating equipment: Fans BL-04, BL-OS, and BL-06. b. Test Procedures: 1) Identify maximum vibration velocity limits as specified for each piece of equipment to be tested. 2) Take measurements at each bearing housing using calibrated electronic analyzer. 3) Measure velocity in direction parallel to rotating shaft, and in two directions perpendicular to shaft and to each other. Align measurement directions where possible to the horizontal and vertical planes. 4) Record log shall include equipment symbol or tag, location, identification, specified vibration velocity limits, and maximum measured velocity in each direction. 5) Notify Engineer if amplitude exceeds upper limit specified. Odor Control System Testing, Adjusting, and Balancing 23 05 94 - 4 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 C. Balancing Log Report Requirements: Include narrative description for each system explaining TAB methodology and assumptions used. Clearly identify test conditions for tests performed. Include control setpoint. 2. Log and record operational information from every test for each system, as necessary to accomplish services described. 3. Include equipment data for units tested. 4. Include reduced set of system schematic diagrams with each element uniquely identified and indexed to balance log. Indicate recorded site values, and velocity and mass correction factors used to provide equivalent standard air quantities. 6. Include separate section in log, if necessary, describing operating difficulties in air systems that could not be eliminated by specified procedures. Identify these problems by system and location; include outline or summary of condition and its effect on the system, and describe corrective actions attempted and recommended. D. Quality Control Verification: 1. After adjustments have been completed and balance logs submitted, balancing and testing agency shall be available to demonstrate the following: a. Air balancing procedures, vibration tests, and verification of test results. b. Perform spot tests on a maximum of 20 percent of foul air inlets per building, with measuring equipment used in original tests, at random points selected by Engineer. c. Results of these spot tests shall agree with balance logs within plus or minus 10 percent. Where this accuracy cannot be verified, rebalance portions of system as requested by Engineer. d. At completion of rebalance procedures, perform another spot test if required to verify results. END OF SECTION Odor Control System Testing, Adjusting, and Balancing 23 05 94 - 5 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 THIS PAGE INTENTIONALLY BLANK 23 07 13 DUCT INSULATION 1.00 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes semi -rigid and flexible duct, plenum, and breeching insulation; insulating cements; field -applied jackets; accessories and attachments; and sealing compounds. 1.03 SUBMITTALS A. Product Data: Identify thermal conductivity, thickness, and jackets (both factory and field applied, if any), for each type of product indicated. B. Material Test Reports: From a qualified testing agency acceptable to authorities having jurisdiction indicating, interpreting, and certifying test results for compliance of insulation materials, sealers, attachments, cements, and jackets with requirements indicated. Include dates of tests. C. Installer Certificates: Signed by the Contractor certifying that installers comply with requirements. 1.04 QUALITY ASSURANCE A. Installer Qualifications: Skilled mechanics who have successfully completed an apprenticeship program or another craft training program certified by the U.S. Department of Labor, Bureau of Apprenticeship and Training. B. Fire -Test -Response Characteristics: As determined by testing materials identical to those specified in this Section according to ASTM E84, by a testing and inspecting agency acceptable to authorities having jurisdiction. Factory label insulation and jacket materials and sealer and cement material containers with appropriate markings of applicable testing and inspecting agency. 1. Insulation Installed Indoors: Flame -spread rating of 25 or less, and smoke -developed rating of 50 or less. 2. Insulation Installed Outdoors: Flame -spread rating of 75 or less, and smoke -developed rating of 150 or less. 1.05 DELIVERY, STORAGE, AND HANDLING A. Packaging: Ship insulation materials in containers marked by manufacturer with appropriate ASTM specification designation, type and grade, and maximum use temperature. Duct Insulation 23 07 13 - 1 FTW17498 — VCWRF Thickening Improvements City Project No. CO2647 1.06 COORDINATION A. Coordinate clearance requirements with duct Installerfor insulation application. 1.07 SCHEDULING A. Schedule insulation application after testing duct systems. Insulation application may begin on segments of ducts that have satisfactory test results. 2.00 PRODUCTS 2.01 MANUFACTURERS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Mineral -Fiber Insulation: a. CertainTeed Manson. b. Knauf FiberGlass GmbH. c. Owens-Corning Fiberglas Corp. d. Schuller International, Inc. 2.02 INSULATION MATERIALS A. Mineral -Fiber Board Thermal Insulation: Glass fibers bonded witha thermosetting resin. Comply with ASTM C612, Type IB, without facing and with all -service jacket manufactured from kraft paper, reinforcing scrim, aluminum foil, and vinyl film. (ASTM C612, Type III for operating temperatures higher than 850 F (454 Q. 2.03 FIELD -APPLIED JACKETS A. General: ASTM C921, Type 1, unless otherwise indicated. B. Foil and Paper Jacket: Laminated, glass -fiber -reinforced, flame-retardant kraft paper and aluminum foil. C. Aluminum Jacket: Deep corrugated sheets manufactured from aluminum alloy complying with ASTM B209 (ASTM B209M), and having an integrally bonded moisture barrier over entire surface in contact with insulation. Metal thickness and corrugation dimensions are scheduled at the end of this Section. 1. Finish: Smooth finish. 2. Moisture Barrier: 1-mil (0.025-mm) thick, heat -bonded polyethylene and kraft paper. 2.04 ACCESSORIES AND ATTACHMENTS A. Bands: 3/4 inch (19 mm) wide, in one of the following materials compatible with jacket: 1. Aluminum: 0.007 inch (0.18 mm) thick. B. Wire: 0.080-inch (2.0-mm), nickel -copper alloy; 0.062-inch (1.6-mm), soft -annealed, stainless steel; or O.062-inch (1.6-mm), soft -annealed, galvanized steel. Duct Insulation 23 07 13 - 2 FTW17498 — VCWRF Thickening Improvements City Project No. CO2647 C. Weld -Attached Anchor Pins and Washers: Copper -coated steel pin for capacitor -discharge welding and galvanized speed washer. Pin length sufficient for insulation thickness indicated. 1. Welded Pin Holding Capacity: 100 lb. (45 kg) for direct pull perpendicular to the attached surface. D. Adhesive -Attached Anchor Pins and Speed Washers: Galvanized steel plate, pin, and washer manufactured for attachment to duct and plenum with adhesive. Pin length sufficient for insulation thickness indicated. 1. Adhesive: Recommended by the anchor pin manufacturer as appropriate for surface temperatures of ducts, plenums, and breechings; and to achieve a holding capacity of 100 lb. (45 kg) for direct pull perpendicular to the adhered surface. E. Self -Adhesive Anchor Pins and Speed Washers: Galvanized steel plate, pin, and washer manufactured for attachment to duct and plenum with adhesive. Pin length sufficient for insulation thickness indicated. 2.05 VAPOR RETARDERS A. Mastics: Materials recommended by insulation material manufacturer that are compatible with insulation materials, jackets, and substrates. 3.00 EXECUTION 3.01 EXAMINATION A. Examine substrates and conditions for compliance with requirements for installation and other conditions affecting performance of insulation application. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.02 PREPARATION A. Surface Preparation: Clean and dry surfaces to receive insulation. Remove materials that will adversely affect insulation application. 3.03 GENERAL. APPLICATION REQUIREMENTS A. Apply insulation materials, accessories, and finishes according to the manufacturer's written instructions; with smooth, straight, and even surfaces; and free of voids throughout the length of ducts and fittings. B. Refer to schedules at the end of this Section for materials, forms, jackets, and thicknesses required for each duct system. C. Use accessories compatible with insulation materials and suitable for the service. Use accessories that do not corrode, soften, or otherwise attack insulation or jacket in either wet or dry state. D. Apply multiple layers of insulation with longitudinal and end seams staggered. E. Seal joints and seams with vapor -retarder mastic on insulation indicated to receive a vapor retarder. Duct Insulation 23 07 13 - 3 FTW17498 — VCWRF Thickening Improvements City Project No. CO2647 F. Keep insulation materials dry during application and finishing. G. Apply insulation with tight longitudinal seams and end joints. Bond seams and joints with adhesive recommended by the insulation material manufacturer. H. Apply insulation with the least number of joints practical. I. Apply insulation over fittings and specialties, with continuous thermal and vapor -retarder integrity, unless otherwise indicated. J. Hangers and Anchors: Where vapor retarder is indicated, seal penetrations in insulation at hangers, supports, anchors, and other projections with vapor -retarder mastic. Apply insulation continuously through hangers and around anchor attachments. K. Insulation Terminations: For insulation application where vapor retarders are indicated, seal ends with a compound recommended by the insulation material manufacturer to maintain vapor retarder. L. Apply insulation with integral jackets as follows: 1. Pull jacket tight and smooth. 2. Joints and Seams: Cover with tape and vapor retarder as recommended by insulation material manufacturer to maintain vapor seal. 3. Vapor -Retarder Mastics: Where vapor retarders are indicated, apply mastic on seams and joints and at ends adjacent to duct flanges and fittings. M. Cut insulation according to manufacturer's written instructions to prevent compressing insulation to less than 75 percent of its nominal thickness. N. Install vapor -retarder mastic on ducts and plenums scheduled to receive vapor retarders. 1. ducts with Vapor Retarders: Overlap insulation facing at seams and seal with vapor - retarder mastic and pressure -sensitive tape having same facing as insulation. Repair punctures, tears, and penetrations with tape or mastic to maintain vapor -retarder seal. 2. Ducts without Vapor Retarders: Overlap insulation facing at seams and secure with outward clinching staples and pressure -sensitive tape having same facing as insulation. O. Roof Penetrations: Apply insulation for interior applications to a point even with top of roof flashing. 1. Seal penetrations with vapor -retarder mastic. 2. Apply insulation for exterior applications tightly joined to interior insulation ends. 3. Seal insulation to roof flashing with vapor -retarder mastic. P. Interior Wall and Partition Penetrations: Apply insulation continuously through walls and partitions, except fire -rated walls and partitions. Q. Fire -Rated Wall and Partition Penetrations: Terminate insulation at fire/smoke damper sleeves for fire -rated wall and partition penetrations. R. Floor Penetrations: Terminate insulation at underside of floor assembly and at floor support at top of floor. Duct Insulation 23 07 13 - 4 FTW17498 —VCWRF Thickening improvements City Project No. CO2647 For insulation indicated to have vapor retarders, taper termination and seal insulation ends with vapor -retarder mastic. 3.04 MINERAL -FIBER INSULATION APPLICATION A. Blanket Applications for Ducts and Plenums: Secure blanket insulation with adhesive and anchor pins and speed washers. 1. Apply adhesives according to manufacturer's recommended coverage rates per square foot, for 100 percent coverage of duct and plenum surfaces. 2. Apply adhesive to entire circumference of ducts and to all surfaces of fittings and transitions. Install anchor pins and speed washers on sides and bottom of horizontal ducts and sides of vertical ducts as follows: a. On duct sides with dimensions 18 inches (450 mm) and smaller, along longitudinal centerline of duct. Space 3 inches (75 mm) maximum from insulation end joints, and 16 inches (400 mm) o.c. b. On duct sides with dimensions larger than 18 inches (450 mm). Space 16 inches (400 mm) o.c. each way, and 3 inches (75 mm) maximum from insulation joints. Apply additional pins and clips to hold insulation tightly against surface at cross bracing. c. Anchor pins may be omitted from top surface of horizontal, rectangular ducts and plenums. d. Do not overcompress insulation during installation. 4. Impale insulation over anchors and attach speed washers. Cut excess portion of pins extending beyond speed washers or bend parallel with insulation surface. Cover exposed pins and washers with tape matching insulation facing. 6. Create a facing lap for longitudinal seams and end joints with insulation by removing 2 inches (50 mm) from one edge and one end of insulation segment. Secure laps to adjacent insulation segment with 1/2-inch (13-mm) staples, 1 inch (25 mm) o.c., and cover with pressure -sensitive tape having same facing as insulation. 7. Overlap unfaced blankets a minimum of 2 inches (50 mm) on longitudinal seams and end joints. Secure with steel band at end joints and spaced a maximum of 18 inches (450 mm) o.c. 8. Apply insulation on rectangular duct elbows and transitions with a full insulation segment for each surface. Apply insulation on round and flat -oval duct elbows with individually mitered gores cut to fit the elbow. Insulate duct stiffeners, hangers, and flanges that protrude beyond the insulation surface with 6-inch (150-mm) wide strips of the same material used to insulate duct. Secure on alternating sides of stiffener, hanger, and flange with anchor pins spaced 6 inches (150 mm) o.c. Duct Insulation 23 0713 - 5 FTW17498 — VCWRF Thickening Improvements City Project No. CO2647 10. Apply vapor -retarder mastic to open joints, breaks, and punctures for insulation indicated to receive vapor retarder. B. Board Applications for Ducts and Plenums: Secure board insulation with adhesive and anchor pins and speed washers. 1. Apply adhesives according to manufacturer's recommended coverage rates per square foot, for 100 percent coverage of duct and plenum surfaces. 2. Apply adhesive to entire circumference of ducts and to all surfaces of fittings and transitions. 3. Space anchor pins as follows: On duct sides with dimensions 18 inches (450 mm) and smaller, along longitudinal centerline of duct. Space 3 inches (75 mm) maximum from insulation end joints, and 16 inches (400 mm) o.c. b. On duct sides with dimensions larger than 18 inches (450 mm). Space 16 inches (400 mm) o.c. each way, and 3 inches (75 mm) maximum from insulation joints. Apply additional pins and clips to hold insulation tightly against surface at cross bracing. c. Anchor pins may be omitted from top surface of horizontal, rectangular ducts and plenums. d. Do not overcompress insulation during installation. 4. Cut excess portion of pins extending beyond speed washers or bend parallel with insulation surface. Cover exposed pins and washers with tape matching insulation facing. 5. Create a facing lap for longitudinal seams and end joints with insulation by removing 2 inches (50 mm) from one edge and one end of insulation segment. Secure laps to adjacent insulation segment with 1/2-inch (13-mm) staples, 1 inch (25 mm) o.c., and cover with pressure -sensitive tape having same facing as insulation. 6. Apply insulation on rectangular duct elbows and transitions with a full insulation segment for each surface. Groove and score insulation to fit as closely as possible to outside and inside radius of elbows. Apply insulation on round and fiat -oval duct elbows with individually mitered gores cut to fit the elbow. 7. Insulate duct stiffeners, hangers, and flanges that protrude beyond the insulation surface with 6-inch (150-mm) wide strips of the same material used to insulate duct. Secure on alternating sides of stiffener, hanger, and flange with anchor pins spaced 6 inches (150 mm) o.c. 8. Apply vapor -retarder mastic to open joints, breaks, and punctures for insulation indicated to receive vapor retarder. 3.05 FIELD -APPLIED JACKET APPLICATION A. Apply glass -cloth jacket, where indicated, directly over bare insulation or insulation with factory -applied jackets. Duct Insulation 23 07 13 - 6 FTW17498 — VCWRF Thickening Improvements City Project No. CO2647 1. Apply jacket smooth and tight to surface with 2-inch (50-mm) overlap at seams and joints. 2. Embed glass cloth between two 0.062-inch (1.6-mm) thick coats of jacket manufacturer's recommended adhesive. 3. Completely encapsulate insulation with jacket, leaving no exposed raw insulation. 3.06 FINISHES A. Glass -Cloth Jacketed Insulation: Paint insulation finished with glass -cloth jacket as specified in Division 09. B. Color: Final color as selected by Architect/Engineer. Vary first and second coats to allow visual inspection of the completed Work. 3.07 DUCT SYSTEM APPLICATIONS A. Insulation materials and thicknesses are specified in schedules at the end of this Section. B. Materials and thicknesses for systems listed below are specified in schedules at the end of this Section. C. Insulate the following plenums and duct systems: 1. indoor exposed supply -air ductwork. 2. Outdoor exposed supply ductwork. D. Items Not Insulated: Unless otherwise indicated, do not apply insulation to the following systems, materials, and equipment: 1. Factory -insulated plenums, casings, terminal boxes, and filter boxes and sections. 2. Flexible connectors. 3. Vibration -control devices. 4. Testing agency labels and stamps. S. Nameplates and data plates. 3.08 INDOOR DUCT AND PLENUM APPLICATION SCHEDULE A. Service: Round and rectangular, supply -air ducts, exposed. 1. Material: Mineral -fiber board. 2. Thickness: 1-1/2 inch (38 mm). 3. Number of Layers: One. 4. Field -Applied Jacket: Glass cloth. 5. Vapor Retarder Required: Yes. 3.09 OUTDOOR DUCT AND PLENUM APPLICATION SCHEDULE A. Service: Rectangular, supply -air ducts. Duct Insulation 23 07 13 - 7 FTW17498 — VCWRF Thickening Improvements City Project No. CO2647 1. Material: Mineral -fiber board. 2. Thickness: 1-1/2 inches (38 mm). 3. Number of Layers: One. 4, Field -Applied Jacket. Aluminum. a. Aluminum Thickness: 0.040 inch (1.0 mm). b. Corrugation Dimension: 1-1/4 by 1/4 inch (32 by 6 mm). 5. Vapor Retarder Required: Yes, END OF SECTION Duct Insulation 23 07 13 - 8 FTW 17498 — VCW RF Thickening Improvements City Project No. CO2647 23 31 13 METAL DUCTS 1.00 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes metal ducts for supply, return, outside, and exhaust air -distribution systems in pressure classes from minus 2- to plus 10-inch wg (minus 500- to plus 2500-Pa). Metal ducts include the following: 1. Rectangular ducts and fittings. 1.03 DEFINITIONS A. FRP: Fiberglass -reinforced plastic. B. NUSIG: National Uniform Seismic Installation Guidelines. 1.04 SUBMITTALS A. Welding certificates. B. Field Quality -Control Test Reports. 1.05 QUALITY ASSURANCE A. Welding: Qualify procedures and personnel according to AWS D1.1, "Structural Welding Code --Steel," for hangers and supports, AWS D1.2, "Structural Welding Code --Aluminum," for aluminum supporting members and AWS D9.1, "Sheet Metal Welding Code," for duct joint and seam welding. B. NFPA Compliance: 1. NFPA 90A, "Installation of Air Conditioning and Ventilating Systems." 2. NFPA 90B, "Installation of Warm Air Heating and Air Conditioning Systems." 2.00 PRODUCTS 2.01 MANUFACTURERS A. In other Part 2 articles where titles below introduce lists, the following requirements apply to product selection: 1. Manufacturers: Subject to compliance with requirements, provide products by one of the manufacturers specified. Metal Ducts 23 31 13 -1 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 2.02 SHEET METAL MATERIALS A. Comply with SMACNA's "HVAC Duct Construction Standards --Metal and Flexible" for acceptable materials, material thicknesses, and duct construction methods, unless otherwise indicated. Sheet metal materials shall be free of pitting, seam marks, roller marks, stains, discolorations, and other imperfections. B. Aluminum Sheets: ASTM B209 (ASTM B209M), alloy 3003, temper H14; with mill finish for concealed ducts and standard, one -side bright finish for exposed ducts. C. Tie Rods: Stainless steel, 1/4-inch (6-mm) minimum diameter for lengths 36 inches (900 mm) or less; 3/8-inch (10-mm) minimum diameter for lengths longer than 36 inches (900 mm). 2.03 SEALANT MATERIALS A. Joint and Seam Sealants, General: The term "sealant" is not limited to materials of adhesive or mastic nature but includes tapes and combinations of open -weave fabric strips and mastics. B. Joint and Seam Tape: 2 inches (50 mm) wide; glass -fiber -reinforced fabric. C. Water -Based Joint and Seam Sealant: Flexible, adhesive sealant, resistant to UV light when cured, UL 723 listed, and complying with NFPA requirements for Class 1 ducts. D. Solvent -Based Joint and Seam Sealant: One -part, nonsag, solvent -release -curing, polymerized butyl sealant formulated with a minimum of 75 percent solids. E. Flanged Joint Mastic: One -part, acid -curing, silicone, elastomeric joint sealant complying with ASTM C920, Type S, Grade NS, Class 25, Use O. F. Flange Gaskets: Butyl rubber or EPDM polymer with polyisobutylene plasticizer. 2.04 HANGERS AND SUPPORTS A. Building Attachments: Concrete inserts, powder -actuated fasteners, or structural -steel fasteners appropriate for construction materials to which hangers are being attached. 1. Use powder -actuated concrete fasteners for standard -weight aggregate concretes or for slabs more than 4 inches (100 mm) thick. 2. Exception: Do not use powder -actuated concrete fasteners for lightweight -aggregate concretes or for slabs less than 4 inches (100 mm) thick. B. Hanger Materials: Galvanized sheet steel or threaded steel rod. 1. Hangers Installed in Corrosive Atmospheres: Electrogalvanized, all -thread rods or galvanized rods with threads painted with zinc -chromate primer after installation. 2. Strap and Rod Sizes: Comply with SMACNA's "HVAC Duct Construction Standards -- Metal and Flexible" for steel sheet width and thickness and for steel rod diameters. C. Duct Attachments: Stainless steel metal screws, blind rivets, or self -tapping metal screws; compatible with duct materials. D. Trapeze and Riser Supports: Steel shapes complying with ASTM A36/A36M. Metal Ducts 23 31 13 - 2 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 1. Supports for Aluminum Ducts: Aluminum support materials unless materials are electrolytically separated from ducts. 2.05 RECTANGULAR DUCT FABRICATION A. Fabricate ducts, elbows, transitions, offsets, branch connections, and other construction according to SMACNA's "HVAC Duct Construction Standards --Metal and Flexible" and complying with requirements for metal thickness, reinforcing types and intervals, tie -rod applications, and joint types and intervals. 1. Lengths: Fabricate rectangular ducts in lengths appropriate to reinforcement and rigidity class required for pressure class. 2. Deflection: Duct systems shall not exceed deflection limits according to SMACNA's "HVAC Duct Construction Standards --Metal and Flexible." B. Transverse Joints: Prefabricated slide -on joints and components constructed using manufacturer's guidelines for material thickness, reinforcement size and spacing, and joint reinforcement. 1. Manufacturers: a. Ductmate Industries, Inc. b. Nexus Inc. c. Ward Industries, Inc. C. Formed -On Flanges: Construct according to SMACNA's "HVAC Duct Construction Standards- -Metal and Flexible," Figure 1-4, using corner, bolt, cleat, and gasket details. 1. Manufacturers: a. Ductmate Industries, Inc. b. Lockformer. 2. Duct Size: Maximum 30 inches (750 mm) wide and up to 2-inch wg (500-Pa) pressure class. 3. Longitudinal Seams: Pittsburgh lock sealed with noncuring polymer sealant. D. Cross Breaking or Cross Beading: Cross break or cross bead duct sides 19 inches (480 mm) and larger and 0.0359 inch (0.9 mm) thick or less, with more than 10 sq. ft. (0.93 sq. m) of nonbraced panel area unless ducts are lined. 3.00 EXECUTION 3.01 DUCT APPLICATIONS A. Static -Pressure Classes: Unless otherwise indicated, construct ducts according to the following: 1. Supply Ducts: 2-inch wg (250-Pa) 2. Exhaust Ducts (Negative Pressure): 2-inch wg (500-Pa). B. All ducts shall be aluminum unless otherwise noted. Metal Ducts 23 31 13 - 3 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2547 C. Underground Ducts: Concrete encased, PVC -coated, stainless sheet steel with thicker coating on duct exterior. 3.02 DUCT INSTALLATION A. Construct and install ducts according to SMACNA's "HVAC Duct Construction Standards -- Metal and Flexible," unless otherwise indicated. B. Install ducts with fewest possible joints. C. Install fabricated fittings for changes in directions, size, and shape and for connections. D. Install couplings tight to duct wall surface with a minimum of projections into duct. Secure couplings with sheet metal screws. Install screws at intervals of 12 inches (300 mm), with a minimum of three screws in each coupling. E. Install ducts, unless otherwise indicated, vertically and horizontally and parallel and perpendicular to building lines; avoid diagonal runs. F. Install ducts close to walls, overhead construction, columns, and other structural and permanent enclosure elements of building. G. Install ducts with a clearance of 1 inch (25 mm), plus allowance for insulation thickness. H. Coordinate layout with suspended ceiling, fire- and smoke -control dampers, lighting layouts, and similar finished work. i. Seal all joints and seams. Apply sealant to male end connectors before insertion, and afterward to cover entire joint and sheet metal screws. J. Electrical Equipment Spaces: Route ducts to avoid passing through transformer vaults and electrical equipment spaces and enclosures. K. Nan -Fire -Rated Partition Penetrations: Where ducts pass through interior partitions and exterior walls and are exposed to view, conceal spaces between construction openings and ducts or duct insulation with sheet metal flanges of same metal thickness as ducts. Overlap openings on four sides by at least 1-1/2 inches (38 mm). Fire -Rated Partition Penetrations: Where ducts pass through interior partitions and exterior walls, install appropriately rated fire dampers, sleeves, and firestopping sealant. Fire and smoke dampers are specified in Section 23 33 00 "Air Duct Accessories." Firestopping materials and installation methods are specified in Division 07 Section. M. Install ducts with hangers and braces designed to withstand, without damage to equipment, seismic force required by applicable building codes. Refer to SMACNA's "Seismic Restraint Manual: Guidelines for Mechanical Systems." N. Protect duct interiors from the elements and foreign materials until building is enclosed. Fallow SMACNA's "Duct Cleanliness for New Construction." 0. Paint interiors of metal ducts, that do not have duct liner, for 24 inches (600 mm) upstream of registers and grilles. Apply one coat of flat, black, latex finish coat over a compatible galvanized -steel primer. Paint materials and application requirements are specified in Division 09 painting Sections. Metal Ducts 2331 13 - 4 FTW 17498 — VCW RF Sludge Thickening Improvements City Project No. CO2647 3.03 SEAM AND JOINT SEALING A. Seal duct seams and joints according to SMACNA's "HVAC Duct Construction Standards -- Metal and Flexible" for duct pressure class indicated. B. Seal ducts before external insulation is applied. 3.04 HANGING AND SUPPORTING A. Support horizontal ducts within 24 inches (600 mm) of each elbow and within 48 inches (1200 mm) of each branch intersection. B. Support vertical ducts at maximum intervals of 16 feet (5 m) and at each floor. C. Install upper attachments to structures with an allowable load not exceeding one-fourth of failure (proof -test) load. D. install concrete inserts before placing concrete. E. Install powder -actuated concrete fasteners after concrete is placed and completely cured. 1. Do not use powder -actuated concrete fasteners for lightweight -aggregate concretes or for slabs less than 4 inches (100 mm) thick. 3.05 CONNECTIONS A. Make connections to equipment with flexible connectors according to Section 23 33 00 "Air Duct Accessories." B. Comply with SMACNA's "HVAC Duct Construction Standards --Metal and Flexible" for branch, outlet and inlet, and terminal unit connections. 3.06 FIELD QUALITY CONTROL A. Perform the following field tests and inspections according to SMACNA's "HVAC Air Duct Leakage Test Manual" and prepare test reports: 1. Disassemble, reassemble, and seal segments of systems to accommodate leakage testing and for compliance with test requirements. 2. Conduct tests at static pressures equal to maximum design pressure of system or section being tested. If pressure classes are not indicated, test entire system at maximum system design pressure. Do not pressurize systems above maximum design operating pressure. Give 7 days' advance notice for testing. 3. Maximum Allowable Leakage: Comply with requirements for Leakage Class 3 for round and flat -oval ducts, Leakage Class 12 for rectangular ducts in pressure classes lower than and equal to 2-inch wg (500-Pa) (both positive and negative pressures), and Leakage Class 6 for pressure classes from 2- to 10-inch wg (500- to 2500-Pa). 4. Remake leaking joints and retest until leakage is equal to or less than maximum allowable. Metal Ducts 23 31 13 - 5 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 3.07 CLEANING NEW SYSTEMS A. Mark position of dampers and air -directional mechanical devices before cleaning, and perform cleaning before air balancing. B. Use service openings, as required, for physical and mechanical entry and for inspection. 1. Create other openings to comply with duct standards. 2. Disconnect flexible ducts as needed for cleaning and inspection. C. Vent vacuuming system to the outside. Include filtration to contain debris removed from HVAC systems, and locate exhaust down wind and away from air intakes and other points of entry into building. D. Clean the following metal duct systems by removing surface contaminants and deposits: 1. Air outlets and inlets (registers, grilles, and diffusers). 2. Supply, return, and exhaust fans including fan housings, plenums (except ceiling supply and return plenums), scrolls, blades or vanes, shafts, baffles, dampers, and drive assemblies. 3. Air -handling unit internal surfaces and components including mixing box, coil section, air wash systems, spray eliminators, condensate drain pans, humidifiers and dehumidifiers, filters and filter sections, and condensate collectors and drains. 4. Coils and related components. 5. Return -air ducts, dampers, and actuators except in ceiling plenums and mechanical equipment rooms. 6. Supply -air ducts, dampers, actuators, and turning vanes. E. Mechanical Cleaning Methodology: 1. Clean metal duct systems using mechanical cleaning methods that extract contaminants from within duct systems and remove contaminants from building. 2. Use vacuum -collection devices that are operated continuously during cleaning. Connect vacuum device to downstream end of duct sections so areas being cleaned are under negative pressure. 3. Use mechanical agitation to dislodge debris adhered to interior duct surfaces without damaging integrity of metal ducts, duct liner, or duct accessories. 4. Clean coils and coil drain pans according to NADCA 1992. Keep drain pan operational. Rinse coils with clean water to remove latent residues and cleaning materials; comb and straighten fins. F. Cleanliness Verification: 1. Visually inspect metal ducts for contaminants. 2. Where contaminants are discovered, re -clean and reinspect ducts. END OF SECTION Metal Ducts 23 31 13 - 6 FTW17498---VCWRF Sludge Thickening Improvements City Project No. C62647 i 23 31 16.16 THERMOSET FIBERGLASS -REINFORCED PLASTIC DUCTS AND ACCESSORIES 1.00 GENERAL 1.01 SUMMARY A. Scope 1. Contractor shall provide all labor, materials, equipment and incidentals as shown to furnish and install the foul air duct system. This work includes all duct, supports, expansion joints, and dampers as shown. Dampers and expansion joints specified in the Section are only for the foul duct system. 1.02 REFERENCES A. The following is a list of standards which may be referenced in this section: 1. Air Movement and Control Association (AMCA): 500-D, Laboratory Methods of Testing Dampers for Rating. 2. American National Standards Institute (ANSI). 3. American Society of Mechanical Engineers (ASME): a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125, and 250). i b. B16.5, Pipe Flanges and Flanged Fittings NPS 1/2 through NPS 24. c. B18.22.1, Plain Washers. 4. ASTM International (ASTM): a. A193/A193M, Standard Specification for Alloy -Steel and Stainless Steel Bolting Materials for High Temperature or High Pressure Service and Other Special Purpose Applications. b. A194/A194M, Standard Specification for Carbon and Alloy Steel Nuts for Bolts for High Pressure or High Temperature Service, or Both. c. C582, Standard Specification for Contact -Molded Reinforced Thermosetting Plastic (RTP) Laminates for Corrosion Resistant Equipment. d. D3982, Standard Specification for Contact Molded "Fiberglass" (Glass Fiber Reinforced Thermosetting Resin) Duct and Hoods. e. E84, Standard Test Method for Surface Burning Characteristics of Building Materials. Thermoset Fiberglass -Reinforced Plastic Ducts and Accessories 23 3116.16 -1 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 f. D2996, Standard Specification for Filament Wound Fiberglass Pipe. g. D2992, Standard Test Method for Obtaining Hydrostatic Pressure Design Basis. h. D1599, Standard Test Method for Resistance to Short -Term Hydraulic Failure Pressure of Plastic Pipe. i. C581, Standard Practice for Determining Chemical Resistance of Thermosetting Resins. 1. D2105, Standard Test Method for Longitudinal Tensile Properties of FRP Pipe. k. D24112, Stand Test for External Loading. I. D2563, Classifying Visual Defect. 5. Sheet Metal and Air Conditioning Contractors' National Association, Inc., (SMACNA): Thermoset FRP Duct Construction Manual. 1.03 SUBMITTALS A. Action Submittals: 1. Duct: a. Statement of resins and reinforcing proposed for use. b. Pressure, vacuum, and temperature rating of duct. c. Dimensions of subassemblies to be shipped. d. Manufacturer's data and descriptive literature for duct accessories. e. Drawings showing layout, support, and joint details. f. Stamped and signed structural engineering design calculations. g. Information, details, and requirements for installation and support of duct and torque values for flange bolting. h. Name of manufacturer. Thermoset Fiberglass -Reinforced Plastic Ducts and Accessories 23 31 16.16 - 2 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 2. Supports: a. location plan. b. Type and details. c. Materials of construction. d. Stamped and signed structural engineering design calculations for special supports. 3. Expansion Joints/Flexible Connectors: a. Type and model. b. Materials of construction. c. Force required for expansion/contraction. d. Name of manufacturer. 4. Dampers: a. Statement of resins and reinforcing proposed for use. b. Pressure, vacuum, and temperature rating. c. Materials of construction. d. Total weight including operator. e. Drawings showing overall dimensions and connection size. f. Type and model. g. Name of manufacturer. B. Informational Submittals: 1. Qualifications: a. Fabricator: List of references substantiating experience. b. Installer: Manufacturer's certification that installer is qualified for installation work. 2. Manufacturer's Certificate of Compliance, in accordance with Section 0160 00, Common Product Requirements. Thermoset Fiberglass -Reinforced Plastic Ducts and Accessories 23 3116.16 - 3 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 3. Manufacturer's factory inspection report. 4. Manufacturer's installation instructions. 5. Detailed information on structural, mechanical, electrical, or other modifications necessary to adapt the arrangement or details shown to the ductwork installation. 6. Damper: AMCA 500-D leakage test results by AMCA approved laboratory. 7. Manufacturer's Certificate of Proper Installation, in accordance with Section 0143 33, Manufacturers' Field Services. 1.04 QUALITY ASSURANCE A. Qualifications: 1. Fabricator: Minimum 10 years' experience. 2. Installer: Minimum 10 years' experience. 3. Joint Installer: Manufacturer certified. 1.05 DELIVERY, STORAGE, AND HANDLING A. Shipping: 1. Do not ship ducting by nesting small diameter components inside larger diameter components. 2. Protect flanged sections by bolting to wooden blinds 2 inches greater than outside diameter of flange. 3. For nonflanged components, use either rigid plugs inside ends to prevent deflection or protect with wooden boxes. 4. Crate materials whenever practical prior to shipment. 5. Firmly fasten and pad components shipped to prevent shifting or flexing of components while in transit. 1.06 ENVIRONMENTAL REQUIREMENTS A. Temperature: Make field joints only when ambient temperature is above 55 degrees F and below 100 degrees F. Thermoset Fiberglass -Reinforced Plastic Ducts and Accessories 23 3116.16 4 FTW17498 - VCWRF Sludge Thickening Improvements City Project No. CO2647 0 2.00 PRODUCTS 2.01 MATERIALS A. Resin: 1. Resin System: Premium corrosion -resistant, fire -retardant vinylester, or other qualified thermosetting resin. Resin to be selected by fabricator, subject to approval of Engineer, and suitable for intended service with no fillers or thixotropic agents. Acceptable resin manufacturers a. AOC Aliancys, Collierville, TN. b. Ashland. 2. Liner Resin. Premium grade and corrosion resistant. 3. Structural wall resin may be of different chemical resistance, subject to conditions of service and approval of Engineer. 4. Entire structural and liner laminate shall be translucent to facilitate visual inspection. 5. Flame Spread Index: ASTM E84, less than 25; fire retardant additives used only in structural layer. 6. Smoke Development Rating: For interior duct, final coat shall be factory applied intumescent coating to achieve rating of less than 50 for smoke development. 7. Add ultraviolet absorbers to surfacing resin to improve weather resistance. 8. Color: Use no dyes, pigments, or colorants, except in exterior gel coat. Exterior gel coat shall be white. 9. For interior duct, final coat shall be factory applied intumescent coating to achieve designated results for low smoke development. B. Reinforcement: 1. Surface Veil: Chemical surfacing mat, polyester fabric. Class C with silane finish styrene soluble binder. 2. Chopped Strand Mat: Type E glass, minimum 1-1/2 ounces per square foot, with silane finish and styrene soluble binder. 3. Continuous Roving for Chopper Gun Spray -Up: Type E glass. Thermoset Fiberglass -Reinforced Plastic Ducts and Accessories 23 3116.16 - S FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 4. Woven Roving: Type E glass, nominal 24 ounces per square yard, 4 by 5 weave, with silane type finish. 5. Continuous Roving for Filament Winding: Type E glass with silane type finish. C. Fasteners: 1. Bolts: ASTM A193/A193M, Type 316 stainless steel, ANSI coarse thread series, Grade B 8M hex head. 2. Nuts: ASTM A194/A194M, Type 316 stainless steel, Grade 8M. 3. Washers: ASME B18.22.1, flat, Type 316 stainless steel. 2.02 DUCTWORK A. Design Requirements: 1. Conform to ASTM D3982 and ASTM C582 and/or SMACNA Thermoset FRP Duct Construction Manual. 2. Duct manufacturer's design for round section, including duct wall thickness and stiffeners. The minimum pipe wall stiffness, at 5 percent deflection, determined in accordance with ASTM D2412 and AWWA C950, shall be not less than the following: Nominal Pipe Diameter Pipe Stiffness inches Psi 1-8 36 10 18 12-16 9 18 and larger, buried 10 or greater as required for service conditions 18 and larger, other locations 5 3. Take into account expansion from seasonal temperature variations. B. Service Conditions: 1. System Maximum Pressure: 15 inches of water column. 2. System Maximum Vacuum: Minus 12 inches of water column. 3. Location as specified in Drawings: Outside or Inside. Thermoset Fiberglass -Reinforced Plastic Ducts and Accessories 23 3116.16 - 6 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 4. Ductwork shall convey humid foul air containing up to 1,000 ppmv of hydrogen sulfide and trace concentrations of organic reduced sulfur compounds. Ductwork shall be capable of withstanding exposure to low concentrations (less than 20 percent) of sulfuric acid condensate. 5. Ambient Temperature: 14 degrees F to 108 degrees F. 6. Seismic Requirements: As shown on structural drawings. 7. Wind and Snow Loads: As shown on structural drawings. 2.03 FABRICATION A. Physical Properties: Meet or exceed requirements of ASTM D3982, ASTM D2996, and ASTM C582. 8. Squareness of ends, fittings, elbows, and butt joints shall meet or exceed requirements of ASTM D3982, C. Keep use of flanges to a minimum; butt joints are preferred method of joining sections of duct. Shop assemblies shall be provided to the maximum extent possible to minimize the number of field joints. D. Butt joints shall only be permitted in duct sections that are accessible for inside overlay. Internal overlay to consist of two layers of 1-1/2 ounce per square foot of fiberglass mat followed by one layer of surfacing veil, as a minimum. E. Flanges for Duct to Duct Connections and Duct Wall Thicknesses: ASTM D3982, rated for specified pressure and vacuum. F. Flange dimensions (except thickness) and drilling patterns for flanges that connect to equipment, valves, or dampers are to correspond to ASME 816.5, Class 150 or ASME B16.1, Class 125. G. Furnish gussets on flanged nozzles from ducts. H. Back Face of Flanges: Spot -faced, flat and parallel to flange face, and of sufficient diameter to accept ANSI metal washer under bolt head or nut. Laminate: 1. Reinforce inner surface of ducts with resin -rich surfacing veil 12 mils thick to 20 mils thick. Resin content shall be 90 percent. 2. Construct interior layer of resin reinforced with at least two plies of chopped strand mat; thickness at least 100 mils. Resin content shall be 60 to 65 percent. Thermoset Fiberglass -Reinforced Plastic Ducts and Accessories 23 3116.16 - 7 FTW17498 w- VCWRF Sludge Thickening Improvements City Project No. CO2647 3. Glass content of combined inner surface and interior layer shall be 27 percent plus or minus 5 percent. Structural layer shall meet wall thickness requirements in Section 2.02.A.2. 4. Exterior gel coating shall contain UV inhibitors. J. Duct and Fittings: 1. Type: Contact molded or filament wound, meeting requirements of ASTM D3982. 2. Joints: Butt wrapped except flanged at connections to expansion joints, butterfly valves, blast gates, or mechanical equipment. 3. Fittings: Plain end or flanged, manufacturer's standard sizes. 4. Gaskets: EPDM, 3/16-inch thick, full -face, Type A Durometer of 50-60. K. Manufacturers: 1. BELCO Manufacturing Co., Belton, TX 2. NOV Fiberglass Systems, Burkburnett, TX 3. Environmental Systems, Belton, TX 4. Or approved equal. L. Supports: 1. Supports for FRP ductwork shall be provided per Section 40 05 15, Piping Support Systems. 2. Maximum Duct Deflection: 1/2 inch, including special sections at road crossings. 3. Support Spacing: a. 24 Inch Diameter and Larger: 20 feet, maximum. b. 20 Inch Diameter and Smaller: 15 feet, maximum. Thermoset Fiberglass -Reinforced Plastic Ducts and Accessories 23 3116.16 - 8 FTW 17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 M. Marking: 1. Identify each duct component with fabricator's name, resin, minimum thickness, and date of manufacture. 2. Use permanent marking. Seal decals and labels into laminate exterior with resin. 3. For piece marking used for installation, use oil -based paint for easy removal. N. Cure products to at least 90 percent of minimum Barcol hardness specified by resin manufacturer. 0. Expansion Joints/Flexible Connections: 1. Provide where indicated on Drawings or as required for proper duct installation. 2. Type: W-design configuration with integral flanges suitable for service with FRP duct. 3. Material: Hypalon or EPDM resistant to UV light. 4. Backing Rings: 3/8 inch thick, 2 inches wide, Type 316 stainless steel. ASME B16.1, Class 25 diameter and drilling. s 5. Length: 12 inches, face-to-face (Size 24-inch diameter and larger): a. Extension: 1.0 inch. b. Compression 4.0 inch. C. Lateral Offset: 3.0 inch. 6. Length: 12 inches, face-to-face (Size smaller than 24-inch diameter): a. Extension 0.5 inch. b. Compression: 2.0 inch. C. Lateral Offset: 1.0 inch. 7. Thickness: 3/8 inch, minimum 8. Manufacturer and Product: Holz Rubber Company, Inc.; Style 945, or approved equal. Thermoset Fiberglass -Reinforced Plastic Ducts and Accessories 23 3116.16 - 9 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 9. Expansion joints shall be flanged unless specifically indicated to be plain end (slip on) type on Drawings. 10. Maximum Movement: P. Butterfly Dampers: 1. Dampers: a. Single -blade type, complete with channel -type frame, close -fitting axle, and bearings. b. Same inside diameter as connecting ductwork. C. Axles not less than 3/4 inch in diameter and shall be continuous through damper. Solid axels required. Hollow not acceptable. d. When used for isolation service, shall be furnished with blade seal and shaft seal. e. When used for balancing only, shall be furnished with full circumference molded in blade stop. f. Isolation dampers shall have maximum leakage rate of 5.2 cubic feet per minute per square foot of damper area, at a differential pressure of 30 inches WC. 2. Design Requirements: a. Each damper shall be designed for the following conditions: 1) Air Temperature Range: 0 degrees F to 120 degrees F. 2) Differential Pressure: 15-inch WC. 3. Materials: a. FRP materials for dampers shall be same resin as used in ductwork. b. Requirements for flame spread and smoke development shall be same as required for ductwork. 4. Construction: a. Frames: Fiberglass reinforced plastic with resin as described herein. b. Blades: Fiberglass reinforced plastic with resin as described herein. Blade thickness and stiffeners as required to meet design conditions. Thermoset Fiberglass -Reinforced Plastic Ducts and Accessories 23 3116.16 -10 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 I C. Axles: Continuous FRP rod with resin as described herein. Axle to extend 6 inches beyond frame. d. Bearings: Molded PTFE. e. Blade Stops: FRP with resin as described herein. f. Blade Seals: Neoprene. g. Shaft Seals: Neoprene. h. Flanges: As specified to match ductwork flanges. 5. Dampers: Shall be supplied with hand quadrant actuators fabricated of Type 316 stainless steel with a S-Stage locking quadrant indicator. Balancing dampers shall have a fully adjustable slot with an extra hole drilled in the handle for the contractor to "drill and pin in place" after system is balanced. 6. Manufacturer and Products: Balancing Damper— BELCO; Style 201, or approved equal. Q. Fan Inlet Vane Dampers 1. Dampers: a. Multi -blade radial type, complete with frame, shafts, and bearings. b. Same inside diameter as connecting existing ductwork, with flanges to suit existing ductwork and fan connections. C. Shafts not less than 3/4 inch in diameter. Solid shafts required. Hallow not acceptable. d. When used for balancing only, shall be furnished with full circumference molded in blade stop. 2. Design Requirements: a. Each damper shall be designed for the following conditions: 1) Air Temperature Range: 0 degrees F to 120 degrees F. 2) Differential Pressure: 15-inch WC. Thermoset Fiberglass -Reinforced Plastic Ducts and Accessories 23 3116.16 - 11 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 3. Materials: a. FRP materials for dampers shall be VE FR Resin. b. Requirements for flame spread and smoke development shall be same as required for ductwork. 4. Construction: a. Frames: Fiberglass reinforced plastic with VIE FIR Resin. b. Blades: Fiberglass reinforced plastic with VIE FIR Resin. Blade thickness and stiffeners as required to meet design conditions. C. Bearings and Bushings: Teflon. d. Shafts: 316 stainless steel. e. Shaft Seals: EPDM. f. Hardware: 316 SST. g. Flanges: As specified to match ductwork flanges. 5. Dampers. Shall be supplied with hand quadrant actuators fabricated of Type 316 stainless steel with a S-Stage locking quadrant indicator. Balancing dampers shall have a fully adjustable slot with an extra hole drilled in the handle for the contractor to "drill and pin in place" after system is balanced. 6. Manufacturer and Products: Variable Inlet Vane Dampers --- ESC; ECS IV-01, or approved equal. R. Fan Backdraft Dampers 1. Dampers: a. Multi -blade type, complete with frame, shafts, and bearings. b. Same size as existing fan backdraft damper, with flanges to suit existing ductwork and fan connections. C. Shafts not less than 3/4 inch in diameter and shall be continuous through damper. Solid axels required. Hollow not acceptable. d. When used for balancing only, shall be furnished with full circumference molded in blade stop. Thermoset Fiberglass -Reinforced Plastic Ducts and Accessories 23 3116.16 -12 FTW17498 -- VCWRF Sludge Thickening Improvements City Project No. CO2647 2. Design Requirements: a. Each damper shall be designed for the following conditions: 1) Air Temperature Range: 0 degrees F to 120 degrees F. 2) Differential Pressure: 15-inch WC. 3. Materials: a. FRP materials for dampers shall be VE FR Resin. b. Requirements for flame spread and smoke development shall be same as required for ductwork. 4. Construction: a. Frames: Fiberglass reinforced plastic with VE FR Resin. b. Blades: Fiberglass reinforced plastic with VE FR Resin. Blade thickness and stiffeners as required to meet design conditions. C. Bearings and Bushings: Teflon. d. Shaft: 316 SST. ` e. Shaft Seals: EPDM. f. Hardware: 316 SST. g. Flanges: As specified to match ductwork flanges. 5. Dampers: Shall be supplied with hand quadrant actuators fabricated of Type 316 stainless steel with a S-Stage locking quadrant indicator. Balancing dampers shall have a fully adjustable slot with an extra hole drilled in the handle for the contractor to "drill and pin in place" after system is balanced. 6. Manufacturer and Products: Multi -Blade Damper for Shut -Off Balancing — ESC; ECS MB-01, or approved equal. 2.04 SOURCE QUALITY CONTROL A. Factory Inspection: Inspect fabrications for required construction, intended function and conformance with referenced standards. B. inspection of products is required prior to shipment, unless specifically waived in writing by Engineer. Thermoset Fiberglass -Reinforced Plastic Ducts and Accessories 23 3116.16 - 13 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 C. Notify Engineer 1 week prior to estimated date of inspection. D. Repairs authorized by Engineer shall be reinspected before final acceptance, unless specifically waived. 3.00 EXECUTION 3.01 PREPARATION A. Verify dimensions and conditions in field. B. Layout routing in straight lines parallel to building lines. C. Coordinate support locations with layout and joints. 3.02 INSTALLATION A. Ductwork: 1. Cut, fit, and install in accordance with duct manufacturer's recommendations. The SMACNA manual may be used for guidance, but duct manufacturer's recommendations shall take precedence. 2. Seal cut edges with compatible resin. Cut edges to be butt -joined shall be true with a maximum gap of 1.8 inch for bridging of overlay. 3. Ductwork shall be free of vibration when in operation. Vibration isolation devices shall be provided and installed by Contractor. 4. Install plumb and straight and in proper alignment. S. Provide for expansion and contraction of ductwork and fittings. 6. Anti -seize thread compound shall be applied to all nuts and bolts. 7. Flange bolts shall be tightened to torque values specified by manufacturer. Install flat washer under each nut and bolt head. 8. Unless otherwise indicated, slope horizontal duct either 1/8 inch per foot in direction of airflow or 1/4 inch per foot in direction counter to airflow. B. Field Joints: 1. Provide material in kit form; one kit for one joint. 2. Make joints only when ambient temperature is above 55 degrees F and below 100 degrees F. 3. ' Made by manufacturer certified installer. Thermoset Fiberglass -Reinforced Plastic Ducts and Accessories 23 31 16.16 - 14 FTW17498 -- VCWRF Sludge Thickening improvements City Project No. CO2647 C. Dampers: Unless otherwise necessary for proper operation of damper, axles shall be installed in horizontal position. 1. Locate dampers to allow full blade movement without obstruction from adjacent equipment. 3.03 FIELD TESTING A. Field test ductwork after installation and before concealment or burying, with air test to 90 percent of maximum working pressure for a period of 4 hours. Leaks shall be corrected and duct retested until no further leaks appear. 3.04 MANUFACTURER'S SERVICES A. Manufacturer's Representative: Present at Site or classroom designated by Owner, for minimum person -days listed below, travel time excluded: 1. 1 person -day for installation assistance, including pre -installation training of Contractor personnel in joint assembly, and inspection. 2. 1 person -day for functional and performance testing and completion of Manufacturer's Certificate of Proper Installation. B. See Section 0143 33, Manufacturers' Field Services and Section 0175 00, Equipment Testing and Facility Startup. 3.05 ADJUSTING A. After duct leakage testing, provide complete air balancing of entire system as described in Section 23 05 93, Odor Control System Testing, Adjusting, and Balancing. 3.06 CLEANING A. Blow ductwork clean using system fans; purged continuously for not less than 48 hours at a flow rate not less than design flow rate. If required, system fan shall be throttled on inlet side to prevent motor overload. Temporary screen shall be installed on system fan inlet to protect fan from entering debris. B. Dampers shall be smooth, clean, and free of dirt when installed. END OF SECTION Thermoset Fiberglass -Reinforced Plastic Ducts and Accessories 23 3116.16 - 15 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 THIS PAGE INTENTIONALLY BLANK 23 33 00 AIR DUCT ACCESSORIES 1.00 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes the following: 1. Manual -volume dampers. 2. Turning vanes. 3. Flexible connectors. 4. Duct accessory hardware. 1.03 SUBMITTALS A. Product Data: For the following: 1. Manual -volume dampers. 2. Duct -mounted access doors and panels. B. Product Certificates: Submit certified test data on dynamic insertion loss; self -noise power levels; and airflow performance data, static -pressure loss, dimensions, and weights. 1.04 QUALITY ASSURANCE A. NFPA Compliance: Comply with the following NFPA standards: 1. NFPA 90A, "Standard for the Installation of Air -Conditioning and Ventilating Systems." 2. NFPA 90B, "Standard for the Installation of Warm Air Heating and Air -Conditioning Systems." 2.00 PRODUCTS 2.01 SHEET METAL MATERIALS A. Aluminum Sheets: ASTM B209 (ASTM B209M), Alloy 3003, Temper H14, sheet form; with standard, one -side bright finish for ducts exposed to view and mill finish for concealed ducts. B. Tie Rods: Stainless steel, 1/4-inch (6-mm) minimum diameter for 36-inch (900-mm) length or less; 3/8-inch (10-mm) minimum diameter for lengths longer than 36 inches (900 mm). 2.02 MANUAL -VOLUME DAMPERS A. General: Factory fabricated with required hardware and accessories. Stiffen damper blades for stability. Include locking device to hold single -blade dampers in a fixed position without Air Duct Accessories 23 33 00 - 1 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 vibration. Close duct penetrations for damper components to seal duct consistent with pressure class. 1. Pressure Classifications of 3-inch wg (750 Pa) or Higher: End bearings or other seals for ducts with axles full length of damper blades and bearings at both ends of operating shaft. B. Low -Leakage Volume Dampers: Multiple- or single -blade, parallel- or opposed -blade design as indicated, low -leakage rating, and suitable for horizontal or vertical applications. 1. Comply with AMCA 500-D testing for damper rating. 2. Low -leakage rating and bearing AMCA's Certified Ratings Seal for both air performance and air leakage. 3. Aluminum Frames: Hat -shaped, 0.10-inch- (2.5-mm-) thick, aluminum sheet channels; frames with flanges for attaching to walls and flangeless frames for installing in ducts 4. Roll -Formed Aluminum Blades: 0.10-inch (2.5-mm) thick aluminum sheet. 5. Blade Seals: Vinyl. 6. Blade Axles: Nonferrous (for aluminum dampers). 7. Tie Bars and Brackets: Aluminum (for aluminum dampers). C. Jackshaft: 1-inch (25-mm) diameter, galvanized steel pipe rotating within a pipe -bearing assembly mounted on supports at each mullion and at each end of multiple -damper assemblies. 1. Length and Number of Mountings: Appropriate to connect linkage of each damper of a multiple -damper assembly. D. Damper Hardware: Zinc -plated, die-cast core with dial and handle made of 3/32-inch (2.4- mm) thick stainless steel, and a 3/4-inch (19-mm) hexagon locking nut. Include center hole to suit damper operating -rod size. Include elevated platform for insulated duct mounting. 2.03 TURNING VANES A. Fabricate to comply with SMACNA's "HVAC Duct Construction Standards --Metal and Flexible." B. Manufactured Turning Vanes: Fabricate of 1-1/2-inch (38-mm) wide, curved blades set 3/4 inch (19 mm) o.c.; support with bars perpendicular to blades set 2 inches (50 mm) o.c.; and set into side strips suitable for mounting in ducts. C. Acoustic Turning Vanes: Fabricate of airfoil -shaped aluminum extrusions with perforated faces and fibrous -glass fill. 2.04 FLEXIBLE CONNECTORS A. General: Flame -retarded or noncombustible fabrics, coatings, and adhesives complying with UL 181, Class 1. B. Standard Metal -Edged Connectors: Factory fabricated with a strip of fabric 3-1/2 inches (89 mm) wide attached to two strips of 2-3/4-inch (70-mm) wide, 0.032-inch (0.8-mm) aluminum sheets. Select metal compatible with connected ducts. Air Duct Accessories 23 33 00 - 2 FTW17498 — VCWRF Sludge Thickening improvements City Project No. CO2647 C. Extra -Wide Metal -Edged Connectors: Factory fabricated with a strip of fabric 5-3/4 inches (146 mm) wide attached to two strips of 2-3/4-inch (70-mm) wide, 0.032-inch (0.8-mm) aluminum sheets. Select metal compatible with connected ducts. D. Transverse Metal -Edged Connectors: Factory fabricated with a strip of fabric 3-1/2 inches (89 mm) wide attached to two strips of 4-3/8-inch (111-mm) wide, 0.032-inch (0.8-mm) aluminum sheets. Select metal compatible with connected ducts. E. High -Corrosive -Environment System (minus 20 to plus 500 F) Flexible Connectors: Glass fabric coated with a chemical -resistant coating. 1. Minimum Weight: 14 oz./sq. yd. (474 g/sq. m). 2. Tensile Strength: 450 lbf/inch (79 N/mm) in the warp, and 340 Ibf/inch (60 N/mm) in the filling. 2.05 ACCESSORY HARDWARE A. Instrument Test Holes: Cast aluminum to suit duct material, including screw cap and gasket. Size to allow insertion of pitot tube and other testing instruments, and length to suit duct insulation thickness. B. Flexible Duct Clamps: Stainless -steel band with cadmium -plated hex screw to tighten band with a worm -gear action, in sizes 3 to 18 inches (75 to 450 mm) to suit duct size. C. Adhesives: High strength, quick setting, neoprene based, waterproof, and resistant to gasoline and grease. 3.00 EXECUTION 3.01 INSTALLATION A. Install duct accessories according to applicable details shown in SMACNA's "HVAC Duct Construction Standards --Metal and Flexible" for metal ducts and in NAIMA AH116, "Fibrous Glass Duct Construction Standards," for fibrous -glass ducts. B. Install duct accessories of materials suited to duct materials; use galvanized -steel accessories in galvanized -steel and fibrous -glass ducts, stainless -steel accessories in stainless -steel ducts, and aluminum accessories in aluminum ducts. C. Provide test holes at fan inlet and outlet and elsewhere as indicated. D. Install duct access panels for access to both sides of duct coils. Install duct access panels downstream from volume dampers, fire dampers, turning vanes, and equipment. 1. Install duct access panels to allow access to interior of ducts for cleaning, inspecting, adjusting, and maintaining accessories and terminal units. 2. Install access panels on side of duct where adequate clearance is available. E. Label access doors according to Section 23 05 53 "Identification for HVAC Piping and Equipment." 3.02 FIELD QUALITY CONTROL A. Tests and Inspections: Air Duct Accessories 23 33 00 - 3 FTW17498 -- VCWRF Sludge Thickening Improvements City Project No. CO2647 1. Adjust duct accessories for proper settings. 2. Operate dampers to verify full range of movement. 3. Inspect locations of access doors and verify that purpose of access door can be performed. 4. Operate fire, smoke, and combination fire and smoke dampers to verify full range of movement and verify that proper heat -response device is installed. 5. Inspect turning vanes for proper and secure installation. B. Final positioning of manual -volume dampers is specified in Section 23 05 93 "Testing, Adjusting, and Balancing for HVAC." END OF SECTION Air Duct Accessories 23 33 00 - 4 FTW 17498 — VCW RF Sludge Thickening Improvements City Project No. CO2647 23 34 23 HVAC POWER VENTILATORS 1.00 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes the following: B. Adjust list below to suit Project. 1. Centrifugal roof ventilators. 1.03 PERFORMANCE REQUIREMENTS A. Project Altitude: Base air ratings on actual site elevations. B. Operating Limits: Classify according to AMCA 99. 1.04 SUBMITTALS A. Product Data: Include rated capacities, furnished specialties, and accessories for each type of product indicated and include the following: 1. Certified fan performance curves with system operating conditions indicated. 2. Certified fan sound -power ratings. 3. Motor ratings and electrical characteristics, plus motor and electrical accessories. 4. Material gages and finishes, including color charts. 5. Dampers, including housings, linkages, and operators. B. Shop Drawings: Detail equipment assemblies and indicate dimensions, weights, loads, required clearances, method of field assembly, components, and location and size of each field connection. 1. Wiring Diagrams: Power, signal, and control wiring. Differentiate between manufacturer -installed and field -installed wiring. 2. Design Calculations: Calculate requirements for selecting vibration isolators and seismic restraints and for designing vibration isolation bases. 3. Vibration Isolation Base Details: Detail fabrication, including anchorages and attachments to structure and to supported equipment. Include auxiliary motor slides and rails, and base weights. 1.05 QUALITY ASSURANCE A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. HVAC Power Ventilators 23 34 23 - 1 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 B. AMCA Compliance: Products shall comply with performance requirements and shall be licensed to use the AMCA-Certified Ratings Seal. C. NEMA Compliance: Motors and electrical accessories shall comply with NEMA standards. D. UL Standard: Power ventilators shall comply with UL 705. 1.06 DELIVERY, STORAGE, AND HANDLING A. Deliver fans as factory -assembled unit, to the extent allowable by shipping limitations, with protective crating and covering. B. Disassemble and reassemble units, as required for moving to final location, according to manufacturer's written instructions. C. Lift and support units with manufacturer's designated lifting or supporting points. 1.07 COORDINATION A. Coordinate installation of roof curbs, equipment supports, and roof penetrations. These items are specified in Division 08 Sections. 1.08 EXTRA MATERIALS A. Furnish extra materials described below that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Belts: One set for each belt -driven unit. 2.00 PRODUCTS 2.01 MANUFACTURERS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: B. Retain above for nonproprietary or below for semi -proprietary Specification. Refer to Section 0160 00 "Product Requirements." C. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Centrifugal Roof Ventilators: a. Aerovent; a Twin City Fan Company. b. Breidert Air Products, Inc. c. Cook, Loren Company. d. Greenheck Fan Corp. e. JennFan; Div. of Breidert Air Products, Inc. f. Penn Barry. HVAC Power Ventilators 23 34 23 - 2 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 2.02 CENTRIFUGAL ROOF VENTILATORS A. Description: Belt -driven or direct -driven centrifugal fans consisting of housing, wheel, fan shaft, bearings, motor and disconnect switch, drive assembly, curb base, and accessories. B. Housing: Removable, spun -aluminum, dome top and outlet baffle; square, one-piece, aluminum base with venturi inlet cone. C. Fan Wheels: Aluminum hub and wheel with backward -inclined blades. D. Belt -Driven Drive Assembly: Resiliently mounted to housing, with the following features: 1. Fan Shaft: Turned, ground, and polished steel with an anti -corrosion coating; keyed to wheel hub. 2. Shaft Bearings: Permanently lubricated, permanently sealed, self -aligning ball bearings. 3. Pulleys: Cast-iron, adjustable -pitch motor pulley. 4. Fan and motor isolated from exhaust airstream. E. Accessories: 1. Disconnect Switch: Nonfusible type, with thermal -overload protection mounted inside fan housing, factory wired through an internal aluminum conduit. Disconnect shall be NEMA 4X 304 SS. 2. Bird Screens: Removable, 1/2-inch (13-mm) mesh, aluminum. F. Roof Curbs: Aluminum; mitered and welded corners; 1-1/2-inch (40-mm) thick, rigid, fiberglass insulation adhered to inside walls; and 1-1/2-inch (40-mm) wood nailer. Size as required to suit roof opening and fan base. 1. Configuration: Built-in cant and mounting flange 2. Overall Height: 12 inches (300 mm) 2.03 MOTORS A. Refer to Division 23 Section "Motors" for general requirements for factory -installed motors. B. Motor Construction: NEMA MG 1, general purpose, continuous duty, Design B. C. Enclosure Type: Totally enclosed, fan -cooled. 2.04 SOURCE QUALITY CONTROL A. Sound -Power Level Ratings: Comply with AMCA 301, "Methods for Calculating Fan Sound Ratings from Laboratory Test Data." Factory test fans according to AMCA 300, "Reverberant Room Method for Sound Testing of Fans." Label fans with the AMCA-Certified Ratings Seal. B. Fan Performance Ratings: Establish flow rate, pressure, power, air density, speed of rotation, and efficiency by factory tests and ratings according to AMCA 210, "Laboratory Methods of Testing Fans for Rating." HVAC Power Ventilators 23 34 23 - 3 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 2.05 CONTROLS A. Provide airflow switch with contact output and local LED indication. Dwyer model AVFS-01 or equal. 1. Enclosure Rating: NEMA 4X. 2. Airflow Velocity Range: Up to 2000 FPM. 3. Power Requirement: 120 VAC. 3.00 EXECUTION 3.01 INSTALLATION A. Install power ventilators level and plumb. B. Secure roof -mounting fans to roof curbs with cadmium -plated hardware. Refer to Division 07 Sections. C. Install units with clearances for service and maintenance. D. Label units according to requirements specified in Section 23 05 53 "Identification for HVAC Piping and Equipment." 3.02 CONNECTIONS A. Duct installation and connection requirements are specified in other Division 23 Sections. Drawings indicate general arrangement of ducts and duct accessories. Make final duct connections with flexible connectors. Flexible connectors are specified in Section 23 33 00 "Air Duct Accessories." B. Install ducts adjacent to power ventilators to allow service and maintenance. C. Ground equipment. D. Tighten electrical connectors and terminals according to manufacturer's published torque - tightening values. If manufacturer's torque values are not indicated, use those specified in UL 486A and UL 486B. 3.03 FIELD QUALITY CONTROL A. Equipment Startup Checks: 1. Verify that shipping, blocking, and bracing are removed. 2. Verify that unit is secure on mountings and supporting devices and that connections to ducts and electrical components are complete. Verify that proper thermal -overload protection is installed in motors, starters, and disconnect switches. 3. Verify that cleaning and adjusting are complete. 4. Disconnect fan drive from motor, verify proper motor rotation direction, and verify fan wheel free rotation and smooth bearing operation. Reconnect fan drive system, align and adjust belts, and install belt guards. 5. Verify lubrication for bearings and other moving parts. HVAC Power Ventilators 23 34 23 - 4 FTW17498 —VCWRF Sludge Thickening Improvements City Project No. CO2647 6. Verify that manual and automatic volume control and fire and smoke dampers in connected ductwork systems are in fully open position. 7. Disable automatic temperature -control operators. B. Starting Procedures: 1. Energize motor and adjust fan to indicated rpm. 2. Measure and record motor voltage and amperage. C. Operational Test: After electrical circuitry has been energized, start units to confirm proper motor rotation and unit operation. Remove malfunctioning units, replace with new units, and retest. D. Test and adjust controls and safeties. Replace damaged and malfunctioning controls and equipment. E. Shut unit down and reconnect automatic temperature -control operators. F. Refer to Section 23 05 93 "Testing, Adjusting, and Balancing for HVAC" for testing, adjusting, and balancing procedures. G. Replace fan and motor pulleys as required to achieve design airflow. H. Repair or replace malfunctioning units. Retest as specified above after repairs or replacements are made. 3.04 ADJUSTING I A. Adjust damper linkages for proper damper operation. B. Adjust belt tension. C. Lubricate bearings. 3.05 CLEANING A. On completion of installation, internally clean fans according to manufacturer's written instructions. Remove foreign material and construction debris. Vacuum fan wheel and cabinet. B. After completing system installation, including outlet fitting and devices, inspect exposed finish. Remove burrs, dirt, and construction debris and repair damaged finishes. END OF SECTION HVAC Power Ventilators 23 34 23 - 5 FTW17498 VCWRF Sludge Thickening Improvements City Project No. CO2647 I on I Fbj UFAT I 23 74 23.16 INDIRECT -FIRED, OUTDOOR, HEATING -ONLY MAKEUP -AIR UNITS 1.00 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. Section includes the following: 1. Outdoor, indirect, gas -fired, heating -only, makeup -air units. 1.03 SUBMITTALS A. Product Data: For each outdoor, indirect, gas -fired, heating -only, makeup air unit. 1. Include construction details, material descriptions, dimensions of individual components and profiles, and finishes. 2. Include rated capacities, operating characteristics, electrical characteristics, and furnished specialties and accessories. 3. Include unit dimensions and weight. 4. Fans: a. Include certified fan -performance curves with system operating conditions indicated. b. Include certified fan -sound power ratings. c. Include fan construction and accessories. d. Include motor ratings, electrical characteristics, and motor accessories. 5. Include filters with performance characteristics. 6. Include direct, gas -fired burners with performance characteristics. 7. Include dampers, including housings, linkages, and operators. B. Shop Drawings: For each outdoor, indirect, gas -fired heating and ventilating unit. 1. Include plans, elevations, sections, and mounting details. 2. Include details of equipment assemblies. Indicate dimensions, weights, loads, required clearances, method of field assembly, components, and location and size of each field connection. 3. Detail fabrication and assembly of gas -fired heating and ventilating units, as well as procedures and diagrams. 4. Include diagrams for power, signal, and control wiring. C. Operation and Maintenance Data: For indirect, gas -fired, makeup air units to include in emergency, operation, and maintenance manuals. Indirect -Fired, Outdoor, Heating -Only Makeup -Air Units FTW17498 — VCW RF Sludge Thickening Improvements 23 74 23.16 - 1 D. Sample Warranty: For manufacturer's warranty. E. Startup service reports. F. Field quality -control reports. 1.04 EXTRA MATERIALS A. Furnish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Filters: One set(s) for each unit. 2. Gaskets: One set(s) for each access door. 3. Fan Belts: One set(s) for each unit. 1.05 WARRANTY A. Warranty: Manufacturer agrees to repair or replace components of indirect, gas -fired heating and ventilating units that fail in materials or workmanship within specified warranty period. 1. Warranty Period for Entire Unit: Manufacturer's standard, but not less than one year from date of Substantial Completion. 2. Warranty Period for Heat Exchangers: Not less than five years from date of Substantial Completion. 2.00 PRODUCTS 2.01 PERFORMANCE REQUIREMENTS A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by an NRTL, and marked for intended location and application. B. NFPA Compliance: Comply with NFPA 90A for design, fabrication, and installation of units and components. C. ASHRAE 62.1 Compliance: Applicable requirements in ASHRAE 62.1, Section 5 - "Systems and Equipment" and Section 7 - "Construction and Startup." D. ASHRAE/IES 90.1 Compliance: Applicable requirements in ASHRAE/lES 90.1, Section 6 - "Heating, Ventilating, and Air -Conditioning." 2.02 MANUFACTURERS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Engineered Air. 2. Trane. 3. Temtrol, Nortec Air. 4. York, A JCI Company. Indirect -Fired, Outdoor, Heating -Only Makeup -Air Units 23 74 23.16 - 2 FTW17498 — VCWRF Sludge Thickening Improvements 9 5. Carrier. 2.03 MANUFACTURED UNITS A. Indirect -fired, outdoor, heating only makeup air units shall be factory assembled and consist of fans, motor and drive assembly, indirect gas -fired burner, outdoor -air intake hood, filters, control devices, and accessories. 2.04 UNIT CASINGS A. General Fabrication Requirements for Casings: 1. Forming: Form walls, roofs, and floors with at least two breaks at each joint. 2. Casing Joints: Stainless steel metal screws or pop rivets, factory sealed with water- resistant sealant. 3. Makeup Air Unit Mounting Frame: Formed stainless -steel channel or structural channel supports, designed for low deflection, welded with integral lifting lugs. B. Configuration: Horizontal unit with horizontal discharge for concrete -base installation. C. Double -Wall Construction: 1. Outside Casing Wall: Stainless steel, minimum 18 gauge (1.3 mm) thick, with epoxy coating. 2. Inside Casing Wall: a. Inside Casing, Burner Section: Stainless steel, solid, minimum 14-gauge (0.759-mm) thick steel. b. Inside Casing, All Other Sections: Stainless solid steel. 3. Floor Plate: Stainless steel, minimum 18 gauge (1.3 mm) thick. 4. Casing Insulation: a. Materials: Glass -fiber blanket or board insulation, Type I or Type II ASTM C1071. b. Insulation Thickness: 2 inch (25 mm). c. Thermal Break: Provide continuity of insulation with no through -casing metal in casing walls, floors, or roof of unit. 5. Airstream Surfaces: Surfaces in contact with airstream shall comply with requirements in ASHRAE 62.1. D. Panels and Doors: 1. Panels: a. Fabrication: Formed and reinforced, with same materials and insulation thickness as casing. b. Fasteners: Two or more camlock type for panel lift -out operation. Arrangement shall allow panels to be opened against airflow. c. Gasket: Neoprene, applied around entire perimeters of panel frames. Indirect -Fired, Outdoor, Heating -Only Makeup -Air Units FTW17498 -- VCWRF Sludge Thickening Improvements 237423.16-3 d. Size: Large enough to allow unobstructed access for inspection and maintenance of unit's internal components. 2. Doors: a. Fabrication: Formed and reinforced with same materials and insulation thickness as casing. b. Hinges: A minimum of two ball -bearing hinges or stainless steel piano hinge and two wedge -lever -type latches, operable from inside and outside. Arrange doors to be opened against airflow. Provide safety latch retainers on doors so that doors do not open uncontrollably. c. Gasket: Neoprene, applied around entire perimeters of panel frames. d. Size: Large enough to allow unobstructed access for inspection and maintenance of unit's internal components. 3. Locations and Applications: a. Fan Section: Doors. b. Gas -Fired Burner Section: Doors. c. Damper Section: Doors. d. Filter Section: Doors large enough to allow periodic removal and installation of filters. 4. Service Light: 100-W vaporproof fixture with switched junction box located inside adjacent to door. a. Locations: Fan section. 2.05 OUTDOOR -AIR INTAKE HOOD A. Type: Manufacturer's standard hood or louver. B. Materials: Match cabinet. C. Bird Screen: Aluminum. Comply with requirements in ASH RAE 62.1. D. Configuration: Designed to inhibit wind -driven rain and snow from entering unit. 2.06 FANS, DRIVES, AND MOTORS A. Fan and Drive Assemblies: Statically and dynamically balanced and designed for continuous operation at maximum -rated fan speed and motor horsepower. B. Fans: Centrifugal, rated according to AMCA 210; aluminum; mounted on solid -steel shaft with anti -corrosion coating. 1. Shafts: With field -adjustable alignment. 2. Shaft Bearings: Heavy-duty, pillow -block bearings with an L50 rated life of 100,000 hours according to ABMA 9. 3. Housings: Formed- and reinforced -steel panels to form curved scroll housings with shaped cutoff and spun -metal inlet bell. Indirect -Fired, Outdoor, Heating -Only Makeup -Air Units 23 74 23.16 - 4 FTW17498— VCWRF Sludge Thickening Improvements 4. Mounting: For internal vibration isolation. Factory -mount fans with manufacturer's r standard vibration isolation mounting devices having a minimum static deflection of 1 inch (25 mm). 5. Shaft lubrication Lines: Extended to a location outside the casing. 6. Flexible Connector: Refer to Section 23 33 00 "Air Duct Accessories". C. Drives: Factory -mounted V-belt drive, with adjustable alignment and belt tensioning, and with 1.5 service factor based on fan motor. 1. Pulleys: Cast iron or cast steel with split, tapered bushing, dynamically balanced at the factory. 2. Belts: Oil resistant, non -sparking and nonstatic; in matched sets for multiple -belt drives. 3. Belt Guards: Comply with requirements specified by OSHA and fabricate according to SMACNA's "HVAC Duct Construction Standards"; 0.146-inch- (2.7-mm-) thick, stainless steel diamond -mesh wire screen, welded to stainless steel angle frame; prime coated. D. Motors: 1. Comply with NEMA designation, temperature rating, service factor, and efficiency requirements for motors specified in Section 23 05 13 "Common Motor Requirements for HVAC Equipment." 2. Motor Sizes: Maximum sizes as indicated. If not indicated, large enough so driven load will not require motor to operate in service factor range above 1.0. 3. Enclosure: Totally enclosed, fan cooled 4. Enclosure Materials: Stainless steel or aluminum. 5. Motor Bearings: Pillow block bearings. 6. Efficiency: Premium efficient as defined in NEMA MG 1. 7. Motor Pulleys: Adjustable pitch for use with 5-hp motors and smaller; fixed pitch for use with motors larger than 5hp. Select pulley size so pitch adjustment is at the middle of adjustment range at fan design conditions. 2.07 FILTERS A. Panel Filters: 1. Description: Pleated factory -fabricated, self -supported, disposable air filters with holding frames. 2. Filter Unit Class: UL 900. 3. Media: Interlaced glass, synthetic or cotton fibers coated with nonflammable adhesive and antimicrobial coating. 4. Filter -Media Frame: Aluminum. B. Side -Access Filter Mounting Frames: 1. Particulate Air Filter Frames: Match inner casing and outer casing material, and insulation thickness. Indirect -Fired, Outdoor, Heating -Only Makeup -Air Units 23 74 23.16 - 5 FTW17498 — VCWRF Sludge Thickening improvements a. Sealing: Incorporate positive -sealing device to ensure seal between gasketed material on channels to seal top and bottom of filter cartridge frames to prevent bypass of unfiltered air. 2.08 INDIRECT -FIRED GAS BURNER A. Description: Factory assembled, piped, and wired; and complying with ANSI Z21.47 and with NFPA 54. B. All units must exceed the ASHRAE 90.1 requirement of steady state efficiency at low fire operation. C. CSA Approval: Designed and certified by and bearing label of CSA. D. Burners: Stainless steel. 1. Rated Minimum Turndown Ratio: 15 to 1. 2. Fuel: Natural gas. 3. Ignition: Electronically controlled electric spark with flame sensor. 4. Gas Control Valve: Modulating. 5. Gas Train: Regulated, redundant, 24-V ac gas valve assembly containing pilot solenoid valve, electronic -modulating temperature control valve, pilot filter, pressure regulator, pilot shutoff, and manual shutoff all in one body. E. Venting, Gravity: Gravity vented. F. Heat Exchanger: Stainless steel. G. Heat -Exchanger Drain Pan: Stainless steel. H. Safety Controls: 1. Gas Manifold: Safety switches and controls complying with ANSI standards and FM Global, 2. Vent Flow Verification: Differential pressure switch to verify open vent. 3. High Limit: Thermal switch or fuse to stop burner. 4. Purge -period timer shall automatically delay burner ignition and bypass low -limit control. 5. Airflow Proving Switch: Differential pressure switch senses correct airflow before energizing pilot. 6. Automatic -Reset, High -Limit Control Device: Stops burner and closes main gas valve if high -limit temperature is exceeded. 7. Safety Lockout Switch: Locks out ignition sequence if burner fails to light after three tries. Controls are reset manually by turning the unit off and on. 8. Control Transformer: 24 V ac. Indirect -Fired, Outdoor, Heating -Only Makeup -Air Units 23 74 23.16 - 6 FTW 17498 — VCW RF Sludge Thickening Improvements 9 2.09 UNIT CONTROL PANEL A. Factory -wired, fuse -protected control transformer, connection for power supply and field - wired unit to remote control panel. B. Control Panel: Surface -mounted panel, with engraved plastic cover and the following lights and switches: 1. On -off fan switch. 2. Heat -vent -off switch. 3. Supply -fan operation indicating light. 4. Heating operation indicating light. 5. Thermostat. 6. Damper position potentiometer. 7. Dirty -filter indicating light operated by unit -mounted differential pressure switch. 8. Safety -lockout indicating light. 9. Enclosure: NEMA 250, Type 4X stainless steel. 10. System fault alarm dry contact. 11. Final filter pressure loss dry contact. 2.10 CONTROLS A. Control Devices: 1. Remote Thermostat: Adjustable room thermostat with temperature readout. 2. Static -Pressure Transmitter: Nondirectional sensor with suitable range for expected input, and temperature compensated. 3. Timers, Solid State: a. Programmable time control with four separate programs. b. 24-hour battery carryover; individual on -off -auto switches for each program. c. 365-day calendar with 20 programmable holidays. d. Choice of fail-safe operation for each program. e. System fault alarm. A. Provide differential air pressure switch with adjustable setpoint. 1. Materials: Polycarbonate enclosure, stainless steel cover, and stainless steel diaphragm housing. 2. Range in. WC: 0.05 to 5. 3. Maximum Over -pressure: 1 psig. 4. Power Requirement: 120 VAC. B. Temperature Control: Indirect -Fired, Outdoor, Heating -Only Makeup -Air Units FTW17498--VCWRF Sludge Thickening Improvements 237423.16--7 1. Operates gas valve to maintain space temperature with wall -mounting, field -wired sensor with temperature adjustment. 2. Burner Control, Modulating: 15.1 turndown. 3. indirect -Fired Gas Burner: The controller shall monitor the space air temperature. Gas shall modulate to maintain a 55°F heating setpoint (ADJ.) 2.11 ACCESSORIES A. Duplex, 115-V, ground -fault -interrupter outlet with 15-A overcurrent protection. Include transformer if required. B. Integrated disconnect with fuses sized per manufacturer recommendation or NFPA 70. Disconnect shall be NEMA 4X 304 SS. C. Filter differential pressure switch with aluminum or stainless steel sensor tubing on either side of filter. Set for final filter pressure loss. D. Hail guards of stainless steel, painted to match casing. 2.12 MATERIALS A. Stainless Steel: 1. Manufacturer's standard grade for casing. 2. Manufacturer's standard type, ASTM A240/A240M for bare steel exposed to airstream or moisture. 3.00 EXECUTION 3.01 EXAMINATION A. Examine areas and conditions, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of the Work. B. Examine roughing -in for piping, ducts, and electrical systems to verify actual locations of connections before equipment installation. C. Verify cleanliness of airflow path to include inner -casing surfaces, filters, coils, turning vanes, fan wheels, and other components. D. Proceed with installation only after unsatisfactory conditions have been corrected. 3.02 INSTALLATION A. Unit Support: Install unit level on structural curbs. Secure units to structural support with anchor bolts. Coordinate sizes and locations of curbs with actual equipment provided. B. Install gas -fired units in accordance with NFPA 54. C. Install controls and equipment shipped by manufacturer for field installation with indirect, gas -fired heating and ventilating units. Indirect -Fired, Outdoor, Heating -Only Makeup -Air Units 23 74 23.16 - 8 FTW17498 — VCWRF Sludge Thickening Improvements 3.03 CONNECTIONS A. Drawings indicate general arrangement of piping, fittings, and specialties. 1. Gas Piping: Comply with requirements in Section 22 00 01 "Plumbing Systems." Connect gas piping with shutoff valve and union, and with sufficient clearance for burner removal and service. Make final connections of gas piping to unit with corrugated, stainless -steel tubing flexible connectors complying with ANSI LC 1/CSA 6.26 equipment connections. B. Drain: Contractor to provide drain piping and field install per manufacturer's recommendations. Comply with requirements in Section 22 00 01 "Plumbing Systems " for traps and accessories on piping connections to condensate drain pans under non - condensing heat exchangers. C. Where installing piping adjacent to heating and ventilating units, allow space for service and maintenance. D. Duct Connections: Connect supply ducts to indirect -fired heating and ventilating units with flexible duct connectors. Comply with requirements in Section 23 33 00 "Air Duct Accessories" for flexible duct connectors. E. Connect wiring according to Section 26 05 19 "Low -Voltage Electrical Power Conductors and Cables." F. Ground equipment according to Section 26 05 26 "Grounding and Bonding for Electrical Systems." G. Install electrical devices furnished by manufacturer, but not factory mounted, according to NFPA 70 and NECA 1. H. Install nameplate for each electrical connection, indicating electrical equipment designation and circuit number feeding connection. 1. Nameplate shall be laminated acrylic or melamine plastic signs, as specified in Section 26 05 53 "Identification for Electrical Systems." 2. Nameplate shall be laminated acrylic or melamine plastic signs with a black background and engraved white letters at least 1/2 inch (13 mm) high. 1. Install control and electrical power wiring to field -mounted control devices. 3.04 STARTUP SERVICE A. Engage a factory -authorized service representative to perform startup service. B. Complete installation and startup checks according to manufacturer's written instructions and perform the following: 1. Inspect for visible damage to burner combustion chamber. 2. Inspect casing insulation for integrity, moisture content, and adhesion. 3. Verify that clearances have been provided for servicing. 4. Verify that controls are connected and operable. 5. Verify that filters are installed. Indirect -Fired, Outdoor, Heating -Only Makeup -Air Units 23 74 23.16 - 9 FTW17498— VCWRF Sludge Thickening Improvements 6. Purge gas line. 7. inspect and adjust vibration isolators. 8. Verify bearing lubrication. 9. Inspect fan -wheel rotation for movement in correct direction without vibration and binding. 10. Adjust fan belts to proper alignment and tension. C. Start unit according to manufacturer's written instructions. 1. Complete startup sheets and attach copy with Contractor's startup report. 2. Inspect and record performance of interlocks and protective devices; verify sequences. 3. Operate unit for run-in period recommended by manufacturer. 4. Perform the following operations for both minimum and maximum firing, and adjust burner for peak efficiency: a. Measure gas pressure at manifold. b. Measure combustion -air temperature at inlet to combustion chamber. c. Measure supply -air temperature and volume when burner is at maximum firing rate and when burner is off. Calculate useful heat to supply air. 5. Calibrate thermostats. 6. Adjust and inspect high -temperature limits. 7. Inspect dampers, if any, for proper stroke and interlock with return -air dampers. 8. Inspect controls for correct sequencing of heating, mixing dampers, refrigeration, and normal and emergency shutdown. 9. Measure and record airflow. Plot fan volumes on fan curve. 10. Verify operation of remote panel, including pilot -operation and failure modes. Inspect the following: a. High -limit heat. b. Alarms. 11. After startup and performance testing, change filters, verify bearing lubrication, and adjust belt tension. 12. Verify drain -pan performance. 13. Verify outdoor -air damper operation. 3.05 ADJUSTING A. Adjust initial temperature set points. B. Set field -adjustable switches and circuit -breaker trip ranges as indicated. Indirect -Fired, Outdoor, Heating -Only Makeup -Air Units 23 74 23,16 - 10 FTW17498 — VCWRF Sludge Thickening Improvements 3.06 CLEANING A. After completing system installation and testing, adjusting, and balancing makeup air unit and air -distribution systems and after completing startup service, clean air -handling units internally to remove foreign material and construction dirt and dust. Clean fan wheels, cabinets, dampers, coils, and filter housings, and install new, clean filters. 3.07 FIELD QUALITY CONTROL A. Manufacturer's Field Service: Engage a factory -authorized service representative to test and inspect components, assemblies, and equipment installations, including connections. B. Units will be considered defective if they do not pass tests and inspections. C. Prepare test and inspection reports. 3.08 DEMONSTRATION A. Engage a factory -authorized service representative to train Owner's maintenance personnel to adjust, operate, and maintain heating and ventilating units. END OF SECTION Indirect -Fired, Outdoor, Heating -Only Makeup -Air Units 23 74 23.16 - 11 FTW17498 — VCWRF Sludge Thickening Improvements THIS PAGE INTENTIONALLY BLANK SORT WORTH EXECUTED PROJECT MANUAL FOR THE CONSTRUCTION OF ''PILLAGE CREED WRF SLUDGE THICKENING IMPROVEMENTS Betsy Price Mayor City project No. CO2647 David Cooke City Manager Christopher P. Harder, P.E. Director, Water Department David Townsend, P.E. Facilities Engineering Manager Farida S. Goderya, Ph.D., P.E. Facilities Senior Project Manager Charly Angadicheril Assistant Water Director, Plant Operations Prepared for The City of Port Worth Water Department VOLUME II — DIVISION 26 THROUGH 46 April 2020 rr1021MICHOLS REESE In Association With: Bye - Aug Mation FoRT IVIRTH PROJECT MANUAL FOR THE CONSTRUCTION OF VILLAGE CREEK WRF SLUDGE THICKENING IMPROVEMENTS City Project No. CO2647 DOCUMENTS ISSUED FOR CONSTUCTION These "Issued for Construction" Contract Documents have been prepared by revising the Bidding Documents to record references to addenda, field orders or change orders issued as of June 16, 2020. The Bidding Documents may have been revised to incorporate these revisions directly into the "Issued for Construction" Contract Documents. Contractor is responsible for determining that these documents are consistent with their understanding of the Bidding Documents as modified per the appropriate provisions of the Contract Documents_ The Bidding Documents, as modified per the appropriate provisions of the Contract Documents, take precedence over these "Issued for Construction" documents. Prepared for The City of Fort Worth Water Department VOLUME II — DIVISION 26 THROUGH 46 April 2020 r FREESE iAKHOLS In Association With: %PACOB Uii r c Automation THIS PAGE INTENTIONALLY BLANK Village Creek !.Aster Reclamation facility Sludge Thickening Improvements Specification Seal Sheet (1 of 5) THE SEAL THAT ORIGINALLY APPEARED ON THIS DOCUMENT WAS AUTHORIZED BY CIIAD M. SIMMONS, P.E., TEXAS NO. 91163 ON APRIL 1, 2020. FREESE AND NICHOLS, INC. TEXAS REGISTERED ENGINEERING FIRM F- 2144. ALTERATION OF A SEALED DOCUMENT WITHOUT PROPER NOTIFICATION OF THE RESPONSIBLE ENGINEER IS AN OFFENSE UNER THE TEXAS ENGINEERING PRACTICE ACT. Divison: 00, 01, 02, 13, 31, 33, 41, 44 Sections: 09 96 00.01 40 05 64 46 33 33 40 05 43 40 05 65.23 4641 21 40 05 53 40 05 89.14 4671 16 4005 62 4321 52 46 71 33 THE SEAL THAT ORIGINALLY APPEARED ON THIS DOCUMENT WAS AUTHORIZED BY BRETT M. BRISTOW, P.E., TEXAS NO. 101000 ON APRIL 1, 2020. FREESE AND NICHOLS, INC. TEXAS REGISTERED ENGINEERING FIRM F- 2144, ALTERATION OF A SEALED DOCUMENT WITHOUT PROPER NOTIFICATION OF THE RESPONSIBLE ENGINEER IS AN OFFENSE UNER THE TEXAS ENGINEERING PRACTICE ACT. Division: 32 THE SEAL THAT ORIGINALLY APPEARED ON THIS DOCUMENT WAS AUTHORIZED BY NICHOLAS C. LANDES, P.E., TEXAS NO. 117177 ON APRIL I, 2020. FREESE AND NICHOLS, INC. TEXAS REGISTERED ENGINEERING FIRM F- 2144. ALTERATION OF A SEALED DOCUMENT WITHOUT PROPER NOTIFICATION OF THE RESPONSIBLE ENGINEER IS AN OFFENSE UNER THE TEXAS ENGINEERING PRACTICE ACT. Sections: 07 90 00 43 11 33 46 51 21 4005 50 43 1143 THE SEAL THAT ORIGINALLY APPEARED ON THIS DOCUMENT WAS AUTHORIZED BY VAN CASIIEN, P.E., TEXAS NO. 118595 ON APRIL 1, 2020. FREESE AND NICHOLS, INC. TEXAS REGISTERED ENGINEERING FIRM F- 2144. ALTERATION OF A SEALED DOCUMENT WITHOUT PROPER NOTIFICATION OF THE RESPONSIBLE ENGINEER IS AN OFFENSE UNER THE TEXAS ENGINEERING PRACTICE ACT. Division: 22 Sections: 23 00 00 23 05 93 23 3423 23 05 13 23 07 13 23 7423.16 2305 53 2331 13 23 0563 23 33 00 FREESE AND NICHOLS, INC TEXAS REGISTERED ENGINEERING FIRM F-2144 Seal Sheet FTW77498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 Village Creek Water Reclamation Facility Sludge Thickening Improvements Specification Seel Sheet (2 of S) TILE SEAL THAT ORIGINALLY APPEARED ON TIIIS DOCUMENT WAS AUTHORIZED BY JOHN W.P. MANNING, P.E., TEXAS NO.95784 ON APRIL 1, 2020. FREESE AND NICHOLS, INC. TEXAS REGISTERED ENGINEERING FIRM F- 2144. ALTERATION OF A SEALED DOCUMENT WITHOUT PROPER NOTIFICATION OF THE RESPONSIBLE ENGINEER IS AN OFFENSE UNFR THE TEXAS ENGINEERING PRACTICE ACT. Division: 26 THE SEAL THAT ORIGINALLY APPEARED ON THIS DOCUMENT WAS AUTHORIZED BY PARRIS K. JONES, ARCHITECT., TEXAS NO. 19268 ON APRIL 1, 2020. FREESE AND NICHOLS, INC. TEXAS REGISTERED ENGINEERING FIRM F- 2144. ALTERATION OF A SEALED DOCUMENT WITHOUT PROPER NOTIFICATION OF THE RESPONSIBLE ENGINEER 1S AN OFFENSE UNER THE TEXAS ENGINEERING PRACTICE ACT. Division: 4, 8, 10 Sections: 06 1000 07 62 00 09 29 00 0721 00 07 92 00 09 77 00 0752 16 0922 16 09 96 01 FREESE AND NICHOLS, INC TEXAS REGISTERED ENGINEERING FIRM F-2144 Seal Sheet FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 Village Creek Water Reclamation Facility Sludge Thickening Improvements Specification seal Sheen (3 ©f S) THE SEAL THAT ORIGINALLY APPEARED ON THIS DOCUMENT WAS AUTHORIZED BY TIMOTHY ALAN LYONS, P.E., TEXAS NO. 96289 ON MARCH 4, 2020 JACOBS ENGINEERING GROUP INC. TEXAS REGISTERED ENGINEERING FIRM F-3699. ALTERATION OF A SEALED DOCUMENT WITHOUT PROPER NOTIFICATION OF THE RESPONSIBLE ENGINEER IS AN OFFENSE UNER THE TEXAS ENGINEERING PRACTICE ACT. Sections: 23 05 94 23 31 16.16 40 05 15 THE SEAL THAT ORIGINALLY APPEARED ON THIS DOCUMENT WAS AUTHORIZED BY THOMAS E. PAGE, P.F_,., TEXAS NO. 101432 ON MARCH 2, 2020 JACOBS ENGINEERING GROUP INC. TEXAS REGISTERED ENGINEERING FIRM F-3699. ALTERATION OF A SEALED DOCUMENT WITHOUT PROPER NOTIFICATION OF THE RESPONSIBLE ENGINEER IS AN OFFENSE UNER THE TEXAS ENGINEERING PRACTICE ACT Sections: 0680 15 JACOBS ENGINEERING GROUP INC. TEXAS REGISTERED ENGINEERING FIRM F-3 699 Seal Sheet FTW17498—VCWRF Sludge Thickening Improvements City Project No. CO2647 Village Creek dater Reclamation facility Sludge Thickening Improvements Seal Sheet (4 ®f 5) THE SEAL THAT ORIGINALLY APPEARED ON THIS DOCUMENT WAS AUTHORIZED BY MURALI K. KARIYARVEEDU, P.F,., TEXAS NO. 95735 ON MARCH 31, 2020 JQ ENGINEERING. TEXAS REGISTERED ENGINEERING FIRM F- 7986. ALTERATION OF A SEALED DOCUMENT WITHOUT PROPER NOTIFICATION OF THE RESPONSIBLE ENGINEER IS AN OFFENSE, LINER THE TEXAS ENGINEERING PRACTICE ACT. Divisons: 03, 05 JQ ENGINEERING TEXAS REGISTERED ENGINEERING FIRM F-7986 Seal Sheet FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 Village Creek dater Reclamation Facility Sludge Thickening Improvements Seal Sheet (S ®f S) THE SEAL THAT ORIGINALLY APPEARED ON THIS DOCUMENT WAS AUTHORIZED BY ANDREW J..PAULSON, P.E., TEXAS NO. 98429 ON MARCH 31, 2020 SIGNATURE AUTOMATION, LLC. TEXAS REGISTERED ENGINEERING FIRM F-14711. ALTERATION OF A SEALED DOCUMENT WITT IOUT PROPER NOTIFICATION OF THE RESPONSIBLE ENGINEER IS AN OFFENSE UNER THE TEXAS ENGINEERING PRACTICE ACT. Division: 27 Sections: 4061 00 4061 96 40 67 63 40 61 21 40 61 96A 40 68 00 40 61 26 4063 00 40 70 00 4061 93 40 66 00 40 70 00A 40 61 93A 40 67 00 SIGNATURE AUTOMATION, LLC TEXAS REGISTERED ENGINEERING FIRM F-14711 Seal Sheet FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 THIS PAGE INTENTIONALLY BLANK VILLAGE CREEK WATER RECLAMATION FACILITY SLUDGE THICKENING IMPROVEMENTS DIVISION SECTION TITLE — -- VOLUME I — DIVISION 00-THRQUGH DIVISION 23 DIVISION 00 PROCUREMENT AND CONTRACT REQUIREMENTS 00 05 10 Mayor and Council Communication (M&C) 00 05 15 Addenda 00 11 13 Invitation to Bidders 00 21 13 Instructions to Bidders 00 35 13 Conflict of Interest 004100 Bid Form 004101 Schedule of Supplier 00 42 43 Proposal Form 00 43 13 Bid Bond 00 43 37 Vendor Compliance to State Law Non Resident Bidder 00 45 11 Bidder Prequalifications 00 45 12 Prequalification Statement 00 45 13 Bidder Prequalification Application 00 45 26 Contractor Compliance with Worker's Compensation Law 00 45 40 Minority Business Enterprise Goal 00 52 43 Agreement 00 61 13 Performance Bond 00 61 14 Payment Bond 00 61 19 Maintenance Bond 006125 Certificate of Insurance 00 72 00 General Conditions 00 73 00 Supplementary Conditions DIVISION 01 GENERAL REQUIREMENTS 011100 Summary of Work 01 23 10 Alternates and Allowances 01 25 00 Substitution Procedures 01 29 01 Measurement and Basis for Payment 01 31 13 Project Coordination Table of Contents FTW17498—VCWRF Sludge Thickening Improvements City Project No. CO2647 DIVISION j SECfIDN TCrr. 01 31 19 Preconstruction Meetings 01 31 20 Project Meetings 013213 Schedule of Values 013216 Construction Progress Schedule 013233 Preconstruction Video 01 32 35 Aerial/Photographic Documentation 01 33 00 Submittals 01 35 00 Special Procedures 014523 Testing and Inspection Services 01 50 00 Temporary Facilities and Control 01 57 13 Storm Water Pollution Prevention 01 58 13 Temporary Project Signage 01 60 00 Product Requirements 01 66 00 Product Storage and Handling Requirements 017000 Mobilization and Remobilization 01 71 23 Construction Staking and Survey 01 74 23 Cleaning 01 75 00 Starting and Adjusting 017719 Closeout Requirements 01 78 23 Operation and Maintenance Data 01 78 24 Asset Management 01 79 00 Training of Operation and Maintenance Personnel DIVISION 02 EXISTING CONDITIONS 024100 Demolition DIVISION 03 CONCRETE 03 10 00 Concrete Formwork 032000 Concrete Reinforcement 0325 10 Concrete Joints 03 30 00 Cast -In -Place Concrete 03 60 00 Grout 03 74 00 Modifications to Existing Concrete 03 93 00 Concrete Repair and Rehabilitation Table of Contents FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 DIVISION J SECTION TITLE DIVISION 04 UNIT MASONRY 04 20 00 Unit Masonry DIVISION 05 METALS 05 05 10 Anchorages 05 12 00 Structural Steel Framing 05 31 23 Steel Roof Decking 05 50 10 Miscellaneous Metal Fabrications 05 52 13 Pipe and Tube Railings 05 53 13 Aluminum Grating and Checker Plate DIVISION 06 WOODS, PLASTICS, AND COMPOSITES 06 10 00 Rough Carpentry 06 80 15 Fiberglass Reinforced Plastic Fabrications DIVISION 07 THERMAL AND MOISTURE PROTECTION 07 21 00 Thermal Insulation 07 52 16 Styrene-Butadiene--Styrene (SBS) Modified Bituminous Membrane Roofing 07 62 00 Sheet Metal Flashing and Trim 07 90 00 Fixed Cover Annular Seal 07 92 00 Joint Sealants DIVISION 08 OPENINGS 08 11 19 Stainless Steel Doors and Frames 08 33 23 Overhead Coiling Doors 08 41 13 Aluminum -Framed Entrances and Storefronts 087100 Door Hardware 08 80 00 Glazing 08 90 00 Louvers and Vents DIVISION 09 FINISHES 09 22 16 Non -Structural Metal Framing 09 29 00 Gypsum Board Table of Contents FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 DIVISION / SECTION — TITLE - 09 77 00 Special Wall Surfacing 09 96 00,01 High -Performance Coatings 09 96 01 Concrete Protective Coatings/Linings DIVISION 10 SPECIALTIES 10 14 00 Signage 10 44 01 Fire Extinguishers DIVISION 13 SPECIAL CONSTRUCTION 13 00 99 Vent Dryer DIVISION 22 PLUMBING 22 00 01 Plumbing Systems DIVISION 23 HVAC MECHANICAL 23 00 00 Heating, Ventilating, and Air Conditioning 23 05 13 Common Motor Requirements for HVAC Equipment 23 05 53 Identification for HVAC Piping and Equipment 23 05 63 Coatings for HVAC 23 05 93 Testing, Adjusting, and Balancing for HVAC 23 05 94 Odor Control System Testing, Adjusting, and Balancing 23 07 13 Duct Insulation 23 31 13 Metal Ducts 23 31 16.16 Thermoset Fiberglass -Reinforced Plastic Ducts and Accessories 23 33 00 Air Duct Accessories 23 34 23 HVAC Power Ventilators 23 74 23.16 Indirect -Fired, Outdoor, Heating -Only Makeup -Air Units DIVISION 26 VOLUME U— DIVISION 26 THROUGH DIVISION 46 ELECTRICAL 26 01 26 Testing of Electrical Systems 26 05 00 Common Work Results for Electrical 26 05 13 Medium Voltage Cables 26 05 19 Low Voltage Power Conductors & Cables Table of Contents FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 DIVISION SECTIQN TITLE Control -Voltage Electrical Power Cables 26 05 23 26 05 26 Grounding & Bonding for Electrical Systems 26 05 29 Hangers and Supports for Electrical Systems 26 05 30 Electrical Buildings 26 05 33 Raceways and Boxes for Electrical Systems 26 05 36 Cable Trays for Electrical Systems 26 05 53 Identification for Electrical Systems 26 05 73 Overcurrent Protection Device Coordination Study 26 09 23 Lighting Control Devices 26 12 01 Medium Voltage Pad -Mounted Switch 26 12 19 Pad -Mounted, Liquid Filled, Medium Voltage Transformers 26 22 13 Low -Voltage Distribution Transformers 26 24 13 Switchboards 26 24 16 Panelboards 26 27 26 Wiring Devices 26 28 16 Enclosed Switches and Circuit Breakers 262913 Enclosed Controllers 26 29 23 Variable -Frequency Motor Controllers 26 36 00 Transfer Switches 26 41 13 Lightning Protection for Structures 265100 Lighting DIVISION 27 COMMUNICATIONS 27 15 23 Fiber Optic Equipment DIVISION 31 EARTHWORK 31 23 23.34 Flowable Fill 31 23 33 Trenching and Backfill [Utilities] 31 23 33.14 Trench Safety 312500 Erosion and Sediment Control DIVISION 32 EXTERIOR UTILITIES 32 01 17 Permanent Asphalt Paving Repair 32 01 29 Concrete Paving Repair Table of Contents FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 DIVISION f SECTION TITLE J Concrete Sidewalks, Driveways and Barrier Free Ramps 32 13 20 32 16 13 Concrete Curb and Cutters and Valley Gutters DIVISION 33 UTILITIES 330102 Piping Specialties 33 05 01.02 Ductile Iron Pipe and Fittings 33 05 01.09 Polyvinyl Chloride (PVC) Pressure Pipe and Fittings 33 05 05.31 Hydrostatic Testing 33 11 13.13 Steel Pipe and Fittings 33 11 13.14 Piping System, Stainless Steel 3312 16.23 Gate Valves DIVISION 40 PROCESS INTEGRATION 40 05 15 Piping Support Systems 40 05 43 Miscellaneous Valves 40 05 50 Fabricated Gates 40 05 53 Identification for Process Equipment and Piping 40 05 62 Eccentric Plug Valves 40 05 64 Butterfly Valves 40 05 65.23 Swing Check Valves 40 05 89.14 Automatic Strainer 406100 Process Control and Instrumentation Systems —General Provisions 40 61 21 Process Control and Instrumentation Systems —Testing 40 61 26 Process Control and Instrumentation Systems —Training 40 61 93 Process Control and Instrumentation Systems — Input/Output List 40 61 93A Process Control and Instrumentation Systems — Input/Output List — Attachment A 40 61 96 Process Control and Instrumentation Systems —Control Descriptions 40 61 96A Control Descriptions Attachment A —Control Loop Descriptions 40 63 00 Control Unit Hardware and Software 40 66 00 Network Equipment 40 67 00 Control Panels and Components 40 67 63 Uninterruptable Power Supplies 40 68 00 Applications Engineering Services Table of Contents FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 DIVISION SECTION TITLE 40 70 00 Field Instruments 40 70 OOA Field Instruments —Attachment A DIVISION 41 MATERIAL PROCESSING & HANDLING EQUIPMENT 41 22 13.13 Bridge Cranes 41 22 13.20 Floor Cranes DIVISION 43 PROCESS GAS & LIQUID HANDLING 43 11 33 Rotary Lobe Positive Displacement Blowers 431143 Gas -Handling Venturi Jet Mixing System 43 21 52 Vertical Dry -Pit Chopper Pumps DIVISION 44 POLLUTION & WASTE CONTROL EQUIPMENT 44 00 00.02 Outside Piping Insulation 44 42 56.09 Non -Clog Dry Pit Self -Priming Centrifugal Pumps 44 42 56.12 Induced Flow (Recessed Impeller) Centrifugal Pumps 44 42 56.13 Progressing Cavity Pumps (Sludge) 44 42 56.14 Progressing Cavity Pumps (Polymer) 44 42 76 Fiberglass Reinforced Plastic Chemical Storage Tanks DIVISION 46 WATER & WASTEWATER EQUIPMENT 46 33 33 Polymer Blending and Feed System 46 41 21 Sludge Mixing System 46 51 21 Coarse Bubble diffusers 46 71 16 Gravity Belt Thickeners 467133 Rotary Drum Thickeners .a FanraiR - I rorrcnc.+s.c.� Appendix A Blend Tank Mixing System Pre -Negotiated Price Proposal Appendix B Emerson Ovation Integration Pre -Negotiated Price Proposal Appendix C Geotechnical Investigation Appendix D Minority and Women Owned Business Enterprise Compliance Appendix E Wage Rates Table of Contents FTW17498— VCWRF Sludge Thickening Improvements City Project No. CO2647 DIVISION MUM CITY OF FORT WORTH STANDARU SPECIFICATIONS Incorporated into the Contract Documents by reference herein Table of Contents FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 DIVISION 26 ELECTRICAL THIS PAGE INTENTIONALLY 0LANK 26 0126 TESTING OF ELECTRICAL SYSTEMS 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, material, equipment and incidentals of an independent testing agency. B. These specifications cover the suggested field tests and inspections that are available to assess the suitability for initial energization and final acceptance of electrical power equipment and systems. C. The purpose of these specifications is to assure that electrical equipment and systems are operational, are within applicable standards and manufacturer's tolerances, and are installed in accordance with design specifications. D. The work specified in these specifications may involve hazardous voltages, materials, operations, and equipment. These specifications do not purport to address all the safety issues associated with their use. It is the responsibility of the user to review all applicable regulatory limitations prior to the use of these specifications. E. Testing shall be inclusive of all low voltage equipment including conductors that are provided under this contract. F. Testing shall include all relay protective schemes and operation of the low voltage equipment. 1.02 QUALITY ASSURANCE A. Testing Organization: 1. The testing organization shall be an independent, third party entity which can function as an unbiased testing authority, professionally independent of the manufacturers, suppliers, and installers of equipment or systems being evaluated. 2. Testing organization shall be regularly engaged in the testing of electrical equipment devices, installations, and systems. 3. The Testing organization shall use technicians who are regularly employed for testing services. 4. An organization having a designation of META Accredited Company issued by the International Electrical Testing Association meets the above criteria. 5. Independent testing agency shall follow all tests and recommendations in NETA Acceptance Testing Specification for all equipment provided. 6. Testing Organization performing the work shall submit appropriate documentation to demonstrate that it satisfactorily complies with these requirements. 7. Acceptable Testing Agencies: a. National Field Services b. Real Power Technologies c. Shermco Industries Testing of Electrical Systems 26 01 26 - 1 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 d. Electrical Power Systems e. Vertiv Electrical Reliability Services 8. Testing Personnel a. Technicians performing these electrical tests and inspections shall be trained and experienced concerning the apparatus and systems being evaluated. These individuals shall be capable of conducting the tests in a safe manner and with complete knowledge of the hazards involved. They must evaluate the test data and make a judgment on the serviceability of the specific equipment. b. Technicians shall be certified in accordance with ANSI/NETA ETT, Standard for Certification of Electrical Testing Technicians. Each on -site crew leader shall hold a current certification, Level 3 or higher, in electrical testing. 1.03 SUBMITTALS Submittals shall be in accordance with Section 0133 00 "Submittals" and shall include: A. ELECTRICAL QUALIFICATIONS & LIST OF TEST SUBMITTAL 1. 60 days prior to any testing taking place, Contractor shall submit to the Owner/Engineer the name of the testing agency; a list of all tests to be conducted shall also be submitted at this same time. No testing shall take place until this has been submitted and approved by the Engineer. B. ELECTRICAL TESTING PLAN 1. A minimum of two (2) weeks before testing is to take place, Contractor shall submit a detailed testing plan of the different configurations to be tested for the Owner's and Engineer's approval. C. ELECTRICAL TESTING REPORT 1. A written report shall be submitted by the testing agency performing installation checks, operation and testing of the low voltage equipment. This report shall certify that a. The equipment has been properly installed b. Is in accurate alignment c. Meets the acceptance testing specifications of NETA and the equipment manufacturer. 2. Provide a detailed list of all tests that were performed and the test results as part of the Electrical Testing Report. 3. Electrical Testing Report(s) shall be submitted to Engineer for approval no later than one week after testing has been conducted. 1.04 STANDARDS A. The applicable provisions of the following standards shall apply as if written here in their entirety: 1. American National Standards Institute (ANSI) 2. Association of Edison Illuminating Companies (AEIC) Testing of Electrical Systems 26 01 26 - 2 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 3. Electrical Apparatus Service Association (EASA) ' 4. American Standards for Testing and Materials (ASTM) 5. Institute of Electrical and Electronic Engineers (IEEE) 6. Insulated Cable Engineers Association (ICEA) 7. National Electrical Manufacturers Association (NEMA) 8. International Electrical Testing Association (NETA) 9. National Fire Protection Association (NFPA) 10. Occupational Safety and Health Administration (OSHA) 11. State and local codes and ordinances 12. Underwriters Laboratories, Inc. (UL) 2.00 EXECUTION 2.01 GENERAL A. All testing shall be witnessed by the Owner's Representative. Types of equipment required to be tested by these specifications shall include but not be limited to the following: 1. Low Voltage Cables 2. Switchboards 3. Transformers 4. Pad Mounted Switches 5. Automatic Transfer Switch 6. Variable Frequency Drives 7. Grounding 8. Medium Voltage Cables B. At a minimum, unless indicated otherwise, all testing shall be in accordance with the manufacturer's recommendations for energization and start-up of the equipment. C. Testing shall include a complete functionality testing of electrical equipment under all the different operating parameters identified by the OWNER and ENGINEER. D. Electrical testing instrument calibration shall be as indicated in ANSI/NEMA ATS-2017. 2.02 TEST REPORT A. The test report shall include the following: 1. Summary of the project. 2. Description of equipment tested. 3. Description of tests. 4. Test data. 5. Analysis and recommendations. Testing of Electrical Systems 26 01 26 - 3 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 B. Test data records shall include the following minimum requirements: 1. Identification of the testing organization. 2. Equipment identification. 3. Nameplate data. 4. Humidity, temperature, and other conditions that may affect the results of the tests and/or calibrations. 5. Date of inspections, test, maintenance, and/or calibrations 6. Identification of the testing technician. 7. Identification of inspections, tests, maintenance, and/or calibrations to be permed and recorded. 8. Identification of expected results when calibrations are to be performed. 9. Identification of as -found and as -left results, as applicable. 10. Identification of all test results outside of specified tolerances. 11. Sufficient spaces to allow all results and comments to be indicated. C. The testing organization shall furnish a copy or copies of the complete test report as specified. 2.03 TEST DECAL A. The testing organization shall affix a test decal on the exterior of equipment or equipment enclosure of protective devices after performing electrical tests. B. The test decal shall be color -coded to communicate the condition of maintenance for the protective device. Color scheme for condition of maintenance of overcurrent protective device shall be: 1. White: electrically and mechanically acceptable. 2. Yellow: minor deficiency not affecting fault detection and operation, but minor electrical or mechanical condition exists. 3. Red: deficiency exists affecting performance, not suitable for service. C. The decal shall include: 1. Testing organization 2. Project identifier 3. Test date 4. Technician identifier 2.04 POWER SYSTEM TESTING A. CONTRACTOR shall test the operation of the power distribution system, i.e. transformers, automatic throw over, double throw disconnect switches, 480V Switchboard, etc., for the various possible system configurations under load conditions. Testing of Electrical Systems 26 01 26 - 4 FTW17498— VCWRF Sludge Thickening Improvements City Project No. CO2647 B. Testing shall include, but not be limited to the following: 1. Normal power from Utility Source 1 2. Normal power from Utility Source 2 C. CONTRACTOR shall submit a detailed testing plan of the different configurations to be tested for the Owner's and Engineer's approval. END OF SECTION Testing of Electrical Systems 26 01 26 - 5 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 THIS PAGE INTENTIONALLY BLANK 26 05 00 COMMON WORK RESULTS FOR ELECTRICAL 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary for complete and operational electrical systems, as specified herein. B. This Section, as well as Division 1, concerns all other Sections in Division 26 and shall be considered a part of each of those Sections as if written in their entirety. C. Temporary utilities may need to include generator power for outages, depending on the contractors' means and methods of connecting to existing power equipment. Contractor shall provide electrical testing and inspection services for temporary connections. Fusing for temporary equipment shall be coordinated with upstream devices to assure the fuses will terminate before interrupting electrical service to plant process equipment. D. Electrical outages must be coordinated with Treatment Operations, as well as the Electrical, Instrumentation and Inspections Divisions. Below is a list of outages but may not indicate all the outages required. 1. Known electrical shutdowns include (but not limited to): a. Connection of blend tank mixing pumps to MCC-DH. b. Connection of sludge holding tank mixing pumps to MCC-6A. c. Replacement medium voltage switches at thickening building. 2. Shut down sequencing shall be coordinated by the contractor and if a generator is required to power equipment to maintain treatment service, contractor shall be responsible to provide the generator, fuel, and conductors required to keep the plant operational. 1.02 QUALITY ASSURANCE A. ELECTRICAL CONTRACTORS' QUALIFICATIONS 1. Use adequate numbers of skilled workmen, trained and experienced in their crafts, and who are familiar with the specifications and methods of performing the work in this Division. A licensed Journeyman shall be on site at all times when electrical work is being performed. Electrical work shall be performed under the direct supervision of a Master Electrician who holds a valid license in the State of Texas. The Contractor shall provide a monthly report to the Owner/Engineer for review stating that the Master Electrician has been to the job site and thoroughly reviewed the work. The report shall be signed by the Master Electrician and include the data and time the Master Electrician was on site. Contractor must have experience with performing electrical work within wastewater treatment plant. Common Work Results for Electrical 26 05 00 -- 1 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 B. WORKMANSHIP 1. Work shall be performed in accordance with quality, commercial practices. The appearance of finished work shall be of equal importance with its operation. 2. Materials and equipment shall be installed based upon the actual dimensions and conditions at the project site. Locations for materials or equipment requiring an exact fit shall be field measured. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00 "Submittals" and shall include: 1. Submittals shall be submitted separated by specification section. Combined submittals will not be reviewed. Submittal will be marked not approved, revise and resubmit. 2. Incomplete submittals will not be reviewed and will be marked revise and resubmit. 3. Resubmittals shall be marked with a red strike through for the items removed from the submittal and clouded with the items added to the submittal. 4. Submittals shall be marked to track changes between resubmittals. 5. Component catalog number and manufacturing data sheet, indicating pertinent data and identifying each component by the item number and nomenclature as specified. 6. Component drawings showing dimensions, mounting, and external connection details. 7. Operation and maintenance manuals shall contain the shop drawings, submittals, spare part lists, schematics, project specific final wiring diagrams with any changes made during start-up and maintenance procedures. 8. Unless other additional information is required by the detailed equipment specifications, the following information shall be included for motors: a. Motor identification number and nomenclature as specified b. Make and motor type c. Brake horsepower of the motor d. Locked rotor current at full load e. Motor efficiency at full load (3-phase motors only) f. Starting torque g. Method of insulating and impregnating motor coils (3-phase only) h. Speed of the motor at full torque i. Full load current j. Service factor k. Motor temperature rise measured by resistance over 40 degrees C ambient 9. The Contractor shall provide a monthly report to the Owner/Engineer for review stating that the Master Electrician has been to the job site and thoroughly reviewed the work. Common Work Results for Electrical 26 05 00 - 2 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 The report shall be signed by the Master Electrician and include the date and time the Master Electrician was on site. 10. The Contractor shall: a. Prepare, and Keep up to date, the Record Drawings and detailed construction drawings. b. Record the exact locations of each of these differences, sizes and details of the Construction Work as executed, with cross-references to, and other requirements on, the Record Drawings. c. Keep the Record Drawings on the Work Site. Upon completion of the Work, or at such other time as may be determined by the Engineer, submit the Record Drawings and copies to the Owner's Representative in accordance with the Owner's Requirements. e. Underground Interference drawing showing all underground duct banks, ground rods, ground conductors, pipes, piers, vaults, manholes, pull boxes, etc. that clearly identifies the location and routing of these systems. All interferences shall be brought to the Engineer's attention. 1.04 STANDARDS A. Electrical work shall be executed in accordance with local, State and national codes, ordinances and regulations which have jurisdiction or authority over the work. If the standards and codes conflict with each other, the most stringent shall apply. The applicable provisions of the following standard shall apply as if written here in their entirety: National Electrical Manufacturer Association (NEMA) American Society for Testing and Materials (ASTM) National Fire Protection Association (NFPA) National Electrical Safety Code (NESC) Institute of Electrical and Electronic Engineers (IEEE) National Electrical Code (NEC) Underwriters Laboratories (UL) American National Standards Institute (ANSI) Uniform Building Code (UBC) Occupational Safety and Health Administration (OSHA) Local utility companies Local Electrical Ordinance Rural Electrification Association (REA) Insulated Power Cable Engineers Association (IPCEA) International Electrical Testing Association (META) Common Work Results for Electrical 26 05 00 - 3 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 National Electrical Contractors Association (NECA) Association Edison Illuminating Companies (AEIC) Texas Commission on Environmental Quality (TCEQ) Environmental Protection Agency (EPA) International Electrotechnical Commission (IEC) 1.05 DELIVERY AND STORAGE A. Follow the Manufacturer's directions for the delivery, storage and handling of equipment and materials. B. Tightly cover equipment and materials and protect it from dirt, water, chemical or mechanical injury and theft. C. Major electrical equipment shall be stored indoors, and space heaters energized where applicable. Equipment that will be stored indoors for an extended period of time and that do not have space heaters shall have a 100 watt incandescent light placed in it and energized to eliminate the build-up of condensation in the equipment. D. Coordinate with equipment manufacturer for storage requirements. E. Damaged equipment shall not be acceptable. F. Upon installation, protect the materials until the work is completed and accepted by the Owner. 1.06 JOB CONDITIONS A. Permits, licenses and inspections shall be secured and paid for as required by law for the completion of the work. Certificates of approval shall be secured, paid for, and delivered to the Owner before receiving the final acceptance of the work. B. The location of materials, equipment, devices and appliances indicated are approximate and subject to revisions at the time the work is installed. Final location shall be as proposed by the Contractor and approved by the Engineer. C. Should project conditions require any rearrangement of work, or if equipment or accessories can be installed better than the general arrangement of work on the plans, the Contractor shall prepare and submit plans of the proposed rearrangement for the Engineer's review and approval. D. Motor Horsepower ratings identified are anticipated ratings. If the actual equipment is a different size, the contractor shall provide the appropriate wiring, conduit, over current protection, starters and accessories for a complete and working system at no additional cost to the owner. E. 36" of work clearance must be maintained around equipment. Common Work Results for Electrical 26 05 00 - 4 FTW17498— VCWRF Sludge Thickening Improvements City Project No. CO2647 2.00 PRODUCTS 2.01 MATERIALS A. Supplemental or alternative materials supplied and installed by the contractor shall be approved prior to -installation. B. Materials installed without pre -approval through the submittals process shall be removed from the job site and replaced at no additional cost to the owner. No exceptions. C. Discrepancies between the plans and specifications shall be addressed prior to bidding the project, otherwise the most expensive of the two options shall be assumed. 3.00 EXECUTION 3.01 INSTALLATION A. Maintain the waterproof integrity of conduit penetrations through the roof, exterior walls and floors. B. Install steel reinforced concrete foundations below floor mounted switchboards, panelboards, motor control centers, transformers, and other floor mounted electrical equipment. Concrete foundations shall not be less than 4" high. Neatly chamfer top edges. Concrete foundations shall be 4" wider and 4" longer than the base of the equipment being installed. Concrete shall be in accordance with Division 03 and shall be reinforced with a minimum of 6" x 6" #6 welded wire mesh. C. Route all conduits parallel to building lines, columns, or steel route conduits near to columns and roof beams. D. Raceways penetrating an air conditioned space shall be sealed to prevent outside moisture from passing into enclosures or into air conditioned space. E. Enclosures located outside shall not be penetrated from the top. F. Details indicated on the drawings and identified in the specifications may not be identified on the drawings in all required locations. Contractor shall request clarification where uncertain. 3.02 CUTTING AND PATCHING A. Provide adequate support during cutting operations to prevent any damage to the affected masonry. Where openings are cut through masonry walls, provide lintels or structural supports to protect the remaining masonry. The cutting of structural members shall not be permitted without the specific written approval of the Engineer. 3.03 PAINTING A. Painting shall be in accordance with Division 09. Maintain the original factory finish on material and equipment installed, unless specifically indicated on the plans or specifications. If the finish is marred in transit or during installation, re -finish to a neat, workmanlike appearance. Leave equipment and raceway systems clean and free of grease, dirt, rust, and in a suitable condition for painting. Common Work Results for Electrical 26 05 00 - 5 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 3.04 EXCAVATION, TRENCHING, BACKFILLING AND GRADING A. Prior to any excavation or trenching, notify the Owner's representative, utility companies and Owner's facilities department. Allow sufficient time for utilities to be located prior to excavation to avoid disruption of services. Provide a minimum of 72 hours written notice to the Owner prior to trenching or excavation. Do not proceed with trenching or excavation until authorized by the Owner. Utilities or services which are damaged, which are identified prior to excavation or trenching, or where confirmation by utility companies has not been obtained verifying that utilities are marked, shall be repaired to operable condition immediately, at no cost to the Owner. Barricade open trenches and excavations for the entire duration of the project. Barricades for excavations shall have warning lights maintained during hours of darkness. Trenches shall be marked with warning tape, or access to trenches shall be prohibited with readily identifiable sawhorses, warning tape or other acceptable means. Barriers shall be illuminated or recognizable during hours of darkness. Barriers and tape shall be properly maintained at all times. C. Protect all adjacent work, structures and properties. Damage to adjacent work, structures or properties shall be repaired, or the cost of repair reimbursed in full. D. All construction areas shall be finally graded as indicated on the contract documents, or to the conditions of the site prior to construction. Grading shall bring the site back to the existing conditions as close as practical. Turfed areas shall be sodded, or hydro -mulched with matching turf. Landscaping shall be replaced with identical shrubbery, ground cover, or plants as existed. Contractor shall be responsible for maintaining water on new turf and landscaping until established. If new turf and landscaping is impractical due to weather conditions, contractor shall provide satisfactory arrangements to have turf and landscaping furnished and installed at the earliest opportunity thereafter. Provide a 90-day warranty on new turf and landscaping. E. Determine if irrigation systems exist prior to trenching and excavation. Obtain record or as - built drawings and locate control wiring and pressure main branches and devices. Determine by actual operation that systems are functional and repair or replace damaged systems to their original condition prior to beginning construction. F. In cases where high voltage duct banks may exist, Contractor shall employ safe drilling/excavating techniques such as vacuum excavation, etc. 3.05 LOCKING OF ELECTRICAL FACILITIES A. Install locks immediately upon the installation of the electrical facility. Provide padlocks for exterior electrical facilities subject to unauthorized entry. Furnish the Owner with two (2) keys per lock up to a quantity of 10 keys. Furnish locks to match the Owner's locking system. 3.06 CLEAN AND ADJUST A. Remove shipping labels, dirt, paint, grease, and stains from equipment. Remove debris as it accumulates. Upon completion of work, clean electrical equipment and the entire electrical installation. Common Work Results for Electrical 26 05 00 - 6 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 END OF SECTION Common Work Results for Electrical 26 05 00 - 7 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 THIS PAGE INTENTIONALLY BLANK 26 05 13 MEDIUM VOLTAGE CABLES 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install medium voltage cables. Electrical work shall be in accordance with Section 26 05 00 "Common Work Results for Electrical". 1.02 QUALITY ASSURANCE A. ACCEPTABLE MANUFACTURERS 1. Okonite 2. General Cable 3. Southwire 4. Aetna 5. No equal 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00 "Submittals" and shall include: 1. Shop Drawings for: a. Medium Voltage Cables b. Connectors c. T-Connectors for 15kV Cables d. Stress Cones 2. Cable pulling tension calculations and dynamometer readings. Once cable is pulled, CONTRACTOR shall submit to the cable manufacturer the recorded pulling tensions for their approval. A letter from the cable manufacturer stating that the pulling tensions are acceptable shall be formally submitted to the Engineer for approval. 3. Manufacturer's letter stating terminations are installed correctly. This letter shall be submitted to the ENGINEER for approval prior to the energization of the conductors. 4. Once cable is delivered to the site, Contractor shall provide as a formal submittal documentation/pictures showing when cable was manufactured. Cable shall not be more than one (1) year old from time of energization. 5. Electrical Testing Report shall be submitted to the ENGINEER for approval a maximum of 4 weeks after the test has been performed. The Contactor shall not be allowed to wait for the final test to be performed to submit a single testing report. Individual test reports may be submitted to maintain the maximum of four weeks after test has been performed. Testing report shall include Hi -pot test results, Megger test results, and all testing identified in Section 3.02. Medium Voltage Cables 26 05 13-1 FTW17498 — VCWRF Sludge Thickening Modifications City Project No. CO2647 1.04 STANDARDS A. The applicable provisions of the following standards shall apply as if written here in their entirety: ICEA S-93-639 / NEMA WC74 Standard for Shielded Power Cables Rated 5-46kV for the Distribution of Electrical Energy UL 1072 Standard for Medium -Voltage Power Cables IEEE 48 Standard Test Procedures and Requirements for High - Voltage Alternating Current Cable Terminators AEIC CS8 Specification for Extended Dielectric, Shielded Power Cables Rated 5 through 46kV NEC National Electrical Code 1.05 DELIVERY AND STORAGE A. Deliver cable to the project on original reels with cable ends capped. 2.00 PRODUCTS 2.01 MATERIALS A. SINGLE CONDUCTOR CABLE: 1. Conductor: Annealed tin coated copper compressed stranded. The conductor shall be Class B compressed annealed copper in accordance with ASTM specs B3 and B8 and ICEA Part 2, Section 2.1 and 2.5. Compact stranding not permitted. 2. Strand Screen: Extruded semiconducting EPR strand screen. Strand screen shall meet or exceed electrical and physical requirements of ICEA 5-93-639/NEMA WC74 & S-97-682, AEIC CS8, CSA C68.3 and UL 1072. 3. Insulation: 133% Meets or exceeds electrical and physical requirements of ICEA S-93- 639/NEMA WC74 & S-97-682, AEIC C58, CSA C68.3 and UL 1072. 4. Insulation Screen: Extruded semiconducting EPR insulation screen. Insulation screen shall meet or exceed electrical and physical requirements of ICEA S-93-639/NEMA WC74 & S-97-682, AEIC CS8, CSA C68.3 and UL 1072. 5. Shield: 5 mil coated copper tape helically applied with 25% nominal overlap. 6. Jacket: Meets or exceeds electrical and physical requirements of ICEA S-93-639/NEMA WC74 & S-97-682, AEIC CSS, CSA C68.3 and UL 1072. 7. Cable shall be UL Listed as Type MV-105, sunlight resistant and for use in cable tray in accordance with UL 1072 8. Cable shall be rated for 105'C continuous operating temperature, 140*C emergency rating temperature and 250°C short circuit rated temperature. 9. Cable shall pass U.L. and IEEE 383 and 1202 (1/0 AWG and larger) Vertical Flame Test. Medium Voltage Cables 2605 13-2 FTW17498 — VCWRF Sludge Thickening Modifications City Project No. CO2647 STRESS CONES: The cable termination must have a voltage class rating that is equal to or greater than the cable being terminated. The rating shall be 5kV or 15kV or 25Kv (as indicated) as an IEEE Class I termination for application. Non -skirted for indoor applications and skirted for outdoor applications. The terminations shall be installed with the application of heat. Stress cones shall be Raychem HVT, 3M or DSG Canusa. C. Connectors, compression, copper, medium voltage: of the appropriate hole sizes and spacing which are in accordance with NEMA Standards; two (2) holes in the tongue for use on all power conductors. All compression connectors shall be long -barrel type, no exceptions. NEMA 2-hole connectors shall be long barrel type requiring two crimp places 90 degrees apart. D. T-Fitting connectors to be used in Manhole where splice takes place. Deadbreak fitting(s) and required accessories shall be rated for 15kV class connections, submersible, IEEE Std 386 certified, include test points, and sized for the conductors as indicated on the plans. Approved connection is Eaton Cooper Power Series BOL-T or approved equal. 3.00 EXECUTION 3.01 INSTALLATION A. Before any 5kV or 15kV OR 25kV installations are made, the CONTRACTOR shall have Raychem, DSG Canusa or 3M provide installation -training class, on site, to train all personnel in the proper technique of installing stress cones. All personnel involved in the installation of stress cones shall be Raychem, 3M, or DSG Canusa certified. Personnel involved in the installation of stress cones shall have a minimum of five years making 5Kv, 15Kv, and 25kV installations. A manufacturer's trained representative shall inspect terminations prior to energization of the conductors. Any terminations deemed to be incorrectly installed shall be replaced at no cost to the OWNER. Provide in writing as a formal submittal a letter from the manufacturer's trained representative that the terminations are correctly installed. Terminations applied before training is completed shall be removed and replaced at expense of the CONTRACTOR. If termination replacement causes the cable to be too short, then the cable shall be removed and replaced at the expense of the CONTRACTOR. B. The cable shall not be bent to a radius smaller than the manufacturer cable's minimum bending radius. Minimum radius shall be twelve (12) times the overall cable outside diameter. Cable bent with a diameter of less than twelve times the overall cable outside diameter shall be removed, discarded, replaced, reinstalled and re -terminated at the Contractor's expense. Once cable is over bent, it shall not be reused in any manner. C. Pull all conductors into a raceway at the same time using U.L. listed wire pulling lubricant. D. When inserting conductors in raceways, comply with the following: 1. First, install raceways as a complete raceway system without conductors. 2. Do not install pull wires and conductors until the raceway system is in place. 3. Do not use cleaning agents and lubricants which have a deleterious effect on the conductors. 4. Completely and thoroughly swab raceway system before installing conductors. Medium Voltage Cables 26 05 13-3 FTW17498 — VCWRF Sludge Thickening Modifications City Project No. CO2647 E. Pulling tension calculations are required for all cable pulls that are too long to be done by hand. All cable pulls done with measuring the pulling tension (dynamometer) shall have a resettable maximum tension recorder. Any pulls done without approved calculations or done without a specified pulling tension meter will be rejected. The cables shall be removed, discarded, replaced, reinstalled, and re -terminated at the Contractor's expense. F. All cable pulls shall be done using cable reels. No cables shall be laid on the ground for installation. Cables laid on the ground will be rejected. The cables shall be removed, discarded, replaced, reinstalled, and re -terminated at the Contractor's expense. G. Do not pull cables using Kellum -grip type supports. H. Splicing shall not be permitted unless indicated on the drawings or pre -approved by the Engineer and Owner. I. Identify each circuit with non-ferrous metal or fiber tags in manholes and junction boxes and at terminations. J. Waste certain footage (3'- 6') of cable at each end to get a good piece of cable after the pull. Verify with cable manufacturer for exact distance to waste. K. Cable terminations shall have a voltage rating of not less than the phase to phase voltage of the system. L. Remove and replace conductors with insulation showing deterioration within one (1) year after final completion and acceptance of the work and at no cost to the OWNER. M. Megger test conductors to verify circuit N. Hi -Pot test new conductors to a voltage as recommended by the Cable Manufacturer and the most stringent of the specified cable standards. Record all readings and submit to the OWNER. 0. Tan Delta test existing conductors to a voltage as recommended by the Cable Manufacturer and the most stringent of the specified cable standards. Record all readings and submit to the OWNER. P. Provide terminal connectors with the hole sizes and spacing in accordance with NEMA standards. Terminal connectors shall be rated for MV-105 cable. Provide terminal connectors with two (2) holes and torque for use on conductor sizes #2 or up to 1000 kcmil size lettering or larger. Conductors shall be torqued down per the manufacturer's settings and instructions. Mechanical lugs shall not be used. Terminal connectors shall be compression type. Q. Soldered connections shall not be allowed. R. Medium voltage cable shall be fireproofed in all manholes and hndholes. Fireproofing shall be done with a half -lapped layer of 3M "Scotch 77 Fire and Electric Arc Proofing Tape", anchored at each end with a double wrap of 3M "Scotch 69 Glass Cloth Electrical Tape". S. Provide stress -relief cones at the terminals of shielded cables except where load break/dead break elbows are required. See one -line diagram in electrical plans for cable sizes. T. Cable with a manufacture date of greater than twelve (12) months previous of being installed will not be acceptable. If cable is older than 12 months and is installed, then Contractor shall replace and install new cable at no cost the Owner. Medium Voltage Cables 26 05 13-4 FTW17498—VCWRF Sludge Thickening Modifications City Project No. CO2647 3.02 TESTING A. Testing: All testing required shall be per Section 26 0126 "Testing of Electrical Systems". B. Perform tests and inspections and prepare test reports. Test reports shall be submitted as required by Section 26 0126 "Testing of Electrical Systems". All test reports shall be submitted in one binder under Section 26 0126 "Testing of Electrical Systems". C. OWNER'S INSPECTOR SHALL WITNESS ALL TESTING. CABLES TESTED THAT ARE NOT WITNESSED BY THE OWNER WILL NOT BE ACCEPTED. CONTRACTOR SHALL PROVIDE A MINIMUM OF TWO WEEKS' NOTICE TO THE OWNER WHEN THE TESTING WILL BE CONDUCTED. D. NO PAYMENT FOR CABLES SHALL BE MADE UNTIL TESTING IS COMPLETED AND ACCEPTED. NO PAYMENT SHALL BE MADE FOR ANY CABLES THAT ARE PULLED IN BY MACHINE FOR WHICH NO PULLING TENSION MEASUREMENTS ARE MADE AND SUBMITTED AS SPECIFIED. E. Tests and Inspections: 1. After installing conductors and cables and before electrical circuitry has been energized, test for compliance with requirements. 2. Perform each visual and mechanical inspection and electrical test stated in META Acceptance Testing Specification. Certify compliance with test parameters. 3. Infrared Scanning: After Substantial Completion, but not more than 60 days after Final Acceptance, perform an infrared scan of each cable and conductors No. 3 AWG and larger. Remove box and equipment covers so terminations are accessible to portable scanner. a. Follow-up Infrared Scanning: Perform an additional follow-up infrared scan of each termination 11 months after date of Substantial Completion. b. Instrument: Use an infrared scanning device designed to measure temperature or to detect significant deviations from normal values. Provide calibration record for device. c. Record of Infrared Scanning: Prepare a certified report that identifies splices checked and that describes scanning results. Include notation of deficiencies detected, remedial action taken, and observations after remedial action. 4. Test Reports: Prepare a written report to record the following: a. Test procedures used. b. Test results that comply with requirements. c. Test results that do not comply with requirements and corrective action taken to achieve compliance with requirements. 5. Remove and replace malfunctioning units and retest as specified above. END OF SECTION Medium Voltage Cables 26 05 13-5 FTW17498— VCWRF Sludge Thickening Modifications City Project No. CO2647 THIS PAGE INTENTIONALLY BLANK 260519 LOW VOLTAGE POWER CONDUCTORS & CABLES 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install 600 Volt wires and cables. Electrical work shall be in accordance with Section 26 05 00 "Common Work Results for Electrical." B. Work shall include building wire, cable, wiring connections and terminations, and modular wiring systems. 1.02 QUALITY ASSURANCE: TESTING A. Megger test circuits for continuity and ground. Verify phasing at connection points. Torque test conductor connections and terminations to the Manufacturer's recommended values. Megger tests shall be performed by a third -party testing company with a minimum of 10 years' experience. B. Testing Agency's Qualifications: Member company of NETA 1. Testing Agency's Field Supervisor: Certified by NETA to supervise on -site testing. 1.03 SUBMITTALS Submittals shall be in accordance with Section 0133 00 "Submittals" and shall include: A. Shop drawing B. Certified test reports C. Warranty 1. The manufacturer shall include a two-year warranty on materials provided. 1.04 STANDARDS A. The applicable provisions of the following standards shall apply as if written here in their entirety: ICEA S-19-81/NEMA WC-3 ICEA S-61-402/NEMA WC-5 UL's Wire and Cable Marking and Application Guide 2016 1.05 DELIVERY AND STORAGE Rubber -Insulated Wire and Cable for the Transmission and Distribution of Electrical Energy Thermoplastic -Insulated Wire and Cable for the Transmission and Distribution of Electrical Energy Deliver cable and wire to the project site in the original packages. Conductors with damaged insulation or exposed nylon jacketing shall not be permitted. Low Voltage Power Conductors & Cables 26 05 19 - 1 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 2.00 PRODUCTS 2.01 CONDUCTORS AND CABLES A. CONDUCTORS: Soft -drawn, annealed tinned copper with a conductivity of not less than that of 98% pure copper bearing the U.L. label. The minimum size for power conductors shall be #12 unless specified otherwise on the plans. Conductors #12 or larger shall be stranded tinned copper. No solid conductor wire will be allowed. Utilize single conductors. Copper conductors shall comply with ASTM B 3 for bare annealed copper and with ASTM B8 for stranded conductors. B. SINGLE CONDUCTORS: Tinned copper conductor with thermoplastic insulation rated at 600 volts and insulated with type XHHW-2 insulation. Wire shall be water tank tested and approved as machine tool wire, in accordance with National Machine Tool Builders Association. Wire in light fixture channels and other special locations shall be as specifically noted for temperature in NEC Article 300. Wire shall be manufactured by Southwire, Okonite, General Cable, Houston Wire & Cable or approved equal. Where conductors are used in cable trays, the conductors/jacketing shall be rated for Tray Cable (Type TC) use. C. MULTI -CONDUCTOR CABLES: Type TC; Tinned copper, multi -conductor cable specifically approved for the installation of cable trays, in accordance with NEC Article 340. Each cable conductor shall be insulated with XHHW-2 type insulation rated at 600 volts. The individual conductors shall be twisted together and jacketed with a PVC outer covering. D. VARIABLE FREQUENCY DRIVE CONDUCTORS: XLPE insulation, Tinned copper, 600V TC manufactured by Belden. Conductor shall include three ground wires with an overall spiral copper tape shield. E. GROUND WIRE: Class B stranded tin-plated conductor without insulation. 2.02 WIRE CONNECTIONS AND DEVICES A. CONNECTORS, COMPRESSION, COPPER, 600 VOLT: As manufactured by Burndy, Thomas & Betts, or Ideal Industries; of the appropriate hole sizes and spacing which are in accordance with NEMA standards; two (2) holes in the tongue for use on conductor sizes 250 kcmil or larger; not required for connections to the circuit breakers in the lighting and/or receptacle panels. All compression connectors shall be long -barrel type, no exceptions. B. WIRENUTS: Silicone -based pre -filled spring wire connecting devices with plastic covering; UL listed for damp and wet locations. Wire nut shall meet requirements of UL 486D for Sealed Wire Connector Systems and shall be manufactured by Ideal Industries, Inc model 63, or as manufactured by ITT or Panduit. Wire nut shall be spring insulated, properly sized and resistant to vibration may be used for No.12 through No.10 gauge conductor for lighting and branch circuits only. Wire nut splices are only allowed for circuit lighting. C. MECHANICAL SET SCREW CONNECTOR. Blackburn HPS, ADR-ALCUL, GP or GT, Burndy or Ilsco; consisting of an aluminum body which has openings on opposite ends for insertion of the conductors. Conductors inserted into these holes shall each be clamped by two set screws. Connectors shall be suitable for use with copper conductors. D. INSULATED MECHANICAL SET SCREW CONNECTORS: Blackburn AMT connectors or equal, consisting of aluminum body which has openings for insertion of conductors to be clamped by set screws. Connectors shall be suitable for use with copper conductors. Low Voltage Power Conductors & Cables 26 05 19 -- 2 FTW17498— VCWRF Sludge Thickening Improvements City Project No. CO2647 E. RUBBER TAPE: Scotch 130C. F. COLOR CODING VINYL TAPE: Scotch 35 G. VINYL TAPE: Scotch Super 88. H. INSULATING RESIN: Scotch Resin 4 or Resin 4N. I. POWER DISTRIBUTION BLOCKS: Mersen, Ilsco or Allen-Bradley, rated for 600 VAC and termination of copper conductors. Individual poles shall be constructed of tin-plated aluminum and mounted on an insulating base. 3.00 EXECUTION 3.01 PREPARATION A. Completely swab raceway system before installing conductors. Do not use cleaning agents and lubricants which have a deleterious effect on the conductors or their insulation. 3.02 INSTALLATION A. GENERAL Install raceway first as a complete system without conductors. Do not install pull wires and conductors until the raceway system is in place in accordance with the NEC and these specifications. Exception: Only flexible connections to motors shall be permitted to be installed after the installation of the remainder of the raceway system. The installation of these conductors shall be limited to exposure to damage for a maximum of one (1) week prior to installing flexible connection and making final terminations. Any conductors exposed to damage (i.e. not installed in raceway) longer than one (1) week shall be subject to rejection by the Owner and/or Engineer. If rejected, the cables shall be removed, discarded, replaced, reinstalled and re -termination at the Contractor's expense. 2. Installation of unapproved conductors shall be removed and replaced at the Contractor's expense. No exceptions. 3. Grouping conductors together into one conduit shall not be allowed without prior permission of Engineer where the plans indicate the conductors to be placed in separate conduits. 4. Neatly train wiring inside boxes, equipment and panelboards. Pull conductors into a raceway at the same time and use U.L. listed, wire pulling lubricant for pulling wire. Except for hand -pulled conductors into raceways, all wire and cable installation shall be installed with tension -monitoring equipment. Where conductors are found to have been installed without tension -monitoring, the conductors and cables shall be immediately removed from the raceways, permanently identified as rejected material, and removed from the jobsite. New conductors and cables shall be reinstalled, tagged and raceways resealed, all at the Contractor's expense. 6. Do not exceed cable manufacturer's recommendations for maximum pulling tensions and minimum bending radii. Where pulling compound is used, use only UL listed compound compatible with the cable outer jacket and with the raceway involved. Low Voltage Power Conductors & Cables FTW17498 — VCWRF Sludge Thickening Improvements 260519-3 City Project No. CO2647 7. All wire and cable installed in cable trays shall be UL Listed as Type TC, for cable tray use. 8. Where single conductors and cables in manholes, hand holes, vaults, cable trays, and other indicated locations are not wrapped together by some other means such as arc and fireproofing tapes, bundle throughout their exposed length all conductors entering from each conduit with nylon, self-locking, releasable, cable ties placed at intervals not exceeding 12 inches on center. 9. Properly support cables in accordance with the NEC and manufacturer's recommendations in all raceways. Provide strain relief as required. 10. Arrange wiring in cabinets and panels neatly, cut to proper length, remove surplus wire, bundle and secure in an acceptable manner. Identify all circuits entering motor control centers or other control cabinets in accordance with the conductor identification system specified herein and in Section 26 05 53 "Identification for Electrical Systems." 11. Cap conductors not terminated with the UL listed end caps. 12. Where conductors pass through holes or over edges in sheet metal, remove all burrs, chamfer all edges, and install bushings and protective strips of insulating material to protect the conductors. 13. For conductors that will be connected at a later time, provide at least 6 feet excess conductors in free standing panels and at least 2 feet excess in other assemblies. Provide additional excess conductors in any particular assembly where it is obvious that more conductor will be required to reach the termination point. B. SPLICES 1. Power Conductors: All splices are subject to the Engineer's and Owner's approval. Obtain approval from Engineer before pulling conductors and installing any splices. Where allowed by the Engineer, splice in junction boxes or at outlets for lighting only and receptacle branch circuits only. Splices for all other circuits shall be disallowed. a. Splices with 120V, 208V or 240V installations, with wire sizes #10 and smaller, shall utilize wire nuts in enclosures only. b. For splices of 277V or 480V circuits, the Contractor shall terminate conductors using wire nuts in a junction box for conductors up to #10. c. Conductors larger than #10 shall be spliced using power distribution blocks mounted to a backplane. 2. Conduit type fittings shall not contain splices. 3. Under no condition shall conductors of a different colors be spliced together. 4. Conductor splices inside equipment enclosure panels (i.e. MCCs, VFDs, soft starters, etc.) shall be landed on the terminal strips or power distribution blocks mounted to a backplane. 5. Wrap splices with a single half -lapped layer or rubber tape followed by successive layers of vinyl tape until a vinyl tape layer thickness of twice the original conductor insulation thickness is achieved. Low Voltage Power Conductors & Cables 26 05 19 - 4 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 C. TERMINATIONS f 1. Furnish and install power distribution blocks as required at their load connection point with conductors of smaller size. Install power distribution blocks with the number of poles and sizes needed for connecting the phase, neutral, and ground conductors. 2. Tighten all screws and terminal bolts using torque type wrenches and/or drivers to tighten to the inch -pound requirements of the NEC and UL. 3. Soldered mechanical joints insulated with tape shall not be acceptable. 4. SINGLE CONDUCTORS: Sufficient wire length shall be left at outlets to make connections to equipment without straining. Light switches and receptacles shall be connected with pigtails and twist -on spring type wire nuts. D. TESTING 1. Contractor responsible for providing third party independent testing firm. 2. Perform tests and inspections and prepare test reports and submit to the Owner/Engineer prior to final inspection. 3. Tests and Inspections: a. After installing conductors and cables and before electrical circuitry has been energized, test for compliance with requirements. b. Perform each visual and mechanical inspection. c. Test Reports: Prepare a written report to record the following: 1). Test procedures used 2). Test results that comply with requirements. 3). Test results that do not comply with requirements and corrective action taken to achieve compliance with requirements. d. Remove and replace malfunctioning units and retest as specified above. END OF SECTION Low Voltage Power Conductors & Cables 26 05 19 - 5 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 THIS PAGE INTENTIONALLY BLANK 26 05 23 CONTROL -VOLTAGE ELECTRICAL POWER CABLES 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install 600 Volt wires and cables. Electrical work shall be in accordance with Section 26 05 00 "Common Work Results For Electrical." B. Work shall include building wire, cable, wiring connections and terminations, and modular wiring systems. 1.02 SUMMARY A. Section Includes: 1. UTP cabling. 2. UTP cabling hardware. 3. Low voltage instrument cabling. 4. Control -circuit conductors. 5. Triad Shielded cable (RTD Cable). 6. Industrial Network Wire. ' 7. Source Quality Control. 1.03 DEFINITIONS A. EMI: Electromagnetic interference. B. Plenum: A space forming part of the air distribution system to which one or more air ducts are connected. An air duct is a passageway, other than a plenum, for transporting air to or from heating, ventilating, or air-conditioning equipment. C. UTP: Unshielded twisted pair. D. RTD Cable: Twisted, three conductor wire cable. 1.04 SUBMITTALS A. Shop Drawings: For each type of product. B. Testing reports. 1.05 QUALITY ASSURANCE A. Testing Agency Qualifications: Member company of NETA or an NRTL. Control Voltage Electrical Power Cables 26 05 23 - 1 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 2.00 PRODUCTS 2.01 SYSTEM DESCRIPTION A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. 2.02 UTP CABLE A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Belden CDT Networking Division/NORDX. 2. Or approved equal. B. Non -Plenum Rated, Industrial Cable CAT6 - Description: four -pair UTP covered with an industrial grade 300V PVCjacket. Belden part number 7940A or approved equal. 1. Comply with ISO/IEC 11801 for mechanical properties of Category 6 cables. 2. Comply with TIA-568-C.1 for performance specifications. 3. Comply with TIA-568-C.2, Category 6. C. Characteristics 1. UL Temp Rating: 60 degree C. 2. Operating Temperature Range: -40 degree C to 75 degree C. 3. NEC/(UL) Specification: CMR, CMX-Outdoor, UL444. 4. Data Category: Category 6. 5. Suitable for aerial, oil resistance, outdoor, and sunlight resistance. 6. UL Voltage Rating 300 V RMS. 7. Not plenum rated. D. Plenum rated — CAT6 Description: 23 AWG, four -pair UTP covered with LS PVC (Low Smoke Polyvinyl Chloride) jacket and FEP (Fluorinated Ethylene Propylene). Belden part number 1874A or approved equal. 1. Comply with TIA-568-C.1 for performance specifications and TIA-568-C.2 for components of balanced cable systems. 2. Comply with ANSI/TIA-758-13 for plant systems. 3. Listed and labeled by an N.RTL acceptable to authorities having jurisdiction as complying with NEMA WC 66, UL 444 and NFPA 70 for the following types: a. Communications, Plenum Rated: Type CMP complying with UL 1685 or Type CMP in listed plenum communications raceway. Control Voltage Electrical Power Cables 26 05 23 - 2 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 b. Communications, Plenum Rated: Type CM, Type CMG, Type CMP, Type CMR, or Type CMX in metallic conduit installed per NFPA 70, Article 300.22, "Wiring in Ducts, Plenums, and Other Air -Handling Spaces." c. Communications, Riser Rated: Type CMP or Type CMR in metallic conduit installed per NFPA 70, Article 300.22, "Wiring in Ducts, Plenums, and Other Air -Handling Spaces." d. Communications, General Purpose: Type CM or Type CMG. e. Communications, General Purpose: Type CM, Type CMG, Type CMP, Type CMR, or Type CMX in metallic conduit installed per NFPA 70, Article 300.22, "Wiring in Ducts, Plenums, and Other Air -Handling Spaces." 2.03 UTP CABLE HARDWARE A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. ADC. 2. American Technology Systems Industries, Inc. 3. AMP NETCONNECT; a Tyco Electronics brand; a TE Connectivity Ltd. company. 4. Belden CDT Networking Division/NORDX. 5. Belden Inc. 6. Corning Cable Systems. 7. Dynacom Corporation. 8. Hubbell Incorporated; Wiring Device Kellems. 9. Hubbell Premise Wiring. 10. KRONE Incorporated. 11. Leviton Manufacturing Co., Inc. 12. Molex Premise Networks. 13. Panduit Corp. 14. Siemon Co. (The). B. General Requirements for Cable Connecting Hardware: Comply with TIA/EIA-568-C.2, IDC type, with modules designed for punch -down caps or tools. Cables shall be terminated with connecting hardware of same category or higher. C. Connecting Blocks: 110-style IDC for Category 6. Provide blocks for the number of cables terminated on the block, plus 25 percent spare. Integral with connector bodies, including plugs and jacks where indicated. 1. Number of Terminals per Field: One for each conductor in assigned cables. D. Jacks and Jack Assemblies: 100-ohm, balanced, twisted -pair connector; four -pair, eight - position modular. Comply with TIA/EIA-568-C.1. Control Voltage Electrical Power Cables 26 05 23 - 3 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 2.04 LOW -VOLTAGE INSTRUMENT CABLE A. Shielded Twisted Paired Cable: 1. UL Control Cable (TC-ER) as manufactured by Belden or approved equal. Part No. depends on the number of pairs required 2. Standards a. NEC: NPLF b. ICEA S-73-532, S-61-402, T-29-520 c. FT4 d. IEEE 1202/383 3. Individually and overall shielded one pair, twisted, No. 18 AWG, stranded annealed tinned -copper conductors. 4. Insulation/Jacket: XLP/PVC. 5. Flame Resistance. Comply with UL 1685. 6. Tray Cable rated. 2.05 CONTROL -CIRCUIT CONDUCTORS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. General Cable; General Cable Corporation. 2. Southwire Company. 3. Alpha 4. Okonite 5. Belden 6. Houston Wire and Cable B. General 1. Wires and cables shall be soft -drawn, annealed tinned copper with a conductivity of not less than that of 98% pure copper, UL83 and UL1063 listed, rated 600 volts and certified for continuous operation at maximum conductor temperature of 90 Celsius in dry locations and in wet locations. 2. Control, signal and instrumentation circuits and as specifically indicated on the plans the minimum conductor permitted is #14. C. SINGLE CONDUCTOR CABLES: Tinned conductor with thermoplastic insulation rated at 600 volts and insulated with type XHHW-2 insulation. Wire shall be water tank tested and approved as machine tool wire, in accordance with National Machine Tool Builders Association. Control Voltage Electrical Power Cables 26 05 23 - 4 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 D. MULTI CONDUCTOR CABLES: Tinned conductor with thermoplastic insulation rated at 600 volts and insulated with type XHHW-2 insulation. Wire shall be water tank tested and approved as machine tool wire, in accordance with National Machine Tool Builders Association. E. Class 1 Control Circuits: Stranded copper, Type XHHW-2, in raceway, complying with UL 44. F. Class 2 Control Circuits: Stranded copper, Type XHHW-2, in raceway, complying with UL 44. G. Class 3 Remote -Control and Signal Circuits: Stranded copper, Type XHHW-2, in raceway, complying with UL 44. H. Class 2 Control Circuits and Class 3 Remote -Control and Signal Circuits That Supply Critical Circuits: Circuit Integrity (CI) cable. 1. Smoke control signaling and control circuits. 2.06 TRIAD SHIELDED CABLE (RTD CABLE) A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. General Cable; General Cable Corporation. 2. Okonite 3. Belden 4. Houston Wire and Cable ' B. Eight (8) or as indicated on the plans, with three (3) 18 AWG conductors. 1. Triads shall each have individual shield and overall shield. 2. Each conductor insulated for 600V and entire cable rated for 90 Celsius in dry locations and 75 Celsius in wet locations. a. Primary Insulation: 15 mils nominal; PVC; 4 mils nylon b. Number of Conductors: 3 c. Color Code. Black and white and red d. Group Identification: Each triad numbered e. Pair Shield: 100% coverage; .35 mil aluminum x .5 mil Mylar tape and 20 gauge 7 strand tinned copper drain wire; shield tape to be applied to give a total shield isolation from all other triad shields. f. Cable Shield: 100% coverage; 2.35 mil aluminum Mylar tape shield and an 18 gauge 7 strand tinned copper drain wire. g. Jacket: Black 90 Celsius FR PVC h. Tray Cable Rated. i. Tinned -Copper. 2.07 IN1)U'STTRR1AL NET- nrno- R Control Voltage Electrical Power Cables 26 05 23 - 5 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 1. Be tHTBetiIGI"'STL: 2. Include QI415 r r+r.rr 2.08 SOURCE QUALITY CONTROL A. Testing Agency: Engage in a qualified testing agency to evaluate cables. B. Factory test UTP cables according to TIA-568-C.2. C. Factory test optical -fiber cables according to TIA-568-C.3. D. Cable will be considered defective if it does not pass tests and inspections. E. Prepare test and inspection reports. 3.00 EXECUTION 3.01 EXAMINATION A. Test cables on receipt at Project site. 1. Test each pair of UTP cable for open and short circuits. 3.02 INSTALLATION OF CONDUCTORS AND CABLES A. Comply with NECA land NFPA 70. B. General Requirements for Cabling: 1. Comply with TIA-568-C Series of standards. 2. Comply with BICSI ITSIMM, Ch. 5, "Copper Structured Cabling Systems" and Ch. 6, "Optical Fiber Structured Cabling Systems." 3. Terminate all conductors; no cable shall contain unterminated elements. Make terminations only at indicated outlets, terminals, and cross -connect and patch panels. 4. Secure and support cables at intervals not exceeding 30 inches and not more than 6 inches from cabinets, boxes, fittings, outlets, racks, frames, and terminals. 5. Bundle, lace, and train conductors to terminal points without exceeding manufacturer's limitations on bending radii, but not less than radii specified in BICSI ITSIMM, Ch. 5, "Copper Structured Cabling Systems". 6. Do not install bruised, kinked, scored, deformed, or abraded cable. Do not splice cable between termination, tap, or junction points. Remove and discard cable if damaged during installation and replace it with new cable. 7. Control and Instrumentation Conductors: No splicing of control and instrumentation conductors shall be permitted between terminal points except as specifically indicated on the plans unless approved by the engineer. 8. Cold -Weather Installation: Bring cable to room temperature before de -reeling. Do not use heat lamps for heating. Control Voltage Electrical Power Cables 26 05 23 - 6 FTW17498 — VCW RF Sludge Thickening Improvements City Project No. CO2647 9. Pulling Cable: Comply with BICSI ITSIMM, Ch. 5, "Copper Structured Cabling Systems" and Ch. 6, "Optical Fiber Structured Cabling Systems." Monitor cable pull tensions. 10. Support: Do not allow cables to lay on removable ceiling tiles. 11. Secure: Fasten securely in place with hardware specifically designed and installed so as to not damage cables. C. UTP Cable Installation: 1. Comply with TIA-568-C.2. 2. Do not untwist UTP cables more than 1/2 inch at the point of termination to maintain cable geometry. D. Installation of Control -Circuit Conductors: 1. Install wiring in raceways. Comply with requirements specified in Section 26 05 33 "Raceways and Boxes for Electrical Systems." E. Open -Cable Installation: 1. Install cabling with horizontal and vertical cable guides in telecommunications spaces with terminating hardware and interconnection equipment. 2. Suspend copper cable not in a wireway or pathway a minimum of 8 inches above ceilings by cable supports not more than 30 inches apart. 3. Cable shall not be run through or on structural members or in contact with pipes, ducts, or other potentially damaging items. Do not run cables between structural members and corrugated panels. F. Separation from EMI Sources: 1. Comply with BICSI TDMM and TIA-569-B recommendations for separating unshielded copper voice and data communications cable from potential EMI sources including electrical power lines and equipment. 2. Separation between open communications cables or cables in nonmetallic raceways and unshielded power conductors and electrical equipment shall be as follows: a. Electrical Equipment or Circuit Rating Less Than 2 WA: A minimum of 5 inches. b. Electrical Equipment or Circuit Rating between 2 and 5 kVA: A minimum of 12 inches. c. Electrical Equipment or Circuit Rating More Than 5 kVA: A minimum of 24 inches. 3. Separation between communications cables in grounded metallic raceways and unshielded power lines or electrical equipment shall be as follows: a. Electrical Equipment or Circuit Rating Less Than 2 kVA: A minimum of 2-1/2 inches. b. Electrical Equipment or Circuit Rating between 2 and 5 kVA: A minimum of 6 inches. c. Electrical Equipment or Circuit Rating More Than 5 WA: A minimum of 12 inches. 4. Separation between communications cables in grounded metallic raceways and power lines and electrical equipment located in grounded metallic conduits or enclosures shall be as follows: Control Voltage Electrical Power Cables 26 05 23 - 7 FTW17498 — VCWRF Sludge Thickening improvements City Project No. CO2647 a. Electrical Equipment or Circuit Rating Less Than 2 kVA: No requirement. b. Electrical Equipment or Circuit Rating between 2 and 5 kVA: A minimum of 3 inches. c. Electrical Equipment or Circuit Rating More Than 5 kVA: A minimum of 6 inches. 5. Separation between Communications Cables and Electrical Motors and Transformers, 5 kVA or 5 HP and Larger: A minimum of 48 inches. 6. Separation between Communications Cables and Fluorescent Fixtures: A minimum of 5 inches. G. PAIRED SHIELDED AND TRIAD SHIELDED CABLE: Ground paired shielded and triad shielded cables at the instrument panel or instrument end only and isolate from other grounds. The shield shall be continuous from termination to termination. The paired shielded and triad shielded cable shall not be placed in the same conduit or cable tray with power cables and digital control cables. Each termination of paired shielded or triad shielded cable shall be coated with silicone jelly after termination. The shield of pair shielded cable and triad shielded cable shall only be broken when the conductors are terminated on terminal strips. Each conductor and shield shall be landed on its own terminal. Sharing of shield shall not be allowed. 3.03 REMOVAL OF CONDUCTORS AND CABLES A. Remove abandoned conductors and cables. Abandoned conductors and cables are those installed that are not terminated at equipment and are not identified for future use with a tag. 3.04 CONTROL -CIRCUIT CONDUCTORS A. Minimum Conductor Sizes: 1. Class 1 remote -control and signal circuits; No 14 AWG. 2. Class 2 low -energy, remote -control, and signal circuits; No. 16 AWG. 3. Class 3 low -energy, remote -control, alarm, and signal circuits; No 12 AWG. B. Control conductors #14 and smaller (where allowed) shall be terminated on a screw termination with a crimp on type spade connector. The connector wire sleeve shall be rated for the conductor size and only applied on the wire end. Doubling the conductor in the sleeve for a tighter fit shall not be allowed. Provide Panduit PanTerm or approved equal. C. Splicing control conductors with wire nuts, but splice connectors, or any other means other than terminal blocks is not acceptable. 3.05 GROUNDING Control Voltage Electrical Power Cables 26 05 23 - 8 FTW17498 — VCWRF Sludge Thickening improvements City Project No. CO2647 A. For data communication wiring, comply with ANSI-J-STD-607-A and with BICSi TDMM, "Bonding and Grounding (Earthing)" Chapter. B. For low -voltage control wiring and cabling, comply with requirements in Section 26 05 26 "Grounding and Bonding for Electrical Systems." 3.06 IDENTIFICATION A. Comply with requirements for identification specified in Section 26 05 53 "Identification for Electrical Systems." B. Identify data and communications system components, wiring, and cabling according to TIA- 606-A; label printers shall use label stocks, laminating adhesives, and inks complying with UL 969. 3.07 FIELD QUALITY CONTROL A. Testing Agency: Engage a qualified testing agency to perform tests and inspections. B. Manufacturer's Field Service: Engage a factory -authorized service representative to test and inspect components, assemblies, and equipment installations, including connections. C. Perform the following tests and inspections: 1. Visually inspect UTP cable jacket materials for UL or third -party certification markings. Inspect cabling terminations to confirm color -coding for pin assignments and inspect cabling connections to confirm compliance with TIA-568-C.1. 2. Visually inspect cable placement, cable termination, grounding and bonding, equipment and patch cords, and labeling of all components. 3. Test UTP cabling for direct -current loop resistance, shorts, opens, intermittent faults, and polarity between conductors. Test operation of shorting bars in connection blocks. Test cables after termination but not after cross -connection. a. Test instruments shall meet or exceed applicable requirements in TIA-568-C.2. Perform tests with a tester that complies with performance requirements in "Test Instruments (Normative)" Annex, complying with measurement accuracy specified in "Measurement Accuracy (Informative)" Annex. Use only test cords and adapters that are qualified by test equipment manufacturer for channel or link test configuration. D. Document data for each measurement. Print data for submittals in a summary report that is formatted using Table 10.1 in BICSI TDMM as a guide or transfer the data from the instrument to the computer, save as text files, print, and submit. E. End -to -end cabling will be considered defective if it does not pass tests and inspections. F. Prepare test and inspection reports. END OF SECTION Control Voltage Electrical Power Cables 26 05 23 - 9 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 THIS PAGE INTENTIONALLY BLANK 26 DS 26 GROUNDING & BONDING FOR ELECTRICAL SYSTEMS 1 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install a complete grounding system in strict accordance with Article 250 of the National Electrical Code (NEC) as shown on the drawings or as specified herein. Electrical work shall be in accordance with Section 26 05 00 "Common Work Results for Electrical." B. The following structures shall include a ground ring provided under this contract: 1. Thickening Building (around the building). 2. Electrical Building around the building pad(for Thickening Building). 3. Pad around the transformer/switch pad. 4. All outdoor equipment racks provided under this contract. C. Grounding shall be coordinated with Section 26 41 13 "Lightning Protection Systems." 1.02 SUBMITTALS Submittal shall be in accordance with Section 0133 00 "Submittals" and shall include: A. Shop Drawings 1. Grounding materials, equipment and processes. B. Plan for grounding system at each system identified in 1.01. C. Field quality -control test reports. 1.03 QUALITY ASSURANCE A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. B. Comply with UL 467 for grounding and bonding materials and equipment. 1.04 JOB CONDITIONS A. Measure the ground grid resistance with the earth test megger and install additional ground rods and conductors as required until the resistance to the ground conforms to these specifications. Ground resistance measurement shall not exceed 5 ohms. Add ground rods as required to bring resistance to 5 ohms and connect to grounding system. Grounding & Bonding for Electrical Systems 26 05 26 - 1 FTW17498 — VCWRF Sludge Thickening improvements City Project No. CO2647 2.00 PRODUCTS 2.01 MANUFACTURERS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Burndy; Part of Hubbell Electrical Systems. 2. ERICO International Corporation. 3. Harger Lightning & Grounding. 4. I LSCO. 5. O-Z/Gedney; a brand of Emerson Industrial Automation. 6. Thomas & Betts Corporation, A Member of the ABB Group. 2.02 CONDUCTORS A. Insulated Conductors: tinned -copper wire or cable insulated for 600 V unless otherwise required by applicable Code or authorities having jurisdiction. B. Tin-plated Bare Copper Conductors: 1. Solid Conductors. ASTM B 3. 2. Stranded Conductors: ASTM B 8. 3. Tinned Conductors: ASTM B 33. 4. Bonding Conductor: No. 4 AWG, stranded conductor. 5. Bonding Jumper: Copper tape, braided conductors terminated with copper ferrules; 1- 5/8 inches wide and 1/16 inch thick. 6. Tinned Bonding Jumper: Tinned -copper tape, braided conductors terminated with copper ferrules; 1-5/8 inches wide and 1/16 inch thick. 2.03 CONNECTORS A. Listed and labeled by a Nationally Recognized Testing Laboratory (NRTL) acceptable to authorities having jurisdiction for applications in which used and for specific types, sizes, and combinations of conductors and other items connected. B. Bolted Connectors for Conductors and Pipes: Copper or copper alloy, bolted pressure -type, with at least two bolts. C. Welded Connectors: Exothermic -welding kits of types recommended by kit manufacturer for materials being joined and installation conditions. D. Bus -Bar Connectors: Mechanical type, cast silicon bronze, solderless compression type wire terminals, and long -barrel, two -bolt connection to ground bus bar. Grounding & Bonding for Electrical Systems 26 05 26 - 2 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 2.04 GROUNDING ELECTRODES A. Ground Rods: copper clad; 3/4 inch by 10 feet. B. Ground Plate Electrodes. 1/4" thick, 2'-0" wide x 2'-0" long serrated copper plate with #4/0 tinned copper conductor terminated ten (10) foot welded pigtail connection, ALT Fabrication Item #3280-40 or equal. 2.05 MISCELLANEOUS A. CONDUIT GROUND FITTINGS: Fittings for bonding ground cable to the conduit shall be FCI Burndy Corp., type NE or Thomas & Betts No. 3951 series. B. GROUND ROD BOXES: Precast Box with cast iron lid. Lid shall read "ground rod". H-10 rated boxes shall be Brooks Precast Model "3-RT" or approved equal. Ground rod boxes located in drive/driveway areas shall have an AASHO HS-20 rating by ALT Fabrication Item #3114 or approved equal. C. EXOTHERMIC WELDING PROCESS: CADWELD MATERIALS —as manufactured by ERICO products or approved equal. 2.06 PROCESSES A. All grounding system connections to building steel shall be exothermically welded including all cable connections, and cable steel terminations. The use of mechanical type connections is not acceptable. B. Any concealed connection (buried, encased in concrete or otherwise sealed) shall be done only with exothermic welds. C. All materials involved must be from the same sources to insure compatibility. Connections made from this process shall meet the requirements of IEEE Standards 80 and 837 and as listed in MIL419 and other standards, National Electrical Code, etc. 2.07 GROUNDING SYSTEM A. Provide a grounding system that includes all connections and the testing of ground rods, ground cables, ground buses, conduits, fittings, anchor supports, thermite process materials and equipment and other materials required for a complete installation. Grounding system shall be installed and sized in accordance with the National Electrical Code. 3.00 EXECUTION 3.01 INSTALLATION A. Conductor Terminations and Connections: 1. Pipe and Equipment Grounding Conductor Terminations: Bolted/clamp type connectors. 2. Underground Connections: Exothermically welded connectors, except at test wells. 3. Connections to Ground Rods at Test Wells: Mechanical connectors. 4. Connections to Structural Steel: Exothermically welded connectors. Grounding & Bonding for Electrical Systems 26 05 26 - 3 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 B. Ground electrical work in accordance with NEC Article 250 and local codes. C. Install ground cables in conduits above grade or directly buried in earth to a depth of not less than 12" below grade. Installation to provide sufficient mechanical protection so as not to break ground cables or connections. D. Install ground cables continuously between connections. Splices shall not be permitted. Where ground cables pass through floor slabs, buildings, etc., and when not in metallic enclosures, provide a sleeve of approved, non-metallic materials. E. Install a green -colored, equipment grounding conductor in raceways. Size conductors in accordance with NEC Article 250. F. Where ground wire is directly buried in earth or concrete, use standard bare tinned copper cable, in all other cases install a green -colored insulation, equipment grounding conductor in accordance with Section 2605 19 "Low Voltage Conductors & Cables." Size conductors in accordance with NEC Article 250. Provide grounding conductors as required per the NEC. G. Metal conduits stubbed up into switchgear, motor control center or other electrical equipment shall be terminated with insulated grounding bushings and connected to the equipment ground bus. Size the grounding wire in accordance with applicable sections of the National Electrical Code. H. Provide mechanical connection for extension to existing stub -up ground conductors. Bonding Straps and Jumpers: Install in locations accessible for inspection and maintenance, except where routed through short lengths of conduit. 1. Provide grounding and bonding jumpers as required per the NEC. 2. Bonding to Structure: Bond straps directly to basic structure, taking care not to penetrate any adjacent parts. 3. Bonding to Equipment Mounted on Vibration Isolation Hangers and Supports: Install so vibration is not transmitted to rigidly mounted equipment. 4. Use exothermic -welded connectors for outdoor locations, but if a disconnect -type connection is required, use a bolted clamp. J. Grounding and Bonding for Piping: 1. Metal Water Service Pipe: Install insulated tinned copper grounding conductors, in conduit, from building's main service equipment, or grounding bus, to main metal water service entrances to building. Connect grounding conductors to main metal water service pipes, using a bolted clamp connector or by bolting a lug -type connector to a pipe flange, using one of the lug bolts of the flange. Where a dielectric main water fitting is installed, connect grounding conductor on street side of fitting. Bond metal grounding conductor conduit or sleeve to conductor at each end. 2. Water Meter Piping. Use braided -type bonding jumpers to electrically bypass water meters. Connect to pipe with a bolted connector. 3. Bond each aboveground portion of gas piping system downstream from equipment shutoff valve. Grounding & Bonding for Electrical Systems 26 05 26 - 4 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 K. Liquid tight flexible metal conduit in sizes 1-1'2" or larger shall have bonding jumpers. Bonding jumpers shall be external, run in parallel (not spiraled) and fastened with plastic tie wraps. Contractor shall provide bondingjumpers sized in accordance with the National Electrical Code. L. All equipment enclosures, equipment racks, motor and transformer frames, conduit systems, cable armor, exposed structural steel and all other equipment and materials shall be grounded using a grounding conductor. Ground conductor shall be sized as required by the NEC. M. Ground transformer neutrals to the nearest available grounding electrode with a conductor sized in accordance with NEC Article 250. N. Where exothermic bonding is used, molds shall be of the appropriate size for the wire and rod used. All bonds shall remain exposed for inspection of the Owner's Representative. O. Ground rod shall be installed such that the top of the ground rod is 5" below grade and enclosed by a ground rod box. P. Conduit terminations shall be grounded. Q. Enclosures and doors shall be grounded. R. Provide ground ring around every structure, whether shown on the plans or not. 1. Spacing between ground rods shall be no more than 20'. 2. Each corner of the structure shall have a test well. Where structures do not have corners, there shall be a minimum of 4 ground test wells spaced evenly around the structure. 3.02 INSPECTION A. Inspect the grounding and bonding system conductors and connections for tightness and proper installation. B. Use Biddle Direct Reading Earth Resistance Tester or equivalent to measure resistance to ground of the system. Perform testing in accordance with the test instrument manufacturer's recommendation using the fall of potential method. C. All test equipment shall be provided under this section and approved by the Engineer. D. Resistance to ground testing shall be performed during dry season. Submit test results in the form of a graph showing the number of points measured (12 minimum) and the numerical resistance to ground. E. Testing shall be performed before energizing the distribution system. F. A separate test shall be conducted for each building or system. G. Notify the Engineer immediately if the resistance to ground for any building or system is greater than five ohms. Ground resistance measurement shall not exceed 5 ohms. Provide additional ground rods and conductors as required to bring the resistance to five ohms. END OF SECTION Grounding & Bonding for Electrical Systems 26 05 26 - 5 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 THIS PAGE INTENTIONALLY BLANK 26 05 29 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS 1.00 GENERAL 1.01 WORK INCLUDED A. This Section includes the following: 1. Hangers and supports for electrical equipment and systems. 2. Construction requirements for concrete bases. 1.02 DEFINITIONS A. IMC: Intermediate metal conduit. B. RMC: Rigid metal conduit. 1.03 PERFORMANCE REQUIREMENTS A. Design supports for multiple raceways capable of supporting combined weight of supported systems and its contents. B. Design equipment supports capable of supporting combined operating weight of supported equipment and connected systems and components. C. Rated Strength: Adequate in tension, shear, and pullout force to resist maximum loads calculated or imposed for this Project, with a minimum structural safety factor of five times the applied force. 1.04 SUBMITTALS A. Shop Drawings: 1. Stainless steel trapeze hangers. Include Product Data for components. 2. Stainless steel slotted channel systems. Include Product Data for components. 1.05 QUALITY ASSURANCE A. Comply with NFPA 70. 1.06 COORDINATION A. Coordinate size and location of concrete bases. Cast anchor -bolt inserts into bases. Concrete, reinforcement, and formwork requirements are specified in Division 03. 2.00 PRODUCTS 2.01 SUPPORT, ANCHORAGE, AND ATTACHMENT COMPONENTS A. All supporting hardware shall be 316 stainless steel. B. 316 Stainless Steel Slotted Support Systems: Comply with MFMA-4, factory -fabricated components for field assembly. Hangers and Supports for Electrical Systems 26 05 29 -1 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Allied Tube & Conduit. b. Cooper B-Line, Inc.; a division of Cooper Industries. c. Fabco Plastics Wholesale Limited. d. Seasafe,Inc. e. No others approved. 2. Fittings and Accessories: Products of channel and angle manufacturer and designed for use with those items. 3. Fitting and Accessory Materials: Same as channels and angles, except metal items shall be 316 stainless steel. 4. Rated Strength: Selected to suit applicable load criteria. C. Raceway and Cable Supports: As described in NECA 1 and NECA 101. D. Conduit and Cable Support Devices: 316 Stainless Steel hangers, clamps, and associated fittings, designed for types and sizes of raceway or cable to be supported. E. Structural Steel for Fabricated Supports and Restraints: ASTM A 36/A 36M, 316 stainless steel plates, shapes, and bars. F. Personal Protection: 1. Yellow Plastic End Cap. 2. Yellow Rubber End Cap. G. Coordinate paragraph and subparagraphs below with installation requirements in Part 3. H. Mounting, Anchoring, and Attachment Components: Items for fastening electrical items or their supports to building surfaces include the following: 1. Powder -Actuated Fasteners: Threaded -steel stud, for use in hardened portland cement concrete, steel, or wood, with tension, shear, and pullout capacities appropriate for supported loads and building materials where used. 2. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Hilti Inc. b. ITW Ramset/Red Head; a division of Illinois Tool Works, Inc. c. MKT Fastening, LLC. d. Simpson Strong -Tie Co., Inc.; Masterset Fastening Systems Unit. e. No others approved. 3. Mechanical -Expansion Anchors: Insert -wedge -type, stainless steel, for use in hardened portland cement concrete with tension, shear, and pullout capacities appropriate for supported loads and building materials in which used. Hangers and Supports for Electrical Systems 26 05 29 - 2 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 4. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Cooper B-Line, Inc.; a division of Cooper Industries. b. Empire Tool and Manufacturing Co., Inc. c. Hilti Inc. d. ITW Ramset/Red Head; a division of Illinois Tool Works, Inc. e. MKT Fastening, LLC. f. No others approved. 5. Concrete Inserts: Steel or malleable -iron, slatted support system units similar to MSS Type 18; complying with MFMA-4 or MSS SP-58. 6. Clamps for Attachment to Steel Structural Elements: MSS SP-58, type suitable for attached structural element. 7. Through Bolts: Structural type, hex head, and high strength. Comply with ASTM A 325. 8. Toggle Bolts: Springhead type, 316 stainless steel. 9. Hanger Rods: Threaded, 316 stainless steel. 2.02 FABRICATED METAL EQUIPMENT SUPPORT ASSEMBLIES A. Description: Bolted, structural -steel shapes, shop or field fabricated to fit dimensions of supported equipment. 3.00 EXECUTION 3.01. APPLICATION A. Comply with NECA 1 and NECA 101 for application of hangers and supports for electrical equipment and systems except if requirements in this Section are stricter. B. Maximum Support Spacing and Minimum Hanger Rod Size for Raceway: Space supports for IMC, and RMC as required by NFPA 70. Minimum rod size shall be 3/8 inch in diameter. C. Horizontal channel strut: Conduit clamps shall not come within 3" of the end of the channel strut. D. Vertical channel strut: Conduit clamps shall not come within 6" of the bottom of the channel strut and 2" of the top of the channel strut. E. Multiple Raceways or Cables: Install trapeze -type supports fabricated with stainless steel slotted support system, sized so capacity can be increased by at least 25 percent in future without exceeding specified design load limits. 1. Secure raceways and cables to these supports with two -bolt conduit clamps and single bolt conduit clamps using spring friction action for retention in support channel. F. Spring- stainless steel clamps designed for supporting single conduits without bolts maybe used for 1-1/2-inch and smaller raceways serving branch circuits and communication systems above suspended ceilings and for fastening raceways to trapeze supports. Hangers and Supports for Electrical Systems 26 05 29 - 3 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 3.02 EQUIPMENT SUPPORTS AND ELECTRICAL RACKS A. Horizontal channel strut: space to properly secure at manufacturer provided securing -locations for each enclosure to be placed on rack or support. Strut shall be long enough to have not less than 8" clearance between end of enclosures and end of strut. Strut shall be long enough to have not less than 10" of clearance between enclosures. B. Vertical channel strut: space to provide a minimum'of 10" of clearance between enclosures and not greater than 4' between vertical struts. C. Final design shall be signed and sealed by a structural engineer. Weight of equipment, indoor/outdoor location, mounting face, etc. shall be taken into account. 3.03 SUPPORT INSTALLATION A. Comply with NECA 1 and NECA 101 for installation requirements except as specified in this Article. B. Raceway Support Methods: In addition to methods described in NECA 1, RMC may be supported by openings through structure members, as permitted in NFPA 70. C. Strength of Support Assemblies: Where not indicated, select sizes of components so strength will be adequate to carry present and future static loads within specified loading limits. Minimum static design load used for strength determination shall be weight of supported components plus 200 lb. D. Mounting and Anchorage of Surface -Mounted Equipment and Components: Anchor and fasten electrical items and their supports to building structural elements by the following methods unless otherwise indicated by code: 1. To Wood: Fasten with lag screws or through bolts. 2. To New Concrete: Bolt to concrete inserts. 3. To Masonry: Approved toggle -type bolts on hollow masonry units and expansion anchor fasteners on solid masonry units. 4. To Existing Concrete: Expansion anchor fasteners. 5. Instead of expansion anchors, powder -actuated driven threaded studs provided with lock washers and nuts may be used in existing standard -weight concrete 4 inches thick or greater. Do not use for anchorage to lightweight -aggregate concrete or for slabs less than 4 inches thick. 6. To Steel: Beam clamps (MSS Type 19, 21, 23, 25, or 27) complying with MSS SP-69. 7. Items Mounted on Hollow Walls and Nonstructural Building Surfaces: Mount cabinets, panelboards, disconnect switches, control enclosures, pull and junction boxes, transformers, and other devices on slotted -channel racks attached to substrate. E. Drill holes for expansion anchors in concrete at locations and to depths that avoid reinforcing bars. 3.04 FINISH A. Deburr all cuts to strut. Hangers and Supports for Electrical Systems 26 05 29 - 4 FTW17498 — VCWRr Sludge Thickening Improvements City Project No. CO2647 B. Provide plastic end caps on all strut end pieces. Then provide rubber end cap over the top of the plastic end cap. 3.05 INSTALLATION OF FABRICATED METAL SUPPORTS A. Cut, fit, and place miscellaneous metal supports accurately in location, alignment, and elevation to support and anchor electrical materials and equipment. END OF SECTION Hangers and Supports for Electrical Systems 26 05 29 - 5 FTW17498 -- VCWRF Sludge Thickening Improvements City Project No. CO2647 THIS PAGE INTENTIONALLY BLANK 26 05 30 ELECTRICAL BUILDINGS 1.00 GENERAL 1.01 SCOPE OF WORK A. The Contractor shall furnish and install Electrical Buildings for assemblies of electrical equipment to house and protect electrical equipment from the elements in NEMA 3R construction. B. Structural grid base and floor system shall be designed for applicable floor loading for allowing the Electrical Building to be lifted and transported with the interior equipment installed and interconnected. C. Buildings shall be as specified herein and as shown on the Drawings. 1.02 RELATED WORK A. Division 26 Electrical B. Section 08 1119 Stainless -Steel Doors and Frames. C. Section 08 7100 Door Hardware. 1.03 SUBMITTALS A. Submittals for equipment specified herein shall be made as apart of equipment furnished under other Sections. Individual submittals for equipment specified herein will not be accepted and will be returned unreviewed. B. Submittals shall be in accordance with Section 0133 00 "Submittals". C. Submittals shall also contain information on related equipment to be furnished under this Specification but described in the related sections listed in the Related Work paragraph above. incomplete submittals not containing the required information on the related equipment will also be returned unreviewed. D. Structural, electrical and mechanical drawings shall be submitted for approval. E. Structural, electrical and mechanical drawings shall be submitted as "Certified as -built" upon completion. Auto CAD R13 format on CD and (1) hard copy on 11" x 17" or larger medium. F. Complete HVAC calculations shall be submitted with approval drawings for review. G. State of Texas mandated certification for modular steel enclosures meeting DOE Conservation Compliance. Electrical Buildings 26 05 30 - 1 FTW17498 — Village Creek WRF Thickening Improvements City Project No. CO2647 1.04 REFERENCE CODES AND STANDARDS A. Design and construction shall conform to the applicable sections of the latest standards as issued by the following agencies, as a minimum: 1. Uniform Building Code (UBC)-- (Default Structural loading criteria shall be per the UBC) 2. American National Standards Institute/American Society of Civil Engineers (ANSI/ASCE) 3. Metal Building Manufacturers Association (MBMA) 4. American Society for Testing and Material (ASTM) 5. American Society of Heating, Refrigeration, and Air conditioning Engineers (ASHRAE) 6. National Electric Manufacturers Association NEMA 250 7. National Electric Manufacturers Association NEMA ICS6 8. UL 50 Enclosures for Electrical Equipment, Non -Environmental Considerations (Type 1) 9. UL 50E Enclosures for Electrical Equipment, Environmental Considerations (Remaining Types) 10. UL 508A Industrial Control Panels 11. UL 1773 Termination Boxes 12. National Electric Code (NEC), including local amendments. 13. Project Local Building Codes 14. Occupational Safety and Health Administration (OSHA) 15. The Electrical Building shall be designed and constructed to withstand external loading conditions as prescribed by the Uniform Building Code. 1.05 QUALITY ASSURANCE A. The manufacturer of this equipment shall have produced similar equipment for a minimum period of ten (10) years. When requested by the Engineer, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. B. All drawings and structural calculations shall bear the seal of a currently licensed Professional Engineer in the State of Texas. C. All welding shall be performed by AWS qualified personnel. D. For the equipment specified herein, the manufacturer shall be ISO 9001 2000 certified. Electrical Buildings 26 05 30 - 2 FTW17498 — Village Creek WRF Thickening Improvements City Project No. CO2647 E. Equipment submitted shall fit within the space shown on the Drawings. Equipment which does not fit within the space is not acceptable. All components and material shall be new and of the latest field proven design and in current production. Obsolete components or components scheduled for immediate discontinuation shall not be used. 1.06 JOBSITE DELIVERY, STORAGE AND HANDLING A. Prior to jobsite delivery, the Contractor shall have successfully completed all submittal requirements, and present to the Owner/Engineer upon delivery of the equipment, an approved copy of all such submittals. Delivery of incomplete constructed equipment, or equipment which failed any factory tests, will not be permitted. B. Jobsite delivery storage and handling shall be handled in accordance with the associated electrical equipment specification. C. At shipping splits (when required due to transportation restrictions), each open area shall be sealed with 2" thick wooden framing and a complete plywood cover for temporary protection during transportation and setting. Seams in plywood shall be liberally caulked at the exterior. D. Equipment shall be handled and stored in accordance with manufacturer's instructions. Two (2) copies of these instructions shall be included with the equipment at time of shipment, and shall be made available to the Contractor and Owner. E. Shipping groups shall be designed to be shipped by truck, rail, or ship. Indoor groups shall be bolted to skids. Breakers and accessories shall be packaged and shipped separately. F. Equipment shall be equipped to be handled by crane. Where cranes are not available, equipment shall be suitable for skidding in place on rollers using jacks to raise and lower the groups. G. Equipment shall be installed in its permanent finished location shown on the Drawings within seven (7) calendar days of arriving onsite. If the equipment cannot be installed within seven (7) calendar days, the equipment shall not be delivered to the site, but stored offsite, at the Contractor's expense, until such time that the site is ready for permanent installation of the equipment. H. Where space heaters are provided in equipment, provide temporary electrical power and operate space heaters during jobsite storage, and after equipment is installed in permanent location, until equipment is placed in service. 1.07 WARRANTY A. The Manufacturer shall warranty the equipment to be free from defects in material and workmanship for the same warranty period as specified for the associated mechanical equipment, but not less than 5 years from date of final acceptance of the project. Within such period of warranty, the Manufacturer shall promptly furnish all material and labor necessary to return the equipment to new operating condition. Any warranty work requiring Electrical Buildings 26 05 30 - 3 FTW17498 —Village Creek WRF Thickening Improvements City Project No. CO2647 shipping or transporting of the equipment shall be performed by the Manufacturer, at no expense to the Owner. 2.00 PRODUCTS 2.01 MANUFACTURERS A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: 1. M & M Costal MFG (Chris Gillespie) 2. Lectrus Corp 3. Approved 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. 2.02 GENERAL A. Area classification- General purpose. / Non -hazardous area. B. The Electrical Building shall be designed for use in a 40°C ambient. C. THE EBA shall be built for the seismic zone of the area in which it is to be installed. D. Structural components of the Electrical Building shall be designed to withstand external loading as prescribed by the applicable codes above (as a minimum), with co -lateral considerations as follows: 1. Base and floor system shall be designed to withstand all dead and live loads as applicable, or, a minimum of 250 Ibs/ft2 over the entire floor area, while supported at lift points only. 2. Maximum deflection of all base members shall not exceed L/240 at time of lift, and following final installation, with all applicable dead and live loads applied, or, a minimum of 250 Ibs/ft2 over the entire floor area. 3. Roof loading- Per Uniform Building Code (40 Ibs/ft2 minimum). 4. Wind loading- Per Uniform Building Code -Exposure C minimum (90 mph minimum). 5. All lifting lugs shall be removable, without sacrificing the structural integrity of the building. 6. The ceiling shall be capable of withstanding a single continuous load of 100 Ibs. per linear foot located at mid span of the ceiling panels and running the entire length of the Electrical Buildings 26 05 30 - 4 FTW17498 — Village Creek WRF Thickening Improvements City Project No. CO2647 Electrical Building. The ceiling panels shall act alone, structurally, and not depend on the roof or the interior equipment for support. 7. All shipping splits and other penetrations shall have adequate structural reinforcement via rigid frames or other means to minimize distortion during handling and transportation. 2.03 MATERIALS AND CONSTRUCTION A. All permanent components shall consist of materials that do not freely support combustion. Use of wood or any other materials that freely support combustion will not be allowed as permanent components. B. Base and Floor 1. Base members shall be ASTM A36 wide flange, channel, angle and tube shapes forming a self-supporting grid. All members shall be continuously welded to adjoining members. Structural members shall be located to coordinate with the enclosed equipment, to support it, while allowing maximum access to equipment floor openings for cable penetration. 2. Floor shall be 1/4" (minimum) thickness flat steel plate, welded to all longitudinal and transverse base members. 3. Floor plate seams shall be continuously welded at all joints, and ground smooth to minimize visibility of seams. Welding of floor plate shall be staged to produce a flat and ripple free surface. 4. The installed enclosure shall be capable of supporting a floor loading of 250 pounds per square foot. C. Floor Openings 1. Each equipment area shown on the Drawings shall have a 14ga plate bolted to the floor opening for conduit entry. Size and location of the opening shall be provided by the Contractor. D. Enclosure Walls Exterior walls shall be 18ga (minimum) hot -dipped galvanized sheet steel interlocking panels to create a tightly interlocking panel design. Interlocking panel ribs shall repeat at a maximum of 16". 2. Interior walls shall be 18ga (minimum) hot -dipped galvanized sheet steel firmly attached to interlocking ribs of exterior wall panels utilizing ASTM shear and pull out rated self tapping screws on 24" maximum centers. Each interior wall panel shall be formed to receive adjacent panels at overlaps. 3. Walls shall be able to withstand a basic wind loading of 120 miles per hour (ultimate), and to all Design Loads as shown on drawings, sheet GS-1. Electrical Buildings 26 05 30 - 5 FTW17498—Village Creek WRFThickening Improvements City Project No. CO2647 4. The wall panels shall be assembled using self drilling and tapping #14 TEK screws installed at each interlocking joint. The maximum TEK screw spacing shall be 16" on center. 5. Following assembly (and coating) of all interlocking wall and roof panels each exterior seam shall be neatly caulked using a high modulus silicone base product. The use of copolymer tape and / or neoprene gasketing is unacceptable between any exterior seams of the Electrical Building. E. Ceiling and Roof Structure 1. Ceiling panels shall be 18ga (minimum) hot -dipped galvanized sheet steel interlocking panels to create a tightly interlocking panel design with vertical standing ribs. 2. Roof material shall be 18ga (minimum) hot -dipped galvanized sheet steel interlocking panels to create a tightly interlocking panel design with vertical standing ribs. 3. Following assembly (and coating) of all interlocking wall and roof panels each exterior seam shall be neatly caulked using a high modulus silicone base product. The use of copolymer tape and / or neoprene gasketing is unacceptable between any exterior seams of the Electrical Building. 4. The entire roof perimeter shall be trimmed with a fascia that aesthetically hides the standing rib roof edges, prevents high velocity rainwater run-off, and prevents built-up ice from sliding off the roof in large sheets. The roof shall be able to withstand, at a minimum, a live load of 40 pounds per square foot. 6. Roof panels shall be caulked along all mating surfaces before assembly and each roof panel shall be attached to its adjacent panels using gasketed #14 stainless aluminum self drilling and tapping TEK screws on 16" centers. F. Doors 1. General a. Equipment and personnel doors shall be provided as shown on the Drawings. One equipment door shall be sized and provided to allow for equipment entry and removal. c. One personnel door shall be provided in addition to the equipment door to allow for personnel entry and exit. d. Additional doors shall be provided if required for equipment access or by Code. 2. Construction e. Doors and Frames: Refer to Division 08 1119 Stainless -Steel Doors and Frames. Electrical Buildings 26 05 30 - 6 FTW17498—Village Creek WRFThickening Improvements City Project No. CO2647 f. Door Hardware: Refer to Division 08 7100 Door Hardware. G. Coatings 1. All exterior and interior surfaces shall be thoroughly cleaned prior to coating application per the coating manufacturer's recommended practice. 2. Exterior surfaces- Walls, Roof & Fascia Substrate: a. Primer- Chemical clean using a three stage iron phosphate wash system. One stage JA of degreaser soap and iron phosphate coating followed by a clear water rinse. Final stage a seal to prevent flash rust prior to power coating. high, ^I C Mik DF vrrrs-orr b. Finish - Suoer durable baked on TGIC oolvester power aDolied 2.4-2.6 mils dry film thickness. c. Color— Interior White, Exterior White. ANSI #61 Light rFay d. Touch-up paint - (1) quart 3. Interior -Substrate: a. Primer- high solids epoxy primer, 1.5 Mils DFT b. Finish - high solids polyurethane enamel, 1.5 Mils DFT c. Color - white d. Touch-up paint - (1) quart 4. Floor- (Top Area) a. Primer- high solids epoxy primer, 3.0 Mils DFT b. Finish - high solids polyurethane enamel, 1.5 Mils DFT with non skid additive c. Color - ANSI #61 Light Gray, anti-skid d. Touch-up paint - (1) quart 5. Base & Floor Underside a. Primer - Commercial blast Catalyzed epoxy primer, 2.0-3.0 mils DFT (Sherwin Williams 2.8 VOC epoxy primer or approved equal). Polyurethane enamel finish, 1.5- 2.0 mils DFT, white (Sherwin Williams Polane S Plus or approved equal). Floor finish, chemical resistant non-skid epoxy, 1.5 to 2.0 mils dry, grey. high solid epoxy ^S+'^ 2.0 MiIs B T- b. Undercoat - Bituminous undercoat, (Sherwin Williams Tar Guard or approved equal) 8 mils. high solid Coal Tar C.,oxy, 4.0 Mils DF Electrical Buildings 26 05 30 - 7 FTW17498 — Village Creek WRF Thickening Improvements City Project No. CO2647 6. All coatings shall be applied inside an environmentally controlled (air quality, temperature and humidity) paint booth with ventilation and filtration provisions in full compliance with EPA and in accordance with the manufacturer's coating requirements. Coating applications performed in outside ambient air conditions will NOT be acceptable. H. Grounding 1. Two external ground pads shall be welded to the structural base, for connection to a grounding grid. Grounding components shall be as specified in Section 26 05 26 Grounding and Bonding. 2.04 ELECTRICAL UTILITIES A. All utilities shall be UL fisted and recognized devices. B. All utilities shall be functionally tested prior to completion C. Interior lights- General Electric or equal, LED fixtures - (qty. required for 50 foot candles interior illumination at floor level). D. Exterior lights shall be General Electric LED Fixture, or approved equal. 1. One each door 2. Single control circuit with one master photocell. E. Exit Sign — Dual-Lite Sempra Cast Aluminum Emergency Light SE Series or equal. 1. One over each door. F. Light switch - 3-way General Electric specification grade, or equal, 20A 125V ivory. G. Duplex receptacles- 20A 125V ivory GFCI duplex receptacle, 2 required, as specified in Section 26 27 26. H. Ground lugs secured to welded external ground pad using W Stud terminal - Burndy #QA28- 2N1-4/0, or equal, 2 required. Clean contact surface of all paint, dust, debris, and grease prior to attaching terminal. After installation, coat bare metal of welded external ground pad with exterior color matching paint. 2.05 INSTALLATION OF EQUIPMENT A. All Equipment, as specified herein, shall be factory installed inside the Electrical Building, and shall meet the installation requirements as specified in PART 3 of this specification Section. 2.06 HVAC SYSTEM Electrical Buildings 26 05 30 - 8 FTW17498 — Village Creek WRF Thickening Improvements City Project No. CO2647 A. HVAC System 1. Redundancy a. The HVAC System shall consist of Nf1 independent systems. 2. Exterior design temperatures - a. Summer (Per ASHRAE 2.5% design temperature) b. Winter (Per ASHRAE 97.5% design temperature) 3. Interior design temperatures a. Summer 857 b. Winter 55°F 4. HVAC system shall maintain the maximum interior temperature above with consideration to ambient conditions and the specified internal equipment total heat loss calculated at 100% of the full load rating of each piece of electrical equipment installed in the Electrical Building. 5. HVAC unit —as required to maintain interior design temperatures. Industrial quality, vertical, self contained, wall mounted with aluminum fin, riffle tube copper coils and adjustable fresh air damper to 40%: a. Cooling capacity as required. b. Heating capacity as required. c. Return air grill d. Supply air grill e. Thermostat- Automatic -Change -Over f. High Pressure Switch g. Low Pressure Switch h. Top flashing 6. Complete HVAC calculations shall be submitted with approval drawings for review 7. Controls for HVAC unit shall be such that short cycling shall be prevented. An alternating scheme shall be implemented to prevent excessively or abnormally unbalanced run hours. 8. HVAC units shall be painted to match exterior color. Electrical Buildings 26 05 30 - 9 FTW17498 --- Village Creek WRF Thickening Improvements City Project No. CO2647 2.07 ACCESSORIES A. Removable lift lugs - as required along base length at approximate 15'-0" centers (per shipping piece) 3.00 EXECUTION 3.01 INSTALLATION A. Installation of the building shall be in accordance with the building manufacturer's instructions. B. Spreader bars, cables, shackles, and other lifting / rigging equipment shall be provided by the Contractor, unless specifically noted otherwise. C. When handling Electrical Building all lift lugs should be used. D. The Electrical Building shall be supported at all times during handling, transportation and setting at all removable lift lug locations, as a minimum. END OF SECTION Electrical Buildings 26 05 30 - 10 FTW17498—Village Creek WRFThickening Improvements City Project No. CO2647 26 05 33 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS t 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install a complete conduit system for each type of electrical system. Electrical work shall be in accordance with Div. 26 ELECTRICAL specifications. B. Furnish labor, materials, equipment and incidentals necessary to install concrete electrical manholes and pull boxes, as specified and indicated on the plans. C. CONTRACTOR shall be responsible for sizing all manholes and pull boxes in accordance with the National Electrical Code, Article 370 and relevant sections of the NEC. CONTRACTOR shall be responsible for setting elevations at manhole and cable entry locations to meet the intent of the specifications and plans. D. The CONTRACTOR shall be responsible for sizing all pull boxes and junction boxes per the National Electrical Code (NEC) Article 314 and all other relevant sections of the NEC. Electrical work shall be in accordance with Section 26 05 00 "Common Work Results for Electrical." 1.02 SUMMARY A. Section Includes: 1. Metal conduits, tubing, and fittings. 2. Nonmetal conduits, tubing, and fittings. 3. Metal wireways and auxiliary gutters. 4. Nonmetal wireways and auxiliary gutters. 5. Surface raceways. 6. Boxes, enclosures, and cabinets. 7. Handholes and boxes for exterior underground cabling. 1.03 DEFINITIONS A. ARC: Aluminum rigid conduit. B. FMC: Flexible metal conduit C. LFMC: Liquid tight flexible metallic conduit D. RNC: Rigid nonmetallic conduit 1.04 SUBMITTALS A. Product Data: For surface raceways, wireways and fittings, hinged -cover enclosures, and cabinets. Raceways and Boxes for Electrical Systems 26 05 33 - 1 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 B. CONTRACTOR shall provide detailed conduit layout showing number, size, and location of conduits entering the manholes. Cables routed in conduits shall be clearly identified. Details shall also show elevation of conduits entering manholes. Manhole details shall be submitted to the ENGINEER for approval prior to the duct bank/manhole system being installed. C. Manholes, Pull and Junction Boxes Sizing Calculations: Detailed calculations shall be submitted to the ENGINEER with the manholes, pull and junction boxes' initial submittal. Submittals submitted without sizing calculations shall not be accepted. 2.00 PRODUCTS 2.01 METAL CONDUITS, TUBING, AND FITTINGS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. AFC Cable Systems; a part of Atkore International. 2. Allied Tube & Conduit; a part of Atkore International. 3. Anamet Electrical, Inc. 4. Electri-Flex Company. 5. FSR Inc. 6. 0-Z/Gedney; a brand of Emerson Industrial Automation. 7. Picoma Industries, Inc. 8. Republic Conduit. 9. Robroy Industries. 10. Calbond. 11. Southwire Company. 12. Thomas & Betts Corporation, A Member of the ABB Group. 13. Western Tube and Conduit Corporation. 14. Wheatland Tube Company. B. Listing and Labeling: Metal conduits, tubing, and fittings shall be listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. C. ARC: Comply with ANSI C80.5 and UL 6A. D. PVC -Coated Aluminum Conduit: PVC -coated. 1. Comply with UL 6A. 2. Coating Thickness: 0.040 inch, minimum. E. FMC: Comply with UL 1; aluminum. F. LFMC: Flexible aluminum conduit with PVC jacket. Raceways and Boxes for Electrical Systems 26 05 33 - 2 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 G. Fittings for Metal Conduit: Comply with NEMA FB 1 and UL 514B. r 1. Conduit Fittings for Hazardous (Classified) Locations: Comply with UL 886 and NFPA 70. 2. Fittings for Rigid Aluminum: a. Material: Aluminum. 1). Type: Form 7. b. Class I and II Hazardous locations: 1). Material: Copper -free aluminum. 2). Type: Series OE, LBH and LBY 3). Covers: Copper -free aluminum 3. Fittings for PVC Coated Rigid Aluminum: a. Material: PVC Coated Cast Aluminum b. Type: Form 7 c. Coating for Fittings for PVC -Coated Conduit: Minimum thickness of 0.040 inch, with overlapping sleeves protecting threaded joints. H. Expansion Fittings: PVC, aluminum, or steel to match conduit type, complying with UL 651, in concrete fittings, rated for environmental conditions where installed, and including flexible external bonding jumper, Crouse Hinds XJG 4" or equal with bonding jumper for aluminum or steel. Where expansion/deflection fitting is specified on the drawings, provide Crouse Hinds XJGD or equal. I. Insulated Grounding Bushings: Threaded bushings, O-Z Type ABLG with lay -in means of grounding conduit. J. Cable glands and cord grips for SO Cable 1. Fittings for SO cable shall be: a. Be sized for cable diameter, size and material according to manufacturer information. b. Rate for hazardous environment. c. Threaded metal. d. Liquid tight with IP66 rating minimum. K. Fittings for LFMC 1. Fittings for aluminum LFMC shall be aluminum with reinforced sealing ring, external grounding lugs, and insulated throat. Fittings shall be Emerson STB-L or equal. L. Fittings for LFMC 1. Fittings for LFNC shall be PVC with reinforced sealing ring and insulated throat. M. Joint Compound for IMC or ARC: Approved, as defined in NFPA 70, by authorities having jurisdiction for use in conduit assemblies, and compounded for use to lubricate and protect threaded conduit joints from corrosion and to enhance their conductivity. Raceways and Boxes for Electrical Systems 26 05 33 - 3 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 1. Aluminum conduit: Penetrox A-13 or approved equal. a. UL Listed b. Compatible with insulating materials such as rubber, or polyethylene. c. Rated for all voltages N. Sealing Compound: 1. Hazardous locations: Chico "A" or Chico SpeedSeal, Hydra -Seal S-60 or approved equal. 0. Lubricants: I. Hazardous Class I, Div. II locations a. Metal -to -metal joint. STL thread lubricant. 1). Applicable to dissimilar metals 2). Maintain grounding continuity b. Lighting Fixture Threaded joint: HTL high temperature lubricant 1). Applicable to dissimilar metals 2). Maintain grounding continuity 2.02 NONMETALLIC CONDUITS, TUBING, AND FITTINGS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. AFC Cable Systems; a part of Atkore International. 2. Anamet Electrical, Inc. 3. Arnco Corporation. 4. CANTEX INC. 5. CertainTeed Corporation. 6. Condux International, Inc. 7. Electri-Flex Company. 8. Kraloy. 9. Lamson & Sessions. 10. Niedax Inc. 11. RACO; Hubbell. 12. Thomas & Betts Corporation, A Member of the ABB Group. B. Listing and Labeling: Nonmetallic conduits, tubing, and fittings shall be listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. C. RNC: Type EPC-40-PVC, Type EPC-80-PVC, complying with NEMA TC 2 and UL 651 unless otherwise indicated. Raceways and Boxes for Electrical Systems 26 05 33 - 4 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 D. LFNC: Comply with UL 1660. E. Fittings for RNC: Comply with NEMA TC 3; match to conduit or tubing type and material. F. Fittings for LFNC: Comply with UL 51413. 2.03 METAL WIREWAYS AND AUXILIARY GUTTERS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. B-line, an Eaton business. 2. Hoffman; a brand of Pentair Equipment Protection. 3. MonoSystems, Inc. 4. Square D. B. Description: Sheet metal, complying with UL 870 and NEMA 250, Type 1, Type 3R, Type 4X 316 stainless steel unless otherwise indicated, and sized according to NFPA 70. 1. Metal wireways installed outdoors shall be listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. C. Fittings and Accessories: Include covers, couplings, offsets, elbows, expansion joints, adapters, hold-down straps, end caps, and other fittings to match and mate with wireways as required for complete system. D. Wireway Covers: Hinged type with clasps unless otherwise indicated. E. Wireways shall come with a threaded grounding post welded to the enclosure used for grounding. 2.04 SURFACE RACEWAYS A. Listing and Labeling: Surface raceways and tele-power poles shall be listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. B. Surface Metal Raceways: Complying with UL 5. Manufacturer's standard enamel finish in color selected by Engineer. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Hubbell Incorporated; Wiring Device-Kellems. b. MonoSystems, Inc. c. Panduit Corp. d. Wiremold / Legrand. C. Continuous hinge. D. Surface Metal Raceways: 316 stainless steel. E. Enclosure shall be NEMA 4X. Raceways and Boxes for Electrical Systems 26 05 33 - 5 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 2.05 BOXES, ENCLOSURES, AND CABINETS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Crouse -Hinds, an Eaton business. 2. EGS/Appleton Electric. 3. Erickson Electrical Equipment Company. 4. FSR Inc. 5. Hoffman; a brand of Pentair Equipment Protection. 6. Hubbell Incorporated. 7. Kraloy. 8. Milbank Manufacturing Co. 9. MonoSystems, Inc. 10. Oldcastle Enclosure Solutions. 11. O-Z/Gedney; a brand of Emerson Industrial Automation, 12. RACO; Hubbell. 13. Robroy Industries. 14. Spring City Electrical Manufacturing Company. 15. Stahlin Non -Metallic Enclosures. 16. Thomas & Betts Corporation, A Member of the ABB Group. 17. Wiremold / Legrand. B. General Requirements for Boxes, Enclosures, and Cabinets: Boxes, enclosures, and cabinets installed in wet locations shall be listed for use in wet locations. C. Cast -Metal Outlet and Device Boxes: Comply with NEMA FB 1, aluminum, Type FD, with gasketed cover. 1. Outlet boxes for Rigid Aluminum: a. Material: Aluminum. 1). Type: Form 7. b. Class I and 11 Hazardous locations: 1). Material: Copper -free aluminum. 2). Type: Series GUA 3). Covers: Copper -free aluminum 2. Outlet boxes for PVC Coated Rigid Aluminum: a. Material. PVC Coated Cast Aluminum b. Type: Form 7 Raceways and Boxes for Electrical Systems 26 05 33 - 6 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 c. Coating for Fittings for PVC -Coated Conduit: Minimum thickness of 0.040 inch, with overlapping sleeves protecting threaded joints. D. Nonmetallic Outlet and Device Boxes: Comply with NEMA OS 2 and UL 514C. E. Luminaire Outlet Boxes: Nonadjustable, designed for attachment of luminaire weighing 50 lb. Outlet boxes designed for attachment of luminaires weighing more than 50 lb. shall be listed and marked for the maximum allowable weight. F. Cast -Metal Access, Pull, and Junction Boxes: Comply with NEMA FB 1 and UL 1773, cast aluminum with gasketed cover. G. Box extensions used to accommodate new building finishes shall be of same material as recessed box. H. Gangable boxes are allowed. I. Hinged -Cover Enclosures: Comply with UL 50 and NEMA 250, Type 1, Type 3R, Type 4X, and Type 12 with continuous -hinge cover with flush latch unless otherwise indicated. 1. Metal Enclosures: 316 stainless steel as indicated. 2. Interior Backplane Panels: Steel; all sides finished with manufacturer's standard enamel. 3. Enclosures shall include a grounding kit. 2.06 SOURCE QUALITY CONTROL FOR UNDERGROUND ENCLOSURES A. Handhole and Pull -Box Prototype Test: Test prototypes of handholes and boxes for compliance with SCTE 77. Strength tests shall be for specified tier ratings of products supplied. 1. Strength tests of complete boxes and covers shall be by either an independent testing agency or manufacturer. A qualified registered professional engineer shall certify tests by manufacturer. 2. Testing machine pressure gages shall have current calibration certification complying with 150 9000 and ISO 10012 and traceable to MIST standards. 2.07 MANHOLES FOR EXTERIOR UNDERGROUND WIRING A. General Requirements for Boxes: 1. Boxes for use in underground systems shall be designed and identified as defined in NFPA 70, for intended location and application. 2. Boxes installed in wet areas shall be listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. B. Manholes and Concrete Pullboxes 1. ACCEPTABLE MANUFACTURERS; PRECAST: Precast concrete products shall comply with the specifications and shall be produced by the following Manufacturers: a. Brooks Products b. American Industrial Precast Products Raceways and Boxes for Electrical Systems 26 05 33 - 7 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 c. Dalworth Quickset Co. d. Old Castle e. No Equal 2. ACCEPTABLE MANUFACTURERS; CASTINGS: Metal castings shall comply with the specifications and shall be produced by the following Manufacturers: a. McKinley Iron Works, Fort Worth, TX b. Neenah Foundry, Neenah, WI c. No equal. 3. DESIGN CRITERIA: Concrete for precast concrete shall obtain a compressive strength of 4000 psi minimum at 28 days and shall be an air -entrained mix of the Manufacturer's standard mix design. 4. Manhole size shall be 10' minimum. Manhole shall be octagonal in shape. 5. STANDARDS a. The applicable provisions of the following standards shall apply as if written here in their entirety: AASHO H-20 "Standard Specifications for Highway Bridges" ANSI/ASTM A-15 "Zinc Coating (Hot Dipped) on Iron and Steel Hardware" ANSI/ASTM A-569 "Steel, Sheet and Strip, Carbon (0.15% Maximum), Hot Rolled, Commercial Quality. ASTM A-48 "Gray Iron Castings" ASTM A-123 "Zinc (Hot Galvanized) Coatings on Products fabricated from Rolled, Pressed, and Forged Steel Shapes, Plates, Bars, and Strips." 6. MATERIALS a. MANHOLE FRAMES AND COVERS: Class 30B gray cast iron conforming to ASTM A- 48; machine finished with flat bearing surfaces. b. SUMP COVERS: Class 30B gray cast iron conforming to ASTM A-48. c. PULLING IRONS: 316 Stainless Steel bar with 7/8" diameter forming a triangle of 9" per side when set; galvanized according to ANSI/ASTM A-153 for irregularly shaped articles. d. CABLE RACK INSERTS: 316 Stainless Steel channel inserts with a minimum load rating of 800 pounds; length to match cable rack channel. e. CABLE RACK CHANNEL: 4" x 1-1/2" x 3/16" 316 stainless steel channel wall bracket, 48" long, with cable rack arm mounting slots on 8" centers. Raceways and Boxes for Electrical Systems 26 05 33 - 8 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 f. CABLE RACKS: 2-1/2" x 14" 316 stainless steel channel with high glazed, wet -process porcelain insulators conforming to ANSI/ASTM A-569. g. GROUND ROD: 3/4" x 10' copper clad steel, installed in the floor of the manhole, and all metallic cable racks, irons, etc. grounded (to the ground rod). Ground rod may be field installed, but floor penetration shall be sealed against the entrance of water under positive head. h. JOINT SEALANT: Flexible plastic gasket of flexible butyl resin sealant. i. DAMPPROOFING: Sonneborn, Div. of ChemRex, Inc. or approved equal. 1). BITUMINOUS DAMPPROOFING a). Cold -Applied, Emulsified -Asphalt Dampproofing: b). Brush and Spray Coats: ASTM D 1227, Type III, Class 1. 2). MISCELLANEOUS MATERIALS a). Emulsified -Asphalt Primer: ASTM D 1227, Type III, Class 1, except diluted with water as recommended by manufacturer. 3.00 EXECUTION 3.01 CONDUIT INSTALLATION SCHEDULE A. Conduit types shall be installed in accordance with the following schedule and as indicated throughout this specification: 1. ABOVE GRADE NON CONCEILED CONDUIT: ARC unless noted otherwise below. a. Polymer Containment to include conduits mount on top of containment walls shall be PVC coated aluminum conduits extending at least 6' outside the outer containment wall. b. GBT Containment to include conduits mount on top of containment walls shall be PVC coated aluminum conduits extending at least 6' outside the outer containment wall. 2. PVC COATED RIGID ALUMINUM CONDUIT: Shall be used for conduit stub -ups through concrete and concrete wall penetrations. For floor penetrations, PCV coated conduit shall extend 6" above finish floor before the first fitting unless the conduit terminates inside an enclosure first. 3. RIGID ALUMINUM CONDUIT: Maybe used in all locations, unless indicated otherwise herein. 4. LIQUID TIGHT FLEXIBLE METALLIC CONDUIT: Shall only be used to equipment in non- hazardous locations not subject to physical damage or excessive temperatures, requiring vibration isolation unless otherwise indicated, 6'-0" maximum length. The bending radius shall be in accordance with Chapter 9, Table 2 of the NEC and shall not deform or alter the flex jacket. 5. Connection to Vibrating Equipment (Including Transformers and Hydraulic, Pneumatic, Electric Solenoid, or Motor -Driven Equipment): LFMC. Raceways and Boxes for Electrical Systems 26 05 33 - 9 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 6. Boxes and Enclosures, Aboveground for Class I, Div. 2 hazardous locations: NEMA 250 cast aluminum Type 7. B. Minimum Raceway Size: 1. Exposed 1/2" for light fixture whips, 3/4" trade size everywhere else. 2. Underground: 2" in duct banks. 1" independent conduits for power to light poles. C. Raceway Fittings: Compatible with raceways and suitable for use and location. Rigid Aluminum Conduit: Use threaded rigid aluminum conduit fittings unless otherwise indicated. Comply with NEMA FB 2.10. PVC Coated, Rigid Aluminum Conduits: Use only fittings listed for use with this type of conduit. Patch and seal all joints, nicks, and scrapes in PVC coating after installing conduits and fittings. Use sealant recommended by fitting manufacturer and apply in thickness and number of coats recommended by manufacturer. 3. Flexible Conduit: Use only fittings listed for use with flexible conduit. Comply with NEMA FB 2.20. D. Do not install aluminum conduits, boxes, or fittings in contact with concrete or earth. E. Do not install nonmetallic conduit where ambient temperature exceeds 120 deg F. F. All metallic conduit terminations shall include an insulated throat. If the insulated throat is damaged after pulling wire, the insulated throat insert shall be replaced with Polypropylene Lock -A -Liner Rigid IMC Insulating Bushing for conduit up to %" and plastic split conduit bushings for all other conduit sizes. 3.02 CONDUIT INSTALLATION A. Comply with NECA land NECA 101 for installation requirements except where requirements on Drawings or in this article are stricter. Comply with NECA 102 for aluminum conduits. Comply with NFPA 70 limitations for types of raceways allowed in specific occupancies and number of floors. B. Use the conduit route where shown on the plans unless otherwise noted. Route conduits that do not have a specified route in the most direct path between the two points, i.e. home runs shown with an arrow symbol. Route conduits parallel to building lines. Concealed conduits on the plans shall be below grade, within walls, or above ceilings. C. Route conduit through roof openings for piping and ductwork where possible. Otherwise, route conduit through the roof with pitch pocket. Conduit shall not penetrate ductwork. Exposed conduit shall not be installed on the roof without the ENGINEER's prior approval. D. Install conduit at elevations which maintain headroom, and at locations which avoid interference with other work requiring grading of pipe, the structure, finished walls, etc. Avoid crossing other work. Conduits shall not be placed in close proximity to equipment, systems, and service lines. Maintain a minimum of 3" separation, except in crossing which shall be a minimum of 1". Conduits shall not be installed/concealed in water bearing walls. E. Conduits in buildings shall be exposed on unfinished ceilings and basements, as shown on the plans. Rigidly support conduits to the building structures using hardware bolted or screwed to the structure. The mounting hardware shall not mount the conduit directly on Raceways and Boxes for Electrical Systems 26 05 33 - 10 FTW17498 — VCWRF Sludge Thickening improvements City Project No. CO2647 concrete walls and ceilings but shall space the conduit away from the surfaces using minerallac-type hardware, strut channel clamps, or one hole straps with clamp backs. Group conduit in parallel runs where practical. Use a conduit rack constructed of channels with conduit straps or clamps. Provide space for an additional 25% conduit. G. Parallel runs of conduit shall have bends and offsets made at the same point such that the angle of bend is the same in each conduit and the conduits remain parallel throughout the run. Conduits not installed in this manner shall be removed and reinstalled at the Contractor's expense. Conductors that are installed shall be removed and replaced at the Contractor's expense. H. Conduits installed in parallel shall be arranged such that crossings are eliminated. Nuts, bolts, concrete anchor bolts and other metallic fasteners shall be 316 stainless steel. J. Install conduit with threaded couplings and other threaded fittings. Threadless, or clamp type fittings shall not be used on metallic conduit. K. Rigid aluminum conduit shall have each set of threads coated with an oxidation inhibitor. L. Use suitable conduit caps to protect installed conduit against entry of dirt and moisture. The use of duct tape or any other tape shall be prohibited. M. Use watertight hubs to fasten conduit to metal boxes, etc. in wet or damp locations per the National Electrical Code. N. Provide at least 1/4 inch air space between the back of boxes, equipment and the wall. O. Conduits terminating inside an air conditioned space from outside shall be sealed to prevent moisture/condensation from entering the enclosure. P. Keep raceways at least 6 inches away from parallel runs of flues and steam or hot-water pipes. Install horizontal raceway runs above water and steam piping. Q. PVC conduit shall not be installed above grade level, above concrete slab level, or for any exposed installations unless specified otherwise. R. Conduit system shall be swabbed clean prior to installation of conductors. S. Ground conduits in accordance with the National Electrical Code and Specification 26 05 26, GROUNDING & BONDING FOR ELECTRICAL SYSTEMS. T. Install manufactured PVC coated aluminum conduit elbows for stub -ups at poles and equipment and at building entrances through floor. Encase elbows for stub -up ducts throughout length of elbow. All 2" and larger conduit shall have long radius sweeps. U. Complete raceway installation before starting conductor installation. V. Cut conduit perpendicular to the length. For conduits 2" trade size and larger, use roll cutter or a guide to make cut straight and perpendicular to the length. W. Comply with requirements in Section 26 05 29 "Hangers and Supports for Electrical Systems" for hangers and supports. X. Arrange stub -ups so curved portions of bends are not visible above finished slab. Y. Install no more than the equivalent of three 90-degree bends in any conduit run except for control wiring conduits, for which fewer bends are allowed. Support conduit within 36 Raceways and Boxes for Electrical Systems 26 05 33 - 11 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 inches of changes in direction or where conduit penetrates through a floor, wall, or transitions from underground. Z. Threaded Conduit Joints, Exposed to Wet, Damp, Corrosive, or Outdoor Conditions: Apply listed compound to threads of raceway and fittings before making up joints. Follow compound manufacturer's written instructions. AA. Coat field -cut threads on PVC -coated raceway with a corrosion -preventing conductive compound prior to assembly. BB. Install pull wires in empty raceways. Use polypropylene or monofilament plastic line with not less than 200-lb tensile strength. Leave at least 12 inches of slack at each end of pull wire. Cap underground raceways designated as spare above grade alongside raceways in use. CC. Install conduit drain assemblies in outside or wet location floors to provide for draining prior to terminating in an enclosure, regardless if the conduit termination is in the side, top, or bottom of the enclosure. 1. Where conduits enter an enclosure from an outside installation or from a wet location (coming from a higher elevation than conduit termination), contractor will install a conduit drain before each conduit termination. DD. Install devices to seal raceway interiors at accessible locations. Locate seals so no fittings or boxes are between the seal and the following changes of environments. Seal the interior of all raceways at the following points: 1. Where conduits pass from warm to cold locations, such as boundaries of refrigerated spaces. 2. Where an underground service raceway enters a building or structure. 3. Where otherwise required by NFPA 70. 3.03 CONDUITS THROUGH CONCRETE: A. Conduit shall not be placed horizontally in a concrete floor slab or a beam without the Engineer's written approval. B. Conduit stubbed -up through concrete and under free standing enclosures located indoors/outdoors, in an electrical room, etc., such as a motor control center, shall include an insulated throat grounding bushing threaded to the conduit termination. C. Conduit passing through concrete shall be PVC coated aluminum. Conduit shall extend 6" above concrete transition before the first fitting or enclosure, if the enclosure is not a floor mounted enclosure. D. Where conduit transitions from below concrete into a duct bank, the conduit shall be PVC coated aluminum to the elbow. E. Conduit extending into concrete shall not be closer than 3" from adjacent conduit and shall not be closer than 1" from any reinforcement bars. F. Where conduits stub up through a floor slab from below finished floor level for multi -level structures, install a threaded fitting with PVC plug so that the top of the fitting is flush with the concrete or finished floor surface. Raceways and Boxes for Electrical Systems 26 05 33 - 12 FTW17498 --- VCWRF Sludge Thickening Improvements City Project No. CO2647 3.04 RACEWAYS EMBEDDED IN SLABS: A. Run conduit larger than 1" trade size, parallel or at right angles to main reinforcement. Where at right angles to reinforcement, place conduit close to slab support. Secure raceways to reinforcement at maximum 8-foot intervals. B. Arrange raceways to cross building expansion joints at right angles with expansion fittings. C. Arrange raceways to keep a minimum of 2 inches of concrete cover in all directions. 3.05 STUB -UPS TO ABOVE RECESSED CEILINGS: A. Use a conduit bushing or insulated fitting to terminate stub -ups not terminated in hubs or in an enclosure. 3.06 SURFACE RACEWAY INSTALLATION A. Install surface raceway with a minimum 2" radius control at bend points. B. Secure surface raceway with screws or other anchor -type devices at intervals not exceeding 48 inches and with no less than two supports per straight raceway section. Support surface raceway according to manufacturer's written instructions. Tape and glue are not acceptable support methods. 3.07 HAZARDOUS LOCATION CONDUIT INSTALLATION A. Install raceway sealing fittings at accessible locations according to NFPA 70 and fill them with listed sealing compound. For concealed raceways, install each fitting in a flush steel box with a blank cover plate having a finish similar to that of adjacent plates or surfaces. Install raceway sealing fittings according to NFPA 70. 1. Sealing fittings shall be filled with compound rated for hazardous locations Class 1, Div.2 for conduits leaving classified areas as indicated on the drawings. 3.08 EXPANSION FITTING INSTALLATION A. Expansion Fittings: 1. Expansion fittings used with aluminum conduit shall be installed in the following locations: a. At construction joints. b. In conduit runs longer than 100' c. Transitions from underground to above elevation (exposed). 2. Install in each run of aboveground RMC conduit that is located where environmental temperature change may exceed 100 deg F and that has straight -run length that exceeds 100 feet. 3. Install expansion fittings at all locations where conduits, concealed or surface mount, cross building, structure, construction and seismic expansion joints. Raceways and Boxes for Electrical Systems FTW17498 — VCWRF Sludge Thickening Improvements 260533-13 City Project No. CO2647 4. Install each expansion -joint fitting with position, mounting, and piston setting selected according to manufacturer's written instructions for conditions at specific location at time of installation. Install conduit supports to allow for expansion movement. 5. Where conduits stub up from underground duct bank, install expansion fittings before the first channel strut secures conduit. Expansion fitting shall be at least 1.5' from the top of finish elevation and shall include a grounding strap. 6. Conduits transitioning from underground to be supported by a structure shall include an expansion fitting before the conduit is strapped at its first conduit support. 3.09 LIQUID TIGHT FLEXIBLE CONDUIT INSTALLATION A. Flexible Conduit Connections: Comply with NEMA RV 3. Use a maximum of 72 inches of flexible conduit for equipment subject to vibration, noise transmission, or movement; and for transformers and motors. 1. Use LFMC in damp or wet locations subject to severe physical damage. 2. Use LFMC in damp or wet locations not subject to severe physical damage. 3. Vibrating Equipment, 3.10 JUNCTION BOX AND PULL BOX INSTALLATION A. Mount boxes at heights indicated on Drawings. If mounting heights of boxes are not individually indicated, mount at 3' above finished grade. B. Recessed Boxes in Masonry Walls: Saw -cut opening for box in center of cell of masonry block and install box flush with surface of wall. Prepare block surfaces to provide a flat surface for a raintight connection between box and cover plate or supported equipment and box. C. Horizontally separate boxes mounted on opposite sides of walls, so they are not in the same vertical channel. D. Locate boxes so that cover or plate will not span different building finishes. E. Support boxes of three gangs or more from more than one side by spanning two framing members or mounting on brackets specifically designed for the purpose. F. Fasten junction and pull boxes to, or support from, building structure. Do not support boxes by conduits. G. Set metal floor boxes level and flush with finished floor surface. H. Set nonmetallic floor boxes level. Trim after installation to fit flush with finished floor surface. Field drilling holes in boxes to support the box is not allowed. 3.11 INSTALLATION OF UNDERGROUND CONDUIT A. Concrete Encased Conduit: Raceways and Boxes for Electrical Systems 26 05 33 - 14 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 1. Excavate trench bottom to provide firm and uniform support for conduit. Prepare trench bottom as specified in Section 3123 33 "Trenching and Backfill [Utilities]" for pipe less than 6 inches in nominal diameter. 2. Install backfill as specified in Section 3123 33 "Trenching and Backfill [Utilities]." 3. After installing conduit and concrete, backfill and compact. Start at tie-in point, and work toward end of conduit run, leaving conduit at end of run free to move with expansion and contraction as temperature changes during this process. Firmly hand tamp backfill around conduit to provide maximum supporting strength. After placing controlled backfill to within 12 inches of finished grade, make final conduit connection at end of run and complete backfilling with normal compaction as specified in Section 31 23 33 "Trenching and Backfill [Utilities]." 4. At the transition from underground and or from concrete, protect conduit from mechanical damage by extending PVC coated rigid aluminum conduit a maximum of 24" and a minimum of 4" into the earth or concrete at the transition. a. Couple PVC coated aluminum conduits to ducts with adapters designed for this purpose and encase coupling with 3 inches of concrete for a minimum of 12 inches on each side of the coupling. 5. Warning Marker: Set warning markers directly above concrete encased duct banks. Align markers along centerline of conduit. a. Warning markers will: 1). Be cast concrete 24"X24"X4". 2). Include directional indication arrows. 3). 3/8" depth, 2" high lettering shall be cast into the marker. 4). Placed every 100' or at each duct bank direction change. b. Power warning markers shall include: 1). The following text "POWER DUCT BANK". 2). Directional arrows. c. Instrumentation, Communication, and Control markers shall include: 1). The following text "I&C DUCT BANK". 2). Directional arrows. 6. Underground Warning Tape: Comply with requirements in Section 26 05 53 "Identification for Electrical Systems." 7. For installation of conduits to be used by electric utility, coordinate with the utility for exact requirements 8. Conduit which is below the finished grade shall be PVC schedule 40, except where indicated on the plans or noted otherwise. Raceways and Boxes for Electrical Systems 26 05 33 - 15 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 9. Bury underground conduit a minimum of 18" deep to the top of the concrete encasement for 600V duct banks and as shown on the plans, whichever is greater. Backfill buried conduit duct banks with material which is free from large rock, paving material, or large angular substance. 10. Install underground conduit with the conduit duct bank dimensions shown on the plans. Adhere to conduit spacing by using spacers at intervals to ensure that proper spacings are maintained. 11. The concrete shall be red in color. Apply dye in concrete truck, sprinkling dye on top of the duct bank after concrete placement is prohibited. Place 3" CMU blocks under rebar cage to suspend rebar off the bottom of the trench so that it does not contact the soil and is completely encased in the concrete envelope when concrete is placed. 12. Underground 2" and larger conduit bends shall have a long sweep bend radius using PVC coated conduit. 13. Contractor shall install duct bank spacers a minimum of every 8 feet. 14. Elbows 1.5" and larger: PVC COATED ARC 15. Elbows below 1.5" where allowed: RNC, Type EPC-80-PVC 3.12 INSTALLATION OF UNDERGROUND HANDHOLES AND BOXES A. Install handholes and boxes level and plumb and with orientation and depth coordinated with connecting conduits to minimize bends and deflections required for proper entrances. Unless otherwise indicated, support units on a level bed of crushed stone or gravel, graded from 1/2" sieve to No. 4 sieve and compacted to same density as adjacent undisturbed earth. C. Elevation: In paved areas, set so cover surface will be flush with finished grade. Set covers of other enclosures 1 inch above finished grade. D. Install removable hardware, including pulling eyes, cable stanchions, cable arms, and insulators, as required for installation and support of cables and conductors and as indicated. Select arm lengths to be long enough to provide spare space for future cables but short enough to preserve adequate working clearances in enclosure. Field -cut openings for conduits according to enclosure manufacturer's written instructions. Cut wall of enclosure with a tool designed for material to be cut. Size holes for terminating fittings to be used, and seal around penetrations after fittings are installed. F. Conduit terminations shall include end bell fittings cast into the duct bank pour. End bell fittings cut to fit conduit terminations after the duct bank pour is not acceptable. Contractor will be asked to remove conductors from raceway, install end bell, re -pull conductors, and megger conductors. Conductors failing megger tests will be replaced at the cost of the contractor. G. Bottom entrance shall not be allowed. Raceways and Boxes for Electrical Systems 26 05 33 - 16 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 3.13 SIZING AND INSTALLATION OF WIREWAYS, PULL BOXES AND JUNCTION BOXES A. The CONTRACTOR shall be responsible for providing and sizing all wireways, pull boxes and junction boxes per the National Electrical Code (NEC) Article 314 and all other relevant sections of the NEC. B. Install Products in accordance with manufacturer's instructions. C. Use screws, clips, and straps to fasten raceway channel to surfaces. Mount plumb and level. D. Use suitable insulating bushings and inserts at connections to outlets and corner fittings. E. Wireway Supports: Per manufacturer's recommendations. The Contractor shall support the wireway rigidly to the building structures using hardware bolted or screwed to the structure. Supporting wireways from corrugated metal structures shall not be allowed. F. Close ends of wireway and unused conduit openings. G. Use separate pull boxes and junction boxes for electric power, control and communication systems. H. Install pull boxes in interior conduit at not more than 100' apart when conduit runs are not broken by junction or outlet boxes. I. Pull and junction boxes shall be accessible and not buried. There shall be a minimum of 3' to the bottom of the box from final grade. J. Do not install boxes back to back in walls and provide a minimum of 6" separation, except in acoustic -rated walls, provide 24" separation. K. Support boxes independently of conduit except for cast boxes that is connected to two rigid metal conduits, both supported within 12" of box. L. Box shall be mounted using mounting lugs. Drilling through the box to mount is prohibited. Any box drilled to mount will be rejected and shall be removed and replaced at the Contractor's expense. 3.14 SLEEVE AND SLEEVE -SEAL INSTALLATION FOR ELECTRICAL PENETRATIONS A. Reference Civil and Architectural drawing details. 3.15 PROTECTION A. Protect coatings, finishes, and cabinets from damage and deterioration. 1. Repair damage to PVC coatings or paint finishes with matching touchup coating recommended by manufacturer. 3.16 CONDUIT TERMINATIONS A. Conduit terminations at enclosures shall maintain the NEMA rating of the enclosure. Conduit terminations damaging enclosures shall not be permitted. Damaged enclosures will not be accepted and shall be replaced at the contractor's expense. B. Use grounding Myers hubs for termination of conduits into enclosures. Raceways and Boxes for Electrical Systems 26 05 33 - 17 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 C. Locknut termination of conduits shall not be used on this project except were liquid tight fittings require lockouts to maintain UL listings. Locations utilizing liquid tight fittings shall include a stainless -steel banded sealing gasket. Damaged bands or gaskets due to overtightening shall be replaced by the contractor. D. For exterior, wet locations, and where conduit enters from exterior or wet locations, conduit terminations shall not penetrate the top of enclosures. Enclosures with top penetrations shall be removed and replaced with conduits re-routed for side or bottom penetration at contractor's expense. If conductors have been installed and are too short to accommodate the re-routed conduit, then they shall be removed and replaced at the Contractor's expense. E. Raceway Terminations at Locations Subject to Moisture or Vibration: Use insulating bushings to protect conductors including conductors smaller than No. 4 AWG. Use suitable conduit caps to protect installed conduit against entry of dirt and moisture. The use of duct tape or any other tape shall be prohibited. G. Conduits terminating inside an air-conditioned space from outside shall be sealed to prevent moisture/condensation from entering the enclosure. H. Where locknuts are allowed, do not rely on locknuts to penetrate nonconductive coatings on enclosures. Remove coatings in the locknut area prior to assembling conduit to enclosure to assure a continuous ground path. Damaged enclosures shall be replaced at no additional cost to the owner. 3.17 JUNCTION BOX INSTALLATION A. Junction boxes shall be installed so they are accessible from the front. B. Junction boxes shall have terminal strips/distribution blocks for splicing conductors where approved by the ENGINEER or as shown/specified on the plans. Terminal strips shall be manufactured by Allen-Bradley, Phoenix Contact or approved equal. No top entry in junction boxes with a terminal strip. C. Use watertight hubs to fasten conduit to metal boxes, etc. in wet or damp locations per the National Electrical Code. D. Metallic Junction boxes shall be grounded with NEC approved grounding fasteners and by means allowed by the enclosure manufacturer. Enclosures drilled for grounding fasteners that do not meet code shall be replaced at the cost of the contractor. END OF SECTION Raceways and Boxes for Electrical Systems 26 05 33 - 18 FTW17498 —VCWRF Sludge Thickening Improvements City Project No. CO2647 26 05 36 CABLE TRAYS FOR ELECTRICAL SYSTEMS 1.00 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. Section Includes: 1. Ladder cable tray. 2. Cable tray accessories. 3. Warning signs. 1.03 ACTION SUBMITTALS A. Product Data: For each type of product. 1. Include data indicating dimensions and finishes for each type of cable tray indicated. B. Shop Drawings: For each type of cable tray. 1. Show fabrication and installation details of cable trays, including plans, elevations, and sections of components and attachments to other construction elements. Designate components and accessories, including clamps, brackets, hanger rods, splice -plate connectors, expansion -joint assemblies, straight lengths, and fittings. 2. Cable tray layout, showing cable tray route to scale, with relationship between the tray and adjacent structural, electrical, and mechanical elements. Include the following: a. Vertical and horizontal offsets and transitions. b. Clearances for access above and to sides of cable trays. c. Vertical elevation of cable trays above the floor or bottom of ceiling structure. d. Load calculations to show dead and live loads as not exceeding manufacturer's rating for tray and its support elements. C. Delegated -Design Submittal: 1. Detail fabrication, including anchorages and attachments to structure and to supported cable trays. 1.04 INFORMATIONAL SUBMITTALS A. Coordination Drawings: Floor plans and sections, drawn to scale, on which the following items are shown and coordinated with each other, using input from installers of the items involved: 1. Scaled cable tray layout and relationships between components and adjacent structural, electrical, and mechanical elements. Cable Trays for Electrical Systems 26 05 36 - 1 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 2. Vertical and horizontal offsets and transitions. 3. Clearances for access above and to side of cable trays. 4. Vertical elevation of cable trays above the floor or below bottom of ceiling structure. B. Field quality -control reports. 2.00 PRODUCTS 2.01 PERFORMANCE REQUIREMENTS A. Delegated Design: Engage a qualified professional engineer, as defined in Section 0140 00 "Quality Requirements," to design cable tray supports. 2.02 GENERAL REQUIREMENTS FOR CABLE TRAY A. Cable Trays and Accessories: Identified as defined in NFPA 70 and marked for intended lo- cation, application, and grounding. 1. Source Limitations: Obtain cable trays and components from single manufacturer. B. Structural Performance: See articles on individual cable tray types for specific values for the following parameters: 1. Uniform Load Distribution: Capable of supporting a uniformly distributed load on the indicated support span when supported as a simple span and tested according to NEMA VE 1. 2. Concentrated Load: A load applied at midpoint of span and centerline of tray. 3. Load and Safety Factors: Applicable to both side rails and rung capacities. 2.03 LADDER CABLE TRAY A. Manufacturers. Subject to compliance with requirements, provide products by one of the following: 1. B-line, an Eaton business. 2. MonoSystems, Inc. 3. MP Husky USA Cable Tray & Cable Bus. 4. Niedax Inc. 5. Thomas & Betts Corporation; A Member of the ABB Group. B. Description: 1. Configuration: Two longitudinal side rails with transverse rungs swaged or welded to side rails, complying with NEMA VE 1. 2, Width: 6 inches unless otherwise indicated on Drawings. 3. Minimum Usable Load Depth: 6 inches. 4. Straight Section Lengths: 10 feet, except where shorter lengths are required to facilitate tray assembly. Cable Trays for Electrical Systems 26 05 36 - 2 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 5. Rung Spacing: 9 inches o.c. 6. Radius -Fitting Rung Spacing: 9 inches at center of tray's width. 7. Minimum Cable -Bearing Surface for Rungs: 7/8-inch width with radius edges. 8. No portion of the rungs shall protrude below the bottom plane of side rails. 9. Structural Performance of Each Rung: Capable of supporting a maximum cable load, with a safety factor of 1.5, plus a 200-lb concentrated load, when tested according to NEMA VE 1. 10. Fitting Minimum Radius: 12 inches. 11. Class Designation: Comply with NEMA VE 1, Class 20A. 12. Splicing Assemblies: Bolted type using serrated flange locknuts. 13. Splice -Plate Capacity: Splices located within support span shall not diminish rated loading capacity of cable tray. C. Materials and Finishes: 1. Aluminum: a. Materials: Alloy 6063-T6 according to ANSI H35.1/H 35.1M for extruded components, and Alloy 5052-H32 according to ANSI H35.1/H 35.1M for fabricated pa rts. b. Hardware: Stainless steel, Type 316, ASTM F593 and ASTM F594. c. Hardware for Aluminum Cable Tray Used Outdoors: Stainless steel, Type 316, ASTM F593 and ASTM F594. 2.04 CABLE TRAY ACCESSORIES A. Fittings: Tees, crosses, risers, elbows, and other fittings as indicated, of same materials and finishes as cable tray. B. Barrier Strips: Same materials and finishes as for cable tray. C. Cable tray supports and connectors, including bonding jumpers, as recommended by cable tray manufacturer. 2.05 WARNING SIGNS A. Lettering: 1-1/2-inch- high, black letters on yellow background, with legend "WARNING! NOT TO BE USED AS WALKWAY, LADDER, OR SUPPORT FOR LADDERS OR PERSONNEL." B. Comply with Section 26 05 53 "Identification for Electrical Systems." 2.06 SOURCE QUALITY CONTROL A. Testing: Test and inspect cable trays according to NEMA VE 1. Cable Trays for Electrical Systems 26 05 36 - 3 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 3.00 EXECUTION 3.01 CABLE TRAY INSTALLATION A. Install cable tray and support systems according to NEMA VE 2. B. Install cable tray as a complete system, including fasteners, hold-down clips, support systems, barrier strips, adjustable horizontal and vertical splice plates, elbows, reducers, tees, crosses, cable dropouts, adapters, covers, and bonding. C. Install cable tray, so that the tray is accessible for cable installation and all splices are accessible for inspection and adjustment. D. Remove burrs and sharp edges from cable trays. E. Join aluminum cable tray with splice plates; use four square -neck carriage bolts and locknuts. F. Fasten cable tray supports to building structure. G. Place supports, so that spans do not exceed maximum spans per this specification, and provide clearances shown on Drawings. Install intermediate supports when cable weight exceeds the load -carrying capacity of tray rungs. H. Construct supports from channel members, threaded rods, and other appurtenances furnished by cable tray manufacturer. Arrange supports in trapeze or wall -bracket form as re-quired by application. I. Support assembly to prevent twisting from eccentric loading. J. Install center -hung supports for single -rail trays designed for 60 versus 40 percent eccentric loading condition, with a safety factor of 3. K. Do not install more than one cable tray splice between supports. L. Make connections to equipment with flanged fittings fastened to cable trays and to equipment. Support cable trays independent of fittings. Do not carry weight of cable trays on equipment enclosure. M. Install expansion connectors where cable trays cross building expansion joints and in cable tray runs that exceed recommended dimensions. Space connectors and set gaps according to applicable standard. N. Make changes in direction and elevation using manufacturer's recommended fittings. 0. Make cable tray connections using manufacturer's recommended fittings. P. Seal penetrations through fire and smoke barriers. Q. Install capped metal sleeves for future cables through firestop-sealed cable tray penetrations of fire and smoke barriers. R. Install cable trays with enough workspace to permit access for installing cables. S. Install barriers to separate cables of different systems, such as power, communications, and data processing, or of different insulation levels, such as 600, 5000, and 15 000 V. T. Install warning signs in visible locations on or near cable trays after cable tray installation. Cable Trays for Electrica I Systems 26 05 36 - 4 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 3.02 CABLE TRAY GROUNDING A. Ground cable trays according to NFPA 70 unless additional grounding is specified. Comply with requirements in Section 26 05 26 "Grounding and Bonding for Electrical Systems." B. Cable trays with electrical power conductors shall be bonded together with splice plates listed for grounding purposes or with listed bonding jumpers. C. Cable trays with single -conductor power conductors shall be bonded together with a grounding conductor run in the tray along with the power conductors and bonded to the tray at 72-inch intervals. The grounding conductor shall be sized according to NFPA 70, Arti- cle 250.122, "Size of Equipment Grounding Conductors," and Article 392, "Cable Trays." D. When using epoxy- or powder -coat painted cable trays as a grounding conductor, completely remove coating at all splice contact points or ground connector attachment. After completing splice -to -grounding -bolt attachment, repair the coated surfaces with coating materials recommended by cable tray manufacturer. E. Bond cable trays to power source for cables contained within with bonding conductors sized according to NFPA 70, Article 250.122, "Size of Equipment Grounding Conductors." 3.03 CABLE INSTALLATION A. Install cables only when each cable tray run has been completed and inspected. B. Fasten cables on vertical runs to cable trays every 18 inches. C. Fasten and support cables that pass from one cable tray to another or drop from cable trays to equipment enclosures. Fasten cables to the cable tray at the point of exit and sup -port cables independent of the enclosure. The cable length between cable trays or be-tween cable tray and enclosure shall be no more than 36 inches for cable less than 1 inch in diameter, and no more than 72 inches for cable 1 inch or greater in diameter. 3.04 CONNECTIONS A. Remove paint from all connection points before making connections. Repair paint after the connections are completed. B. Connect raceways to cable trays according to requirements in NEMA VE 2. 3.05 FIELD QUALITY CONTROL A. Perform the following tests and inspections with the assistance of a factory -authorized service representative: 1. After installing cable trays and after electrical circuitry has been energized, survey for compliance with requirements. 2. Visually inspect cable insulation for damage. Correct sharp corners, protuberances in cable trays, vibrations, and thermal expansion and contraction conditions, which may cause or have caused damage. 3. Verify that the number, size, and voltage of cables in cable trays do not exceed that permitted by NFPA 70. Verify that communications or data-processing circuits are separated from power circuits by barriers or are installed in separate cable trays. Cable Trays for Electrical Systems 26 05 36 - 5 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 4. Verify that there are no intruding items, such as pipes, hangers, or other equipment, in the cable tray. 5. Remove dust deposits, industrial process materials, trash of any description, and any blockage of tray ventilation. 6. Visually inspect each cable tray joint and each ground connection for mechanical continuity. Check bolted connections between sections for corrosion. Clean and retorque in suspect areas. 7. Check for improperly sized or installed bonding jumpers. 8. Check for missing, incorrect, or damaged bolts, bolt heads, or nuts. When found, re- place with specified hardware. 9. Perform visual and mechanical checks for adequacy of cable tray grounding; verify that all takeoff raceways are bonded to cable trays. Test entire cable tray system for continuity. Maximum allowable resistance is 1 ohm. B. Prepare test and inspection reports. 3.06 PROTECTION A. Protect installed cable trays and cables. 1. Install temporary protection for cables in open trays to safeguard exposed cables against falling objects or debris during construction. Temporary protection for cables and cable tray can be constructed of wood or metal materials and shall remain in place until the risk of damage is over. END OF SECTION Cable Trays for Electrical Systems 26 05 36 - 6 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 26 05 53 IDENTIFICATION FOR ELECTRICAL SYSTEMS 1.00 GENERAL 1.01 WORK INCLUDED A. Section Includes: 1. Identification for raceways. 2. Identification of power and control cables. 3. Identification for conductors. 4. Underground -line warning tape. 5. Warning labels and signs. 6. Instruction signs. 7. Equipment identification labels. 8. Miscellaneous identification products. 1.02 SUBMITTALS A. Shop drawings: For each electrical identification product indicated. 1.03 QUALITY ASSURANCE f A. Comply with ANSI A13.1 B. Comply with NFPA 70. C. Comply with 29 CFR 1910.144 and 29 CFR 1910.145. D. Comply with ANSI Z535.4 for safety signs and labels. E. Adhesive -attached labeling materials, including label stocks, laminating adhesives, and inks used by label printers, shall comply with UL 969. 2.00 PRODUCTS 2.01 POWER AND CONTROL CABLE IDENTIFICATION MATERIALS A. Circuits shall be tagged at terminations (both ends), in pull boxes, manholes, cabinets, and enclosures as follows: 1. Tags relying on adhesives or tapes -on markers are not acceptable. 2. Provide conductor tags for conductors No. 10 AWG and below with legible permanent sleeve of yellow or white PVC with machine printed black marking, Raychem TMS sleeves or approved equal. 3. Provide tags for cables and for conductors No. 8 AWG and larger consisting of permanent nylon marker plates with legible designations hot stamped on the plate. Attach these marker plates to conductors and cables with plastic wire wraps. Tags shall be Raychem TMS-CM cable markers or approved equal. Identification for Electrical Systems 26 05 53 - 1 FTW17498 -- VCWRF Sludge Thickening Improvements City Project No. CO2647 4. Metal tags shall be imprinted with panelboard and panelboard position number (e.g. LA3-23) for conductors fed from panelboards. Other conductors shall have tags imprinted with the MCC which feeds the conductors (e.g. MCC 1). 5. Switch legs shall have the designation described above on their tags, plus an "S" suffix. Travelers shall have the designation described above on their tags, plus a "T" suffix. 6. Where more than one neutral is present with a group of conductors, a tag shall be applied to each neutral indicating which phase conductors are served by each neutral (e.g. HA-2, 4, 6). B. Wire tag termination names shall identify the circuit number, instrument tag number, and the control function along with the name indicated on the drawings. 2.02 CONDUCTOR IDENTIFICATION MATERIALS FOR POWER CONDUCTORS A. Color -Coding Conductor Tape: Colored, self-adhesive vinyl tape not less than 3 mils thick by 1 to 2 inches wide. 2.03 UNDERGROUND -LINE WARNING TAPE A. Tape: 1. Recommended by manufacturer for the method of installation and suitable to identify and locate underground electrical and communications utility lines. 2. Printing on tape shall be permanent and shall not be damaged by burial operations. 3. Tape material and ink shall be chemically inert, and not subject to degrading when exposed to acids, alkalis, and other destructive substances commonly found in soils. B. Color and Printing: 1. Comply with ANSI Z535.1 through ANSI Z535.5. 2. Inscriptions for Red -Colored Tapes: ELECTRIC LINE, HIGH VOLTAGE, 3. Inscriptions for Orange -Colored Tapes: TELEPHONE CABLE, CATV CABLE, COMMUNICATIONS CABLE, OPTICAL FIBER CABLE. 2.04 WARNING LABELS AND SIGNS A. Comply with NFPA 70 and 29 CFR 1910,145, B. Self -Adhesive Warning Labels. Factory -printed, multicolor, pressure -sensitive adhesive labels, configured for display on front cover, door, or other access to equipment unless otherwise indicated. C. Baked -Enamel Warning Signs: 1. Preprinted aluminum signs, punched or drilled for fasteners, with colors, legend, and size required for application. 2. 1/4-inch grommets in corners for mounting. 3. Nominal size, 7 by 10 inches Identification for Electrical Systems 26 05 S3 - 2 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 D. Metal -Backed, Butyrate Warning Signs: y 1. Weather -resistant, nonfading, preprinted, cellulose -acetate butyrate signs with 0.0396- inch galvanized -steel backing; and with colors, legend, and size required for application. 2. 1/4-inch grommets in corners for mounting. 3. Nominal size, 10 by 14 inches. E. Warning label and sign shall include, but are not limited to, the following: 1. Multiple Power Source Warning: "DANGER - ELECTRICAL SHOCK HAZARD - EQUIPMENT HAS MULTIPLE POWER SOURCES." Sign shall indicate location of power sources. 2. UPS Power Source Warning: "DANGER— ELECTRICAL SHOCK HAZARD — EQUIPMENT IS POWERED FROM UPS. VERIFY COMPLETELY DE -ENERGIZED PRIOR TO REMOVING COVER." 3. Workspace Clearance Warning: "WARNING - OSHA REGULATION AREA IN FRONT OF ELECTRICAL EQUIPMENT MUST BE KEPT CLEAR FOR 36 INCHES." a. Locations for Workspace Clearing Warning signs: 1). All locations where electrical equipment is installed. 4. Power Source Warning: "DANGER - ELECTRICAL SHOCK HAZARD — HIGH VOLTAGE EQUIPMENT." a. Locations for Power Source Warning signs: 1). All locations where electrical equipment is installed. 2.05 INSTRUCTION SIGNS A. Engraved, laminated acrylic or melamine plastic, minimum 1/16 inch thick for signs up to 20 sq. inches and 1/8 inch thick for larger sizes. 1. Engraved legend with white letters on black face. 2. Punched or drilled for 316 stainless steel screws and washers. 2.06 EQUIPMENT IDENTIFICATION LABELS A. Engraved, Laminated Acrylic or Melamine Label: Punched or drilled for screw mounting. White letters on a dark -gray background. Minimum letter height shall be 3/8 inch. B. Instrumentation shall be tagged with Pan -Steel 316 stainless steel plates affixed to the instrument with 316 stainless steel wire. 2.07 CONDUIT AND RACEWAY TAGS A. Pan -steel 316 stainless steel plates, tags, and cable ties affixed to the conduit in two places. B. Tag shall identify the location of the other end of the conduit and identify if the conduit is used for control, communications, or power conductors. Identification for Electrical Systems 26 05 53 - 3 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 3.00 EXECUTION 3.01 INSTALLATION A. Verify identity of each item before installing identification products. B. Location: Install identification materials and devices at locations for most convenient viewing without interference with operation and maintenance of equipment. C. Apply identification devices to surfaces that require finish after completing finish work. D. Attach signs and plastic labels that are not self-adhesive type with stainless steel mechanical fasteners appropriate to the location and substrate. E. Aluminum Wraparound Marker Labels and Metal Tags: Secure tight to surface of conductor or cable at a location with high visibility and accessibility. F. Cable Ties: For attaching tags. Use general-purpose type, except as listed below: 1. Outdoors: 316 stainless steel wire. G. Underground -Line Warning Tape: During backfilling of trenches install continuous underground -line warning tape directly above line at 6 to 8 inches below finished grade. Use multiple tapes where width of multiple lines installed in a common trench or concrete envelope exceeds 16 inches overall. 3.02 IDENTIFICATION SCHEDULE A. Accessible Raceways and Cables within Buildings: Identify the covers of each junction and pull box of the following systems with self-adhesive vinyl labels with the wiring system legend and system voltage. System legends shall be as follows: 1. Power. 2. Controls. B. Power -Circuit Conductor Identification, 600 V or Less: For conductors in vaults, pull and junction boxes, manholes, and hand holes, use color -coding conductor tape to identify the phase. 1. Color -Coding for Phase and Voltage Level Identification, 600 V or Less: Use colors listed below for ungrounded service, feeder and branch -circuit conductors. a. Color shall be field applied for sizes larger than No. 8 AWG. b. Colors for 208Y/120-V Circuits: 1). Phase A: Black. 2). Phase B: Red. 3). Phase C: Blue. 4). Neutral: White c. Colors for 480Y/277-V Circuits: 1). Phase A: Brown. 2). Phase B: Orange. Identification for Electrical Systems 26 05 53 - 4 rTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 3j. Phase C: Yellow. d. Field -Applied, Color -Coding Conductor Tape: Apply in half -lapped turns for a minimum distance of 6 inches from terminal points and in boxes where splices or taps are made. Apply last two turns of tape with no tension to prevent possible unwinding. Locate bands to avoid obscuring factory cable markings. C. Auxiliary Electrical Systems Conductor Identification: Identify field -installed alarm, control, and signal connections. 1. Identify conductors, cables, and terminals in enclosures and at junctions, terminals, and pull points. Identify by system and circuit designation. 2. Use system of marker tape designations that is uniform and consistent with system used by manufacturer for factory -installed connections. 3. Coordinate identification with Project Drawings, manufacturer's wiring diagrams, and the Operation and Maintenance Manual. D. Locations of Underground Lines: Identify with underground -line warning tape for power, lighting, communication, and control wiring. 1. Install underground -line warning tape for both direct -buried cables and cables in raceway. E. Workspace Indication: Install floor marking tape to show working clearances in the direction of access to live parts. Workspace shall be as required by NFPA 70 and 29 CFR 1926.403 unless otherwise indicated. Do not install at flush -mounted panelboards and similar equipment in finished spaces. 1. Tripping hazards shall be labelled. F. Warning Labels for Indoor Cabinets, Boxes, and Enclosures for Power and Lighting: Self- adhesive warning labels. 1. Comply with 29 CFR 1910.145. 2. Identify system voltage with black letters on an orange background. 3. Apply to exterior of door, cover, or other access. 4. For equipment with multiple power or control sources, apply to door or cover of equipment including, but not limited to, the following: a. Power transfer switches. b. Controls with external control power connections. c. 480V power enclosures. G. Emergency Operating Instruction Signs: Install instruction signs with white legend on a red background with minimum 3/8-inch high letters for emergency instructions at equipment used for power transfer. H. Equipment Identification Labels: On each unit of equipment, install unique designation label that is consistent with wiring diagrams, schedules, and the Operation and Maintenance Manual. Apply labels to disconnect switches and protection equipment, central or master units, control panels, control stations, terminal cabinets, and racks of each system. Systems Identification for Electrical Systems 26 05 53 - 5 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 include power, lighting, control, communication, signal, monitoring, and alarm systems unless equipment is provided with its own identification. 1. Labeling Instructions: a. Indoor Equipment: Self-adhesive, engraved, laminated acrylic or melamine label. Unless otherwise indicated, provide a single line of text with 1/2-inch high letters on 1-1/2-inch high label; where two lines of text are required, use labels 2 inches high. b. Outdoor Equipment: Engraved, laminated acrylic or melamine label 4 inches high. c. Elevated Components: Increase sizes of labels and letters to those appropriate for viewing from the floor. d. Unless provided with self-adhesive means of attachment, fasten labels with appropriate mechanical fasteners that do not change the NEMA or NRTL rating of the enclosure. 2. Equipment to Be Labeled: a. Panelboards: Typewritten directory of circuits in the location provided by panelboard manufacturer. Panelboard identification shall be self-adhesive, engraved, laminated acrylic or melamine label. b. Enclosures and electrical cabinets. c. Access doors and panels for concealed electrical items. d. Switchgear. e. Switchboards. f. Transformers: Label that includes tag designation shown on Drawings for the transformer, feeder, and panelboards or equipment supplied by the secondary. g. Emergency system boxes and enclosures. h. Motor -control centers. i. Enclosed switches. j. Enclosed circuit breakers. k. Enclosed controllers. I. Variable -speed controllers. m. Push-button stations. n. Power transfer equipment. o. Contactors. p. Remote -controlled switches, dimmer modules, and control devices. q. Monitoring and control equipment. END OF SECTION Identification for Electrical Systems 26 05 53 - 6 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 260573 OVERCURRENT PROTECTIVE DEVICE COORDINATION STUDY 1.00 GENERAL 1.01 DESCRIPTION A. General: This section specifies that the CONTRACTOR prepare a short circuit and protective device coordination study and an arc flash hazard analysis for the electrical power system. The study shall include electrical gear throughout the plant including information from the utility company down to the 120V panels fed from the electrical buildings. The Contractor shall coordinate with City Personnel for their existing ETAP or SKM Model and modify accordingly. Contractor will be responsible to gather all device settings as they are in the field. C. The short circuit and protective device coordination study shall provide an evaluation of the electrical power system and the model numbers and settings of the protective devices and metering or motor monitoring devices for setting by the CONTRACTOR. The Study shall include settings for all motor protective relays and electric system monitoring devices. D. Scope: 1. The Contractor is responsible for providing all pertinent information necessary for the successful completion of the Short Circuit and Protective Device Coordination Study, and Arc Flash Analysis. All cable and raceway data, data for new, future and existing motors, data from all new motor control center components, panelboards, and separately mounted fuses, starters or circuit breakers shall be obtained by the Contractor. Obtain all existing or new protective device information to include all present settings. The Contractor shall obtain any needed data or information from Contract Documents, various suppliers, the Electric Utility and from conducting his own field investigations. The data obtained shall be organized and submitted to the Engineer to show that all the necessary data gathering work has been done. 2. Calculations shall utilize actual X/R and three phase short circuit values obtained by the contractor from the Electric Utility. 3. Provide a complete short circuit study. Include three phase and phase -to -ground calculations. Provide an equipment interrupting or withstand evaluation based on the actual equipment and model numbers provided on this project. Generic devices are not acceptable. Normal system operating method, alternate operation, and operations that could result in maximum fault conditions shall be thoroughly addressed in the study. The study shall assume all motors operating at rated voltage with the exception that motors identified as "standby" shall not be included. Electrical equipment bus impedance shall be assumed zero. Short circuit momentary duties and interrupting duties shall be calculated on the basis of maximum available fault current at the electrical equipment busses. The Study shall be performed using actual available short circuit currents available and system impedances as obtained from the Electric Utility. An assumption of infinite bus for the purposes of the Study is not acceptable. Study shall use actual motor X/R and sub transient reactance data obtained from equipment suppliers. Overcurrent Protective Device Coordination Study 26 OS 73 - 1 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 4. A protective device coordination study shall be performed to determine appropriate protective device settings. The study shall include all electrical equipment provided under this contract and any up -stream equipment that has an impact on the coordination study. The study shall show transformer damage curves, cable short circuit withstand curves and motor curves. Include all medium and low voltage switchgear, distribution switchboards, motor control centers, and panelboards main circuit breakers. Complete the short circuit study down to the main breaker or main lugs on all panelboards. Panelboard branch circuit devices need not be considered. The phase over current and ground -fault protection shall be included as well as settings for all other adjustable protective devices. All motor monitoring protective devices and protective or monitoring devices that are a part of a supplier's equipment (such as soft starters or variable frequency drives) shall be in included. Include the last protective device in the Electric Utility's system feeding each facility being considered. S. Provide Time -Current Curves on 11X17 log -log paper. Do not put more than one branch of protective devices on any one coordination curve. Include a one -line diagram and the names of each protective device in the branch. Use the names designated in the Contract Documents. Include motor and transformer damage curves, and cable short circuit withstand curves. 6. An equipment evaluation study shall be performed to determine the adequacy of the fault bracing of all bus from the panelboard level up to the main Switchgear or protective device. Include circuit breakers, controllers, surge arresters, busway, switches, and fuses by tabulating and comparing the short circuit ratings of these devices with the available fault currents. 7. Provide arc flash hazard analysis in accordance with the applicable NFPA, ANSI, and IEEE standards. 8. The studies shall be performed, sealed and signed by a Registered Professional Engineer licensed in the state of Texas. 9. Any problem areas or inadequacies in the equipment shall be promptly brought to the Engineer's attention. 10. Use industry standard short circuit software, SKM CAPTOR and DAPPER or an equal approved by the Engineer. 11. Update existing VC SKM model for VC for all added or modified equipment. 1.02 REFERENCES A. This Section contains references to the following documents. They are a part of this Section as specified and modified. In case of conflict between the requirements of this Section and those of the listed documents, the requirements of this Section shall prevail. Overcurrent Protective Device Coordination Study FTW 17498 — VCW RF Sludge Thickening Improvements 260573-2 City Project No. CO2647 Reference Title IEEE 141 Recommended Practice for Electric Power Distribution for Industrial Plants IEEE 242 Recommended Practice for Protection and Coordination of Industrial and Commercial Power Systems NFPA 70E Handbook for Electrical Safety in the Workplace IEEE 1584 IEEE Guide for Performing Arc -Flash Hazard Calculations NEC National Electrical Code 1.03 SCHEDULE A. The approved reports shall be completed, and a copy sent to the electrical distribution equipment manufacturer 45 days before the equipment is shipped to the Work site. The report shall be provided to the Engineer NO LATER THAN 90 days before the equipment is shipped to the Work site. SHIPMENT AND DELIVERY OF EQUIPMENT WILL NOT BE ACCEPTED AT THE 1OBSITE UNTIL THE STUDY HAS BEEN COMPLETED, SUBMITTED AND APPROVED BY THE ENGINEER. 1.04 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00 "Submittals" and shall include: B. Short Circuit and Protective Device Coordination Study. Provide a color hard copy study report bound in a 3-ring binder. Time current curves shall be on 11x17 log -log type paper. The Contractor can provide time current curves on 8 % x 11 log -log type paper as a supplement but not as a replacement. C. Arc Flash Hazard Analysis 1. Provide a copy of project specific Arc Flash labels for each panelboard, switchboard, VFD's, disconnect, Motor Control Center, etc. 2. Provide a 11x17 copy of the one -line diagram color -coded to show the incident ranges & clothing classifications at each bus. Provide a table indicating the color coding used for each incident range & clothing classification. The following is a recommended color coding for the following Hazard/Risk Category numbers: a. Green to indicate a Category 0 b. Blue to indicate a Category 1 c. Brown to indicate a Category 2 d. Yellow to indicate a Category 3 e. Orange to indicate a Category 4 f. Red to indicate Above a Category 4 Overcurrent Protective Device Coordination Study 26 05 73 - 3 FTW17498 -. VCWRF Sludge Thickening Improvements City Project No. CO2647 D. Two Software copies of actual project data files burned in on a CD. The Contractor shall provide an electronic copy on a CD-ROM of all files used to develop the electrical system model in the power system analysis program and all files for the written study analysis and summary data tables. This shall include any library files used for circuit breakers, fuses, etc. for the power system analysis. 2.00 PRODUCTS 2.01 REPORTS A. The product shall be a certified report summarizing the short circuit and coordination study and conclusions or recommendations that may affect the integrity of the electric power distribution system. As a minimum, the report shall include the following: 1. The equipment manufacturer's information used to prepare the study. 2. Assumptions made during the study. 3. Provide a One -Line diagram showing the short circuit calculations listing short circuit levels at each bus. Provide the same data in tabular from. Use the same names to designate the various pieces of equipment as employed in the Contract Documents. 4. Coordination study time -current curves (11x17 log -log type) including the instrument trans -former ratios, model numbers of the protective devices, and the protective device settings associated with each breaker. Organize the curves as specified here in. Place no more than one branch on a single drawing. Ground fault time current curves shall be on a separate sheet. 5. Comparison of short circuit duties of each bus to the interrupting capacity of the equipment that is protecting that bus. 6. All data that was used as input to the report. This data shall include cable impedance, conduit type, source impedance, equipment ratings, motor X/R and subtransient reactance data, etc. 7. Six (6) bound copies of the completed short circuit and protective device coordination study and the arc flash analysis, shall be submitted to the Engineer for approval. 3.00 EXECUTION 3.01 GENERAL A. Provide a short-circuit and protective device coordination study and arc flash hazard analysis on the electrical power distribution system, as specified. The studies shall be performed in accordance with IEEE Standards 141 and 242, IEEE 1584, ANSI, and the NEC and shall utilize the ANSI method of short circuit analysis in accordance with ANSI C37.010. The studies shall be performed using actual equipment data for all equipment. The coordination studies shall use the data from the manufacturer of protective devices. Overcurrent Protective Device Coordination Study 26 05 73 - 4 FTW17498— VCWRF Sludge Thickening Improvements City Project No. CO2647 3,02 QUALIFICATIONS A. The studies shall be performed by the by an electrical manufacturer/consultant service/electrical testing agency who is regularly engaged in power system studies. A Licensed Professional Engineer with proficiency in electrical power engineering shall conduct the studies and shall seal and sign the studies. The Professional Engineer shall be licensed to practice engineering in the State of Texas. A study submitted without a Professional Engineer's seal will not be reviewed and returned Not Approved, Revise & Resubmit. 3.03 5HORT CIRCUITSTUDY A. The CONTRACTOR shall be responsible for obtaining and verifying all data needed to perform the study. B. Asa minimum, each short circuit study shall include the following: 1. One -Line Diagram: Location and function of each protective device in the system, such as protective devices, direct -acting trips, fuses, etc. b. Type designation, current rating, range or adjustment, manufacturer's style and catalog numberfor all protective devices. c. Power and voltage ratings, impedance, primary and secondary connections of all transformers. Use the ratings (i.e. Impedance, X/R, etc.) of the actual transformers being provided where available. d. Type, manufacturer, and ratio of all instrument transformers energizing each protective device. e. Nameplate ratings of all motors and generators with their subtransient reactance. Transient reactance of synchronous motors and generators and synchronous reactance of all generators. Obtain data on the actual equipment being provided. Generic or average data numbers are not acceptable. f. Sources of short circuit currents such as utility ties, generators, synchronous motors, and induction motors. Provide short circuit studies using each source of power separately. The study shall determine if there is sufficient short circuit current to adequately cause interruption of a protective device using the weaker power source (typically local generation), and shall determine if the equipment can safely interrupt the fault if the greater power source is connected. Additional short circuit calculations shall include emergency as well as normal switching conditions as well as normal and emergency power sources described here in. g. All significant circuit elements such as transformers, cables, breakers, fuses, reactors, etc. shall be included. The time -current setting of existing adjustable protective devices and direct -acting trips, if applicable. Overcurrent Protective Device Coordination Study 26 05 73 - 5 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 2. Impedance Diagram: a. Available MVA or impedance from the utility company. b. Local generated capacity impedance. c. Bus impedance. d. Transformer and/or reactor impedances. e. Cable impedances. f. Equipment impedances. g. System voltages. h. Grounding scheme (resistance grounding, solid grounding, or no grounding). i. Motor contribution assuming the new and future motors as shown on the plans all running at the same time. 3. Calculations: a. Determine the paths and situations where short circuit currents are the greatest. Assume bolted faults and calculate the 3-phase and line -to -ground short circuits of each case. b. Calculate the maximum and minimum fault currents. c. A discussion section evaluating the adequacy or inadequacy of the equipment method of calculation and formulas used such that all calculations can be verified manually by the Engineer, with recommendations as required for improvements to the system. d. Any inadequacies shall be called to the attention of the Engineer and recommendation made for improvements. e. Six (6) bound copies of the completed short circuit study shall be submitted to the Engineer. 3.04 PROTECTIVE DEVICE COORDINATION STUDY A. As a minimum, the coordination study for the power distribution system shall include the following on 5-cycle, log -log graph paper: 1. The time -current coordination analysis shall be performed with aid of a digital computer. a. Time -current curves for each device shall be positioned to provide for maximum selectivity to minimize system disturbances during fault clearing, but still maintain a low incident energy level. Where selectivity cannot be achieved, the Engineer shall be notified as to the cause. 2. Time -current curves for each device shall be positioned to provide for maximum selectivity to minimize system disturbances during fault clearing. Where selectivity cannot be achieved, the Engineer shall be notified as to the cause. 3. Time -current curves and points for cable and equipment damage. Overcurrent Protective Device Coordination Study 26 05 73 - 6 FTW17498 — VCWRF Sludge Thickening improvements City Project No. CO2647 4. Circuit interrupting device operating and interrupting times. 5. Indicate maximum fault values on the graph. 6. Sketch of bus and breaker arrangement. 7. Six (6) bound copies of the completed protective device coordination study shall be submitted to the Engineer. 3.05 ARC FLASH HAZARD ANALYSIS A. The study shall be performed in accordance with the NEC and all applicable OSHA, ANSI, and IEEE standards. B. The contractor shall adjust all adjustable time -current devices such that the trip settings lower the arc flash exposure and minimizing the clearing time. However, the contractor shall adjust the time -current devices to avoid nuisance tripping. C. The contractor shall utilize fault current values from the short circuit analysis to determine the Incident energy, limited approach boundary, restricted approach boundary, prohibited approach boundary and appropriate PPE required. D. The contractor shall provide project specific arc -flash labeling. The arc -flash labeling shall be placed on the outside of the cover of the panelboard, switchboard, distribution panel, VFD, and all electrical panels, etc. such that it can be read without opening the electrical equipment. Mount arc -flash labels a maximum of 6'-6" AFF, include the housekeeping pad in the mounting height. The contractor shall provide arc -flash labeling on all existing panelboards, switchboards, distribution panel, etc. where breakers are added, or work is performed in or on the electrical equipment. E. Arc Flash Labels shall be chemical resistant, UV resistant, water resistant, scratch resistant, and made of 3.0 mil vinyl tape as manufactured by DuraLabel, Brady or approved equal. The lettering shall be performed by thermal transfer print. Arc Flash labels and label lettering shall be sized large enough to be legible at a distance outside the hazard area. 2. Arc Flash Labels shall be placed on the door(s) of the room if the hazard area reaches or extends beyond the electrical room door(s). 3. The arc flash label shall include a DANGER header when the incident energy is above 40cal/cm2, and a WARNING header for all other incident energy levels. To ensure a safe workplace, and that the labeling meets NEC, OSHA, IEEE, ANSI and NFPA requirements, use specialized arc flash software to calculate protection boundaries. These protection boundaries shall include the Flash Protection Boundary, Limited Approach Boundary, Restricted Approach Boundary and the Prohibited Approach Boundary. G. The arc -flash analysis shall be based on calculated fault from the Short Circuit Study at each respective bus. The arc -flash software program shall be used to calculate the available arcing fault at each bus in the system, the resultant flash protection boundary based on the applicable protective device operating times and the associated incident energy that workers may be exposed to at the specified working distances. Overcurrent Protective Device Coordination Study 26 05 73 - 7 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 H. The report shall include the following information: Arc -flash evaluation table, arc -flash and shock hazard label definitions, arc -flash evaluation information, arc -flash and shock hazard labels and definitions of terms used in the arc -flash hazard analysis. I. Six (6) bound copies of the completed arc -flash hazard analysis shall be submitted to the Engineer's Representative. J. Arc Flash labels shall be similar to the following example: WARNING I Arc Flash and Shock Hazard � Appropriate PPE Required 13 inch Flash Hazard Boundary 0.67 cal/cm^2 Flash Hazard at 18 inches Category 1 1=R Shirt & Pants 430 VAC Shock Hazard when cover is removed 00 Glove Class 42 inch Limited Approach 12 inch Restricted Approach 1 inch Prohibited Approach Equip.IB: CB31 Study Bate: August 01, 2000 END OF SECTION Overcurrent Protective Device Coordination Study 26 05 73 - S FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 260923 LIGHTING CONTROL DEVICES 1.00 GENERAL 1,01 RELATED DOCUMENTS A. Materials and Work not listed in Section 26 09 23 "Lighting Control Devices" shall be in accordance with Division 26 Specifications. 1.02 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install contactors. Electrical work shall be in accordance with Section 26 05 00 "Common Work Results for Electrical." Provide lighting controls as required by the Drawings and Specifications. 1.03 SUMMARY A. This Section includes the following lighting control devices: I. Outdoor photoelectric switches. 2. Lighting contactors. 3. Emergency shunt relays. B. Related Sections include the following: 1. Division 26 Section "Wiring Devices" for manual light switches. 1.04 DEFINITIONS A. LED: Light -emitting diode. B. PIR: Passive infrared. 1.05 SUBMITTALS A. Product Data: For each type of product indicated. B. Shop Drawings: 1. Show installation details for light -level sensors. 2. Interconnection diagrams showing field -installed wiring and interconnection to the lighting contactor panelboards etc. 3. Lighting Contactors: Shop drawings shall include dimensioned drawing showing layout of enclosure in plain view, Control Schematic in ladder logic showing operation of the contactor and data sheets for each component provided C. Other Diagrams — as needed for special operation or interaction with other system(s) D. Example Contractor Startup/Commissioning Worksheet— must be completed prior to factory start-up E. Hardware and Software Operation Manuals F. Other operational descriptions as needed Lighting Control Devices 26 09 23 - 1 FTW17498 — VCWRF Sludge Thickening Modifications City Project No. CO2647 G. Field quality -control test reports. H. Operation and Maintenance Data: For each type of product to include in emergency, operation, and maintenance manuals. 1.06 PERFORMANCE CRITERIA A. Provide a system that controls lighting with the following hierarchy: 1. Emergency: Highest priority, over -rides all other inputs 2. Programming: During system programming, sensor inputs are ignored 1.07 QUALITY ASSURANCE A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. B. All steps in sensor manufacturing process shall occur in the USA; including population of all electronic components on circuit boards, soldering, programming, wiring, and housing. C. All components and the manufacturing facility where product were manufactured must be ROHS compliant. D. In high humidity or cold environments, the sensors shall be conformably coated and rated for condensing humidity and -40 degree Fahrenheit (and Celsius) operation. E. All applicable products must be UL / CUL Listed or other acceptable national testing organization. 1.08 COORDINATION A. Coordinate layout and installation of ceiling -mounted devices with other construction that penetrates ceilings or is supported by them, including light fixtures, HVAC equipment, smoke detectors, fire -suppression system, and partition assemblies. B. Coordinate lighting control components to form an integrated interconnection of compatible components. C. The installing contractor shall be responsible for a complete and functional system in accordance with all applicable local and national codes. 2.00 PRODUCTS 2.01 MANUFACTURERS A. This specification is based on the Network Control Lighting System 1. Hubbell Lighting. 2. Lithonia Lighting; Acuity Lighting Group, Inc. 3. RAB Lighting, Inc. 4. Approved equal Lighting Control Devices 26 09 23 - 2 FTW17498 — VCWRF Sludge Thickening Modifications City Project No. CO2647 �2.02 OUTDOOR PHOTOELECTRIC SWITCHES, SOLID STATE, FLEXIBLE MOUNTING A. Description: Solid state,'with SPST dry contacts rated for 1800 VA inductive, to _operate connected relay, contactor coils, or microprocessor input; complying with UL 773A, and compatible with ballasts and LED larnDs. 1. Listed and labeled as defined in NFPA 70, by NRTL, and marked for intended location and application. 2. Light -Level Monitoring Range: 1.5 to 10 fc, with an adjustment for turn -on and turn-off levels within that range. 3. Time Delay: Fifteen -second minimum, to prevent false operation. 4. Surge Protection: Metal -oxide varistor. 5. Mounting: Twist lock complies with ANSI C136.10, with base -and -stem mounting or stem -and -swivel mounting accessories as required to direct sensor to the north sky exposure from same source and manufacturer as switch. 6. Failure Mode: Luminaire stays ON. 2.2—SYSTEPJ REQUIREMENTS A. System shall have ap arp—hiteep-ture that is based upon thFee ma.n GE)Reepts;Goneepts: 1) Lighting Control Devices 26 09 23 - 3 FTW17498 — VCWRF Sludge Thickening Modifications City Project No. CO2647 R . i L L 1 • 1 WN L 1 ■ ME . ........... L 1 . ■ IF M. System shall pFevide the eptien ef having pFe teffninated plenu.m. Rated- GAT 5 6 Gabling supplied with Wrrl.. Lighting Control Devices 26 09 23 - 4 FTW17498—VCWRF Sludge Thickening Modifications City Project No. CO2647 2.03 LIGHTING CONTACTORS A. Description: Electrically operated and mechanically held, combination type with fusible switch, complying with NEMA ICS 2 and UL 508. 1, Current Rating for Switching: Listing or rating consistent with type of load served, including tungsten filament, inductive, and high -inrush ballast (ballast with 15 percent or less total harmonic distortion of normal load current). 2. Contactor shall be the number of poles required, rated 30 amps at 120VAC or at 277VAC as indicated. See plans for more information. Lighting contactors shall be Square D Class 8903 Type L or approved equal. 120V contactors shall have a 20A, 1 pole circuit breaker rated for 22,000 AIC. Where shown on the plans, the lights shall be fed from this circuit breaker through the contactor. Lighting contactors shall be mounted in a NEMA 1, 12 gauge steel enclosure suitable for indoor installation. See control schematics in plans for more details. Coil operating voltage shall be as indicated on plans. 3. Indicating Lights, Switches, and Pushbuttons: Heavy duty and oil tight (30 mm); Square D Class 9001 or approved equal. Pilot lights shall be push to test (LED type) and shall be Square D SK or approved equal. 4. Provide a print pocket pouch with the control schematic drawings on the inside of the Lighting Contactor door. The control schematic drawings shall be the final version of the drawings and shall include any field revisions made during start-up. 2.04 START-UP & SUPPORT FEATURES A. All lighting control zones shall be able to function according to default settings once adequate power is applied and before any system software is installed. 3.00 EXECUTION 3.01 INSTALLATION A. Provide all system components that have been manufactured, assembled, and installed to maintain performance criteria stated by manufacturer without defects, damage, or failure. B. Install equipment in accordance with manufacturer's installation instructions. C. Provide complete installation of system in accordance with the submittals and layouts submitted as a part of this specification. D. Provide equipment at locations and in quantities indicated on the submittals and layouts submitted as a part of this specification. Provide any additional equipment required to provide control intent. E. Ensure that daylight sensor placement minimizes sensors view of electric light sources. Provide all interconnection wiring between sensors, fixtures and other devices as required for a complete and operational system. 3.02 CONTACTOR INSTALLATION Lighting Control Devices FTW17498—VCWRF Sludge Thickening Modifications 26 09 23 - 5 City Project No. CO2647 A. Mount electrically held lighting contactors with elastomeric isolator pads, to eliminate structure -borne vibration, unless contactors are installed in an enclosure with factory - installed vibration isolators. B. Furnish and install a complete exterior lighting control system, as indicated on the plans. Pro -vide materials and equipment to properly interface timing devices and photocells with relays and contactors so that a complete and satisfactory operating system is rendered. 3.03 WIRING INSTALLATION A. Wiring Method: Comply with Division 26 Section "Low -Voltage Electrical Power Conductors and Cables." Minimum conduit size shall be 3/4 inch. B. Wiring within Enclosures: Comply with NECA 1. Separate power -limited and nonpower- limited conductors according to conductor manufacturer's written instructions. C. Size conductors according to lighting control device manufacturer's written instructions, unless otherwise indicated. D. Splices, Taps, and Terminations: Make connections only on numbered terminal strips in junction, pull, and outlet boxes; terminal cabinets; and equipment enclosures. 3.04 IDENTIFICATION A. Identify components and power and control wiring according with Section 26 05 53, "Identification for Electrical Systems". 1. Identify controlled circuits in lighting contactors. Externally visible, permanent nameplates shall be provided to identify each switch, indicating light, etc. Equipment and terminal blocks shall be suitably identified. This shall include items on the back side of doors and panel mounted items. Nameplates shall be white with black lettering and attached with stainless steel screws. B. Label contactors with a unique designation. 3.05 FIELD QUALITY CONTROL A. Perform the following field tests and inspections and prepare test reports: After installing sensors, and after electrical circuitry has been energized, adjust and test for compliance with requirements. B. Lighting control devices that fail tests and inspections are defective work. 3.06 COMMISSIONING A. Provide factory -certified field service engineer to ensure proper system installation and operation under following parameters. 1. Certified by the equipment manufacturer on the system installed. 2. At least three site visits to accomplish the following tasks: a. Prior to wiring Lighting Control Devices 26 09 23 - 6 FTW17498 -- VCWRF Sludge Thickening Modifications City Project No. CO2647 1). Review and provide installer with instructions to correct any errors in the 1 following areas: a). Low voltage wiring requirements b). Separation of high and low voltage wiring runs c). Wire labeling d). Switching panel locations and installation e). Physical locations of controls f). Load circuit wiring 2). After system installation 3). Check and approve or provide correction instructions on the following: a). Connections of power feeds and load circuits b). Connections and locations of controls c). Connections of low voltage inputs 4). Turn on system control processor and download any pre-programmed system configuration 5). Verify panel address(es) 6). Download pre-programmed system configuration and information to switching and/or dimming panels 7). Check load currents and remove bypass jumpers 8). Verify that each system control is operating to specification 9). Verify that each system circuit is operational according to specification 10). Verify that manufacturers' interfacing equipment is operating to specification 11).Verify that any computers and software supplied by the manufacturer are performing to specifications 12). Have an owner's representative sign off on the above -listed system functions b. Before project completion and hand-off c. Demonstrate system capabilities and functions to owner's representative d. Train owner's representative on the proper operation and maintenance of the system B. Documentation requirements 1. Functional testing for automatic lighting controls will be performed. The building owner will be given, within 90 days from the date of receipt of certificate of occupancy, written certification that the lighting controls meet documented performance criteria. Lighting Control Devices 26 09 23 - 7 FTW17498—VCWRF Sludge Thickening Modifications City Project No. CO2647 3.07 DEMONSTRATION A. Engage a factory -authorized service representative to train Owner's maintenance personnel to adjust, operate, and maintain lighting control devices. 3.08 WARRANTY A. Manufacturer's Warranty: All equipment shall be warranted free of defects in materials and workmanship. 1. Warranty Period: All system components shall be warranted for at least five (5) years from date of system commissioning. END OF SECTION Lighting Control Devices 26 09 23 - 8 FTW17498 — VCWRF Sludge Thickening Modifications City Project No. CO2647 26 12 01 MEDIUM VOLTAGE PAD -MOUNTED SWITCH 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install pad mount medium voltage switchgear. Electrical work shall be in accordance with Divisions 26. B. Configuration as indicated on drawings. 1.02 QUALITY ASSURANCE A. ACCEPTABLE MANUFACTURERS B. 25KV Pad -Mounted Switch 1. S&C Electric Company 2. G&W Electric 1 3. Eaton 4. No approved equal 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00 "Submittals" and shall include: 1. Product data and shop drawings for pad -mounted switch including dimensions, weights, etc. 2. Termination size and quantity for incoming and outgoing feeders. 1.04 STANDARDS A. The applicable provisions of the following codes and standards shall apply as if written here in their entirety: 1. ANSI C57.12.28 2. ANSI C37.71 3. ANSI C37.73 B. Institute of Electrical and Electronic Engineers (IEEE) C. National Electrical Code (NEC) D. National Electrical Manufacturers Association (NEMA) 2.00 PRODUCTS 2.01 MEDIUM VOLTAGE SWITCHES A. Pad -mounted switches shall be Vista type by S&C Electric Company, Medium Voltage Pad -Mounted Switch 26 12 01- 1 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 B. The pad -mounted switches shall be in accordance with the one -line diagram, and shall conform to the following specification. C. The pad -mounted switches shall consist of a gas -tight tank containing SF6 gas load interrupter switches and resettable vacuum fault interrupters with visible open gaps and integral visible grounds, and a microprocessor -based overcurrent control. Load -interrupter switch terminals shall be equipped with bushings rated 600 amperes continuous, and fault - interrupter terminals shall be equipped with bushing wells rated 200 amperes continuous to provide for elbow connection. Manual operating mechanisms and viewing windows shall be located on the opposite side of the tank from the bushing and bushing wells so that operating personnel shall not be required to perform any routine operations in close proximity to high voltage elbows and cables. D. Ratings 1. The ratings for the integrated pad -mounted gear shall be as designed below: KV, Nominal 15 KV, Maximum 15.5 KV, BIL 95 Main Bus Continuous, Amperes 600 Three -Pole Load Interrupter Switches Continuous, Amperes 600 Load Dropping Amperes 600 Ten -Time Duty -Cycle Fault -Closing Amperes. RMS Symmetrical 25,000 Fault Interrupters Continuous Amperes 600 Load Dropping Amperes 600 Ten -Time Duty -Cycle Fault Interrupting Amperes RMS Symmetrical 25,000 Ten -Time Duty -Cycle Fault Closing Amperes, RMS Symmetrical 25,000 Short -Circuit Ratings Amperes, RMS Symmetrical 25,000 Certification of Ratings Medium Voltage Pad -Mounted Switch 26 12 01- 2 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 2. The manufacturer of the switchgear shall be completely and solely responsible for the performance of the load interrupter switch and fault interrupters as well as the complete integrated assembly as rated. 3. The manufacturer shall furnish, upon request, certification of ratings of the load interrupter switch, fault interrupter, and the integrated switchgear assembly consisting of switches and fault interrupters in combination with the sealed tank. E. Compliance with Standards and Codes 1. The switchgear shall conform to or exceed the applicable requirements of the following standards and codes: Applicable portions of ANSI C57.12.28, covering enclosure integrity for pad - mounted equipment Applicable portions of ANSI C37.71, ANSI C37.72 and ANI C37.73, which specify test procedures for load -interrupter switches, fault interrupters, and the complete switchgear assembly. F. Viewing Windows 1. Each load -interrupter switch shall be provided with a large viewing window at least 6 inches by 12 inches to allow visual verification of the switch -blade position (open, closed and grounded) while shining a flashlight on the blades. 2. Each fault interrupter shall be provided with a large viewing window at least 6" x 12" to allow visual verification of the disconnect -blade position (open, closed, and grounded) while shining a flashlight on the blades. 3. Viewing windows shall be located on the opposite side of the gear from the bushings and bushings wells so that operating personnel shall not be required to perform any routine operations in close proximity to high -voltage elbows and cables. 4. A cover shall be provided for each viewing window to prevent operating personnel from viewing the flash which may occur during switching operations. G. High -Voltage Bus 1. Bus and interconnections shall withstand the stresses associated with short-circuit currents up through the maximum rating of the switchgear. 2. Before installation of copper bus, all electrical contact surfaces shall first be prepared by machine abrading to remove any oxide film. Immediately after this operation, the electrical contact surfaces shall be coating with a uniform coating of an oxide inhibitor and sealant. 3. Bus shall be of copper construction. H. Provisions for Grounding 1. One ground -connection pad shall be provided on the gas/liquid-tight tank of the switchgear. 2. The ground -connection pad shall be constructed of stainless steel and welded to the 1 gas -tight tank, and shall have a short-circuit rating equal to that of the switchgear. 3. Bus shall be of tin-plated copper construction. Medium Voltage Pad -Mounted Switch FTW17498 — VCWRF Sludge Thickening Improvements 261201-3 City Project No. CO2647 Load -Interrupter Switches 1. The three-phase, gang -operated load -interrupter switches shall have a ten -time duty - cycle, fault -closing rating equal to or exceeding the short-circuit rating of the switchgear. This rating defines the ability to close the switch ten times against a three-phase fault with asymmetrical (peak) current in at least one phase equal to the rated value, with the switch remaining operable and able to carry and interrupt rated current. Certified test abstracts establishing such ratings shall be furnished upon request. 2. The switch shall be provided with an integral ground position that is readily visible through the viewing window to eliminate the need for cable handling and exposure to high voltage to ground the equipment. 3. The ground position shall have a ten -time duty -cycle fault -closing rating. 4. The switch shall be provided with an open position that is readily visible through the viewing window to eliminate the need for cable handling and exposure to high voltage to establish a visible gap. 5. The open gaps of the switch shall be sized to allow cable testing through a feedthrough bushing of the back of the elbow. J. Fault Interrupters Fault interrupters shall have a ten -time duty -cycle fault -closing and fault interrupting rating equal to or exceeding the short-circuit rating of the switchgear. This rating defines the fault interrupter's ability to close ten times against a three-phase fault with asymmetrical (peak) current in at least one phase equal to the rated value and clear the resulting fault current, with the interrupter remaining operable and able to carry and interrupt rated current. Certified test abstracts establishing such ratings shall be furnished upon request. 2. The fault interrupter shall be provided with a disconnect with an integral ground position that is readily visible through the viewing window to eliminate the need for cable handling and exposure to high voltage to ground the equipment. 3. The ground position shall have a ten -time duty -cycle fault -closing rating. 4. The disconnect shall be provided with an open position that is readily visible through the viewing window to eliminate the need for cable handling and exposure to high voltage to establish a visible gap. 5. The open gaps of the disconnect shall be sized to allow cable testing through a feedthrough bushing or the back of the elbow. 6. An internal indicator shall be provided for each fault interrupter to show when it is in the tripped condition. The indicator shall be clearly visible through the viewing window. K. Operating Mechanisms 1. Load -interrupter switches and fault interrupters shall be operated by means of a quick - make, quick -break mechanism. 2. The manual handle shall charge the operating mechanism for opening, closing and grounding of the switches and fault interrupters. Medium Voltage Pad -Mounted Switch FTW17498 — VCWRF Sludge Thickening Improvements 261201-4 City Project No. CO2647 3. Operating mechanisms shall be equipped with stainless steel Kirk key interlock to 1 prevent inadvertent connection of two separate sources. 4. Operating mechanisms shall be equipped with an operation selector to prevent inadvertent operation from the closed position directly to the grounded position, or from the grounded position directly to the closed position. The operation selector shall require physical movement to the proper position to permit the next operation. 5. Operating shafts shall be pad lockable in any position to prevent operation. 6. The operation selector shall be pad lockable to prevent operation to the grounded position. 7. The operating mechanism shall indicate switch position which shall be clearly visible from the normal operating position. L. Overcurrent Control 1. A microprocessor -based overcurrent control shall be provided to initiate fault interruption. 2. The control shall be capable of three -pole tripping of each fault interrupter. 3. The control shall be mounted in a watertight enclosure and shall be removable in the field without taking the gear out of service. 4. Control settings shall be field programmable using a personal computer connected via a data port to the control. The data port shall be accessible from the exterior of the enclosure. 5. Power and sensing for the control shall be supplied by integral current transformers. 6. The minimum total clearing time (from initiation of the fault to total clearing) for fault interruption shall be 40 milliseconds (2.4 cycles) at 60 hertz. 7. The control shall feature time -current characteristic (TCC) curves, including standard E- speed, coordinating -speed tap, and coordinating -speed main curves. Coordinating speed tap curves shall optimize the coordination with load -size week-link/backup current -limiting fuse combinations, and coordinating -speed main curves shall optimize coordination with tap interrupter curves. 8. The standard E-speed curve shall have phase overcurrent settings ranging from 25E through 200E. The coordinating -speed tap curve shall have phase-overcurrent and independent ground-overcurrent settings ranging from 50 amperes through 400 amperes. The coordinating -speed main curve shall have phase-overcurrent and independent ground-overcurrent settings ranging from 100 amperes through 800 amperes. 9. The control shall have instantaneous -trip (1 kA through 8 kA) and definite -time delay (32 ms through 96 ms) settings to allow tailoring of the coordinating -speed tap and coordinating -speed main curves to the application. Medium Voltage Pad -Mounted Switch 26 12 01 - 5 FTW17498—VCWRF Sludge Thickening improvements City Project No. CO2647 2.02 PAD MOUNTED SWITCH A. Construction 1. SF6 Gas Insulation a. The SF6 gas shall conform to ASTM D2472. b. The switchgear shall be filled with SF6 gas to a pressure of 7 psig at 68 F. c. The gas -tight tank shall be evacuated prior to filling with S176 gas to minimize moisture in the tank. d. The switchgear shall withstand system voltage at a gas pressure of 0 psig at 68 F. e. A gas -fill valve shall be provided. f. A temperature compensated pressure gauge shall be provided that is color coded to show the operating range. The gauge shall be mounted inside the gas -tight tank (visible through a large viewing window) to provide consistent pressure readings regardless of the altitude at the installation site. 2. Gas -Tight Tank a. The tank shall be submersible and able to withstand up to 10 ft. of water over the base. b. The tank shall be of welded construction and shall be made of stainless steel - c. A means of lifting the tank shall be provided. b. Aftep GGatings shall be applied that shall help resist pFetFeatmeRt, proteGtive the the tank. t se,;� ateet rfa;',dsteel se,aeesef-gas -tight . — slit e fellewing tests. b) Less of a SA,n fr.,.A bare .,-,oral .,.-,+ r., P-Me ,.d m 0 e rhaR 1 /R" fr.,m +ha Seribe. Medium Voltage Pad -Mounted Switch 26 12 01- 6 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 2). 1000 heurs of testing-peF AS -TM D 4585UsiRgthe-Cleveland Gend-ensation Type Humidity Cabinet with ne bliste-Fing as evaluated per ASTM $7 44v by hand tO rr.rtere the r.rnteetiye iRtegFity of the fi� rL H_ M The finish shall be iRGIGOF light gFay, satisfying the requirernent-s efAISISI Stand-ard- 755 1 fpr IU,. 61 4:--The �'ri.h+rank shall he Wade „f;z gauge wild steel 5. Enclosure a. The switchgear shall be provided with a pad -mounted enclosure suitable for installation of the gear on a concrete pad. b. The pad -mounted enclosure shall be separable from the switchgear to allow clear access to the bushings and bushing wells for cable termination. c. The enclosure shall be made of stainless steel. hasir material shall be 1/I_gauge het relied piGide J and oiled steel shoot d. The enclosure shall be provided with removable front and back panels, and hinged lift -up roof sections for access to the operating and termination compartments. Each roof section shall have a retainer to hold it in the open position. Lift -up roof sections shall overlap the panels and shall have provisions for pad -locking that incorporate a means to protect the padlock shackle from tampering. e. The base shall consist of continuous 90-degree flanges, turned inward and welded at the corners, for bolting to the concrete pad. f. Panel openings shall have 90-degree flanges, facing outward, that shall provide strength and rigidity as well as deep overlapping between panels and panel openings to guard against water entry. g. For bushings rated 600 amperes continuous, the termination compartment shall be of an adequate depth to accommodate encapsulated surge arresters mounted in 600-ampere elbows having 200-ampere interfaces. h. For bushing wells rated 200 amperes continuous, the termination compartment shall be of an adequate depth to accommodate 200-ampere elbows mounted on feedthrough inserts. i. An instruction manual holder shall be provided. 6. Eneles a Finish - -- Medium Voltage Pad -Mounted Switch FTW17498—VCWRF Sludge Thickening Improvements 261201-7 City Project No. CO2647 l Y l ■ _ 1 � 1 Y l- hl Wss of ad-hesioR fre.,-, bare metal not to extend .,, a than 9 /8' frr.m the scribe aaa , Y ■ Will _ 1 �iTa7"_�;11fATJr��1:1�STT.IRtL7. Y , 1 ■ On ■ _ a a , ■ •. , _ r aa■ . , Ia_a The finish shall be outdoor light gray, satisfying the requirements of ANSI Standard Z55.1 for No.70. 2.03 LABELING A. Hazard -Altering Signs 1. The exterior of the pad -mounted enclosure (if furnished) shall be provided with "Warning -Keep Out -Hazardous Voltage Inside Can Shock, Burn, or Cause Death" signs. Each unit of switchgear shall be provided with "Danger -Hazardous Voltage -Failure to Follow These Instructions Will Likely Cause Shock, Burns, or Death" sign. The text shall further indicate that operating personnel must know and obey the employers' work Medium Voltage Pad -Mounted Switch 26 12 01 - 8 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 1 ■ On ■ _ a a , ■ •. , _ r aa■ . , Ia_a The finish shall be outdoor light gray, satisfying the requirements of ANSI Standard Z55.1 for No.70. 2.03 LABELING A. Hazard -Altering Signs 1. The exterior of the pad -mounted enclosure (if furnished) shall be provided with "Warning -Keep Out -Hazardous Voltage Inside Can Shock, Burn, or Cause Death" signs. Each unit of switchgear shall be provided with "Danger -Hazardous Voltage -Failure to Follow These Instructions Will Likely Cause Shock, Burns, or Death" sign. The text shall further indicate that operating personnel must know and obey the employers' work Medium Voltage Pad -Mounted Switch 26 12 01 - 8 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 files, know the hazards involved, and use proper protective equipment and tools to work on this equipment. 3. Each unit of switchgear shall be provided with a "Danger -Keep Away -Hazardous Voltage - Will Shock, Burn, or Cause Death" sign. B. Nameplates, Ratings Labels, and Connection Diagrams 1. Each unit of switchgear shall be provided with a nameplate indicating the manufacturer's name, catalog number, model number, date of manufacture, and serial number. 2. Each unit of switchgear shall be provided with a ratings label indicating the following voltage rating. main bus continuous rating; short-circuit rating, fault interrupter ratings including interrupting and duty -cycle fault -closing; and load -interrupter -switch ratings including duty-cycle--fault-closing and short -time. 3. The pad -mounted enclosure shall be provided with a stainless steel one -line eenneGtien diagram showing load -interrupter switches, fault interrupters and integral disconnects, and bus along with the manufacturer's model number. 2.04 ACCESSORIES A. A shotgun clamp stick 8'-5-1/2" in length shall be provided complete with a canvas storage bag. B. An adapter cable for connecting an overcurrent control to a user -furnished personal computer (having a 25-pin, 9-pin serial communication port, or ethernet part) in the field shall be provided. C. Dry contacts shall be provided that indicate position of switch and status of switch. D. Potential Indication with Phasing Pins. 1 E. Remote Low Pressure Alarm. F. Remote Trip. 2.05 TERMINATIONS A. The pad -mounted switch manufacturer shall provide terminals for load -interrupter switches which shall have 600-ampere bushings, the manufacturer shall also supply the 600-ampere dead break elbows on the source side. All conductive material within the elbow and bushing shall be copper, aluminum shall not be allowed. Terminals for load -interrupter switches shall have 600-ampere bushings, and terminals for fault interrupters shall have 200-ampere bushing wells to permit connection of elbows. Bushings and bushing wells shall be located on one side of the gear to reduce the required operating clearance. B. Lightning Arresters: Primary overvoltage protection shall be provided by externally mounted Heavy -Duty distribution M.O.V.E. deadfront primary elbow arresters for each phase rated at 15 KV or as required per operating voltage. C. Primary Bushings and Bushing Wells 1. Bushings shall be deadfront type for use with separable connectors conforming to ANSI/IEEE Standard 386 and ANSI Standard C119.2 Medium Voltage Pad -Mounted Switch 26 12 01 - 9 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 2. Bushings and bushing wells shall include a semi --conductive coating. 3. The bushings shall have a continuous current rating of 600-amps 4. Bushings and bushing wells shall be mounted in such away that the semi -conductive coating is solidly grounded to the enclosure. 5. 600-amp bushings shall be RTE insulated deadbreak type conforming to ANSI/IEEE Std. 386 and ANSI C119.2 with copper current carrying parts. The bushings shall be provided with removable copper studs. A 600-amp deadbreak elbow with copper current carrying parts shall be furnished for each bushing. The 600-amp deadbreak elbow shall be equipped with a 200-amp loadbreak reducing plug that shall be used to connect the lightning arresters to the 600-amp deadbreak elbow. 6. Bushings must be horizontally mounted at least 24 inches above the pad and accept molded, separable deadfront connectors. D. Secondary Bushings and Bushing Wells 1. Bushings shall be deadfront type for use with separable connectors conforming to ANSI/IEEE Standard 386 and ANSI Standard C119.2. The bushings shall have a continuous current rating of 600-amps 2. Bushings and bushing wells shall include a semi -conductive coating. 3. Bushings and bushing wells shall be mounted in such a way that the semi -conductive coating is solidly grounded to the enclosure. 4. Bushings must be horizontally mounted at least 24 inches above the pad and accept molded, separable deadfront connectors. 3.00 EXECUTION 3.01 INSTALLATION A. Assemble and install the equipment in accordance with instructions and directions furnished by the Manufacturer, and as detailed on the Plans. If neither are available, install the equipment using the best recognized practices of the electrical industry and trade. Manufacturer's representative shall be available to advise the Contractor in this work. Make all electrical connections to all equipment specified. B. Furnish the services of an experienced Erection Engineer who shall be experienced in the assembly and wiring of the switchgear units of similar size and character. He shall direct the installation of the equipment and shall assist and advise with the electricians or other workmen who are performing the actual work of installing the switchgear. He also shall assist in the adjustment and testing of the equipment. C. Adjust the calibration of protective relays according to the schedule and test the settings. Prepare a card index for the relays, the settings, the test results and marked thereon, and submit to the Owner. D. Instruct the operating and maintenance personnel in principle of operation of all major devices and the care and maintenance of components included in the switchgear. Medium Voltage Pad -Mounted Switch 26 12 01 - 10 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 E. Time spent on the job by the Erection Engineer shall be adequate for performing the above functions but shall in no case be less than that tabulated below: 1. Trips to the project, days: 1- (8-hour days which does not include travel time) 2. Supervision & work, days: 2 - (8-hour days which does not include travel time) 3. Training, days: 1- (8-hour day which does not include travel time) F. All costs (travel expenses, testing equipment, etc.) required for testing and start-up shall be the responsibility of the pad -mounted switch manufacturer/contractor. 3.02 FIELD QUALITY CONTROL A. Upon completion of the installation, perform continuity tests and functional checkout to assure the proper operation of all equipment. The manufacturer's representative shall be available to assist the Contractor in checking the operation of the Pad -Mounted Switchgear. Tests shall be conducted to assure proper operation of all circuits. The manufacturer's representative shall assist in correcting any deficiencies at no expense to the Owner. 3.03 CLEAN AND ADJUST A. The manufacturer shall furnish sufficient touch-up paint of the same type and color used at the factory to repair damages incurred in installation. Perform touch up painting to achieve the original paint thickness, quality and appearance. END OF SECTION Medium Voltage Pad -Mounted Switch FTW17498 — VCWRF Sludge Thickening Improvements 261201-11 City Project No. CO2647 THIS PAGE INTENTIONALLY BLANK 26 12 19 PAD -MOUNTED LIQUID FILLED, MEDIUM VOLTAGE TRANSFORMERS 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to manufacture, fabricate, test, deliver and install a complete pad mounted liquid filled medium voltage transformer to be used in the Owner's medium voltage system as shown in the schedule below. Location} I Equipment Name Thickening Building Transformer No. 1 PA27 Thickening Building Transformer No. 2 PA28 B. The manufacturer shall provide the services of factory field engineers for startup, field tests, troubleshooting, and the supervision of storage and installation. The minimum time required for the manufacturer field services to be on -site shall include a minimum of the following. These times do not include travel time and include a minimum of 8 hours working per day. At MPS ($ase 8) Field Tests 1 days (1 trip minimum) Troubleshooting/ Start-up 1 day (1 trip minimum) 1.02 QUALITY ASSURANCE A. ACCEPTABLE MANUFACTURERS 1. ABB 2. Cooper Power Systems 3. Eaton 4. General Electric (G.E.) 5. No other manufacturers will be accepted B. Transformers shall conform to 2010 standard efficiency levels for liquid immersed distribution transformers, as specified in Table 1.1 of the Department of Energy ruling, "10 CFR Part 431 Energy Conservation Program for Commercial Equipment: Distribution Transformers Energy Conservation Standards; Final Rule; October 12, 2007." Manufacturer shall comply with the intent of all regulations set forth in noted ruling. 1.03 SUBMITTALS A. Submittals shall be in accordance with this section, the General Requirements, Section 0133 00 "Submittals" and shall include the following minimum information: 1. Shop Drawings Pad Mounted, Liquid Filled, Medium Voltage Transformers 2612 19-1 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 a. Any deviations from the specifications should be clearly identified on a separate sheet of paper in the shop drawing submittal. b. Product Data: Include rated nameplate data, capacities, materials, weights, dimensions, minimum clearances, installed devices and features, location of each field connection, and performance for each type and size of transformer indicated. Provide cutsheets on major components clearly identify on cutsheets the make and model number of the devices being provided. c. Itemized bill of materials. d. Magnetizing current duration and magnitude e. Interconnection diagrams showing devices wired out to terminal blocks. f. Transformer nameplate drawing. 2. Qualification Data: For testing agency. 3. Source quality -control test reports. 4. Factory Test Data: a. No load losses, load losses, efficiency, impedance, X/R, etc. 5. Field Test Data: a. No load losses, load losses, etc. b. Field quality -control test reports. 6. NETA Acceptance Testing Specification (ATS) field tests and inspections tests report. 7. Operation and Maintenance Data a. Operation and maintenance manuals shall contain the final approved shop drawings, submittals, schematics, final wiring diagrams, and maintenance procedures. Include procedures for sampling and maintaining fluid, cleaning unit, and replacing components. Include procedures for emergency, operation, and maintenance for transformers and accessories. 8. Follow-up service reports. 1.04 STANDARDS A. The applicable provisions of the latest edition of following standards shall apply as if written here in their entirety: 1. IEEE C57.12.00 - IEEE General Requirements for Liquid -Immersed Distribution, Power, and Regulating Transformers 2. IEEE C57.12.22 - Pad -Mounted, Compartmental -Type, Self Cooled Three Phase Distribution Transformers with High -Voltage Bushings, 2500 kVA and Smaller; High Voltage, 34,500 GRID Y/19,920 Volts and Below; Low Voltage, 480 Volts and Below 3. IEEE C57.12.26 — Pad -Mounted, Compartmental -Type, Self -Cooled, Three -Phase Distribution Transformers for Use with Separable Insulated High -Voltage Connectors, (34,500 GRD Y/19,920 Volts and Below; 2500 kVA and Smaller) Pad Mounted, Liquid Filled, Medium Voltage Transformers 26 12 19-2 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 4. IEEE C57.12.34—Requirements for Pad -Mounted, Compartmental -Type, Self -Cooled, Three -Phase Distribution Transformers (2500 WA and Smaller) - High Voltage: 34,500 GRID Y/19,920 Volts and Below; Low -Voltage: 480 Volt 2500 kVA and Smaller 5. IEEE C57.12.28 - IEEE Standard for Pad -Mounted Equipment - Enclosure Integrity 6. IEEE C57.12.70 - Terminal Markings and Connections for Distribution and Power Transformers 7. IEEE C57.12.80 -Terminology for Power and Distribution Transformers 8. IEEE C57.12.90 - Test Code for Liquid -Immersed Distribution, Power, and Regulating Transformers 9. IEEE 386 - Separable Insulated Connector Systems for Power Distribution Systems Above 600V 10. IEEE C57.91- Guide for Loading Mineral -Oil immersed Transformers 11, IEEE C57.92 - Guide for Loading Oil -Immersed Power Transformers 12. NEMA TR-1 -Transformers, Regulators and Reactors 13, NFPA 70 - National Electrical Code 14. NEMA 260-1996 (2004) — Safety Labels for Pad -Mounted Switchgear and Transformers Sited in Public Areas. 15. 10 CFR Part 431— Department of Energy — Energy Conservation Program for Commercial Equipment: Distribution Transformers Energy Conservation Standards; Final Rule. 1.05 DELIVERY, STORAGE AND HANDLING A. The manufacturer shall be responsible for delivery of the equipment, and accessories, f.o.b. to the job site or to such storage site as may be designated by the Owner or Construction Contractor, in good condition and undamaged. B. Unloading and storage of the equipment shall be the responsibility of the Construction Contractor who shall inspect the equipment for apparent damage. Equipment which is found to be damaged will not be accepted until properly repaired or replaced by the Vendor. C. Handling and shipment of the equipment shall be in such a manner to prevent internal component damage, breakage, and denting and scoring of the enclosure finish. D. Equipment must be delivered and stored in accordance with the manufacturer's recommendation at all times. Equipment shall be stored indoors in a clean, dry, climate controlled heated and air-conditioned environment that is free from dust, No Exceptions. Store equipment indoors in a dry space with uniform temperature to prevent condensation. Protect equipment from exposure to dirt, fumes, water, corrosive substances and physical damage. 1.06 COORDINATION A. Construction Contractor shall coordinate installation of transformer with other construction that penetrates walls or is supported by them, including electrical and other types of equipment, raceways, piping, encumbrances to workspace clearance requirements, and Pad Mounted, Liquid Filled, Medium Voltage Transformers FTW17498 — VCWRF Sludge Thickening Improvements 26 12 19-3 City Project No. CO2647 adjacent surfaces. Maintain required workspace clearances and required clearances for equipment access doors and panels. B. Construction Contractor shall coordinate sizes and locations of concrete bases with actual equipment provided. Cast anchor -bolt inserts into bases. 2.00 PRODUCTS 2.01 RATINGS 4 A. Transformer shall be self -cooled. Winding temperature rise shall not exceed 55°C above a 30' average ambient with a maximum ambient not to exceed 40°C, operating at full rated load. The insulation system shall allow an additional 12% kVA output at 65°C average winding temperature rise by resistance, on a continuous basis, without a decrease in normal transformer life. B. Primary windings and Secondary windings shall have the following ratings: Transformer Schedule Eqpt KVA Pr#m�y � Pi'imary Secondary Second Typical. Connectionary Rating Voltage Bit Voltage Bit impedance (Primary/Igo. + - 7.56 Secondary} PA27 1,000KVA 12.47KV, 95 kV 480Y/277V, 30 kV 5-:0-5.75 Delta -Wye 3-phase 3 Phase PA28 1,0001<VA 12.47KV, 95 kV 480Y/277V, 30 kV9 5.75 Delta -Wye 3-phase 3 Phase 2.02 CONSTRUCTION A. Transformer(s) shall be compartmental -type enclosed, self -cooled, and liquid filled tamper resistant, weatherproof and suitable for mounting on a concrete pad. Transformer shall be cooled by natural convection. B. Transformer tank(s) shall utilize welded steel construction, sealed to withstand an internal pressure of up to 7 psi without distortion and top oil temperatures ranging from 50'C to 105°C. Tank cover shall be designed to permit access to internal components for inspection or repair. Heavy duty, non -removable lifting lugs and jacking pads shall be provided. When required, welded cooling panels or radiators shall be provided on the back and sides of the tank. C. The high and low voltage compartments shall be located side -by -side separated by a steel barrier. When facing the transformer, the low voltage compartment shall be on the right. Terminal compartments shall be full height with individual doors. The high voltage door fastenings shall not be accessible until the low voltage door has been opened. The low voltage door shall have a 3-point latching mechanism with vault type handle having previsions for a single padlock. The doors shall be equipped with lift-off type stainless steel hinges and door stops to hold the doors open when working in the compartments. The front sill of the compartment shall be removable to allow the transformer to be rolled or skidded into position over conduit stubs. ANSI tank grounding provisions shall be furnished in each compartment. Pad Mounted, Liquid Filled, Medium Voltage Transformers 26 12 19-4 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 D. Windings and internal leads shall be copper, insulated and braced to prevent phase flashover during fault conditions. Transformers with wye connected primary and secondary windings shall have the neutral insulated from the secondary neutral and brought out into the primary compartment through separate bushing. Both neutral bushings shall be externally connected to the tank with removable copper straps. E. Transformer coils shall be of the continuous wound construction with terminations brazed or welded and shall be impregnated with non -hygroscopic, thermosetting varnish. F. The core of the transformer shall be visibly grounded to the enclosure by means of a flexible grounding conductor sized in accordance with applicable NEMA, IEEE, and ANSI standards. G. Transformer insulating fluid shall be FR3 Less flammable, edible -seed -oil based, and UL listed as complying with NFPA 70 requirements for fire point of not less than 300 deg C when tested according to ASTM D 92. Liquid shall be biodegradable and nontoxic. Insulating oil shall be free of P.C.B. contamination or any E.P.A. listed toxic chemical. H. Furnish a no load, externally operated, lockable, five position primary winding tap changer located in the secondary terminal compartment. Tap settings must be clearly visible with the compartment door in the open position. Provide transformers rated greater than 30 kVA with two (2) 2-1/2% full capacity taps below and two (2) 2-1/2% above rated voltage in primary. Tap changing shall be via an externally operated manual tap changer for operation when transformer is de -energized. The average audible sound level shall not exceed 63 DB for transformers rated above 75 kVA, when measured in accordance with NEMA Standard TR1. J. Terminations: Medium Voltage primary terminations shall be arranged for dead front loop or radial feed and conforms to ANSI C57.12.26 requirements. Provide one piece integrated bushings for use with elbow terminators and parking stands for disengaged elbows. Bushings or wells shall be externally clamped to allow external replacement. The Contractor shall furnish 200 Amp load -break elbows (8.3 kV line -to -ground maximum) elbow terminators for each bushing in accordance with ANSI C119.2 and conforming to ANSI/IEEE Std. 386 and ANSI C119.2 with copper current carrying parts. The bushings shall be provided with removable copper studs. Elbows shall be manufactured with copper current carrying parts and shall be furnished for each bushing. 2. For bushings rated 600 amperes continuous, the termination compartment shall be of an adequate depth to accommodate encapsulated surge arresters mounted in 600- ampere elbows having 200-ampere interfaces to accommodate Lightning Arresters. For bushing wells rated 200 amperes continuous, the termination compartment shall be of an adequate depth to accommodate 200-ampere elbows mounted on feed thru inserts. 4. Primary and secondary conductors areas shown in the Thickening Building One -Line Diagram. K. Low Voltage Bushings and Terminals 1. Bushing Style Pad Mounted, Liquid Filled, Medium Voltage Transformers 26 12 19-5 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 a. Voltages less than 700 Volts: The transformer shall be provided with tin-plated spade -type bushings for vertical takeoff. The spacing of the connection holes shall be 1.75" on center, per ANSI C57.12.34 figure 13a. The quantity of connection holes shall be 6 holes. b. Transformers 300 kVA and below, and 500 kVA with 480Y/277 secondary will have two piece low voltage bushings with studs and screw on spades. Transformers 500 kVA with 208Y/120 secondary and all transformers above 500 kVA will have one- piece bushings. c. Bushing supports shall be provided for transformers requiring 10 or more connection holes. Bushing supports shall be affixed to the cabinet sidewalls; tank - mounted supports mountings are not acceptable. 2. Bushing Configuration a. The transformer shall be provided with bushings in a staggered arrangement in accordance with Figure 11a dimensions of ANSI C57.12.34. 3. Primary and secondary conductors are as shown in the Thickening Building One -Line Diagram, 2.03 HIGH VOLTAGE PRIMARY SWITCHING AND PROTECTIVE EQUIPMENT A. Furnish an oil immersed, three-phase transformer with two position radial feed mounted inside the transformer tank. B. Lightning Arresters 1. Furnish six arresters for radial -feed 5kV distribution class lightning arresters complying with IEEE C62.11 mounted in the high voltage primary compartment for surge protection. 2. Primary overvoltage protection shall be provided by externally mounted Heavy -Duty distribution M.O.V.E. deadfront primary elbow arresters for each phase rated at 5kV. C. Each transformer shall be furnished with the following accessories: 1. Nameplate in the low voltage compartment. 2. 1-in. external drain plug with sampling device. 3. 1-in. upper filter press and filling plug. 4. Dial type thermometer with maximum temperature indicator, mounted in a sealed drywell in the low voltage compartment. S. Auxiliary, sealed, dry contact in thermometer for remote indication of high temperature alarm. Alarm contacts shall be wired out to terminal blocks for customer's use. Terminal blocks shall be 600V, NEMA rated. Clearly identify on transformer drawing locations of terminal blocks. 6. Pressure -vacuum gauge mounted in the low voltage compartment. 7. Automatic Pressure relief valve. 8. Magnetic liquid level gauge located in the low voltage compartment at the 25° C level mark. Pad Mounted, Liquid Filled, Medium Voltage Transformers 2612 19-6 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 9. Auxiliary, sealed, dry contact in the level gauge for remote indication of low oil level alarm. Alarm contacts shall be wired out to terminal blocks for customer's use. Terminal blocks shall be 600V, NEMA rated. Clearly identify on transformer drawing locations of terminal blocks. 10. Ground provisions per C57.12.34 section 9.11. 11. Meet NEMA TR-1 sound levels. 12. Ground connectors. 13. Touch-up paint. 14. Long barrel NEMA 2-hole lugs for each phase and ground conductor. 2.04 SURFACE PREPARATION AND SHOP COATINGS A. All welds shall be ground smooth and all metal surfaces cleaned of oil, grease and weld splatter using hot phosphate chemical treatment. A zinc -rich, heat cured epoxy primer shall be applied to inhibit rust. B. The entire transformer enclosure shall be degreased, cleaned, phosphatized, primed, and baked enamel finish with 3 mils minimum. Transformers shall be painted per ANSI C57.12.28. 2.05 SHOP TESTING A. Perform manufacturers standard production testing and inspection in accordance with ANSI and/or NEMA standards. Testing shall include the following as a minimum: 1. Resistance measurements of all windings on the rated voltage connection of each unit. 2. Ratio tests on the rated voltage connection and on all tap connections. 3. Polarity and phase -relation tests on the voltage connections. 4. No-load loss at rated voltage on the rated voltage connections. 5. Exciting current at rated voltage on the rated voltage connection. 6. Impedance and load loss at rated current on the rated voltage connection of each unit. 7. Applied potential test. B. Results of the above tests including no load loss data shall be submitted with final drawings in the form of certified test reports. C. For each transformer size provided under this contract, provide as a minimum a copy of the following manufacturer's standard factory test reports: 1. Short Circuit capability of transformer. 3.00 EXECUTION 3.01 GENERAL A. The Manufacturer's Representative has responsibilities in the installation and field testing of the equipment as described in this Section. Installation of equipment shall be performed by Pad Mounted, Liquid Filled, Medium Voltage Transformers 26 12 19-7 FTW17498— VCWRF Sludge Thickening Improvements City Project No. CO2647 the Construction Contractor who shall be required to assemble the equipment, if required, and install it in accordance with Installation, Operation and Maintenance instructions which shall be furnished by the vendor or manufacturer, and the installation drawings for this project. 1. The Construction Contractor shall furnish all labor, tools, equipment and machinery necessary to receive, inspect, unload, store, protect, and install completely, in proper operating condition, the equipment. Contractor shall protect and store the transformer indoors, as recommended by the manufacturer and as described in section 1.05. 2. He shall also furnish such incidental items not supplied with the equipment, but which may or may not be described in the Plans and Specifications, for complete installation, such as wiring, conduit, ducts, anchors and other appurtenances as necessary. The Contractor shall schedule the service of the manufacturer to assist in the installation, adjustment, and acceptance test of the equipment. 3.02 FIELD QUALITY CONTROL. A. Inspect completed installation for physical damage, proper alignment, anchorage, and grounding. B. Prepare for acceptance test as follows: 1. Test insulation resistance for each transformer, component, connecting supply, feeder and control circuit. 2. Test continuity of each circuit. C. Engage a qualified testing and inspection agency to perform the following field tests and inspections and prepare tests report: 1. Perform resistance measurements through bolted connection with a low resistance ohmmeter. 2. Perform insulation resistance test, winding -to -winding and each winding -to -ground. 3. Perform each electrical test and visual and mechanical inspection in NETA Acceptance Testing Specification (ATS). Thermographic Survey in accordance with META Acceptance Testing Specification. Certify compliance with test parameters. 4. After installing transformers but before primary is energized, verify that grounding system at station is tested at specified value or less. 5. After installing transformers and after electrical circuitry has been energized, test for compliance with requirements. D. Test and adjust controls and safeties. Replace damaged and malfunctioning controls and equipment. Correct malfunctioning units on -site, where possible, and retest to demonstrate compliance; otherwise, replace with new units and retest as specified above. E. Test Reports. Prepare written reports to record the following: 1. Test procedures used. 2. Test results that comply with requirements. Pad Mounted, Liquid Filled, Medium Voltage Transformers 26 12 19-8 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 3. Test results that do not comply with requirements and corrective actions taken to achieve compliance with requirements. All corrective actions taken shall be at no additional cost to the Owner. 4. Test reports shall be submitted for Engineer approval. All test reports shall be submitted in one binder. 3.03 PRODUCTION TESTING/ FACTORY TESTING A. All units shall be tested for the following: 1. No -Load (85°C or 20°C) losses at rated current 2. Total (85°C) losses at rated current 3. Percent Impedance (85°C) at rated current 4. Excitation current (100% voltage) test 5. Winding resistance measurement tests 6. Ratio tests using all tap settings 7. Polarity and phase relation tests 8. Induced potential tests 9. Full wave and reduced wave impulse test B. Minimally, transformers shall conform to efficiency levels for liquid immersed distribution transformers, as specified in Table 1.1 of the Department of Energy ruling. "10 CFR Part 431 Energy Conservation Program for Commercial Equipment: Distribution Transformers Energy Conservation Standards; Final Rule." Manufacturer shall comply with the intent of all regulations set forth in noted ruling. This efficiency standard does not apply to step-up transformers. C. In addition, the manufacturer shall provide certification for all design and other tests listed in C57.12.00, including verification that the design has passed short circuit criteria per ANSI C57.12.00 and C57.12.90. 3.04 FINISH PERFORMANCE REQUIREMENTS A. The tank coating shall meet all requirements in ANSI C57.12.28 including: 1. Salt Spray 2. Crosshatch adhesion 3. Humidity 4. Impact 5. Oil resistance 6. Ultraviolet accelerated weathering 7. Abrasion resistance —Taber Abraser Pad Mounted, Liquid Filled, Medium Voltage Transformers 26 12 19-9 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 B. The enclosure integrity ofthe tank and cabinet shall meet the requirements for tamper resistance set forth in ANSI C57.12.28 including but not limited to the pry test, pull test, and wire probe test. 3.05 CLEAN AND ADJUST; VOLTAGE ADJUSTMENT A. When final connections have been made, check secondary voltage at transformers and make tap adjustments required to obtain correct voltage. B. The manufacturer shall furnish sufficient touch-up paint of the same type and color used at the factory to repair damages incurred during installation. Perform touch-up painting to achieve the original paint thickness, quality, and appearance. 3r06 FOLLOW-UP SERVICE A. Voltage Monitoring and Adjusting: If requested by Owner, perform the following voltage monitoring after Substantial Completion but not more than six months after Final Acceptance: During a period of normal load cycles as evaluated by Owner, perform seven days of three-phase voltage recording at secondary terminals of each transformer. Use voltmeters with calibration traceable to National Institute of Science and Technology standards and with a chart speed of not less than 1 inch per hour. Voltage unbalance greater than 1 percent between phases, or deviation of any phase voltage from nominal value by more than plus or minus 5 percent during test period, is unacceptable. 2. Corrective Actions: If test results are unacceptable, perform the following corrective actions, as appropriate: a. Adjust transformer taps. b. Prepare written request for voltage adjustment by electric utility. 3. Retests: After corrective actions have been performed, repeat monitoring until satisfactory results are obtained. 4. Report: Prepare written report covering monitoring and corrective actions performed. B. Thermographic Survey in accordance with NETA Acceptance Testing Specification. Ia0II9]�f*k9[a]k Pad Mounted, Liquid Filled, Medium Voltage Transformers FTW17498 — VCWRF Sludge Thickening Improvements 26 12 19-10 City Project No. CO2647 26 22 13 LOW -VOLTAGE DISTRIBUTION TRANSFORMERS 1.00 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Con- ditions and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. Section includes distribution, dry -type transformers with a nominal primary and secondary rating of 600 V and less, with capacities up to 1500 WA, 1.03 ACTION SUBMITTALS A. Product Data: For each type of product. 1. Include construction details, material descriptions, dimensions of individual components and profiles, and finishes for each type and size of transformer. 2. Include rated nameplate data, capacities, weights, dimensions, minimum clearances, installed devices and features, and performance for each type and size of transformer. B. Shop Drawings: 1. Detail equipment assemblies and indicate dimensions, weights, loads, required clear- ances, method of field assembly, components, and location and size of each field con- nection. 2. Vibration Isolation Base Details: Detail fabrication including anchorages and attach- ments to structure and to supported equipment. 3. Include diagrams for power, signal, and control wiring. 1.04 INFORMATIONAL SUBMITTALS A. Qualification Data: For testing agency. B. Source quality -control reports. C. Field quality -control reports. Low Voltage Distribution Transformers 2622 13 - 1 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 1.05 CLOSEOUT SUBMITTALS A. Operation and Maintenance Data: For transformers to include in emergency, operation, and maintenance manuals. 1.06 QUALITY ASSURANCE A. Testing Agency Qualifications: Accredited by NETA. 1. Testing Agency's Field Supervisor: Certified by NETA to supervise on -site testing. 1.07 DELIVERY, STORAGE, AND HANDLING A. Inspection: On receipt, inspect for and note any shipping damage to packaging and trans- former. 1. If manufacturer packaging is removed for inspection, and transformer will be stored af- ter inspection, re -package transformer using original or new packaging materials that provide protection equivalent to manufacturer's packaging. B. Storage: Store in a warm, dry, and temperature -stable location in original shipping packag- ing. C. Temporary Heating: Apply temporary heat according to manufacturer's written instructions within the enclosure of each ventilated -type unit, throughout periods during which equip- ment is not energized and when transformer is not in a space that is continuously under normal control of temperature and humidity. D. Handling: Follow manufacturer's instructions for lifting and transporting transformers. 2.00 PRODUCTS 2.01 MANUFACTURERS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. ABB (Electrification Products Division). 2. Eaton. 3. Schneider Electric USA (Square D). 4. Siemens Industry, Inc., Energy Management Division. Low Voltage Distribution Transformers 26 22 13 - 2 FTW17498 —VCWRF Sludge Thickening Improvements City Project No. CO2647 B. Source Limitations: Obtain each transformer type from single source from single manufac- turer. 2.02 GENERAL TRANSFORMER REQUIREMENTS A. Description: Factory -assembled and -tested, air-cooled units for 60-Hz service. B. Comply with NFPA 70. 1. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and use. C. Transformers Rated 15 kVA and Larger: 1. Comply with 10 CFR 431 (DOE 2016) efficiency levels. 2. Marked as compliant with DOE 2016 efficiency levels by an NRTL. D. Shipping Restraints: Paint or otherwise color -code bolts, wedges, blocks, and other re- straints that are to be removed after installation and before energizing. Use fluorescent col- ors that are easily identifiable inside the transformer enclosure. 2.03 DISTRIBUTION TRANSFORMERS A. Comply with NFPA 70, and list and label as complying with UL 1561. B. Cores: Electrical grade, non -aging silicon steel with high permeability and low hysteresis losses. 1. One leg per phase. 2. Grounded to enclosure. C. Coils: Continuous windings without splices except for taps. 1. Coil Material: Copper. 2. Internal Coil Connections: Brazed or pressure type. 3. Terminal Connections: Welded. E. Enclosure: Ventilated. 1. NEMA 250, Type 2 for Electrical Building and Type 3R 304 Stainless Steel for Thickening Facility: Core and coil shall be encapsulated within resin compound to seal out moisture and air. 2. KVA Ratings: Based on convection cooling only and not relying on auxiliary fans. Low Voltage Distribution Transformers 26 22 13 - 3 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 F. Insulation Class, Smaller Than 30 kVA: 180 deg C, UL-component-recognized insulation sys- tem with a maximum of 115 deg C rise above 40 deg C ambient temperature. G. Insulation Class, 30 kVA and Larger: 220 deg C, UL-component-recognized insulation system with a maximum of 115 deg C rise above 40 deg C ambient temperature. H. Grounding: Provide ground -bar kit or a ground bar installed on the inside of the transformer enclosure. 2.04 IDENTIFICATION A. Nameplates: Engraved, laminated -acrylic or melamine plastic signs for each distribution transformer, mounted with corrosion -resistant screws. Nameplates and label products are specified in Section 260553 "Identification for Electrical Systems." 2.05 SOURCE QUALITY CONTROL A. Test and inspect transformers according to IEEE C57.12,01 and IEEE C57.12.91. 1. Resistance measurements of all windings at rated voltage connections and at all tap connections. 2. Ratio tests at rated voltage connections and at all tap connections. 3. Phase relation and polarity tests at rated voltage connections. 4. No load losses, and excitation current and rated voltage at rated voltage connections. 5. impedance and load losses at rated current and rated frequency at rated voltage con- nections. 6. Applied and induced tensile tests. 7. regulation and efficiency at rated load and voltage. 8. insulation -Resistance Tests: a. High -voltage to ground. b. Low -voltage to ground. c. High -voltage to low -voltage. 9. Temperature tests. Low Voltage Distribution Transformers 26 22 13 - 4 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 3.00 EXECUTION 3.01 EXAMINATION A. Examine conditions for compliance with enclosure and ambient temperature requirements for each transformer. B. Verify that field measurements are as needed to maintain working clearances required by NFPA 70 and manufacturer's written instructions. C. Examine walls, floors, roofs, and concrete bases for suitable mounting conditions where transformers will be installed. D. Verify that ground connections are in place and requirements in Section 260526 "Grounding and Bonding for Electrical Systems" have been met. E. Proceed with installation only after unsatisfactory conditions have been corrected. SCHEDULE 1- INSTALLATION A. Secure covers to enclosure and tighten all bolts to manufacturer -recommended torques to reduce noise generation. B. Remove shipping bolts, blocking, and wedges. SCHEDULE 2 - CONNECTIONS A. Ground equipment according to Section 260526 "Grounding and Bonding for Electrical Sys- tems." B. Connect wiring according to Section 260519 "Low -Voltage Electrical Power Conductors and Cables." C. Tighten electrical connectors and terminals according to manufacturer's published torque - tightening values. If manufacturer's torque values are not indicated, use those specified in UL 486A-486B. D. Provide flexible connections at all conduit and conductor terminations and supports to elim- inate sound and vibration transmission to the building structure. SCHEDULE 3 - FIELD QUALITY CONTROL A. Manufacturer's Field Service: Engage a factory -authorized service representative to test and inspect components, assemblies, and equipment installations, including connections. Low Voltage Distribution Transformers 26 22 13 - 5 FTW17498— VCWRF Sludge Thickening Improvements City Project No. CO2647 B. Small (Up to 167-kVA Single -Phase or 500-kVA Three -Phase) Dry -Type Transformer Field Tests: 1. Visual and Mechanical Inspection. a. Inspect physical and mechanical condition. b. Inspect anchorage, alignment, and grounding. c. Verify that resilient mounts are free and that any shipping brackets have been re- moved. d. Verify the unit is clean. e. Perform specific inspections and mechanical tests recommended by manufacturer. f. Verify that as -left tap connections are as specified. g. Verify the presence of surge arresters and that their ratings are as specified. 2. Electrical Tests: a. Measure resistance at each winding, tap, and bolted connection. b. Perform insulation -resistance tests winding -to -winding and each winding -to -ground. Apply voltage according to manufacturer's published data. In the absence of manu- facturer's published data, comply with NETA ATS, Table 100.5. Calculate polarization index: the value of the index shall not be less than 1.0. c. Perform turns -ratio tests at all tap positions. Test results shall not deviate by more than one-half percent from either the adjacent coils or the calculated ratio. If test fails, replace the transformer. d. Verify correct secondary voltage, phase -to -phase and phase -to -neutral, after ener- gization and prior to loading. C. Remove and replace units that do not pass tests or inspections and retest as specified above. SCHEDULE 4 - ADJUSTING A. Record transformer secondary voltage at each unit for at least 48 hours of typical occupancy period. Adjust transformer taps to provide optimum voltage conditions at secondary termi- nals. Optimum is defined as not exceeding nameplate voltage plus 5 percent and not being lower than nameplate voltage minus 3 percent at maximum load conditions. Submit record- ing and tap settings as test results. B. Output Settings Report: Prepare a written report recording output voltages and tap settings. Low Voltage Distribution Transformers 26 22 13 - 6 FTW17498 —VCWRF Sludge Thickening Improvements City Project No. CO2647 SCHEDULE 5 - CLEANING A. Vacuum dirt and debris; do not use compressed air to assist in cleaning. END OF SECTION Low Voltage Distribution Transformers 26 22 13 - 7 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 THIS PAGE INTENTIONALLY BLANK 262413 SWITCHBOARDS i 1.00 GENERAL 1.01 SCOPE A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. Section Includes: 1. Service and distribution switchboards rated 600 volts and less. 2. Surge protection devices. 3. Disconnecting and overcurrent protective devices. 4. Instrumentation. 5. Control power. 6. Accessory components and features. 7. Identification. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00 "Submittals" and shall include: 1. Product Data: a. For each switchboard, overcurrent protective device, surge protection device, ground -fault protector, accessory, and component. b. Include dimensions and manufacturers' technical data on features, performance, electrical characteristics, ratings, accessories, and finishes. 2. Shop Drawings: For each switchboard and related equipment. a. Include dimensioned plans, elevations, sections, and details, including required clearances and service space around equipment. Show tabulations of installed devices, equipment features, and ratings. b. Detail enclosure types for types other than NEMA 250, Type 1. c. Detail bus configuration, current, and voltage ratings. d. Detail short-circuit current rating of switchboards and overcurrent protective devices. f. Detail features, characteristics, ratings, and factory settings of individual overcurrent protective devices and auxiliary components. g. Include schematic and wiring diagrams for power, signal, and control wiring. Switchboards 26 24 13 - 1 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 3. Field Quality -Control Reports: a. Test procedures used. b. Test results that comply with requirements. c. Results of failed tests and corrective action taken to achieve test results that comply with requirements. 4. Operation and Maintenance Data: For switchboards and components to include in emergency, operation, and maintenance manuals. a. Include the following items: 1). Routine maintenance requirements for switchboards and all installed components. 2). Manufacturer's written instructions for testing and adjusting overcurrent protective devices. 3). Time -current coordination curves for each type and rating of overcurrent protective device included in switchboards. Submit on translucent log -log graft paper; include selectable ranges for each type of overcurrent protective device. 5. Furnish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. a. Potential Transformer Fuses: Equal to 10 percent of quantity installed for each size and type but no fewer than two of each size and type. b. Control -Power Fuses: Equal to 10 percent of quantity installed for each size and type, but no fewer than two of each size and type. c. Fuses and Fusible Devices for Fused Circuit Breakers: Equal to 10 percent of quantity installed for each size and type but no fewer than three of each size and type. d. Fuses for Fused Switches: Equal to 10 percent of quantity installed for each size and type but no fewer than three of each size and type. e. Fuses for Fused Power -Circuit Devices: Equal to 10 percent of quantity installed for each size and type but no fewer than three of each size and type. f. Indicating Lights: Equal to 10 percent of quantity installed for each size and type but no less than one of each size and type. 1.04 QUALITY ASSURANCE A. Installer Qualifications: An employer of workers qualified as defined in NEMA PB 2.1 and trained in electrical safety as required by NFPA 70E. B. Testing Agency Qualifications: Member company of NETA or an NRTL. C. Testing Agency's Field Supervisor: Certified by NETA to supervise on -site testing. Switchboards 26 2413 - 2 FTW17498— VCWRF Sludge Thickening Improvements City Project No. CO2647 n 1.05 DELIVERY, STORAGE, AND HANDLING A. Deliver switchboards in sections or lengths that can be moved past obstructions in delivery path. B. Remove loose packing and flammable materials from inside switchboards and install temporary electric heating (250 watts per section) to prevent condensation. 1.06 FIELD CONDITIONS A. Installation Pathway: Remove and replace access fencing, doors, lift -out panels, and structures to provide pathway for moving switchboards into place. 1. Rate equipment for continuous operation under the following conditions unless otherwise indicated: a. Ambient Temperature: Not exceeding 104 deg F. b. Altitude. Not exceeding 1000 feet. 1.07 COORDINATION A. Coordinate layout and installation of switchboards and components with other construction that penetrates walls or is supported by them, including electrical and other types of equipment, raceways, piping, encumbrances to workspace clearance requirements, and adjacent surfaces. Maintain required workspace clearances and required clearances for equipment access doors and panels. 1.08 WARRANTY A. Manufacturer's Warranty: Manufacturer agrees to repair or replace switchboard enclosures, bus work, overcurrent protective devices, accessories, and factory installed interconnection wiring that fail in materials or workmanship within specified warranty period. 1. Warranty Period: 2 years. B. Manufacturer's Warranty: Manufacturer's agrees to repair or replace surge protection devices that fail in materials or workmanship within specified warranty period. 1. Warranty Period: 5 years from date of Substantial Completion. 2.00 PRODUCTS 2.01 SWITCHBOARDS A. Manufacturers. Subject to compliance with requirements, provide products by one of the following: 1. Eaton. 2. GE/ABB. 3. Square D; by Schneider Electric. Switchboards FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 262413-3 B. Source Limitations: Obtain switchboards, overcurrent protective devices, components, and accessories from single source from single manufacturer. C. Product Selection for Restricted Space: Drawings indicate maximum dimensions for switchboards including clearances between switchboards and adjacent surfaces and other items. Comply with indicated maximum dimensions. D. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. E. Comply with NEMA PB 2. F. Comply with NFPA 70. G. Comply with UL 891. H. Front -Connected, Front -Accessible Switchboards: 1. Main Devices: Fixed, individually mounted. 2. Branch Devices: Panel mounted. 3. Sections front and rear aligned. I. Indoor Enclosures: Steel, NEMA 250, Type 1. J. Enclosure Finish for Indoor Units: Factory -applied finish in manufacturer's standard gray finish over a rust -inhibiting primer on treated metal surface. K. Barriers: Between adjacent switchboard sections. M. Service Entrance Rating: Switchboards intended for use as service entrance equipment shall contain from one to six service disconnecting means with overcurrent protection, a neutral bus with disconnecting link, a grounding electrode conductor terminal, and a main bonding jumper. N. Bus Transition and Incoming Pull Sections: Matched and aligned with basic switchboard. O. Hinged Front Panels: Allow access to circuit breaker, metering, accessory, and blank compartments, i. i Switchboards 26 24 13 - 4 FTW77498 —VCWRF Sludge Thickening Improvements City Project No. CO2647 Q. Buses and Connections: Three-phase, four -wire unless otherwise indicated. 1. Provide phase bus arrangement A, B, C from front to back, top to bottom, and left to right when viewed from the front of the switchboard. 2. Phase- and Neutral -Bus Material: Hard -drawn copper of 98 percent conductivity. 3. Copper feeder circuit -breaker line connections. 4. Main -Phase Buses and Equipment -Ground Buses: Uniform capacity for entire length of switchboard's main and distribution sections. Provide for future extensions from both ends. 5. Disconnect Links: a. Isolate neutral bus from incoming neutral conductors. b. Bond neutral bus to equipment -ground bus for switchboards utilized as service equipment or separately derived systems. 6. Neutral Buses: 100 percent of the ampacity of phase buses unless otherwise indicated, equipped with mechanical connectors for outgoing circuit neutral cables. Brace bus extensions for busway feeder neutral bus. i Terselatfe„-BaF eF AeeessP4evisiensiPermit eheek.ing of bus belt tightness. 2.02 SURGE PROTECTION DEVICES A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Advanced Protection Technologies Inc. (APT). 2. Eaton. 3. General Electric Company. 4. Square D; by Schneider Electric. B. SPDs: Listed and labeled by an NRTL acceptable to authorities having jurisdiction as complying with UL 1449, Type 2. 1. SPDs with the following features and accessories: a. Indicator light display for protection status. b. Form-C contacts rated at 5 amps and 250 VAC, one normally open and one normally closed, for remote monitoring of protection status. c. Surge counter. C. Peak Surge Current Rating: The minimum single -pulse surge current withstand rating per phase shall not be less than 250 kA. The peak surge current rating shall be the arithmetic sum of the ratings of the individual MOVs in a given mode. D. Protection modes and UL 1449 VPR for grounded wye circuits with 480Y/277 volts, three- phase, four -wire circuits shall not exceed the following: 1. Line to Neutral: 1200 volts for 48OV277 volts. Switchboards 26 24 13 - 5 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 2. Line to Ground: 1200 volts for 480Y/277 volts. 3. Line to Line: 2000 volts for 480Y/277 volts. E. SCCR: Equal or exceed 100 kA. F. Nominal Rating: 20 kA. 2.03 DISCONNECTING AND OVERCURRENT PROTECTIVE DEVICES A. Molded -Case Circuit Breaker (MCCB): Comply with UL 489, with interrupting capacity to meet available fault currents. 1. Thermal -Magnetic Circuit Breakers: Inverse time -current element for low-level overloads and instantaneous magnetic trip element for short circuits. Adjustable magnetic trip setting for circuit -breaker frame sizes 250 amps and larger. 2. Adjustable Instantaneous -Trip Circuit Breakers: Magnetic trip element with front - mounted, field -adjustable trip setting. 3. Electronic trip circuit breakers with rms sensing; field -replaceable rating plug or field- replicable electronic trip; and the following field -adjustable settings: a. Instantaneous trip. b. Long- and short -time pickup levels. c. Long and short time adjustments. d. Ground -fault pickup level, time delay, and 12t response. 4. Current -Limiting Circuit Breakers: Frame sizes 400 amps and smaller; let -through ratings less than NEMA FU 1, RK-5. 5. Integrally Fused Circuit Breakers: Thermal -magnetic trip element with integral limiter style fuse listed for use with circuit breaker; trip activation on fuse opening or on opening of fuse compartment door. 6. GFCI Circuit Breakers: Single- and double -pole configurations with Class A ground -fault protection (6-mA trip). 7. Ground -Fault Equipment Protection (GFEP) Circuit Breakers: Class B ground -fault protection (30-mA trip). 8. MCCB Features and Accessories: a. Standard frame sizes, trip ratings, and number of poles. b. Lugs: Mechanical style, suitable for number, size, trip ratings, and conductor material. c. Application Listing: Appropriate for application; Type SWD for switching fluorescent lighting loads; Type HID for feeding fluorescent and high -intensity discharge (HID) lighting circuits. d. Key Interlock Kit: Externally mounted to prohibit circuit -breaker operation; key shall be removable only when circuit breaker is in off position. Switchboards 26 2413 - 6 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 9. Zone -Selective Interlocking: Integral with electronic trip unit; for interlocking ground - fault protection function. 10. Remote trip indication and control. 11. Key Interlock Kit: Externally mounted to prohibit circuit -breaker operation; key shall be removable only when circuit breaker is in off position. B. Bolted -Pressure Contact Switch: Operating mechanism uses rotary -mechanical -bolting action to produce and maintain high clamping pressure on the switch blade after it engages the stationary contacts. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Boltswitch, Inc. b. Eaton. c. Square D. 2. Main -Contact Interrupting Capability: Minimum of 12 times the switch current rating. 3. Operating Mechanism: Manual handle operation to close switch; stores energy in mechanism for opening and closing. a. Electrical Trip: Operation of lever or push-button trip switch, or trip signal from ground -fault relay or remote -control device, causes switch to open. b. Mechanical Trip: Operation of mechanical lever, push button, or other device causes switch to open. 4. Auxiliary Switches: Factory installed, SPDT, with leads connected to terminal block, and including one set more than quantity required for functional performance indicated. 5. Service -Rated Switches: Labeled for use as service equipment. 6. Open -Fuse Trip Device: Arranged to trip switch open if a phase fuse opens. C. Fused Switch: NEMA KS 1, Type HD; clips to accommodate specified fuses; lockable handle. 2.04 INSTRUMENTATION A. Instrument Transformers: NEMA El 21.1, and the following: 1. Current Transformers: NEMA El 21.1; 5 amps, 60 Hertz, secondary; bar or window type; single secondary winding and secondary shorting device; multi -ratio. Burden and accuracy shall be consistent with connected metering and relay devices. 2. Control -Power Transformers: Dry type, mounted in separate compartments for units larger than 3 WA. 3. Current Transformers for Neutral and Ground -Fault Current Sensing: Connect secondary wiring to ground overcurrent relays, via shorting terminals, to provide selective tripping of main and tie circuit breaker. Coordinate with feeder circuit - breaker, ground -fault protection. Switchboards 26 2413 - 7 FTW17498—VCWRF Sludge Thickening Improvements City Project No. CO2647 B. Multifunction Digital -Metering Monitor: Microprocessor -based unit suitable for three- or four -wire systems and with the following features: 1. Switch -selectable digital display of the following values with maximum accuracy tolerances as indicated: a. Phase Currents, Each Phase: Plus or minus 0.5 percent. b. Phase -to -Phase Voltages, Three Phase: Plus or minus 0.5 percent. c. Phase -to -Neutral Voltages, Three Phase: Plus or minus 0.5 percent. d. Kilowatts: Plus or minus 1 percent. e. Kilovars: Plus or minus 1 percent. f. Power Factor: Plus or minus 1 percent. g. Frequency: Plus or minus 0.1 percent. h. Accumulated Energy, Kilowatt Hours: Plus or minus 1 percent; accumulated values unaffected by power outages up to 72 hours. i. Kilowatt Demand: Plus or minus 1 percent; demand interval programmable from 5 to 60 minutes. 2. Mounting: Display and control unit flush or semiflush mounted in instrument compartment door. 2.05 CONTROL POWER A. Control Circuits: 120 VAC, supplied through secondary disconnecting devices from control - power transformer. A2.06 ACCESSORY COMPONENTS AND FEATURES A. Accessory Set: Include tools and miscellaneous items required for overcurrent protective device test, inspection, maintenance, and operation. f-wre eircuit hreakp" C. 4-20mA outputs for Voltage and kVA information to be provided to SCADA system. 2.07 IDENTIFICATION A. Service Equipment Label: NRTL labeled for use as service equipment for switchboards with one or more service disconnecting and overcurrent protective devices. 3.00 EXECUTION 3.01 EXAMINATION A. Receive, inspect, handle, and store switchboards according to NEMA PB 2.1. 1. Lift or move panelboards with spreader bars and manufacturer -supplied lifting straps following manufacturer's instructions. Switchboards 26 24 13 - 8 FTW17498—VCWRF Sludge Thickening Improvements City Project No. CO2647 2. Use rollers, slings, or other manufacturer -approved methods if lifting straps are not furnished. 3. Protect from moisture, dust, dirt, and debris during storage and installation. 4. Install temporary heating during storage per manufacturer's instructions. B. Examine switchboards before installation. Reject switchboards that are moisture damaged or physically damaged. C. Examine elements and surfaces to receive switchboards for compliance with installation tolerances and other conditions affecting performance of the Work or that affect the performance of the equipment. D. Proceed with installation only after unsatisfactory conditions have been corrected. 3.02 INSTALLATION A. Install switchboards and accessories according to NEMA PB 2.1. B. Temporary Lifting Provisions: Remove temporary lifting eyes, channels, straps and brackets, and temporary blocking of moving parts from switchboard units and components. C. Operating Instructions: Frame and mount the printed basic operating instructions for switchboards, including control and key interlocking sequences and emergency procedures. Fabricate frame of finished wood or metal and cover instructions with clear acrylic plastic. Mount on front of switchboards. D. Install filler plates in unused spaces of panel -mounted sections. r E. Install overcurrent protective devices, surge protection devices, and instrumentation. F. Comply with NECA 1. 3.03 CONNECTIONS A. Bond conduits entering underneath the switchboard to the equipment ground bus with a bonding conductor sized per NFPA 70. B. Support and secure conductors within the switchboard according to NFPA 70. C. Extend insulated equipment grounding cable to busway ground connection and support cable at intervals in vertical run. 3.04 IDENTIFICATION A. Identify field -installed conductors, interconnecting wiring, and components; provide warning signs complying with requirements for identification specified in Section 26 05 53 "Identification for Electrical Systems." B. Switchboard Nameplates: Label each switchboard compartment with a nameplate complying with requirements for identification specified in Section 26 05 53 "Identification for Electrical Systems." Switchboards 26 24 13 - 9 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 C. Device Nameplates: Label each disconnecting and overcurrent protective device and each meter and control device mounted in compartment doors with a nameplate complying with requirements for identification specified in Section 26 05 53 "Identification for Electrical Systems." 3.05 FIELD QUALITY CONTROL A. Manufacturer's Field Service: Engage a factory -authorized service representative to inspect, test, and adjust components, assemblies, and equipment installations, including connections. B. Switchboard will be considered defective if it does not pass tests and inspections. C. Prepare test and inspection reports, including a certified report that identifies switchboards included and that describes scanning results. Include notation of deficiencies detected, remedial action taken, and observations after remedial action. 3.06 ADJUSTING A. Adjust moving parts and operable components to function smoothly, and lubricate as recommended by manufacturer. B. Set field -adjustable circuit -breaker trip ranges as specified in Section 26 05 73 "Overcurrent Protective Device Coordination Study." 3.07 PROTECTION A. Temporary Heating: Apply temporary heat, to maintain temperature according to manufacturer's written instructions, until switchboard is ready to be energized and placed into service. 3.08 DEMONSTRATION A. Engage a factory -authorized service representative to train Owner's maintenance personnel to adjust, operate, and maintain switchboards, overcurrent protective devices, instrumentation, and accessories. 3.09 TRAINING A. Contractor shall provide a training session for the Owner's representatives for 8 hours at the Site or other office location chosen by the Owner. The 1-day, 8-hour training session shall be broken up into two segments each of 4 hours with a 15-minute break every 2 hours. Lunch break will be 1 hour. Training session shall be scheduled and coordinated with the Owner. B. The training session shall be conducted by a manufacturer's qualified representative. C. A training outline and manual of training course material shall be provided to the Owner 2 weeks in advance of the course. Training shall be for four members of the Owner's staff. D. The training program shall consist of the following: 1. Review of the switchboard one -line drawings and schedules. 2. Review of the factory record Shop Drawings. Switchboards 26 24 13 - 10 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 3. Review of each type of cell, components within, control, and power wiring. 4. Discuss the maintenance timetable and procedures to be followed in an ongoing maintenance program. 5. Provide three-ring binders to participants complete with copies of drawings and other course material covered. 6. Training shall include an overview of the operation, application and troubleshooting of the power meter. 7. Training shall include theory of operation, application and troubleshooting of the switchboard. 8. All costs (travel expenses, testing equipment, etc.) required for the startup, testing and training shall be the responsibility of the equipment manufacturer/Contractor. END OF SECTION Switchboards 26 24 13 --11 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 THIS PAGE INTENTIONALLY BLANK 26 24 16 PANELBOARDS 1.00 GENERAL 1.01 WORK INCLUDED A. Section Includes: 1. Distribution panelboards. 2. Lighting and appliance branch -circuit panelboards. 1.02 DEFINITIONS A. SPD: Surge Protection Device 1.03 SUBMITTALS A. Product Data: For each type of panelboard, switching and overcurrent protective device, surge protection device, accessory, and component indicated. Include dimensions and manufacturers' technical data on features, performance, electrical characteristics, ratings, and finishes. B. Shop Drawings: For each panelboard and related equipment. 1. Include dimensioned plans, elevations, sections, and details. Show tabulations of installed devices, equipment features, and ratings. 2. Detail enclosure types and details for types other than NEMA 250, Type 1. 3. Detail bus configuration, current, and voltage ratings. 4. Short-circuit current rating of panelboards and overcurrent protective devices. 5. Detail features, characteristics, ratings, and factory settings of individual overcurrent protective devices and auxiliary components. 6. Include wiring diagrams for power, signal, and control wiring. 7. Include tin-plate copper. 8. Include time -current coordination curves for each type and rating of overcurrent protective device included in panelboards. Include selectable ranges for each type of overcurrent protective device. C. Operation and Maintenance Data: For panelboards and components to include in emergency, operation, and maintenance manuals. In addition to items specified in Section 0133 04 "Operation and Maintenance Data," include the following: 1. Manufacturer's written instructions for testing and adjusting overcurrent protective devices. 2. Time -current curves, including selectable ranges for each type of overcurrent protective device that allows adjustments. Panelboards 26 24 16 - 1 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 1.04 QUALITY ASSURANCE A. Source Limitations: Obtain panelboards, overcurrent protective devices, components, and accessories from single source from single manufacturer. B. Product Selection for Restricted Space: Drawings indicate maximum dimensions for panelboards including clearances between panelboards and adjacent surfaces and other items. Comply with indicated maximum dimensions. C. Comply with NEMA PB 1. D. Comply with NFPA 70. 1.05 DELIVERY, STORAGE, AND HANDLING A. Remove loose packing and flammable materials from inside panelboards; install temporary electric heating (250 W per panelboard) to prevent condensation. B. Handle and prepare panelboards for installation according to NEMA PB 1. 1.06 PROJECT CONDITIONS A. Environmental Limitations: 1. Rate equipment for continuous operation under the following conditions unless otherwise indicated: a. Ambient Temperature: Not exceeding 23 deg F to plus 110 deg F. b. Altitude: Not exceeding 1000 feet. 1.07 WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace transient voltage suppression devices that fail in materials or workmanship within specified warranty period. 1. Warranty Period: Five years from date of Substantial Completion. 1.08 EXTRA MATERIALS A. Furnish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Keys: Two spares for each type of panelboard cabinet lock. 2.00 PRODUCTS 2.01 GENERAL REQUIREMENTS FOR PANELBOARDS A. Enclosures: Surface mounted cabinets. 1. Rated for environmental conditions at installed location. a. Indoor Dry and Clean Locations: NEMA 250, Type 4X 304 stainless steel . b. Outdoor, Corrosive or Wash -Down Areas: NEMA 250, Type 4X 304 stainless steel. Panelboards 26 24 16 - 2 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 c. Other Wet or Damp Indoor Locations: NEMA 250, Type 4X 304 stainless steel. 1). Includes: Any panel inside the Thickening Building 2. Front: Secured to box with concealed trim clamps. For surface -mounted fronts, match box dimensions; for flush -mounted fronts, overlap box. 3. Skirt for Surface -Mounted Panelboards: Same gage and finish as panelboard front with flanges for attachment to panelboard, wall, and ceiling or floor. 4. Gutter Extension and Barrier: Same gage and finish as panelboard enclosure; integral with enclosure body. Arrange to isolate individual panel sections. 5. Finishes: a. Panels and Trim (that are not stainless steel): Steel factory finished immediately after cleaning and pretreating with manufacturer's standard two -coat, baked -on finish consisting of prime coat and thermosetting topcoat. b. Back Boxes: Same finish as panels and trim. 6. Directory Card: Inside panelboard door, mounted in metal frame with transparent protective cover, and typed not written. B. Incoming Mains Location: Bottom. C. Phase, Neutral, and Ground Buses: 1. Material: Hard -drawn tin-plated copper, 98 percent conductivity. 2. Equipment Ground Bus: Adequate for feeder and branch -circuit equipment grounding conductors; bonded to box. 3. Isolated Ground Bus: Adequate for branch -circuit isolated ground conductors; insulated from box. 4. Split Bus: Vertical buses divided into individual vertical sections. D. Conductor Connectors: Suitable for use with conductor material and sizes. E. Service Equipment Label: NRTL labeled for use as service equipment for panelboards or load centers with one or more main service disconnecting and overcurrent protective devices. F. Panelboard Short -Circuit Current Rating: Fully rated to interrupt symmetrical short-circuit current available at terminals. G. Circuit breakers shall be equipped with individually insulated, braced and protected connectors to the main bus. The front surface of all circuit breakers shall be flush with each other. Permanent, individual circuit numbers shall be affixed to each breaker in a common position. Tripped indication shall be clearly indicated by the breaker handle between the "ON" and "OFF" position. Space positions indicated on the plans shall be so that the additional connectors or bus will not be required to add breakers. H. Each panelboard shall have a short circuit current rating equal to or greater than the fault current available at each panel. Series rating of breakers shall not be permitted. Panelboards shall be marked with their maximum short circuit current rating at the supply voltage and bear the applicable U.L. label. Panelboards 26 24 16 - 3 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 2.02 LIGHTING AND APPLIANCE BRANCH -CIRCUIT PANELBOARDS A. Basis -of -Design Product: Subject to compliance with requirements, provide product by one of the following: 1. Eaton Electrical Inc.; Cutler -Hammer Business Unit. 2. General Electric Company; GE Consumer & Industrial - Electrical Distribution. 3. Square D; a brand of Schneider Electric. 4. No others approved B. Panelboards: NEMA PB 1, lighting and appliance branch -circuit type. C. Mains: Circuit breaker. D. Branch Overcurrent Protective Devices: Bolt -on circuit breakers, replaceable without disturbing adjacent units. E. Doors: Concealed hinges; secured with flush latch with tumbler lock; keyed alike. F. Column -Type Panelboards: Narrow gutter extension, with cover, to overhead junction box equipped with ground and neutral terminal buses. G. Full size Neutral bus bar. H. Grounding bus bar. 2.03 DISCONNECTING AND OVERCURRENT PROTECTIVE DEVICES A. Basis -of -Design Product: Subject to compliance with requirements, provide product by one of the following: 1. Eaton Electrical Inc.; Cutler -Hammer Business Unit. 2. General Electric Company; GE Consumer & Industrial - Electrical Distribution. 3. Square D; a brand of Schneider Electric. 4. No others approved. B. Molded -Case Circuit Breaker (MCCB): Comply with UL 489, with interrupting capacity to meet available fault currents. 1. Thermal -Magnetic Circuit Breakers: Inverse time -current element for low-level overloads, and instantaneous magnetic trip element for short circuits. Adjustable magnetic trip setting for circuit -breaker frame sizes 250 A and larger. 2. GFCI Circuit Breakers: Single and two -pole configurations with Class A ground -fault protection. 3. Molded -Case Circuit -Breaker (MCCB) Features and Accessories: a. Standard frame sizes, trip ratings, and number of poles. b. Lugs: Mechanical style, suitable for number, size, trip ratings, and conductor materials. Panelboards 26 24 16 - 4 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 c. Application Listing: Appropriate for application; Type SWD for switching fluorescent lighting loads; Type HID for feeding fluorescent and high -intensity discharge (HID) lighting circuits. d. Ground -Fault Protection: Integrally mounted relay and trip unit with adjustable pickup and time -delay settings, push -to -test feature, and ground -fault indicator. 2.04 PANELBOARD SUPPRESSORS A. Basis -of -Design Product: Subject to compliance with requirements, provide product by one of the following: 1. Current Technology; a subsidiary of Danahar Corporation. 2. Eaton Electrical Inc.; Cutler -Hammer Business Unit. 3. General Electric Company; GE Consumer & Industrial - Electrical Distribution. 4. Liebert Corporation. 5. Square D; a brand of Schneider Electric. 6. No others approved. B. Surge Protection Device: IEEE C62.41-compliant, externally mounted, wired -in, solidstate, parallel -connected, modular (with field -replaceable modules type, with sine -wave tracking suppression and filtering modules, UL 1449, second edition, short-circuit current rating matching or exceeding the panelboard short-circuit rating, and with the following features and accessories: 1. Accessories: a. Fabrication using bolted mechanical lugs for internal wiring. b. Low-Z wire. 2.05 ACCESSORY COMPONENTS AND FEATURES A. Accessory Set: Include tools and miscellaneous items required for overcurrent protective device test, inspection, maintenance, and operation. 3.00 EXECUTION 3.01 EXAMINATION A. Receive, inspect, handle, and store panelboards according to NEMA PB 1.1. B. Examine panelboards before installation. Reject panelboards that are damaged or rusted or have been subjected to water saturation. C. Examine elements and surfaces to receive panelboards for compliance with installation tolerances and other conditions affecting performance of the Work. D. Proceed with installation only after unsatisfactory conditions have been corrected. Panelboards 26 24 16 - 5 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 3.02 INSTALLATION A. Install panelboards and accessories according to NEMA PB 1.1. B. Temporary Lifting Provisions: Remove temporary lifting eyes, channels, and brackets and temporary blocking of moving parts from panelboards. C. Mount top of trim no higher than 90 inches above finished floor unless otherwise indicated. D. Mount panelboard cabinet plumb and rigid without distortion of box. Mount recessed panel -boards with fronts uniformly flush with wall finish and mating with back box. E. Install overcurrent protective devices and controllers not already factory installed. 1. Set field -adjustable, circuit -breaker trip ranges. F. Install filler plates in unused spaces. G. Arrange conductors in gutters into groups and bundle and wrap with wire ties after completing load balancing. H. Comply with NECA 1. I. Every panel shall include surge protection device (even if not shown on the drawings). 3.03 IDENTIFICATION A. Create a directory to indicate installed circuit loads after balancing panelboard loads; incorporate Owner's final room designations. Obtain approval before installing. Use a computer or typewriter to create directory; handwritten directories are not acceptable. B. Panel board Nameplates: Label each panelboard with a nameplate complying with requirements for identification specified in Section 26 05 53 "Identification for Electrical Systems." C. Device Nameplates: Label each branch circuit device in distribution panelboards with a nameplate complying with requirements for identification specified in Section 26 05 53 "Identification for Electrical Systems." 3.04 FIELD QUALITY CONTROL A. Manufacturer's field Service: Engage a factory -authorized service representative to inspect, test, and adjust components, assemblies, and equipment installations, including connections. B. Perform tests and inspections. 1. Manufacturer's Field Service: Engage a factory -authorized service representative to inspect components, assemblies, and equipment installations, including connections, and to assist in testing. C. Acceptance Testing Preparation: 1. Test insulation resistance for each panelboard bus, component, connecting supply, feeder, and control circuit. 2. Test continuity of each circuit. Panelboards 26 24 16 - 6 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 D. Tests and Inspections: 1. Perform each visual and mechanical inspection and electrical test stated in NETA Acceptance Testing Specification. Certify compliance with test parameters. 2. Correct malfunctioning units on -site, where possible, and retest to demonstrate compliance; otherwise, replace with new units and retest. E. Panelboards will be considered defective if they do not pass tests and inspections. F. Prepare test and inspection reports, including a certified report that identifies panelboards included and that describes scanning results. Include notation of deficiencies detected, remedial action taken, and observations after remedial action. 3.05 ADJUSTING A. Adjust moving parts and operable component to function smoothly and lubricate as recommended by manufacturer. 1. Set field -adjustable circuit -breaker trip ranges as specified in Section 26 05 73 "Overcurrent Protective Device Coordination Study." B. Load Balancing: After Substantial Completion, but not more than 60 days after Final Acceptance, measure load balancing and make circuit changes. 1. Measure as directed during period of normal system loading. 2. Perform load -balancing circuit changes outside normal occupancy/working schedule of the facility and at time directed. Avoid disrupting critical 24-hour services such as fax ma -chines and on-line data processing, computing, transmitting, and receiving equipment. 3. After circuit changes, recheck loads during normal load period. Record all load readings before and after changes and submit test records. 4. Tolerance: Difference exceeding 20 percent between phase loads, within a panelboard, is not acceptable. Rebalance and recheck as necessary to meet this minimum requirement. 3.06 PROTECTION A. Temporary Heating: Apply temporary heat to maintain temperature according to manufacturer's written instructions. END OF SECTION Panelboards 26 24 16 - 7 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 THIS PAGE INTENTIONALLY BLANK U 26 27 26 WIRING DEVICES 1.00 GENERAL 1.01 WORK INCLUDED A. Drawings and general provisions of the Contract, including General and Contract Agreement and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. Section Includes: 1. Straight -blade convenience, hospital -grade, receptacles. 2. GFCI receptacles. 3. Toggle switches. 4. Wall switch sensor light switches with dual technology sensors. 5. Wall switch sensor light switches with passive infrared sensors. 6. Wall switch sensor light switches with ultrasonic sensors. 7. Wall plates. 1.03 DEFINITIONS A. Abbreviations of Manufacturers' Names: 1. Cooper: Cooper Wiring Devices; Division of Cooper Industries, Inc. 2. Hubbell: Hubbell Incorporated: Wiring devices-Kellems. 3. Leviton: Leviton Mfg. Company, Inc. 4. Pass & Seymour: Pass& Seymour/Legrand. B. BAS: Building automation system. C. EMI: Electromagnetic interference. D. GFCI: Ground -fault circuit interrupter. E. Pigtail: Short lead used to connect a device to a branch -circuit conductor. F. RFI: Radio -frequency interference. G. SPD: Surge protective device. H. UTP: Unshielded twisted pair. 1.04 SUBMITTALS A. Product Data: For each type of product. B. Shop Drawings: List of legends and description of materials and process used for pre -marked wall plates. Wiring Devices FTW17498 — VCWRF Sludge Thickening Improvements City Project No, CO2647 26 27 26 - 1 C. Field quality -control reports. D. Operation and Maintenance Data: For wiring devices to include in all manufacturers' packing -label warnings and instruction manuals that include labeling conditions. 2.00 PRODUCTS 2.01 GENERAL WIRING -DEVICE REQUIREMENTS A. Wiring Devices, Components, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. B. Comply with NFPA 70. C. Source Limitations: Obtain each type of wiring device and associated wall plate from single source from single manufacturer. 2.02 STRAIGHT -BLADE RECEPTACLES A. Duplex Convenience Receptacles: 125 V, 20 A; comply with NEMA WD 1, NEMA WD 6 Configuration 5-20R, UL 498, and FS W-C-596. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Eaton (Arrow Hart). b. Hubbell Incorporated; Wiring Device-Kellems. c. Leviton Manufacturing Co., Inc. d. Pass & Seymour/Legrand (Pass & Seymour). B. Hospital -Grade, Duplex Convenience Receptacles: 125 V, 20 A; comply with NEMA WD 1, NEMA WD 6 Configuration 5-20R, UL 498 Supplement sd, and FS W-C-596. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Eaton (Arrow Hart). b. Hubbell Incorporated; Wiring Device-Kellems. c. Leviton Manufacturing Co., Inc. d. Pass & Seymour/Legrand (Pass & Seymour). 2. Description: Single -piece, rivetless, nickel -plated, all -brass grounding system. Nickel - plated, brass mounting strap. C. Isolated -Ground, Duplex Convenience Receptacles: 125 V, 20 A; comply with NEMA WD 1, NEMA WD 6 Configuration 5-20R, UL498, and FS W-C-596. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Eaton (Arrow Hart). b. Hubbell Incorporated; Wiring Device-Kellems. Wiring Devices 26 27 26 - 2 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 c. Leviton Manufacturing Co., Inc. d. Pass & Seymour/Legrand (Pass & Seymour). 2. Description: Straight blade; equipment grounding contacts shall be connected only to the green grounding screw terminal of the device and with inherent electrical isolation from mounting strap. Isolation shall be integral to receptacle construction and not dependent on removable parts. 2.03 GFCI RECEPTACLES A. General Description: 1. 125 V, 20 A, straight blade, feed -through type. 2. Comply with NEMA WD 1, NEMA WD 6 Configuration 5-20R, UL 498, UL 943 Class A, and FS W-C-596. 3. Include indicator light that shows when the GFCI has malfunctioned and no longer provides proper GFCI protection. B. Duplex GFCI Convenience Receptacles: 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Eaton (Arrow Hart). b. Hubbell Incorporated; Wiring Device-Kellems. c. Leviton Manufacturing Co., Inc. d. Pass & Seymour/Legrand (Pass & Seymour). C. Hospital -Grade, Duplex GFCI Convenience Receptacles: Comply with UL 498 Supplement sd. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Eaton (Arrow Hart). b. Hubbell Incorporated; Wiring Device-Kellems. c. Leviton Manufacturing Co., Inc. d. Pass & Seymour/Legrand (Pass & Seymour). D. GFCI, Tamper -Resistant and Weather -Resistant Convenience Receptacles: Square face, 125 V, 15 A; comply with NEMA WD 1, NEMA WD 6 Configuration 5-15R, UL 498, and UL 943 Class A. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Eaton (Arrow Hart). b. Hubbell Incorporated; Wiring Device-Kellems. c. Pass & Seymour/Legrand (Pass & Seymour). Wiring Devices 26 27 26 - 3 FTW17498 -- VCWRF Sludge Thickening Improvements City Project No. CO2647 2.04 TOGGLE SWITCHES A. Comply with NEMA WD 1, UL 20, and FS W-5-896. B. Switches, 120/277 V, 20 A: 1. Weatherproof switches: Fitted with single switch as specified, and weather proof cover with spring door cover; grey in color for all areas. Switch ratings shall be as identified below for the number of poles required. 2. Single Pole: a. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1). Eaton (Arrow Hart). 2), Hubbell Incorporated; Wiring Device-Kellems. 3), Leviton Manufacturing Co., Inc. 4). Pass & Seymour/Legrand (Pass & Seymour). 3. Two Pole: a. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1). Eaton (Arrow Hart). 2). Hubbell Incorporated; Wiring Device-Kellems. 3). Leviton Manufacturing Co., Inc. 4). Pass & Seymour/Legrand (Pass & Seymour). 4. Three Way: a. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1). Eaton (Arrow Hart). 2). Hubbell Incorporated; Wiring Device-Kellems. 3). Leviton Manufacturing Co., Inc. 4). Pass & Seymour/Legrand (Pass & Seymour). 2.05 WALL SWITCH SENSOR LIGHT SWITCH, ULTRASONIC A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Eaton (Arrow Hart). 2. Hubbell Incorporated; Wiring Device-Kellems. 3. Leviton Manufacturing Co., Inc. Wiring Devices 26 27 26 - 4 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 G 2.06 WALL PLATES A. Single and combination types shall match corresponding wiring devices. 1. Plate -Securing Screws: Metal with head color to match plate finish. 2. Material for Finished Spaces: 0.035-inch-thick, satin -finished, Type 302 stainless steel. 3. Material for Unfinished Spaces: 0.035-inch-thick, satin -finished, Type 302 stainless steel. B. Wet -Location, Weatherproof Cover Plates: NEMA 250, complying with Type 3R, weather - resistant, die-cast aluminum with lockable cover. C. Type: Modular, flush -type, dual -service units suitable for wiring method used. D. Compartments: Barrier separates power from voice and data communication cabling. E. Service Plate: Rectangular, die-cast aluminum with satin finish. F. Power Receptacle: NEMA WD 6 Configuration 5-20R, gray finish, unless otherwise indicated. 3.00 EXECUTION 3.01 INSTALLATION A. Comply with NECA 1, including mounting heights listed in that standard, unless otherwise indicated. B. Coordination with Other Trades: 1. Protect installed devices and their boxes. Do not place wall finish materials over device boxes and do not cut holes for boxes with routers that are guided by riding against outside of boxes. 2. Keep outlet boxes free of plaster, drywall joint compound, mortar, cement, concrete, dust, paint, and other material that may contaminate the raceway system, conductors, and cables. 3. Install device boxes in brick or block walls so that the cover plate does not cross a joint unless the joint is troweled flush with the face of the wall. 4. Install wiring devices after all wall preparation, including painting, is complete. C. Conductors: 1. Do not strip insulation from conductors until right before they are spliced or terminated on devices. 2. Strip insulation evenly around the conductor using tools designed for the purpose. Avoid scoring or nicking of solid wire or cutting strands from stranded wire. 3. The length of free conductors at outlets for devices shall meet provisions of NFPA 70, Article 300, without pigtails. 4. Existing Conductors: a. Cut back and pigtail, or replace all damaged conductors. Wiring Devices FTW17498 -- VCWRF Sludge Thickening Improvements City Project No. CO2647 262726-5 b. Straighten conductors that remain and remove corrosion and foreign matter. c. Pigtailing existing conductors is permitted, provided the outlet box is large enough. D. Device Installation: 1. Replace devices that have been in temporary use during construction and that were installed before building finishing operations were complete. 2. Keep each wiring device in its package or otherwise protected until it is time to connect conductors. 3. Do not remove surface protection, such as plastic film and smudge covers, until the last possible moment. 4. Connect devices to branch circuits using pigtails that are not less than 6 inches in length. 5. When there is a choice, use side wiring with binding -head screw terminals. Wrap solid conductor tightly clockwise, two-thirds to three -fourths of the way around terminal screw. 6. Use a torque screwdriver when a torque is recommended or required by manufacturer. 7. When conductors larger than No. 12 AWG are installed on 15- or 20-A circuits, splice No. 12 AWG pigtails for device connections. 8. Tighten unused terminal screws on the device. 9. When mounting into metal boxes, remove the fiber or plastic washers used to hold device -mounting screws in yokes, allowing metal -to -metal contact. E. Receptacle Orientation: 1. Install ground pin of vertically mounted receptacles up, and on horizontally mounted receptacles to the right. F. Device Plates: Do not use oversized or extra -deep plates. Repair wall finishes and remount outlet boxes when standard device plates do not fit flush or do not cover rough wall opening. G. Dimmers: 1. Install dimmers within terms of their listing. 2. Verify that dimmers used for fan -speed control are listed for that application. 3. Install unshared neutral conductors on line and load side of dimmers according to manufacturers' device listing conditions in the written instructions. H. Arrangement of Devices: Unless otherwise indicated, mount flush, with long dimension vertical and with grounding terminal of receptacles on top. Group adjacent switches under single, multigang wall plates. 3.02 GFCI RECEPTACLES A. Install non -feed -through -type GFCI receptacles where protection of downstream receptacles is not required. Wiring Devices 26 27 26 - 6 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 t 3.03 IDENTIFICATION A. Comply with Section 26 05 53 "identification for Electrical Systems." B. Identify each receptacle with panelboard identification and circuit number. Use hot, stamped, or engraved machine printing with black -filled lettering on face of plate, and durable wire markers or tags inside outlet boxes. 3.04 FIELD QUALITY CONTROL A. Test Instruments: Use instruments that comply with UL 1436. B. Test Instrument for Convenience Receptacles: Digital wiring analyzer with digital readout or illuminated digital -display indicators of measurement. C. Tests for Convenience Receptacles: 1. Line Voltage: Acceptable range is 105 to 132 V. 2. Percent Voltage Drop under 15-A Load: A value of 6 percent or higher is unacceptable. 3. Ground Impedance: Values of up to 2 ohms are acceptable. 4. GFCI Trip: Test for tripping values specified in UL 1436 and UL 943. 5. Using the test plug, verify that the device and its outlet box are securely mounted. 6. Tests shall be diagnostic, indicating damaged conductors, high resistance at the circuit breaker, poor connections, inadequate fault current path, defective devices, or similar problems. Correct circuit conditions, remove malfunctioning units and replace with new ones, and retest as specified above. D. Wiring device will be considered defective if it does not pass tests and inspections. E. Prepare test and inspection reports. END OF SECTION Wiring Devices FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 262726-7 THIS PAGE INTENTIONALLY BLANK 26 28 16 ENCLOSED SWATCHES AND CIRCUIT BREAKERS / 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install disconnects. Electrical work shall be in accordance with Section 26 05 00 "Common Work Results For Electrical." 1.02 QUALITY ASSURANCE -ACCEPTABLE MANUFACTURERS A. Disconnects shall comply with the specifications and shall be by the following Manufacturers: 1. Eaton 2. G E/ABB 3. Square D 4. Approved Equal 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 "Submittals" SUBMITTAL PROCEDURES and shall include: 1. Shop Drawings: a. Disconnects 2. O&M Manual a. Operation and maintenance manuals shall contain the shop drawing submittals, final drawings with any changes made during start-up and maintenance procedures. b. Operation and maintenance manuals shall include warranty information as well as a warranty information page that shall include information on the warranty start and end date as well as contact information for service 3. Warranty a. The manufacturer shall include a two-year warranty on the equipment provided. 2.00 PRODUCTS 2.01 MANUFACTURED PRODUCTS A. DISCONNECT SWITCHES: 1. Class "R" or non -fusible; of the required ampere rating, or as indicated on the plans; heavy duty, quick -make, quick -break, 3-phase, 3-pole switches, unless otherwise indicated. Enclosed Switches and Circuit Breakers 26 28 16 - 1 FTW17498 — VCWRF Sludge Thickening improvements City Project No. CO2647 2. Enclosure: NEMA 1, 14 gauge steel for electrical room and NEMA 4X, 316 stainless steel for all other locations, unless noted otherwise on plans. Furnish enclosures with interlocking covers with maintenance defeat feature and external front -operated flange - mounted switch levers. 3. Disconnects shall have provisions for the use of three (3) safety padlocks in the "Off" position. 4. Furnish horsepower rated switches for motor circuits. 5. Disconnects, where identified on the drawings, are required to include auxiliary contacts to break before disconnect breaks. 6. Service entrance disconnects shall include a UL service entrance label. 7. Heavy Duty Rated, 600V. 3.00 EXECUTION 3.01 INSTALLATION A. Install disconnect switches as required by the National Electrical Code. Install fuses in fusible disconnect switches where applicable. B. Contractor shall coordinate location of enclosures. C. Top conduit penetration of enclosure located in wet/damp areas is not allowed. Contractor will be responsible to replace disconnect at no additional cost to the Owner. D. Disconnects shall be installed such that the enclosure rating is not compromised. Secure disconnects with manufacturer supplied feet or enclosure holes. END OF SECTION Enclosed Switches and Circuit Breakers 26 28 16 - 2 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 26 29 13 ENCLOSED CONTROLLERS 1.00 GENERAL 1.01 WORK INCLLUDED A. Drawings and general provisions of the Contract, including General and Contract Agreement and Division 01 Specification Sections, apply to this Section. 1.02 DEFINITIONS A. CPT: Control power transformer. B. MCCB: Molded -case circuit breaker. C. MCP: Motor circuit protector. D. N.C.: Normally closed. E. N.O.: Normally open. F. OCPD: Overcurrent protective device. G. SCR: Silicon -controlled rectifier. 1.03 SUBMITTALS A. Shop drawings: For each type of enclosed controller. Include manufacturer's technical data on features, performance, electrical characteristics, ratings, and enclosure types and finishes. 1. Show tabulations of the following: a. Each installed unit's type and details. b. Factory -installed devices. c. Nameplate legends. d. Short-circuit current rating of integrated unit. e. Listed and labeled for integrated short-circuit current (withstand) rating of OCPDs in combination controllers. f. Features, characteristics, ratings, and factory settings of individual OCPDs in combination controllers. 2. Wiring Diagrams: For power, signal, and control wiring. B. Field quality -control reports. C. Operation and Maintenance Data: For enclosed controllers to include in emergency, operation, and maintenance manuals. In addition to items specified in Section 0133 04 "Operation and Maintenance Data," include the following: 1. Routine maintenance requirements for enclosed controllers and installed components. 2. Manufacturer's written instructions for testing and adjusting circuit breaker and MCP trip settings. Enclosed Controllers 26 29 13 - 1 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 3. Manufacturer's written instructions for setting field -adjustable overload relays. D. Load -Current and Overload -Relay Heater List: Compile after motors have been installed, and arrange to demonstrate that selection of heaters suits actual motor nameplate full -load currents. E. Load -Current and List of Settings of Adjustable Overload Relays: Compile after motors have been installed, and arrange to demonstrate that switch settings for motor running overload protection suit actual motors to be protected. 1.04 QUALITY ASSURANCE A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in and marked for intended location and application. B. Comply with NFPA 70. 1.05 DELIVERY, STORAGE, AND HANDLING A. Store enclosed controllers indoors in clean, dry space with uniform temperature to prevent condensation. Protect enclosed controllers from exposure to dirt, fumes, water, corrosive substances, and physical damage. 1.06 PROJECT CONDITIONS A. Environmental Limitations: Rate equipment for continuous operation under the following conditions unless otherwise indicated: 1. Ambient Temperature: Not less than minus 22 deg F and not exceeding 110 deg F. 2. Altitude: Not exceeding 1000 feet. B. HORSEPOWER RATING: Horsepower as indicated on the Plans are approximate. The Contractor shall furnish properly sized motor control equipment when actual motor horsepower are determined. If actual motor horsepower differ from the Plans, the Contractor shall obtain assistance from the Engineer in determining whether or not hardware and wiring changes are necessary. The Contractor shall provide all components and wire of the proper size at no additional cost to the owner. C. OPERATING VOLTAGE: The equipment shall be designed and arranged for operation on 480 Volt, 3 phase, 60 Hertz. D. CONTROL POWER: Control power shall be 120 VAC from a control transformer located in each combination starter. Extra control transformer VA capacity shall be furnished for powering the motor space heater in the motor which the combination starter serves. This extra VA capacity shall be in addition to the VA required for the other control components powered by the control transformer. The following is the amount of extra VA capacity which shall be furnished: Enclosed Controllers 26 29 13 - 2 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. C07647 COM131NAtION NEMA SIZE CONTROL TRANSFORMER EXTRA VA CAPACITY size 1 100 size 2 200 size 3 300 size 4 500 size 5 750 size 6 1000 This extra VA capacity shall be furnished in each combination starter regardless of where the motor space heater received its power and regardless of whether the motor has a space heater or not. E. INTERRUPTING RATING: Both circuit breakers and combination starters as complete units shall be rated for Interrupting Capacity (AIC) as shown on the plans. F. ENCLOSURES: The equipment shall be installed in NEMA 1 enclosures with gasketed doors for indoor combination starters and NEMA 4X 316 stainless steel enclosures for outdoor combination starters unless stated otherwise. 1.07 COORDINATION A. Coordinate layout and installation of enclosed controllers with other construction including conduit, piping, equipment, and adjacent surfaces. Maintain required workspace clearances and required clearances for equipment access doors and panels. B. For self-supporting enclosures the following shall be followed: 1. Coordinate sizes and locations of concrete bases with actual equipment provided. Cast anchor -bolt inserts into bases. 2. Coordinate installation of roof curbs, equipment supports, and roof penetrations. 1.08 EXTRA MATERIALS A. Furnish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Fuses for Fused Switches: Equal to 10 percent of quantity installed for each size and type, but no fewer than three of each size and type. 2. Control Power Fuses: Equal to 10 percent of quantity installed for each size and type, but no fewer than two of each size and type. 3. Indicating Lights: Two of each type and color installed. 4. Auxiliary Contacts: Furnish one spare(s) for each size and type of magnetic controller installed. 5. Power Contacts: Furnish three spares for each size and type of magnetic contactor installed. Enclosed Controllers 26 29 13 - 3 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 2.00 PRODUCTS 2.01 FULL -VOLTAGE CONTROLLERS A. General Requirements for Full -Voltage Controllers: Comply with NEMA ICS 2, general purpose, Class A. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Eaton Electrical Inc.; Cutler -Hammer b. GE/ABB; c. Rockwell Automation, Inc.; Allen-Bradley. d. Square D; e. Rotork; f. No others approved 2. Configuration: Non -reversing. B. Magnetic Controllers: Full voltage, across the line, electrically held. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Eaton Electrical Inc.; Cutler -Hammer Business Unit. b. GE/ABB; GE Consumer & Industrial - Electrical Distribution. c. Rockwell Automation, Inc.; Allen-Bradley brand. d. Square D; a brand of Schneider Electric. e. No others approved 2. Configuration: Non -reversing. 3. Contactor Coils: Pressure -encapsulated type with coil transient suppressors. a. Operating Voltage: Depending on contactor NEMA size and line -voltage rating, manufacturer's standard matching control power or line voltage. 4. Power Contacts: Totally enclosed, double -break, silver -cadmium oxide; assembled to allow inspection and replacement without disturbing line or load wiring. S. Control Circuits: 120V ac; obtained with CPT of sufficient capacity to operate integral devices and remotely located pilot, indicating, and control devices. a. CPT Spare Capacity: 100VA. 6. Bimetallic Overload Relays: a. Inverse -time -current characteristic. b. Class 10 tripping characteristic. c. Heaters in each phase matched to nameplate full -load current of actual protected motor and with appropriate adjustment for duty cycle. Enclosed Controllers 26 29 13 - 4 FTW17498 —VCWRF Sludge Thickening Improvements City Project No. CO2647 d. Ambient compensated. 7. N.C. and N.O., isolated overload alarm contact. 8. External overload reset push button. 9. Only NEMA rated starters are permitted. Dual IEC/NEMA starters are not permitted. C. Combination Magnetic Controller: Factory -assembled combination of magnetic controller, OCPD, and disconnecting means. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Eaton Electrical Inc.; Cutler -Hammer b. CE/ABB c. Rockwell Automation, Inc.; Allen-Bradley. d. Square D e. No others approved 2. Auxiliary Contacts: N.Q./N.C., arranged to activate before switch blades open. 3. Nonfusible Disconnecting Means: a. NEMA KS 1, heavy-duty, horsepower -rated, nonfusibie switch. b. Lockable Handle: Accepts three padlocks and interlocks with cover in closed position. 4. MCP Disconnecting Means: a. UL 489, NEMA AB 1, and NEMA AB 3, with interrupting capacity to comply with available fault currents, instantaneous -only circuit breaker with front -mounted, field -adjustable, short-circuit trip coordinated with motor locked -rotor amperes. b. Lockable Handle: Accepts three padlocks and interlocks with cover in closed position. 5. MCCB Disconnecting Means: a. UL 489, NEMA AB 1, and NEMA AB 3, with interrupting capacity to comply with available fault currents; thermal -magnetic MCCB, with inverse time -current element for low-level overloads and instantaneous magnetic trip element for short circuits. b. Front -mounted, adjustable magnetic trip setting for circuit -breaker frame sizes 250 A and larger. c. Lockable Handle: Accepts three padlocks and interlocks with cover in closed position. 6. Only NEMA rated starters are permitted. Dual IEC/NEMA starters are not permitted. Enclosed Controllers 26 29 13 - 5 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 2.02 ENCLOSURES A. Enclosed Controllers: NEMA ICS 6, to comply with environmental conditions at installed location. 1. Dry and Clean Indoor Locations of administration building or conditioned electrical buildings: Type 1 unless specified otherwise. 2. Outdoor Locations: Type 4X 316 stainless steel unless specified otherwise 3. Other Wet or Damp Indoor Locations: Type 4X 316 stainless steel unless specified otherwise. 4. Indoor Locations Subject to Dust, Falling Dirt, and Dripping Noncorrosive Liquids: Type 12 unless specified otherwise. 5. Hazardous Areas Indicated on Drawings: rated for the classification of the area to be installed. 2.03 ACCESSORIES A. General Requirements for Control Circuit and Pilot Devices: NEMA ICS 5; factory installed in controller enclosure cover unless otherwise indicated. 1. Push Buttons, Pilot Lights, and Selector Switches: Heavy-duty, oil tight type. a. Push Buttons: Recessed types; momentary. b. Pilot Lights: LED types; colors as indicated; push to test. c. Selector Switches: Rotary type. 2. Elapsed Time Meters: Heavy duty with analog readout in hours resettable. 3. Meters: Panel type, 2-1/2-inch minimum size with 90- or 120-degree scale and plus or minus two percent accuracy. Where indicated, provide selector switches with an off position. B. N.C., N.Q. Reversible auxiliary contact(s). C. Control Relays: Auxiliary and adjustable solid-state time -delay relays. Control relays shall be rated for 10A at 45 degrees C. D. Phase -Failure, Phase -Reversal, and Undervoltage and Overvoltage Relays: Solid-state sensing circuit with isolated output contacts for hard -wired connections. Provide adjustable undervoltage, overvoltage, and time -delay settings. E. Breather and drain assemblies, to maintain interior pressure and release condensation in Type 4X enclosures installed outdoors or in unconditioned interior spaces subject to humidity and temperature swings. F. Sun shields installed on fronts, sides, and tops of enclosures installed outdoors and subject to direct and extended sun exposure. G. Cover gaskets for Type 1 enclosures. H. Spare control wiring terminal blocks. Enclosed Controllers 26 29 13 - 6 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 3.00 EXECUTION 3.01 EXAMINATION A. Examine areas and surfaces to receive enclosed controllers, with Installer present, for compliance with requirements and other conditions affecting performance of the Work. B. Examine enclosed controllers before installation. Reject enclosed controllers that are wet, moisture damaged, or mold damaged. C. Proceed with installation only after unsatisfactory conditions have been corrected. 3.02 INSTALLATION A. Wall -Mounted Controllers: Install enclosed controllers on walls with tops at uniform height unless otherwise indicated, and by bolting units to wall or mounting on lightweight structural -steel channels bolted to wall. For controllers not at walls, provide freestanding racks complying with Section 26 05 29 "Hangers and Supports for Electrical Systems." B. Floor -Mounted Controllers: Install enclosed controllers on 4-inch nominal -thickness concrete base. 1. Install dowel rods to connect concrete base to concrete floor. Unless otherwise indicated, install dowel rods on 18-inch centers around the full perimeter of concrete base. 2. For supported equipment, install epoxy -coated anchor bolts that extend through concrete base and anchor into structural concrete floor. 3. Place and secure anchorage devices. Use setting drawings, templates, diagrams, instructions, and directions furnished with items to be embedded. 4. Install anchor bolts to elevations required for proper attachment to supported equipment. C. Temporary Lifting Provisions: Remove temporary lifting eyes, channels, and brackets and temporary blocking of moving parts from enclosures and components. D. Install, connect, and fuse thermal -protector monitoring relays furnished with motor -driven equipment. 3.03 IDENTIFICATION A. Identify enclosed controllers, components, and control wiring. Comply with requirements for identification specified in Section 26 05 53 "Identification for Electrical Systems." 1. Identify field installed conductors, interconnecting wiring, and components; provide warning signs. 2. Label each enclosure with engraved nameplate. 3. Label each enclosure -mounted control and pilot device. Enclosed Controllers FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 262913-7 3.04 CONTROL WIRING INSTALLATION A. Install wiring between enclosed controllers and remote devices and facility's central control system. B. Bundle, train, and support wiring in enclosures. C. Connect selector switches and other automatic -control selection devices where applicable. 1. Connect selector switches to bypass only those manual- and automatic -control devices that have no safety functions when switch is in manual -control position. 2. Connect selector switches with enclosed -controller circuit in both manual and automatic positions for safety -type control devices such as low- and high-pressure cutouts, high - temperature cutouts, and motor overload protectors. 3.05 FIELD QUALITY CONTROL A. Manufacturer's Field Service: Engage a factory -authorized service representative to inspect, test, and adjust components, assemblies, and equipment installations, including connections. 1. Manufacturer's Field Service: Engage a factory -authorized service representative to inspect components, assemblies, and equipment installations, including connections, and to assist in testing. B. Acceptance Testing Preparation: 1. Test insulation resistance for each enclosed controller, component, connecting supply, feeder, and control circuit. 2. Test continuity of each circuit. C. Tests and Inspections: 1. Inspect controllers, wiring, components, connections, and equipment installation. 2. Test insulation resistance for each enclosed -controller element, component, connecting motor supply, feeder, and control circuits. 3. Test continuity of each circuit. 4. Verify that voltages at controller locations are within plus or minus 10 percent of motor nameplate rated voltages. If outside this range for any motor, notify Engineer before starting the motor(s). 5. Test each motor for proper phase rotation. 6. Perform each electrical test and visual and mechanical inspection stated in NETA Acceptance Testing Specification. Certify compliance with test parameters. 7. Correct malfunctioning units onsite, where possible, and retest to demonstrate compliance; otherwise, replace with new units and retest. 8. Test and adjust controls, remote monitoring, and safeties. Replace damaged and malfunctioning controls and equipment. Enclosed Controllers 26 29 13 - 8 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 D. Prepare test and inspection reports including a certified report that identifies enclosed controllers and that describes scanning results. Include notation of deficiencies detected, remedial action taken, and observations after remedial action. 3.06 ADJUSTING A. Set field -adjustable switches, auxiliary relays, time -delay relays, timers, and overload -relay pickup and trip ranges. Adjust overload -relay heaters or settings if power factor correction capacitors are connected to the load side of the overload relays. C. Adjust the trip settings of MCPs and thermal -magnetic circuit breakers with adjustable instantaneous trip elements. Initially adjust to six times the motor nameplate full -load ampere ratings and attempt to start motors several times, allowing for motor cooldown between starts. If tripping occurs on motor inrush, adjust settings in increments until motors start without tripping. Do not exceed eight times the motor full -load amperes (or 11 times for NEMA Premium Efficient motors if required). Where these maximum settings do not allow starting of a motor, notify Engineer before increasing settings. D. Set field -adjustable switches and program microprocessors for required start and stop sequences in reduced -voltage solid-state controllers. E. Set field -adjustable circuit -breaker trip ranges. 3.07 PROTECTION A. Temporary Heating: Apply temporary heat to maintain temperature according to manufacturer's written instructions until enclosed controllers are ready to be energized and placed into service. B. Replace controllers whose interiors have been exposed to water or other liquids prior to Substantial Completion. END OF SECTION Enclosed Controllers 26 29 13 - 9 FTW17498 -- VCWRF Sludge Thickening Improvements City Project No. CO2647 THIS PAGE INTENTIONALLY BLANK 26 29 23 VARIABLE -FREQUENCY MOTOR CONTROLLERS 1.00 GENERAL 1.01 SUMMARY A. Section includes separately enclosed, preassembled, combination VFDs, rated 600 V and less, for speed control of three-phase, squirrel -cage induction motors. 1.02 DEFINITIONS A. CPT: Control power transformer. B. PID: Control action, proportional plus integral plus derivative. C. VFD: Variable -frequency drive. 1.03 ACTION SUBMITTALS A. Product Data: For each type and rating of VFD indicated. 1. Include dimensions and finishes for VFDs. 2. Include rated capacities, operating characteristics, electrical characteristics, and fur- nished specialties and accessories. B. Shop Drawings: For each VFD indicated. 1. Include mounting and attachment details. 2. Include details of equipment assemblies. Indicate dimensions, weights, loads, required clearances, method of field assembly, components, and location and size of each field connection. 3. Include diagrams for power, signal, and control wiring. 1.04 INFORMATIONAL SUBMITTALS A. Coordination Drawings: Floor plans, drawn to scale, showing dimensioned layout on which the following items are shown and coordinated with each other, using input from installers of the items involved: 1. Required working clearances and required area above and around VFDs. 2. Show VFD layout and relationships between electrical components and adjacent struc- tural and mechanical elements. Variable -Frequency Motor Controllers 262923-1 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 3. Show support locations, type of support, and weight on each support. 4. Indicate field measurements. B. Product Certificates: For each VFD from manufacturer. C. Harmonic Analysis Report: Provide Project -specific calculations and manufacturer's state- ment of compliance with IEEE 519. D. Source quality -control reports. E. Field quality -control reports. 1.05 CLOSEOUT SUBMITTALS A. Operation and Maintenance Data: For VFDs to include in emergency, operation, and mainte- nance manuals. 1. Include the following: a. Manufacturer's written instructions for testing and adjusting thermal -magnetic cir- cuit breaker and motor -circuit protector trip settings. b. Manufacturer's written instructions for testing, adjusting, and reprogramming mi- croprocessor control modules. c. Manufacturer's written instructions for setting field -adjustable timers, controls, and status and alarm points. d. Load -Current and Overload -Relay Heater List: Compile after motors have been in- stalled, and arrange to demonstrate that selection of heaters suits actual motor nameplate, full -load currents. e. Load -Current and List of Settings of Adjustable Overload Relays: Compile after mo- tors have been installed, and arrange to demonstrate that switch settings for motor - running overload protection suit actual motors to be protected. 1.06 MAINTENANCE MATERIAL SUBMITTALS A. Furnish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Power Fuses: Equal to 10 percent of quantity installed for each size and type, but no fewer than three of each size and type. 2. Control Power Fuses: Equal to 10 percent of quantity installed for each size and type, but no fewer than two of each size and type. 3. Indicating Lights: Two of each type and color installed. Variable -Frequency Motor Controllers 262923-2 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 4. Auxiliary Contacts: Furnish one spare(s) for each size and type of magnetic controller installed. 5. Power Contacts: Furnish three spares for each size and type of magnetic contactor in- stalled. 1.07 QUALITY ASSURANCE A. Testing Agency Qualifications: Accredited by NETA. 1. Testing Agency's Field Supervisor: Currently certified by NETA to supervise on -site test- ing. 1.08 DELIVERY, STORAGE, AND HANDLING A. If stored in space that is not permanently enclosed and air conditioned, remove loose pack- ing and flammable materials from inside controllers and install temporary electric heating, with at least 250 W per controller. B. Product Selection for Restricted Space: Drawings indicate maximum dimensions for VFDs, including clearances between VFDs, and adjacent surfaces and other items. 1.09 WARRANTY A. Special Warranty: Manufacturer agrees to repair or replace VFDs that fail in materials or workmanship within specified warranty period. 1. Warranty Period: Five years from date of Substantial Completion. 2.00 PRODUCTS 2.01 MANUFACTURERS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Square-D (Schneider Electric) Altivar. 2. Allen-Bradley. 3. Eaton. 2.02 SYSTEM DESCRIPTION A. General Requirements for VFDs: Variable -Frequency Motor Controllers 262923-3 FTW17498 — VCWRF Sludge Thickening improvements City Project No. CO2647 1. VFDs and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. 2. Comply with NEMA ICS 7, NEMA ICS 61800-2, and UL 508C. B. VFD Description: Variable -frequency drive consisting of power converter that employs pulse -width -modulated inverter, factory built and tested in an enclosure, with integral dis- connecting means and overcurrent and overload protection; listed and labeled by an NRTL as a complete unit; arranged to provide self-protection, protection, and variable -speed con- trol of three-phase induction motors by adjusting output voltage and frequency. 1. Units suitable for operation of inverter -duty motors as defined by NEMA MG 1, Sec- tion IV, Part 31, "Definite -Purpose Inverter -Fed Polyphase Motors." 2. Listed and labeled for integrated short-circuit current (withstand) rating by an NRTL ac- ceptable to authorities having jurisdiction. C. Design and Rating: Match load type, such as fans, blowers, and pumps; and type of connec- tion used between motor and load such as direct or through a power -transmission connec- tion. D. Output Rating: Three phase; 10 to 60 Hz, with voltage proportional to frequency throughout voltage range; maximum voltage equals input voltage. E. Unit Operating Requirements: 1. Input AC Voltage Tolerance: Plus 10 and minus 10 percent of VFD input voltage rating. 2. Input AC Voltage Unbalance: Not exceeding 5 percent. 3. Input Frequency Tolerance: Plus or minus 3 percent of VFD frequency rating. 4. Minimum Efficiency: 97 percent at 60 Hz, full load. 5. Minimum Displacement Primary -Side Power Factor: 96 percent under any load or speed condition. 6. Ambient Temperature Rating: Not less than 32 deg F and not exceeding 104 deg F. 7. Humidity Rating: Less than 95 percent (noncondensing). 8. Altitude Rating: Not exceeding 3300 feet. 9. Vibration Withstand: Comply with NEMA ICS 61800-2. 10. Overload Capability: 1.5 times the base load current for 60 seconds; minimum of 1.8 times the base load current for three seconds. 11. Starting Torque: Minimum 100 percent of rated torque from 3 to 60 Hz. Variable -Frequency Motor Controllers 26 29 23 - 4 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 12. Speed Regulation: Plus or minus 10 percent. 13. Output Carrier Frequency: Selectable; 0.5 to 15 kHz. F. Self -Protection and Reliability Features: 1. Surge Suppression: Factory installed as an integral part of the VFD, complying with UL 1449 SPD, Type 1 or Type 2. 2. Loss of Input Signal Protection: Selectable response strategy, including speed default to a percent of the most recent speed, a preset speed, or stop; with alarm. 3. Under- and overvoltage trips. 4. Inverter overcurrent trips. 5. VFD and Moto r-Overload/Overtemperatu re Protection: Microprocessor -based thermal protection system for monitoring VFDs and motor thermal characteristics, and for providing VFD overtemperature and motor -overload alarm and trip; settings selectable via the keypad. 6. Instantaneous line -to -line and line -to -ground overcurrent trips. 7. Loss -of -phase protection. 8. Reverse -phase protection. 9. Short-circuit protection. 10. Moto r-overtemperature fault. G. Automatic Reset/Restart: Attempt three restarts after drive fault or on return of power after an interruption and before shutting down for manual reset or fault correction; adjustable delay time between restart attempts. H. Bidirectional auto speed search: Capable of starting VFD into rotating loads spinning in ei- ther direction and returning motor to set speed in proper direction, without causing damage to drive, motor, or load. I. Torque Boost: Automatically varies starting and continuous torque to at least 1.5 times the minimum torque to ensure high -starting torque and increased torque at slow speeds. J. Motor Temperature Compensation at Slow Speeds: Adjustable current fallback based on output frequency for temperature protection of self -cooled, fan -ventilated motors at slow speeds. 1. Disconnect Rating: Not less than 115 percent of NFPA 70 motor full -load current rating or VFD input current rating, whichever is larger. Variable -Frequency Motor Controllers 262923-5 FTW17498 -- VCWRF Sludge Thickening Improvements City Project No. CO2647 2.03 CONTROLS AND INDICATION A. Panel -Mounted Operator Station: Manufacturer's standard front -accessible, sealed keypad and plain -English -language digital display; allows complete programming, program copying, operating, monitoring, and diagnostic capability. 1. Keypad: In addition to required programming and control keys, include keys for HAND, OFF, and AUTO modes. 2. Security Access: Provide electronic security access to controls through identification and password with at least three levels of access: View only; view and operate; and view, operate, and service. a. Control Authority: Supports at least four conditions: Off, local manual control at VFD, local automatic control at VFD, and automatic control through a remote source. B. Historical Logging Information and Displays: 1. Real-time clock with current time and date. 2. Running log of total power versus time. 3. Total run time. 4. Fault log, maintaining last four faults with time and date stamp for each. C. Indicating Devices: Digital display mounted flush in VFD door and connected to display VFD parameters including, but not limited to: 1. Output frequency (Hz). 2. Motor speed (rpm). 3. Motor status (running, stop, fault). 4. Motor current (amperes). 5. Motor torque (percent). 6. Fault or alarming status (code). 7. PID feedback signal (percent). 8. DC -link voltage (V dc). 9. Set point frequency (Hz). 10. Motor output voltage (V ac). Variable -Frequency Motor Controllers FTW17498 — VCWRF Sludge Thickening Improvements 26 29 236 City Project No. CO2647 2.04 LINE CONDITIONING AND FILTERING A. Input Line Conditioning: VFD Manufacturer shall perform a harmonic analysis and provide a report to contractor and engineer of record. Based on the manufacturer's harmonic analysis study and report, provide input filtering, as required, to limit total demand (harmonic cur- rent) distortion and total harmonic voltage demand at the defined point of common cou- pling to meet IEEE 519 recommendations. B. Output Filtering: VFD Manufacturer shall perform a harmonic analysis and provide a report to contractor and engineer of record. Harmonic analysis shall at a minimum account for Line Conditioning, if applicable, expected common mode current, carrier frequency, system volt- age, load sized, lead length, and lead diameter. Based on the manufacturer's harmonic anal- ysis study and report, provide a dv/dt filter or sine wave filter as applicable to meet the most recent version of NEMA MG-1 and motor manufacturer recommended Vpeak and Rise Time. 2.05 ENCLOSURES A. VFD Enclosures: NEMA 250, to comply with environmental conditions at installed location. 1. Dry and Clean Indoor Locations: NEMA 250, Type 1. 2. Other Wet or Damp Indoor Locations: NEMA 250, Type 4X 316 stainless steel. 2.06 ACCESSORIES A. General Requirements for Control -Circuit and Pilot Devices: NEMA ICS 5; factory installed in VFD enclosure cover unless otherwise indicated. 1. Pilot Lights: Push to test. 2. Selector Switches: Rotary type. B. Cooling Fan and Exhaust System: For NEMA 250, Type 1; UL 508 component recognized: Supply fan, with composite intake and exhaust grills and filters; 120-V ac; obtained from in- tegral CPT. 2.07 SOURCE QUALITY CONTROL A. Testing: Test and inspect VFDs according to requirements in NEMA ICS 61800-2. 1. Test each VFD while connected to its specified motor. 2. Verification of Performance: Rate VFDs according to operation of functions and features specified. B. VFDs will be considered defective if they do not pass tests and inspections. Variable -Frequency Motor Controllers 26 29 23 - 7 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 C. Prepare test and inspection reports. 3.00 EXECUTION 3.01 EXAMINATION A. Examine areas, surfaces, and substrates to receive VFDs, with Installer present, for compli- ance with requirements for installation tolerances, and other conditions affecting perfor- mance of the Work. B. Examine VFD before installation. Reject VFDs that are wet, moisture damaged, or mold dam- aged. C. Examine roughing -in for conduit systems to verify actual locations of conduit connections before VFD installation. D. Prepare written report, endorsed by Installer, listing conditions detrimental to performance of the Work E. Proceed with installation only after unsatisfactory conditions have been corrected. 3.02 INSTALLATION A. Mounting Controllers: Install with tops at uniform height and with disconnect operating handles not higher than 79 inches above finished floor, unless otherwise indicated, and by bolting units to wall or mounting on lightweight structural -steel channels. B. Temporary Lifting Provisions: Remove temporary lifting eyes, channels, and brackets and temporary blocking of moving parts from enclosures and components. C. Comply with NECA 1. 3.03 CONTROL WIRING INSTALLATION A. Install wiring between VFDs and remote devices and facility's central -control system. Com- ply with requirements in Section 26 05 23 "Control -Voltage Electrical Power Cables." B. Bundle, train, and support wiring in enclosures. C. Connect selector switches and other automatic -control devices where applicable. 1. Connect selector switches to bypass only those manual- and automatic -control devices that have no safety functions when switches are in manual -control position. 2. Connect selector switches with control circuit in both manual and automatic positions for safety -type control devices such as low- and high-pressure cutouts, high -tempera- ture cutouts, and motor -overload protectors. Variable -Frequency Motor Controllers FTW17498 — VCWRF Sludge Thickening Improvements 26 29 238 City Project No. CO2647 3.04 IDENTIFICATION A. Identify VFDs, components, and control wiring. Comply with requirements for identification specified in Section 26 05 53 "Identification for Electrical Systems." 1. Identify field -installed conductors, interconnecting wiring, and components; provide warning signs. 2. Label each VFD with engraved nameplate. 3. Label each enclosure -mounted control and pilot device. B. Operating Instructions: Frame printed operating instructions for VFDs, including control se- quences and emergency procedures. Fabricate frame of finished metal, and cover instruc- tions with clear acrylic plastic. Mount on front of VFD units. 3.05 FIELD QUALITY CONTROL A. Testing Agency: Engage a qualified testing agency to perform tests and inspections. B. Manufacturer's Field Service: Engage a factory -authorized service representative to test and inspect components, assemblies, and equipment installations, including connections. C. Acceptance Testing Preparation: 1. Test insulation resistance for each VFD element, bus, component, connecting supply, feeder, and control circuit. 2. Test continuity of each circuit. D. Tests and Inspections: 1. Inspect VFD, wiring, components, connections, and equipment installation. 2. Test insulation resistance for each VFD element, component, connecting motor supply, feeder, and control circuits. 3. Test continuity of each circuit. 4. Verify that voltages at VFD locations are within 10 percent of motor nameplate rated voltages. If outside this range for any motor, notify Construction Manager before start- ing the motor(s). 5. Test each motor for proper phase rotation. 6. Perform tests according to the Inspection and Test Procedures for Adjustable Speed Drives stated in NETA Acceptance Testing Specification. Certify compliance with test pa- rameters. Variable -Frequency Motor Controllers 262923-9 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 7. Correct malfunctioning units on -site, where possible, and retest to demonstrate compli- ance; otherwise, replace with new units and retest. 8. Test and adjust controls, remote monitoring, and safeties. Replace damaged and mal- functioning controls and equipment. E. VFDs will be considered defective if they do not pass tests and inspections. Prepare test and inspection reports, including a certified report that identifies the VFD and describes scanning results. Include notation of deficiencies detected, remedial action taken, and observations made after remedial action. 3.06 STARTUP SERVICE A. Engage a factory -authorized service representative to perform startup service. Complete installation and startup checks according to manufacturer's written instruc- tions. 3.07 ADJUSTING A. Program microprocessors for required operational sequences, status indications, alarms, event recording, and display features. Clear events memory after final acceptance testing and prior to Substantial Completion. B. Set field -adjustable switches, auxiliary relays, time -delay relays, timers, and overload -relay pickup and trip ranges. C. Adjust the trip settings of instantaneous -only circuit breakers and thermal -magnetic circuit breakers with adjustable, instantaneous trip elements. Initially adjust to 6 times the motor nameplate full -load amperes and attempt to start motors several times, allowing for motor cool -down between starts. If tripping occurs on motor inrush, adjust settings in increments until motors start without tripping. Do not exceed 8 times the motor full -load amperes (or 11 times for NEMA Premium Efficient motors if required). Where these maximum settings do not allow starting of a motor, notify Construction Manager before increasing settings. D. Set the taps on reduced -voltage autotransformer controllers. Set field -adjustable circuit -breaker trip ranges as specified in Section 26 05 73.16 "Coordina- tion Studies." F. Set field -adjustable pressure switches. 3.08 PROTECTION A. Temporary Heating: Apply temporary heat to maintain temperature according to manufac- turer's written instructions until controllers are ready to be energized and placed into ser- vice. Variable -Frequency Motor Controllers 26 29 23 _ 10 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 B. Replace VFDs whose interiors have been exposed to water or other liquids prior to Substan- tial Completion. 3.09 DEMONSTRATION A. Engage a factory -authorized service representative to train Owner's maintenance personnel to adjust, operate, reprogram, and maintain VFDs. END OF SECTION Variable -Frequency Motor Controllers FTW17498 — VCWRF Sludge Thickening Improvements 262923-11 City Project No. CO2647 THIS PAGE INTENTIONALLY BLANK 26 36 00 TRANSFER SWITCHES 1.00 GENERAL 1.01 SUMMARY A. Section includes automatic transfer switches rated 600 V and less, including the following: 1. Bypass/isolation switches. 1.02 SUBMITTALS A. Product Data: For each type of product. 1. Include construction details, material descriptions, dimensions of individual components and profiles, and finishes for transfer switches. 2. Include rated capacities, operating characteristics, electrical characteristics, and accessories. B. Shop Drawings: 1. Include plans, elevations, sections, details showing minimum clearances, conductor entry provisions, gutter space, and installed features and devices. 2. Include material lists for each switch specified. 3. Single -Line Diagram: Show connections between transfer switch, bypass/isolation switch, power sources, and load; and show interlocking provisions for each combined transfer switch and bypass/isolation switch. C. Field quality -control reports. D. Operation and Maintenance Data: For each type of product to include in alternate, operation, and maintenance manuals. 1.03 QUALITY ASSURANCE A. Testing Agency Qualifications: 1. Member company of NETA. a. Testing Agency's Field Supervisor: Certified by NETA to supervise on -site testing. 1.04 WARRANTY A. Manufacturer's Warranty: Manufacturer agrees to repair or replace components of transfer switch or transfer switch components that fail in materials or workmanship within specified warranty period. 1. Warranty Period: Two years from date of Substantial Completion, Transfer Switches 26 36 00 - 1 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 2.00 PRODUCTS 2.01 PERFORMANCE REQUIREMENTS A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. B. Comply with NEMA ICS 1. C. Repetitive Accuracy of Solid -State Controls: All settings shall be plus or minus 2 percent or better over an operating temperature range of minus 20 to plus 70 deg C. D. Resistance to Damage by Voltage Transients: Components shall meet or exceed voltage - surge withstand capability requirements when tested according to IEEE C62.62. Components shall meet or exceed voltage -impulse withstand test of NEMA ICS 1. E. Neutral Switching: Provide neutral pole switched simultaneously with phase poles. F. Factory Wiring: Train and bundle factory wiring and label, consistent with Shop Drawings, by color -code or by numbered or lettered wire and cable with printed shrinkable sleeve markers at terminations. Color -coding and wire and cable markers are specified in Section 26 05 53 "Identification for Electrical Systems." Designated Terminals: Pressure type, suitable for types and sizes of field wiring indicated. 2. Power -Terminal Arrangement and Field -Wiring Space: Suitable for top, side, or bottom entrance of feeder conductors as indicated. 3. Control Wiring: Equipped with lugs suitable for connection to terminal strips. 4. Accessible via front access. G. Enclosures: General-purpose NEMA 250, Type 1, complying with NEMA ICS 6 and UL 508, unless otherwise indicated. H. Automatic Delayed -Transition Transfer Switches: Pauses or stops in intermediate position to momentarily disconnect both sources, with transition controlled by programming in the automatic transfer -switch controller. Interlocked to prevent the load from being closed on both sources at the same time. 1. Sources shall be mechanically and electrically interlocked to prevent closing both sources on the load at the same time. 2. Fully automatic break -before -make operation with center off position. Automatic Transfer -Switch Controller Features: 1. Controller operates through a period of loss of control power. 2. Undervoltage Sensing for Each Phase of Normal and Alternate Source: Sense low phase - to -ground voltage on each phase. Pickup voltage shall be adjustable from 85 to 100 percent of nominal, and dropout voltage shall be adjustable from 75 to 98 percent of pickup value. Factory set for pickup at 90 percent and dropout at 85 percent. Transfer Switches 26 36 00 - 2 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 Time Delay for Retransfer to Normal Source: Adjustable from zero to 30 minutes, and factory set for 10 minutes. Override shall automatically defeat delay on loss of voltage or sustained undervoltage of alternate source, provided normal supply has been restored. 4. Test Switch: Simulate normal -source failure. 5. Switch -Position Pilot Lights: Indicate source to which load is connected. 6. Source -Available Indicating Lights: Supervise sources via transfer -switch normal- and alternate -source sensing circuits. Normal Power Supervision: Green light with nameplate engraved "Normal Source Available." b. Alternate Power Supervision: Red light with nameplate engraved "Alternate Source Available." 7. Unassigned Auxiliary Contacts: Two normally open, single -pole, double -throw contacts for each switch position, rated 10 A at 240-V ac. 8. Transfer Override Switch: Overrides automatic retransfer control so transfer switch will remain connected to alternate power source regardless of condition of normal source. Pilot light indicates override status. 2.02 TRANSFER SWITCH ACESSORIES A. Bypass/isolation Switches: 1. Source Limitations: Same manufacturer as transfer switch in which installed. 2. Description: Manual type, arranged to select and connect either source of power directly to load, isolating transfer switch from load and from both power sources. Include the following features for each combined automatic transfer switch and bypass/isolation switch: a. Means to lock bypass/isolation switch in the position that isolates transfer switch with an arrangement that permits complete electrical testing of transfer switch while isolated. Interlocks shall prevent transfer -switch operation, except for testing or maintenance, while automatic transfer switch is isolated. b. Provide means to make power available to transfer -switch control circuit for testing and maintenance purposes. c. Draw out Arrangement for Transfer Switch: Provide physical separation from live parts and accessibility for testing and maintenance operations. Transfer switch and bypass/isolation switch shall be in isolated compartments. d. Transition: Provide open -transition operation when transferring between power sources. Bypass/Isolation Switch Current, Voltage, Closing, and Short -Circuit Withstand Ratings: Equal to or greater than those of associated automatic transfer switch, and with same phase arrangement and number of poles. f. Contact temperatures of bypass/isolation switches shall not exceed those of automatic transfer -switch contacts when they are carrying rated load. Transfer Switches 26 36 00 - 3 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 g. Legend: Manufacturer's standard legend for control labels and instruction signs shall describe operating instructions. h. Maintainability: Fabricate to allow convenient removal of major components from front without removing other parts or main power conductors. 3. Interconnection of Bypass/Isolation Switches with Automatic Transfer Switches: Factory - installed copper bus bars; plated at connection points and braced for the indicated available short-circuit current. 2.03 SOURCE QUALITY CONTROL A. Factory Tests: Test and inspect components, assembled switches, and associated equipment. Ensure proper operation. Check transfer time and voltage, frequency, and time - delay settings for compliance with specified requirements. 3.00 EXECUTION 3.01 INSTALLATION A. Floor -Mounting Switch: Anchor to floor by bolting. 1. Provide workspace and clearances required by NFPA 70. B. Identify components according to Section 26 05 53 "Identification for Electrical Systems." C. Set field -adjustable intervals and delays and relays. D. Comply with NECA 1. 3.02 CONNECTIONS A. Wiring within Enclosures: Bundle, lace, and train conductors to terminal points with no excess and without exceeding manufacturer's limitations on bending radii. B. Ground equipment according to Section 26 05 26 "Grounding and Bonding for Electrical Systems." C. Connect wiring according to Section 26 05 19 "Low -Voltage Electrical Power Conductors. D. Route and brace conductors according to manufacturer's written instructions and Section 26 05 29 "Hangers and Supports for Electrical Systems." Do not obscure manufacturer's markings and labels. 3.03 FIELD QUALITY CONTROL A. Manufacturer's Field Service: Engage a factory -authorized service representative to test and inspect components, assemblies, and equipment installations, including connections. B. Report results of tests and inspections in writing. Record adjustable relay settings and measured insulation and contact resistances and time delays. Attach a label or tag to each tested component indicating satisfactory completion of tests. C. Transfer switches will be considered defective if they do not pass tests and inspections. D. Remove and replace malfunctioning units and retest as specified above. Transfer Switches 26 36 00 - 4 FTW1749S—VCWRFSludge Thickening Improvements City Project No. CO2647 E. Prepare test and inspection reports. 3.04 DEMONSTRATION A. Engage a factory -authorized service representative to train Owner's maintenance personnel to adjust, operate, and maintain transfer switches and related equipment. B. Training shall include testing ground -fault protective devices and instructions to determine when the ground -fault system shall be retested. Include instructions on where ground -fault sensors are located and how to avoid negating the ground -fault protection scheme during testing and circuit modifications. END OF SECTION Transfer Switches 26 36 00 - 5 FTW17498 — VCW RF Sludge Thickening Improvements City Project No. CO2647 THIS PAGE INTENTIONALLY BLANK 26 41 13 LIGHTNING PROTECTION FOR STRUCTURES 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, design, materials, equipment and incidentals necessary to install a complete lightning protection system in accordance with UL 96A, NFPA 780. B. Contractor shall provide lightning protection for the Thickening Building and Electrical Building. 1.02 QUALITY ASSURANCE A. The system furnished under this specification shall be the standard product of a manufacturer regularly engaged in the production of lightning protection systems and shall be the manufacturer's latest approved design. Listing of the manufacturer in the lightning protection section of the current edition of Underwriters' Laboratories, Inc., Electrical Construction Materials List will be accepted as compliance with this requirement. B. All materials shall be copper and bronze and of the size, weight and construction to suit the application where used in accordance with UL, NFPA, NEC code requirements for each type of structure and as per manufacturer's recommendations. Class I sized components may be utilized on roof levels 75 feet and below in height. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00 "Submittals" and shall include: 1. Specifications. 2. Catalog Sheets for All Products Provided. 3. Shop drawings showing type, size and location of all equipment, grounds, cable routings, etc. 4. Continuity Test Report. B. 0&M Manual 1. With a Copy of U.L. Master Label for the Facility. 2. Equipment installation report. 1.04 STANDARDS AND REFERENCES A. Refer to Section 26 05 00 "Common Work Results for Electrical" for all standards which apply to this Section. 1. National Electrical Manufacturer Association (NEMA) Standards: NFPA 780 I Standard for the Installation of Lightning Protection Systems 2. Underwriters Laboratories (UL) Standards: UL 96A I Standard for Installation Requirements for Lightning Protection Systems Lightning Protection for Structures 26 41 13 - 1 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 2.00 PRODUCTS 2.01 MATERIALS A. Materials used in connection with the installation of the lightning protection systems shall be approved for lightning protection systems by the Underwriters' Laboratories, Inc. No combination of materials shall be used that form an electrolytic couple of such a nature that corrosion is accelerated in the presence of moisture unless moisture is permanently excluded from the junction of such metals. When unusual conditions exist which would cause deterioration or corrosion of conductors, conductors with suitable protective coatings or oversize conductors shall be used. If a mechanical hazard is involved, the conductor size shall be increased to compensate therefore, or suitable protection shall be provided. The conductors may be protected by covering them with molding or tubing preferably made of wood or nonmagnetic material. If metal tubing is used, the conductor shall be electrically connected to it at its upper and lower ends. B. All equipment used shall be new and of a design and construction to suit the application in accordance with UL 96A requirements and shall be so marked. 2.02 MANUFACTURED PRODUCTS A. Conductors: Copper conductors manufactured of copper grade ordinarily required for commercial electrical work generally designated as being 98 percent conductive when annealed. Down conductors of copper cable for installations other than towers shall weigh not less than 187.5 pounds per thousand feet and the size of any wire of this cable shall not be less than No. 17 AWG (0.045 inch). Down conductors shall be tinned. The thickness of any copper ribbon or strip shall be not less than No. 16 AWG (0.051 inch). B. Air Terminals: Air terminals shall be tapered to a blunt point. The rod shall be of solid copper, 1/2 inch in diameter. Air terminals and support shall be designed over 24 inches to handle a 75-pound per square foot wind load. All air terminals shall be supported by a suitable brace, with guide(s) not less than one-half the height of the air terminal. Air terminals shall be located in accordance with the requirements of NFPA 780 and UL 96A. Air terminals shall extend at least 10 inches above the object or area they are intended to protect. Air terminals shall be placed around the perimeter of flat or gently sloping roofs at intervals not exceeding 20 feet. C. Fasteners: Fasteners shall be of the same material as the conductor base material or bracket being fastened, or other equally corrosion resistant material. Galvanized or plated materials shall not be used. D. Fittings: Fittings/bonding devices, cable splicers, and miscellaneous connectors shall be suitable for use with the installed conductor and shall be copper, bronze or aluminum with bolt pressure connections to the cable. Cast or stamped crimp type fittings shall not be used. Lightning Protection for Structures 26 41 13 - 2 FTW17498—VCWRF Sludge Thickening Improvements City Project No. CO2647 3.00 EXECUTION 3.01 INSTALLATION A. The Contract Drawings (shop drawings) shall indicate the extent and general arrangement of the lightning protection system. If any departures from the Contract Drawings (shop drawings) are deemed necessary by the Contractor, details of such departures and the reasons therefore shall be submitted to the Engineer for approval. No such departures shall be made without the prior written approval of the Engineer. Lightning protection systems for all applications shall conform to National Fire Protection Association Code No. 780 and the NEC, whichever is more stringent. B. Installation shall be performed by a certified master installer. Installer shall provide an Underwriters' Laboratories Master Label for the facilities. C. Air terminals shall be provided on the highest projections and at intervals not exceeding 20 feet along the perimeter top surface. Air terminals shall extend at least 10 inches above the object or area that they are intended to protect. Air terminals shall be connected to the lightning protection system when specifically authorized by the Engineer. D. Roof and down conductors shall be stranded and shall meet the requirements given in NFPA 780. Roof and down conductors shall maintain a horizontal or downward course. No bend in a roof or down conductor shall form an included angle of less than 90 degrees, nor shall it have a bend radius of less than 8 inches. Conductors shall be routed external to buildings and 6 feet or more from power or signal conductors. Down conductors shall be routed outside of any structure and shall not penetrate or invade that structure. All down conductors except one may be provided with a screw type connector as described in UL 96 where lightning protection system testing may be required. Down connectors shall be supported from and secured to the building exterior using one -hole straps of copper or bronze at maximum intervals of 3 feet. Guards shall be provided for down conductors located in or next to driveways, walkways or other areas where they may be displaced or damaged. Guards shall extend at least 6 feet above and 1 foot below grade level. Guards shall be metal pipe. Metal guards shall be bonded to the down conductor at both ends. Bonding jumpers shall be of the same size as the down conductor. Crimp type fittings shall not be used. Metallic bodies, on or below roof level, that are subject to induced charges from lightning include exhaust fans, radio towers, HVAC units, ladders, railings, antennas, roof drains, plumbing, vents, metal coping, metal flashing, gutters, downspouts, small metal wall vents, door and window frames, metal balcony railings, and in general any isolated metallic body within 6 feet of an exposed lightning protection system element. When these metallic bodies have a metal thickness of 3/16 inch or greater, they shall be bonded to the nearest main lightning protection system conductor with UL approved fittings and conductors meeting the requirements of NFPA 780. These bonding fittings shall provide surfaces of not less than 3 square inches. Provisions shall be made to prevent corrosive effects introduced by galvanic action of dissimilar metals at bonding points. If the metal parts of these units are less than 3/16 inch thick, additional approved air terminals, conductors and fittings, providing a two-way path to ground from the air terminals shall be installed. Lightning Protection for Structures 26 41 13 - 3 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 G. If metallic, the mast of roof mounted antennas and obstruction lightning shall be bonded to the nearest roof or down conductor using UL approved fittings and conductors. The bonding jumpers shall be of the same size and material as the roof or down conductor to which they are connected. Provide two paths for ground. 3.02 FIELD QUALITY CONTROL A. The lightning protection system will be inspected by the Engineer to determine conformance with the requirements of this specification. No part of the system shall be concealed until so authorized by the Engineer. B. The Contractor shall establish and maintain quality control for the "Lightning Protection System" installation to assure compliance with contract requirements, and shall maintain records of his quality control for all construction operations. A copy of these records and Contractor tests, as well as records of corrective action taken, shall be furnished to Owner's Representative. Contractor shall obtain an Underwriters' Laboratories Master Label for the facility. C. Testing of Continuity of all Conductors: A copy of these records and tests, as well as the records of corrective action taken, will be furnished to the Owner's Representative. END OF SECTION Lightning Protection for Structures 26 41 13 - 4 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 265100 LIGHTING 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install light fixtures, complete with lamps, ballasts and other incidentals. Electrical work shall be in accordance with Section 26 05 00 "Common Work Results for Electrical". 1.02 SUMMARY A. This Section includes the following: 1. lighting fixtures and drivers. 2. Emergency lighting units. 3. Exit signs. 4. Lighting fixture supports. B. Related Sections include the following: 1. Division 26 Section "Lighting Control Devices" for automatic control of lighting, including photoelectric relays, occupancy sensors, and multipole lighting relays and contactors. 1.03 DEFINITIONS A. CRI: Color -rendering index. B. CU: Coefficient of utilization. C. LER: Luminaire efficacy rating. D. Luminaire: Complete lighting fixture, including ballast housing if provided. E. RCR: Room cavity ratio. 1.04 SUBMITTALS A. Product Data. For each type of lighting fixture, arranged in order of fixture designation. Include data on features, accessories, finishes, and the following: 1. Physical description of lighting fixture including dimensions. 2. Emergency lighting units including battery and charger. 3. Ballast. 4. Energy -efficiency data. 5. Life, output, and energy -efficiency data for lamps. 6. Photometric data, in IESNA format, based on laboratory tests of each lighting fixture type, outfitted with lamps, ballasts, and accessories identical to those indicated for the lighting fixture as applied in this Project. Lighting 26 5100 - 1 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 a. For indicated fixtures, photometric data shall be certified by a qualified independent testing agency. Photometric data for remaining fixtures shall be certified by the manufacturer. B. Coordination Drawings: Reflected ceiling plan(s) and other details, drawn to scale, on which the following items are shown and coordinated with each other, based on input from installers of the items involved: 1. Lighting fixtures 2. Suspended ceiling components. 3. Other items in finished ceiling including the following: a. Air outlets and inlets. b. Sprinklers. c. Smoke and fire detectors. d. Cable trays. C. Operation and Maintenance Data: For lighting equipment and fixtures to include in emergency, operation, and maintenance manuals. D. Warranties: Special warranties specified in this Section. 1.05 QUALITY ASSURANCE A. Luminaire Photometric Data Testing Laboratory Qualifications: Provided by an independent agency, with the experience and capability to conduct the testing indicated, that is an NRTL as defined by OSHA in 29 CFR 1910.7. B. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. C. Comply with NFPA 70. 1.06 COORDINATION A. Coordinate layout and installation of lighting fixtures and suspension system with other construction that penetrates ceilings or is supported by them, including HVAC equipment, fire -suppression system, and partition assemblies. 1.07 WARRANTY A. Warranty Period for LED fixtures, including LED drivers: Five years from date of Substantial Completion. B. Special Warranty for Emergency Lighting Batteries: Manufacturer's standard form in which manufacturer of battery -powered emergency lighting unit agrees to repair or replace components of rechargeable batteries that fail in materials or workmanship within specified warranty period. Lighting 26 5100 - 2 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 1. Warranty Period for Emergency Lighting Unit Batteries: 10 years from date of Substantial Completion. Full warranty shall apply for first year, and prorated warranty for the remaining nine years. 1.08 EXTRA MATERIALS A. Furnish extra materials described below that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Plastic Diffusers and Lenses: 1 for every 100 of each type and rating installed. Furnish at least one of each type. 2. Battery and Charger Data: One for each emergency lighting unit. 2.00 PRODUCTS �2.01 ACCEPTABLE MANUFACTURERS A. Manufacturers: Subject to compliance with requirements, provide products by one of the manufacturers specified in Lighting Fixture Schedule, or approved equal. 2.02 LIGHTING FIXTURES AND COMPONENTS, GENERAL REQUIREMENTS A. Metal Parts: Free of burrs and sharp corners and edges. B. Sheet Metal Components: Steel, unless otherwise indicated. Form and support to prevent warping and sagging. C. Doors, Frames, and Other Internal Access: Smooth operating, free of light leakage under operating conditions. Designed to prevent doors, frames, lenses, diffusers, and other components from falling accidentally during maintenance and when secured in operating position. D. Reflecting surfaces shall have minimum reflectance as follows, unless otherwise indicated: 1. White Surfaces: 90 percent. 2. Specular Surfaces: 83 percent. 3. Diffusing SpecularSurfaces: 75percent. 2.03 EXITSIGNS A. Description: Comply with UL 924; for sign colors, visibility, luminance, and lettering size, comply with authorities having jurisdiction. B. Internally Lighted Signs. 1. Lamps for AC Operation: LEDs, 70,000 hours minimum rated lamp life. a. Battery: Sealed, maintenance -free, nickel -cadmium type. b. Charger: Fully automatic, solid-state type with sealed transfer relay. c. Operation: Relay automatically energizes lamp from battery when circuit voltage drops to 80 percent of nominal voltage or below. When normal voltage is restored, Lighting 26 5100 - 3 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 relay disconnects lamps from battery, and battery is automatically recharged and floated on charger. d. Test Push Button: Push -to -test type, in unit housing, simulates loss of normal power and demonstrates unit operability. e. LED Indicator Light: Indicates normal power on. Normal glow indicates trickle charge; bright glow indicates charging at end of discharge cycle. f. Integral Self -Test: Factory -installed electronic device automatically initiates code - required test of unit emergency operation at required intervals. Test failure is annunciated by an integral audible alarm and flashing red LED. 2.04 DRIVERS FOR LED FIXTURES A. Electronic Driver for LED Fixtures: Comply with UL 1310 Class 2 requirements for dry and damp locations. Include the following features unless otherwise indicated: 1. Rated for 50,000 hours of life, unless otherwise noted. 2. Sound Rating: Class A. 3. Total Harmonic Distortion Rating: <15 percent. 4. Current Crest Factor: 1.5 or less. 5. 0-10V dimming, standard (no step dimming). 2.05 EMERGENCY LIGHTING UNITS A. Description: Self-contained units complying with UL 924. 1. Battery: Sealed, maintenance -free, nickel -cadmium type. 2. Charger: Fully automatic, solid-state type with sealed transfer relay. 3. Operation. Relay automatically turns lamp on when power supply circuit voltage drops to 80 percent of nominal voltage or below. Lamp automatically disconnects from battery when voltage approaches deep -discharge level. When normal voltage is restored, relay disconnects lamps from battery, and battery is automatically recharged and floated on charger. 4. Test Push Button: Push -to -test type, in unit housing, simulates loss of normal power and demonstrates unit operability. 5. LED Indicator Light: Indicates normal power on. Normal glow indicates trickle charge; bright glow indicates charging at end of discharge cycle. 6. Integral Time -Delay Relay: Holds unit on for fixed interval of 10 minutes when power is restored after an outage. 7. Integral Self -Test: Factory -installed electronic device automatically initiates code - required test of unit emergency operation at required intervals. Test failure is annunciated by an integral audible alarm and flashing red LED. Lighting 26 5100 - 4 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 I 2.06 LIGHTING FIXTURE SUPPORT COMPONENTS A. Comply with Division 26 Section "Hangers and Supports for Electrical Systems" for channel - and angle -iron supports, and nonmetallic channel and angle supports. B. Wires: ASTM A 641/A 641M, Class 3, soft temper, zinc -coated steel. C. Rod Hangers: 3/16-inch minimum diameter, cadmium -plated, threaded steel rod. 2.07 LED FIXTURES A. Except as otherwise indicated, provide LED luminaires, of types and sizes indicated on fixture schedules. B. Include the following features unless otherwise indicated: 1. Each Luminaire shall consist of an assembly that utilizes LEDs as the light source. In addition, a complete luminaire shall consist of a housing, LED array, and electronic driver (power supply). 2. Each luminaire shall be rated for a minimum operational life of 50,000 hours utilizing a minimum ambient temperature of (25'C). 3. Light Emitting Diodes tested under LM-80 Standards for a minimum of 12,000 hours. 4. Color Rendering Index (CRI) of 82 at a minim urn. 5. Color temperature 3500 K, unless otherwise indicated. 6. Rated lumen maintenance at 70% lumen output for 60,000 hours, unless otherwise indicated. 7. Fixture efficacy of 60 Lumens/Watt, minimum. 8. 5-year luminaire warranty, minimum. 9. Photometry must comply with IESNA LM-79. 10. The individual LEDs shall be constructed such that a catastrophic loss of the failure of one LED will not result in the loss of the entire luminaire. 11. Luminaire shall be constructed such that LED modules may be replaced or repaired without the replacement of the whole fixture. C. Technical Requirements: 1. Luminaire shall have a minimum efficacy of 60 lumens per watt. The luminaire shall not consume power in the off state. 2. Operation Voltage: The luminaire shall operate from a 50 HZ to 60 HZ AC line over a voltage ranging from 120 VAC to 277 VAC. The fluctuations of line voltage shall have no visible effect on the luminous output. 3. Power Factor: The luminaire shall have a power factor of 0.9 or greater. 4. THD: Total harmonic distortion (current and voltage) induced into an AC power line by a luminaire shall not exceed 15 percent. Lighting FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 265100-5 5. Operational Performance: The LED circuitry shall prevent visible flicker to the unaided eye over the voltage range specified above. D. Thermal Management 1. The thermal management (of the heat generated by the LEDs) shall be of sufficient capacity to assure proper operation of the luminaire over the expected useful life. 2. The LED manufacturer's maximum thermal pad temperature for the expected life shall not be exceeded. 3. Thermal management shall be passive by design. The use of fans or other mechanical devices shall not be allowed. 4. The lumina ire shall have a minimum heat sink surface such that LED manufacturer's maximum junction temperature is not exceeded at maximum rated ambient temperature. 3.00 EXECUTION 3.01 INSTALLATION A. Lighting fixtures: Set level, plumb, and square with ceilings and walls. Install lamps in each fixture. B. Check the architectural finishes and provide fixtures with proper trim, frames, support hangers and other hardware required to coordinate with the proper finishes, regardless of the specified or scheduled catalog number, prefixes and suffixes. C. Connect wiring according to Division 26 Section "Low -Voltage Electrical Power Conductors and Cables." D. Furnish and install a complete exterior lighting control system, as indicated on the plans. Provide materials and equipment to properly interface timing devices and photocells with relays and contactors so that a complete and satisfactory operating system is rendered. 3.02 FIELD QUALITY CONTROL A. Immediately before final inspection, clean all fixtures, inside and out, including plastics and glassware. Adjust all trim to properly fit adjacent surfaces. Replace broken or damaged parts. B. Lamp and test all fixtures for electrical,.as well as, mechanical operation. Test for Emergency Lighting: Interrupt power supply to demonstrate proper operation. Verify transfer from normal power to battery and retransfer to normal. C. Prepare a written report of tests, inspections, observations, and verifications indicating and interpreting results. If adjustments are made to lighting system, retest to demonstrate compliance with standards. 3.03 SPARE PARTS A. LED Driver: Furnish at least one of each type. B. Globes and Guards: Furnish at least one of each type. Lighting 26 5100 - 6 FTW17498—VCWRF Sludge Thickening Improvements City Project No. CO2647 END OF SECTION Lighting 26 51 00 - 7 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 THIS PAGE INTENTIONALLY BLANK DIVISION 27 COMMUNICATIONS TN1S PAGE INTENTIONALLY ]LANK 27 15 23 FIBER OPTIC EQUIPMENT 1.00 GENERAL 1.01 SCOPE OF WORK A. Refer to Section 40 6100, Process Control and Instrumentation Systems -General Provisions. B. PCSI shall provide a complete and functional fiber optic communications infrastructure including, but not limited to, fiber optic cable (FOC), patch panels, installation, terminations, testing, and implementation as shown on the Drawings and specified herein. 1.02 RELATED WORK A. Refer to Division 01, Section 0166 00, Product Delivery, Storage, and Handling. B. Refer to Section 40 6100, Process Control and Instrumentation Systems - General Provisions. 1.03 SUBMITTALS A. Refer to Division 01 for general submittal requirements. B. Refer to Section 40 6100, Process Control and Instrumentation Systems - General Provisions. C. Product Data 1. Detailed bill of materials for all fiber-optic cable, terminations, patch panels, breakout enclosures, splice kits, connectors, pigtails, fan -outs, etc. to be provided. 2. Complete manufacturer catalog data that identifies materials and options. Product data sheets shall include the manufacturer's name and catalog number for each item, the manufacturer's descriptive literature, catalog cuts, and any power supply requirements. 3. Manufacturer installation instructions. 4. Catalog data on all testing devices proposed for use, plus certifications of accuracy, calibration, and traceability to standards of the National Institute for Standards and Testing. D. Shop Drawings 1. Diagram drawings of the complete fiber-optic system indicating the locations of all pull boxes, patch panels, termination points, or breakout enclosures. 2. Develop a fiber optic naming convention and schedule to label all distribution cables (at each end) with termination location information and fiber optic patch panel layout schedules that identify all termination panel and port connection assignments. E. Samples 1. Provide one sample of each type of cable, splice, and connector termination kit. One sample of a completed example of each type of splice and connector termination shall be submitted. Fiber Optic Equipment 27 15 23 - 1 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 F. Calculations 1. The Fiber Optic System Supplier shall provide a fiber optic power budget for each cable run in excess of 1000 feet. The budget shall include: a. Minimum transmit power and receiver sensitivity for all active devices b. Available power and losses for each segment, in dBm, including cable attenuation and connector losses. Use manufacturer data for cable attenuation and a 0.5 dB loss per connector shall be assumed. c. A 3 bBm aging margin and 10 bD safety margin shall be included in all segment power budgets. 2. Installation Work Plan a. Submit a cable pull and splicing work plan a minimum of 45 days before initiation of any cable pulling. The cable pulling and splicing work plan must be approved a minimum of 15 days before pulling cable. Include the following: 1). Pull tension calculations. 2). Detailed description of pull operation methods for all conduit runs. 3). Tools and equipment to be used for cable installation and testing. 4). Physical location of equipment setup and type. 5). Exact locations of splice points. 6). Safety and manual assist cable -pulling operations. 7). Detailed schedule for pulling and testing cables. 8). The name and qualifications of the supervisory personnel directly responsible for the installation of the conduit system. 9). Sample fiber optic cable test sheets. 10).AII signed test sheet results. 3. Test Reports a. Submit the results of all specified testing. b. Test forms shall include the following information at a minimum: 1). Refer to Paragraph 3.05-E for specific test documentation requirements. 2). Test type. 3). Test location. 4). Date and time the test results were saved in the memory of the tester. 5). Wavelength. 6). Index of refraction. 7). Cable identification. 8). Fiber type. 9). Fiber number in accordance with the specified naming convention. 10).Fiber color. Fiber Optic Equipment 27 15 23 - 2 FTW17498 - VCWRF Sludge Thickening Improvements City Project No. CO2647 11).Result of the value of the tested parameter. 12).The overall Pass/Fail evaluation of the link -under -test including the Attenuation worst -case margin (margin is defined as the difference between the measured value and the test limit value). 13). Electronic documentation of general and detailed test information. c. Furnish hard copy and electronic copy for all OTDR traces. d. Submit certification that the fiber optic cable has passed each testing stage: 1). Submit separate documentation for each testing stage result. 4. O&M manuals. 1.04 REFERENCE STANDARDS A. Refer to Section 40 6100, Process Control and Instrumentation Systems - General Provisions. B. Electronic Industry Association (EIA) 1. EIA-492AAAx - Detail Specification for Gass 1a Graded -Index Multimode Optical Fibers. 2. EIA-526-14-A, OFSTP 14A - Optical Power Loss Measurements of Installed Multi -Mode Fiber Cable Plant. 3. EIA-526-7, OFSTP 7 - Measurement of Optical Power Loss of Installed Single -Mode Fiber Cable Plant. 4. EIA-455 - Standard Test Procedure for Fiber Optic Fibers, Cables, Transducers, Sensors, Connecting and Terminating Devices, and Other Fiber Optic Components. S. EIA-568-B.1- Commercial Building Telecommunications Cabling Standard Part 1: General Requirements. 6. EIA-568-C.3: Commercial Building Telecommunications Cabling Standard: Optical Fiber Cabling Components. 7. EIA-598-A - Optical Fiber Cable Color Coding. 8. EIA TSB-140, Additional Guidelines for Field -Testing Length, Loss, and Polarity of Optical Fiber Cabling Systems. C. The Fiber Optic Association (FOA) 1. FOA-1 - Testing Loss of Installed Fiber Optic Cable Plant, (Insertion Loss, TIA OFSTP-14, OFSTP-7, ISO/IEC 61280, ISO/IEC 14763, etc.). 2. FOA-2 -Testing Loss of Fiber Optic Cables, Single Ended, (Insertion Loss, TIA FOTP-171, OFSTP-7, ISO/IEC 14763). 3. FOA-3 -Measuring Optical Power (Transmitter and Receiver Power, FOTP-95, Numerous ISO/IEC standards). 4. FOA-4 - OTDR Testing of Fiber Optic Cable Plant (TIA FOTP-8/59/60/61/78, ISO/IEC 14763, etc.). 5. FOA-5 -Fiber Optic Datalinks. Fiber Optic Equipment 27 15 23 - 3 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 D. Insulated Cable Engineers Association (ICEA) 1. ICEA 5-83-696 -Fiber Optic Premises Distribution Cable (Indoor/Outdoor). 2. S-83-596 - Optic Fiber Premises Distribution Cables. 3. S-87-640 - Optic Fiber Outside Plant Communications Cable, 4. S-104-696 - Fiber Optic Premises Distribution Cables. E. International Electrotechnical Commission (IEC) 1. ISO/IEC 11801 — Generic Cabling for Customer Premises. 2. IEC 60793-2-10 -Product Specifications -Sectional Specification for Category Al Multimode Fibers. F. Military Standard (MIL) 1. MIL-202 - Test Methods for Electronic and Electrical Component Parts. 2. MIL-454 -Standard General Requirements for Electronic Equipment. 3. MIL-810 -Environmental Test Methods and Engineering Guidelines. G. National Fire Protection Association (NFPA) 1. National Electrical Code (NEC) Article 770. 2. NFPA 262 — Standard Method of Test for Flame Travel and Smoke of Wires and Cables for Use IN Air -Handling Spaces. H. Telcordia Standards 1. GR-409 -Generic Requirements for Indoor Fiber Optic Cable. I. Telecommunication Standardization Sector of the International Telecommunications Union (ITU-T) 1. ITU-T G.651.1 - Characteristics of a 50/125 um Multimode Graded Index Optical Fiber Cable for the Optical Access Network, 2. ITU-T G.652 -Characteristics of a single -mode optical fiber and cable. J. Underwriters Laboratories, Inc. (UL) 1. UL 1581 VW 1 -Vertical Tray Cable Flame Test. 2. UL 1666 - UL Standard for Safety Test for Flame -Propagation Height of Electrical and Optical -Fiber Cables Installed in Vertical Shafts. 1.05 QUALITY ASSURANCE A. All fiber optical cables shall be constructed in accordance with EIA-455, and 100 percent of all optical fibers and jacketing shall meet or exceed the requirements contained in this specification. B. The cable manufacturer shall be ISO 9001 certified and registered. C. The fiber optic cabling system materials furnished under this Section shall be provided by Fiber Optic Suppliers who have been providing these types of materials for the past three years. The Fiber Optic Suppliers shall provide personnel capable of providing technical assistance during installation. Fiber Optic Equipment 27 15 23 - 4 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 D. The installation of fiber optic cabling system materials furnished under this Section shall be performed by an installation Contractor who has been installing these types of materials and systems for the past three years. E. Supplier must furnish five working installation references. 1.06 DELIVERY, STORAGE, AND HANDLING A. The cable shall be packaged in cartons and/or wound on spools or reels. Each package shall contain only one continuous length of cable. The packaging shall be constructed so as to prevent damage to the cable during shipping and handling. B. When the length of an order requires a large wooden reel, the cable will be covered with a three -layer laminated protective material. The outer end of the cable shall be securely fastened to the reel head so as to prevent the cable from becoming loose in transit. The inner end of the cable shall project into a slot in the side of the reel or into housing on the inner slot of the drum, in such a manner and with sufficient length to make it available for testing. C. Test tails shall be at least 2 meters long. The inner end shall be fastened so as to prevent the cable from becoming loose during shipping and installation. Reels shall be permanently marked with an identification number that can be used by the manufacturer to trace the manufacturing history of the cable and fiber. D. Wooden reels shall be plainly marked to indicate the direction in which it should be rolled to prevent loosening of the cable on the reel. E. All fiber optic cables shall be attenuated tested. The attenuation of each fiber shall be provided with each cable reel by the manufacturer. F. The attenuation shall be measured at 1310 nm and 1550 nm for single -mode fibers and 850 nm and 1300 nm for multimode fiber cables after received on site. The manufacturer shall submit the test results prior to installation of the cable. G. Packaging 1. The completed cable shall be packaged for shipment on non -returnable wooden reels. It is the responsibility of the Contractor to determine all required cable lengths. 2. Top and bottom ends of the cable shall be available for testing. 3. Both ends of the cable shall be sealed to prevent the ingress of moisture. 4. Each reel shall have a weatherproof reel tag attached identifying the reel and cable. 5. Each cable shall be accompanied by a cable data sheet. 1.07 WARRANTY A. Provide warranty per Division 01, Warranties and Bonds. 2.00 PRODUCTS 2.01 MANUFACTURERS A. Corning Cable Systems Corp. B. Comm Scope. C. Systimax. Fiber Optic Equipment FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 271523-5 D. Equal. 2.02 OPTICAL FIBER CHARACTERISTICS A. All fibers in the cable must be functional (undamaged) and meet specification requirements. B. Each optical fiber shall consist of a doped silica core surrounded by a concentric silica cladding. The fiber shall be matched clad design. C. Provide multimode and/or single mode optical glass fiber compatible with LED or laser - based transmission systems as specified herein. D. For existing system expansion or repair, optical fiber and equipment types used shall be compatible with existing system, to the furthest extent possible. Connecting 50 µm fiber directly to 62.5 µm fiber is not acceptable. E. For new systems, existing system upgrades or replacements optical fiber and equipment types used shall support 1 GB optimized data rates for distances of 1000 meters, or more, per segment. 2.03 LOOSE TUBE - INDOOR/OUTDOOR OPTICAL FIBER A. Provide loose tube type fiber optic cable for all outdoor and indoor/outdoor segments. Cable shall meet UL OFNR specifications and not require transition splicing upon building entry in orderto meet fire codes. B. Cable shall be flame-retardant, UV stabilized, fully water blocked for use in indoor/outdoor applications. Cable shall be suitable for installation in duct, aerial, cable tray, and riser environments. C. Optical fibers shall be placed inside a buffer tube. Each buffer tube shall contain up to 12 fibers. In buffer tubes containing multiple fibers, the colors shall be stable across the specified storage and operating temperature range and not subject to fading or smearing onto each other or into the gel filling material. Colors shall not cause fibers to stick together. Buffer tubes shall be kink -resistant within the specified minimum bend radius. Fillers may be included in the cable core to lend symmetry to the cable cross-section where needed. The central anti -buckling member shall consist of a glass -reinforced plastic rod. The purpose of the central member is to prevent buckling of the cable. D. The cable core shall contain a water -blocking material. The water -blocking material shall be non -nutritive to fungus, electrically non-conductive, and homogenous. It shall also be free from dirt and foreign matter and shall be readily removable with conventional non -toxic solvents. Cable shall contain water -blocking threads between tubes. The cable shall contain at least one ripcord under the sheath for easy sheath removal. E. Tensile strength shall be provided by a combination of high tensile strength dielectric yarns. The high tensile strength dielectric yarns shall be helically stranded evenly around the cable core. F. All dielectric cables (with no armoring) shall be sheathed with medium density polyethylene (MDPE). The minimum normal jacket thickness shall be 1.4 mm. Jacketing material shall be applied directly over the tensile strength members and water -blocking material. The polyethylene shall contain carbon black to provide ultraviolet light protection and shall not promote the growth of fungus. G. Armored cables shall have armor composed of a corrugated steel tape, plastic -coated on both sides for corrosion resistance, and shall be applied with an overlapping seam with the Fiber Optic Equipment 27 15 23 - 6 FTW17498 —VCWRF Sludge Thickening Improvements City Project No. CO2647 corrugations in register. All armor splices shall be recoated with plastic to maintain the armor's corrosion resistance. The outer jacket shall be applied over the corrugated steel tape armor. The outer jacket shall be a medium density polyethylene with a minimum nominal jacket thickness of 1.25 mm. The polyethylene shall contain carbon black to provide ultraviolet light protection and shall not promote the growth of fungus. H. Loose tube indoor/outdoor fiber optic cable type shall be selected from and meet the requirement of the following table based on the specific application and performance requirements: T OMl/Alb — 62.5 µm Laser ` Function Multi Mode I I Core Diameter 62.5 +/- 3.0 µm Cable Type Reference Standards Core Non -Circularity f Cladding Diameter Core -to -Cladding Concentricity € Cladding Non -Circularity I Coating Diameter— Colored Fiber Nominal Diameter Cabled Fiber Attenuation I i Point Discontinuity Loose Tube Waterblock Get ETA/T[A-492AAAC 1 EC-60793 ISO/IEC-11801 5 5.0 % 125.0 +/- 2.0 µm <_ 3.0 Fun F12 -0 % 245 +/- 10 trm [25 3 - 2_5 9 Fim < 3.5 dt3/km C I 850 nm < 1.5 dB/km @ 1300 nm <_ 0.2 dB/km @ 850 & 1300 nm I Fiber Optic Equipment 27 15 23 - 7 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 OM1 / Alb 62.5 µm Laser Macrobend Attenuation <_ 0.5 dB loss @ S50 & 1300 nm for 100 turns about 75mm OD mandrel Minimum Effective Modal 220 Bandwidth --- MHz"km -- ----_ Minimum Overfilled Launch 100 800 9 850 nm Bandwidth [MHz*km] 200-7 000 C 850 n m IF.EF 802.3 GbL Distance 300m 0 850 nm (Min) 500m 1300 nm Numerical Aperture 0.275 +/- 0.015 2.04 TIGHT BUFFER - INDOOR/OUTDOOR OPTICAL FIBER A. Provide tight buffer type ruggedized fiber optic cable for all outdoor and indoor/outdoor segments. B. Cable shall be flame-retardant, UV stabilized, and fully water blocked for use in indoor applications. Cable shall be suitable for installation in duct, aerial, cable tray, and riser environments. C. Optical fibers and subgroup cables shall be placed inside acrylate fiber coating and tight - buffer, covered with a color -coded elastomeric subcable jacket. D. The cable core shall contain a water -blocking material. The water -blocking material shall be non -nutritive to fungus, electrically non-conductive, and homogenous. It shall also be free from dirt and foreign matter and shall be readily removable with conventional non -toxic solvents. Cable shall contain water -blocking threads between tubes. The cable shall contain at least one ripcord under the sheath for easy sheath removal. E. Tensile strength shall be provided by a combination of high tensile strength dielectric yarns. The high tensile strength dielectric yarns shall be helically stranded evenly around the cable core. All dielectric cables (with no armoring) shall be sheathed with medium density polyethylene (MDPE). The minimum normal jacket thickness shall be 1.4 mm. Jacketing material shall be applied directly over the tensile strength members and water -blocking material. The polyethylene shall contain carbon black to provide ultraviolet light protection and shall not promote the growth of fungus. G. Armored cables shall have armor composed of a corrugated steel tape, plastic -coated on both sides for corrosion resistance, and shall be applied with an overlapping seam with the corrugations in register. All armor splices shall be recoated with plastic to maintain the Fiber Optic Equipment 27 15 23 - 8 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 armor's corrosion resistance. The outer jacket shall be applied over the corrugated steel tape armor. The outer jacket shall be a medium density polyethylene with a minimum nominal jacket thickness of 1.25 mm. The polyethylene shall contain carbon black to provide ultraviolet light protection and shall not promote the growth of fungus. H. Tight buffer fiber optic cable type shall be selected from and meet the requirements of the preceding table based on the specific application and performance requirements. 2.05 CABLE CONSTRUCTION A. Mechanical Specifications 1. Each optical fiber shall be proof tested by the fiber manufacturer at a minimum of 100 kpsi (0.7 GN/m2). 2. The fiber shall be coated with a dual layer acrylate protective coating. The coating shall be in physical contact with the cladding surface. 3. Crush Resistance = 10 kN/m (685 lb./ft.) length of cable. 4. Cable Outside Diameter < 0.65 inch. 5. Weight per 1000 linear foot < 160 lbs. 6. Maximum Tensile Strength a. Short -Term: 2700 N (600 Ibf). b. Long -Term: 810 N (180 Ibf). 7. Minimum Bending Radius a. Installation, 15X Diameter. b. Static, 12X Diameter. 8. Temperature (Operational) a. -30 degrees C (-22 degrees F) to +60 degrees C (140 degrees F). b. Continuous operation at -30 degrees C (-22 degrees F) without cracking or becoming brittle. 9. Temperature (Installation) a. 0 degrees C (32 degrees F) to +60 degrees C (140 degrees F) on reel. b. Humidity @ 0 to 100 percent, inclusive. B. Riser Cables 1. Riser cables up to 24 fibers: a. In cables with more than one fiber, the fibers shall be stranded around a dielectric member and surrounded by layered aramid yarns. The aramid yarns shall serve as the tensile strength member of the cable. A ripcord may be applied between the aramid yarns and the outer jacket to facilitate jacket removal. The outer jacket shall be extruded over the aramid yarns for physical and environmental protection. 2. Riser cables with more than 24 fibers: a. The buffered fibers shall be grouped into six fiber subunits. In each subunit, the individual fibers shall be stranded around a dielectric central member and surrounded by layered aramid yarns. A ripcord shall be incorporated in the subunit Fiber Optic Equipment 2715 23 - 9 FTW17498 - VCWRF Sludge Thickening Improvements City Project No. CO2647 design to facilitate access to the individual fibers. The subunit jacket shall be extruded over the aramid yarns for additional physical and environmental protection. The subunits shall be stranded around a dielectric central member. A ripcord shall be inserted beneath the outerjacket to facilitate jacket removal. The outer jacket shall be extruded around the units for physical and environmental protection. C. Plenum Cables 1. Plenum cables up to 24 fibers: a. The fibers shall be stranded around a dielectric member and surrounded by layered aramid yarns. The aramid yarns shall serve as the tensile strength member of the cable. A ripcord may be applied between the aramid yarns and the outer jacket to facilitate jacket removal. The outerjacket shall be extruded over the aramid yarns for physical and environmental protection. 2. Plenum cables with 24 to 72 fibers: The buffered fibers shall be grouped into six fiber subunits. In each subunit, the individual fibers shall be stranded around a dielectric central member and surrounded by layered aramid yarns. A ripcord shall be incorporated in the subunit design to facilitate access to the individual fibers. The subunitjacket shall be extruded over the aramid yarns for additional physical and environmental protection. The subunits shall be stranded around a dielectric central member. A ripcord shall be inserted beneath the outerjacket to facilitate jacket removal. The outerjacket shall be extruded around the units for physical and environmental protection. 3. Plenum cables with more than 72 fibers: The buffered fibers shall be grouped into twelve fiber subunits. In each subunit, the individual fibers shall be stranded around a dielectric central member and surrounded by layered aramid yarns. A ripcord shall be incorporated in the subunit design to facilitate access to the individual fibers. The subunit jacket shall be extruded over the aramid yarns for additional physical and environmental protection. The subunits shall be stranded around a dielectric central member. A ripcord shall be inserted beneath the outerjacket to facilitate jacket removal. The outerjacket shall be extruded around the units for physical and environmental protection. D. The strength member shall be a high modulus aramid yarn. The aramid yarns shall be helically stranded around the buffered fibers. Non -toxic, non-irritant talc shall be applied to the yarn to allow the yarns to be easily separated from the fibers and the jacket. E. Cable Jacket 1. The jacket shall be continuous, free from pinholes, splits, blisters, or other imperfections. The jacket shall have a consistent, uniform thickness; jackets extruded under high pressure are not acceptable. The jacket shall be smooth, as is consistent with the best commercial practice. The jacket shall provide the cable with a tough, flexible, protective coating, able to withstand the stresses expected in normal installation and service. 2. The cable and subunitjacket color shall be orange for cables containing multimode fibers. Fiber Optic Equipment 27 15 23 - 10 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 3. The cable and subunit jacket color shall be yellow for cables containing single -mode fibers. 4. For cables with more than two fibers, the cable jacket shall be designed for easy removal without damage to the optical fibers by incorporating a ripcord under each cable jacket. Non -toxic, non-irritant talc shall be applied to the aramid yarns to allow the yarns to be easily separated from the fibers and the jacket. The nominal thickness of the cable outerjacket shall be sufficient to provide adequate cable protection while meeting the mechanical, flammability, low smoke, and environmental test requirements of this document over the life of the cable. F. The cable shall be all -dielectric. 2.06 CABLE IDENTIFICATION A. The individual fibers shall be color coded for identification according to EIA/TIA-598, "Color Coding of Fiber Optic Cables." The coloring material shall be stable over the temperature range of the cable, shall not be susceptible to migration, and shall not affect the transmission characteristics of the optical fibers. Color coded buffered fibers shall not adhere to one another. When fibers are grouped into individual units, each unit shall be numbered in the unit jacket for identification. The number shall be repeated at regular intervals. Cable jackets shall be marked with manufacturers' name, sequential meter or foot markings, the year of manufacture, and a telecommunication handset symbol, as required by Section 350G of the National Electrical Safety Code (NE5C). The actual length of the cable shall be within 1 percent of the length markings. The marking shall be in contrasting color with the cable jacket. The height of the marking shall be approximately 2.5 mm. C. Bulk cables shall be individually labeled at each end with a designated cable number or tag, or at minimum, a printed label notating the to/from location designation. D. Fiber patch panels shall have printed termination schedule detailing each termination panel and each port. Termination panel labels shall be labeled corresponding to the bulk cable assignment, while port terminations labeled according to device terminations. 2.07 CABLE FACTORYTESTING REQUIREMENTS A. Fiber cables shall be factory tested in accordance with the following industry standard (EIA- 455) tests: 1. FOTP-41, Compressive Loading Resistance Test. 2. FOTP-104, Fiber Optic Cable Cyclic Flexing Test. 3. FOTP-25, Repeated Impact Testing. 4. FOTP-33, Fiber Optic Cable Tensile Loading and Bending Test. 5. FOTP-85, Fiber Optic Cable Twist Test. 6. FOTP-181, Lightning Damage Susceptibility Test. 7. FOTP-3, Procedure to Measure Temperature Cycling Effects on Optical Fibers, Cables, and other Passive Fiber Optic Components. 8. FOTP-82, Fluid Penetration Test for Fluid -Blocked Fiber Optic Cable. 9. FOTP-37, Low or High Temperature Bend Test for Fiber Optic Cable. Fiber Optic Equipment 2715 23 -11 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 10. FOTP-98, External Freezing Test. 11. FOTP-27, Fiber Diameter Measurements. 12. FOTP-28, Measurement of Dynamic Tensile Strength. 13. FOTP-34, Interconnection Device Insertion Loss Test. 14. FOTP-89, Cable Jacket Elongation and Tensile Strength Test. B. Cable shall be tested on -reel prior to shipment. C. End to end loss shall be recorded for each fiber at 1,310 nm; 1,550 nm; and 1,625 nm (for Single -mode). End to end loss shall be recorded for each multi -mode fiber at 850 nm and 1,300 nm. D. OTDR with hard copy record shall be provided for each single mode fiber, at 1,300 nm; 1,550 nm; and 1,625 nm. OTDR with hard copy record shall be provided for each multi -mode fiber at 850 nm and 1,300 nm. E. Polarized Modal Dispersion (PMD) for each single mode fiber shall be measured using a PMD analyzer and polarized light source. F. Chromatic optical dispersion shall be tested for each single mode fiber. G. Certified copies of tests results shall be submitted to the Engineer as described in these specifications 14 days after completion of each test. The Contractor shall submit laboratory test reports on representative samples of similar cable design to demonstrate compliance prior to cable installation. 2.08 FIBER CONNECTORS AND PASSIVE COMPONENTS A. Fiber Connectors 1. The fiber optic communications system shall utilize stainless steel ST style connectors for all fiber optic connections. SC or LC style connectors will be acceptable only if ST style connectors are not compatible with the equipment being provided. The connectors shall be designed for use with the fiber optic cable size and grade in which it is to be installed. Each connector shall cause a maximum signal attenuation of 1.0 dB. 2. When available network products use connectors other than ST-type, optical patch cables shall be provided with the corresponding non-ST-type connector on the equipment end, and the ST-type connector on the distribution panel end. Example: SC- to-ST patch cord. 3. Optical parameters of the connectors shall meet the requirements of EIA/TIA-568. 4. Field -Installed Connectors shall be type ST compatible, SC, or LC design with ceramic or polymer ferrule and strain relief boot. The connector installation shall require the use of epoxies, adhesives, or ovens. The connector field terminations shall be epoxy and polish. The installation tools used to terminate the connector shall be able to terminate other small -form -factor and single -fiber UniCam connector designs. The connector shall have a factory polished optical fiber stub in the connector ferrule that is bonded in the ferrule micro hole. Ferrule material shall be available in ceramic or polymer. Connector specifications shall be as follows: a. Insertion loss (typical): 0.3 dB. b. Durability (mating cycles): 500 (minimum). Fiber Optic Equipment 2715 23 - 12 FTW17498 — VCWRE Sludge Thickening Improvements City Project No. CO2647 c. Repeatability: Less than 0.2 dB. d. Operating Temperature: 0 to plus 60 degrees C. 5. After termination with connectors, the fiber ends must be visually inspected at a magnification of not less than 100 power for multimode and 200x for single mode to check for cracks or pits in the endface of the fiber. 6. Connectors shall have a maximum allowable connection loss of 0.3 dB per mated pair, as measured per EIA-455-34. No index -matching gel is to be used; dry interfaces only. 7. Each connector shall be of the industry standard ST type compatible, designed for single -mode and multimode tolerances, shall meet or exceed the applicable provisions of EIA-455-5, 455-2A and 455-34, and shall be capable of 100 repeated ratings with a maximum loss increase of 0.1 dB. Connectors shall incorporate a key -way design and shall have a Zirconia ceramic ferrule. Connector bodies and couplings shall be made of corrosion -resistant and oxidation -resistant materials, such as nickel -plated zinc, designed to operate in humid environments without degradation of surface finishes. Connectors shall be capable of operating in a range of -40 to 80 degrees C. 8. Manufacturers a. Corning Cable Systems. b. AMP Netconnect. c. 3M Telecom Systems Group. B. Fiber Slack Enclosures 1. Enclosures shall be NEMA 4X, 316 stainless steel for outdoor installations, and NEMA 12, painted steel or fiberglass for indoor installations. Enclosures shall include hinged cover and securing mechanism. 2. Enclosures shall be sized for 100 feet of cable slack. 3. Hardware a. Hooks shall be provided to hold cable slack, with coils of required bend radius. b. Velcro ties to restrain cable shall be utilized. C. Fan -Out Kits 1. Individual fibers within a loose tube cable with 250 µm coated fibers shall use a fan -out kit to maintain flexibility and ease of handling fibers within a termination cabinet. Fan - out kits shall be installed in the patch panel enclosures to transition the loose tube fibers to ruggedized tight -buffered fiber pigtail cables. Optical fusion splices shall connect the loose tube fibers to the tight -buffered pigtail cables. The optical splice loss shall comply with the specifications for optical splices. Splice protection sleeves shall be employed on all splices to protect the splices. 2. The tight -buffered pigtails shall be factory-preconnectorized with STTM connectors as specified. 2.09 FIBER OPTIC PATCH CORDS AND PIGTAILS A. Patch cords and pigtails shall be cable assemblies consisting of flexible optical fiber cable with ST (or SC/LC, if required) compatible connectors. Patch cords shall be complete factory Fiber Optic Equipment 27 15 23 - 13 FTW17498 — VCWRF Sludge Thickening improvements City Project No. CO2647 fabricated assemblies from manufacturer's standard product lines. Fiber optic jumper cables shall meet the following requirements. B. Patch Cord Assemblies 1. The cable construction shall allow a small bend radius for installation in space - constrained areas. The cable shall contain a dielectric strength member and a protective outer jacket. 2. The Patch Cord shall comply with the requirements of TIA-568-B.3. C. Connectors 1. One ST-type (or SC/LC-type, if required) duplex connector shall be provided on Patch cords. 2. One ST-type (or SC/LC-type, if required) simplex connector shall be provided on pigtails, with the other end prepared for splicing. 3. ST-type (or SC/LC-type, if required) connectors used for single -mode fiber will be colored yellow. ST-type (or SC/LC-type, if required) connectors used for multi -mode fiber will be colored orange. D. Fiber Cable Patch cords and pigtails shall utilize a two -fiber zip -cord type jacketed cable, in lengths required to meet minimum bend radius while connected and routed through cable management hardware but no less than 6 feet in length. The cable jacket color shall be orange for multi -mode and yellow for single mode cable. The fiber core size shall also be identified on the outer jacket. 2. The optical fiber shall meet the same characteristic requirements of the distribution panel terminated cable to which it mates. 3. Tensile strength of the jacketed cable shall be greater than or equal to 20 lbs. E. Pigtails with ST-type (or SC/LC-type, if required) connector on one end and the other end bare fiber, 3 meters length, shall be by Corning Cable Systems or approved equal. 2.10 FIBER OPTIC TERMINATION PATCH PANELS A. General 1. Patch panels shall be suitable forwall mounting, comprised of internal mounting plate, cable holders, slack cable take up/organizer blocks, patch block with connectors, and ground lugs as indicated. Panels shall be NEMA 4X, 316 stainless steel for outdoor installations, and NEMA 12 painted steel, polycarbonate, or fiberglass for indoor installations. Patch panels shall be suitable for multimode and single mode systems operation. Patch panels shall be suitable for ST, SC, or LC connectors. The patch panels shall be sized to handle the number of fibers as required. All fibers shall be terminated in the patch panel. 2. Where shown on the plans or in the related specification Sections, the fiber optic cable shall terminate inside a communications cabinet on a termination patch panel. All fiber sub -cables within the exposed buffer tube shall be terminated with fan -out kits with preconnectorized pigtails. The patch panel shall have a fiber capacity equal to the total number of fibers (connected and spare) for all cables to be connected. Fiber Optic Equipment 27 15 23 -14 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 3. Unused buffer tubes shall be uncut and looped within the patch panel for continuous routing of the fiber buffer tube within the cable assembly. 4. Patch panels shall be designed for either rack mounting on a standard equipment rack or housed in an enclosure for direct wall mounting. The patch panel shall contain ST, SC type bayonets, or LC couplings. All unused couplings shall have protective dust covers. All panels shall be furnished with locking doors. 5. Factory -terminated, tight -buffered, aramid-reinforced fiber optic jumper assemblies or interconnect cables, standard 3.0 mm O.D., shall connect the optical cable terminations to the patch panel couplings. 6. The termination patch panel shall be equipped with a suitable means for routing and securing of cables, and shall provide a suitable means of protection for the mounted fiber connectors to prevent damage to fibers and connectors during all regular operation and maintenance functions. All cables shall be provided with strain relief. Bend diameters on cable fibers and jumpers must be greater than four inches at all times to ensure optical and mechanical integrity of the optical fibers. 7. Termination panels shall be equipped with splice trays (where applicable) and holders for pigtail and through fiber splicing. 8. Termination panels shall be provided with all hardware, options, and accessories to provide for a complete installation of the fiber optic system. 9. Panels shall be as manufactured by Corning Cable Systems LANscape or equal. B. Rack Mount Fiber Distribution Center (FDC) Splice Housing 1. A rack -mountable Fiber Distribution Center splice housing shall be provided for pigtail splicing and through fiber splicing equipment. 2. The splice housing shall be compatible with the FDC for interconnection of the splicing equipment with the fiber cable management, termination, and distribution rack equipment. 3. Splice trays shall be provided for pigtail splicing. 4. The splice housing shall be sized and equipped with sufficient capacity to terminate and feed through all required fiber cable, plus an additional 20 percent. 5. Provide one spare splice tray. 6. Splice housing shall be Corning Cable Systems LANscape CSH series. C. Rack Mount Fiber Distribution Center (FDC) 1. The Fiber/Network equipment rack shall be supplied with two rack -mountable Fiber Distribution Centers (FDCs) capable of 48 ST fiber termination points each. The connector center shall be 19 inch rack -mountable and provide for internal fan -out, splicing, and connection of the fiber optic cable to front panel ST connection patch panel. 2. The FDC shall provide backbone and intermediate connects and cable strain relief for a maximum of five fiber cable systems. The front shall be swing open construction with keyed latch mechanism. 3. The FDC shall be compatible for interconnection with the FDC Splice Housing, provide space, and support the addition of fiber cable splice trays for future cable connection and termination. Fiber Optic Equipment 2715 23 - 15 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 4. The Fiber Connection Center shall be Corning Cable Systems LANscape CCH series. D. Wall/Panel Mount Fiber Distribution Center (WDC) 1. The field -mounted fiber termination enclosures shall be supplied with a Wall Mount Fiber Distribution Center (WDC) capable of 48 ST fiber termination points. The distribution center shall be panel -mounted and provide for internal fan -out, splicing, and connection of the fiber optic cable to the patch panel assemblies. 2. Splice trays shall be provided for pigtail splicing. The WDC shall be provided with pass- thru splice trays for continuation of the fiber cable system to additional sites. 3. Provide one spare splice tray. 4. The WDC shall provide space and support the addition of future fiber cable splice trays. 5. The Wall Mount Fiber Distribution Center shall be Corning Cable Systems LANscape (WCH) series. 2.11 INNERDUCT A. Inner -ducts shall be constructed of flame-retardant PVC or FCP material and shall meet the following flammability requirements: 1. OSP, inside building horizontal (no more than 50 feet from the point of entrance), and inside building riser inner -duct shall meet the UL 2024 (raceways) flame test. 2. Inner -duct installed in any air plenum environment shall meet NFPA 262 (2002). 3. Inner -duct shall have smooth exterior and interior wall, and semi -rigid construction. 4. Inside building horizontal and riser inner ducts shall be flexible and corrugated type. 5. Inner -ducts shall be compatible with the fiber optic cable that is being installed. 6. Internal diameter shall be a minimum of 1 inch. 7. Couplers, if used, shall not reduce the inside diameter of the inner -duct. 8. All unused inner -duct shall be preinstalled with lubricated pull tape or line. 9. inner -duct used to house single -mode fiber cable will be colored yellow. Inner -duct used to house multi -mode fiber cable will be colored orange. 2.12 WIRE PULLING LUBRICANT A. Wire Pulling Lubricant shall have the following characteristics: 1. Polymer -based. 2. Average Coefficient of Friction: 0.055. 3. Temperature Range: -28 degrees F to 180 degrees F. 4. Compatible with all cable types. 2.13 AIR BLOWN FIBER OPTIC SYSTEMS A. General Fiber Specifications 1. All fibers in the bundle must be usable and meet required specifications. 2. Each optical fiber shall be sufficiently free of surface imperfections and inclusions to meet the optical, mechanical, and environmental requirements of this specification. Fiber Optic Equipment 27 15 23 -16 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 3. Each optical fiber shall consist of high-grade silica, doped as necessary to achieve the required light guiding properties. The fiber shall be a matched clad, step -index design. 4. The fiber shall be coated with a dual layer of ultra -violet cured acrylate resin protective coating. The coating shall be in physical contact with the cladding surface. 5. The attenuation specification shall be a maximum value for each bundled fiber at 23 ± 5 degrees C on the original shipping reel. 6. The fibers will be contained in a soft inner acrylate layer, an outer harder layer which protects the fibers from damage, and a low friction layer that assists in improved blowing distance, typically in excess of 1000 meters. 7. Fiber bundle units will be available in a range of lengths up to 6000 meters. B. The main optical, geometrical, and physical characteristics will be compliant with ITU-T Rec. G.652 C/D for Low Water -peak Single -mode Fiber. 1, Geometry Standards a. Cladding Diameter (pm) = 125.0 ± 0.7. b. Core Concentricity (pm) 0.84. c. Cladding Non -Circularity 1.0 percent. d. Mode Field Diameter @ 1310 nm (pm) = 8.8-9.6. e. Effective Area, Aeff (Characterized): (pm2) = 72. f. Coating Concentricity (pm) 12.0. 2. Optical Standards a. Cabled Fiber Attenuation @ 1310 nm (dB/km) 0.38. b. Cabled Fiber Attenuation @ 1550 nm (dB/km) 0.26. c. Point discontinuity @ 1550 nm (dB) 0.1. d. Attenuation at 1383 nm (dB/km) 0.35. e. Attenuation Uniformity over 2 km (dB/km) 0.05. f. Dispersion Slope @ 0.089 (ps/nmz/km). g. Cable Cutoff Wavelength (Accf) (nm) 1480. h. Total Dispersion (ps/nm/km) 1). 3.5 @ 1330 nm 2). 18.0 @ 1550 nm i. Cabled Polarization Mode Dispersion (ps/km) 0.5. j. Water Peak Attenuation @ 1383f/- 3 nm; 2.1 dB/km. C. Environmental and Mechanical Tests and Specifications 1. Operation/Storage -10 degrees C to +60 degrees C yields 0.07 db/km @ 1310 and 1550 nm. 2. Condensation tested -10 degrees C to +65 degrees C @ 93 percent RH for 24 hours x 10 yields 0.07 db/km @ 1310 and 1550 nm. Fiber Optic Equipment 27 15 23 - 17 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 3. Water immersion test at +20 degrees C for 2000 hours yields 0.07 db/km @ 1310 and 1550 nm. 4. Cold tested at -20 degrees C for 96 hours yields 0.07 db/km @ 1310 and 1550 nm. 5. Each optical fiber shall be proof tested by the fiber manufacturer at a minimum of 100 kpsi (0.7 GN/m2). 6. Bend tested @ 40 mm (2 and 4 fibers) or 60 mm (8 fibers) yields no change in attenuation after test. 7. Aged Bend tested (60 degrees C for 1000 hours) @ 40 mm (2 and 4 fibers) or 60 mm (8 fibers) yields no change in attenuation after test. 8. Tensile Strength tested @ 1W N (9.81x mass of 1 km) @ 0.4 percent (maximum fiber strain). 9. 12 Fiber Outside Diameter: 1.3 mm. 10. 12 Fiber Weight: 1.5 g/m. 11. 12 Fiber Blowing Distance: 1000 m typical. 12. 12 Fiber Breakout: 8 minutes typical D. Technical Specifications 1. Air blown fiber tube installed in existing duct, conduit, or inside buildings will meet the following criteria: a. Tubes will be low friction HDPE in small diameters for air blown fiber tubes up to 12 fibers per tube. b. Each 12-fiber primary tube will have an outside diameter (O.D.) of 5 mm. 2. A secondary HDPE fiber duct will house multiple primary 5 mm fiber tubes with the following specifications: Fiber Capacity O.D (mm) Nominal Weight (p,/m) 2 x 5mm tubes (24 fibers) 12.8-13.8 78 4 x 5mm tubes (48 fibers) 14.8-16.5 116 7 x 5mm tubes (84 fibers) 17.8-19.4 159 12x5mm tubes (144 fibers) 23.0-24.8 234 24x5mm tubes (288 fibers) 32.3-34.4 422 3. The secondary multi -tube duct will include a moisture barrier aluminum shield and outer polyethylene sheath. A ripcord will be included for easy cable access. The following shall apply to all secondary multi -tube assemblies: a. Maximum tensile strength (N) = 1W; tested in accordance with IEC 60794-1-2 Method E1. There will be no permanent deformation of the primary or secondary assemblies after an applied load of 1.0 (spec.weight kg/km) N at 20 mm/minute. b. The Crush Rating (KN) = 1; tested in accordance with IEC 60794-1-2 Method E3. There will be no permanent deformation of the primary assemblies greater than 0.5 mm after a maintained load of 1KN for 1 minute. c. The minimum bend radius (mm) = 12 x diameter. Fiber Optic Equipment 27 15 23 --18 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 d. Stress crack resistance will be tested in accordance with BS6469 Section 99.1 with chemical Caflon CF30. e. Individual fiber tubes will be opaque or translucent for fiber visibility. f. Secondary multi -tube duct will be available on drums up to 3000m in length. 4. Air blown fiber tube installed outside, direct bury, will meet the following criteria: a. Tubes will below friction HDPE in small diameters for air blown primary fiber tubes up to 12 fibers per tube. b. Each 12-fiber primary tube will have an outside diameter (O.D.) of 5 mm. 5. A secondary HDPE fiber duct will house multiple primary 5 mm fiber tubes with the following specifications: Fiber Capacity 0. D (mm) Nominal Wolght (g/m) 2 x 5mm tubes (24 fibers) 11.0-13.2 142 4 x 5mm tubes (48 fibers) 18.1-22.3 204 7 x 5mm tubes (84 fibers) 21.6-23.3 278 12x5mm tubes (144 fibers) 28.2-29.5 479 24x5mm tubes (288 fibers) 37.8-39-1 755 6. The secondary multi -tube duct will include a moisture barrier aluminum shield and two heavy duty outer polyethylene sheath layers. A ripcord will be included for easy cable access. The following shall apply to all secondary multi -tube assemblies: a. Maximum tensile strength (N) = 1W; tested in accordance with IEC 60794-1-2 Method E1. There will be no permanent deformation of the primary or secondary assemblies after an applied load of 1.0 (spec.weight kg/km) N at 20 mm/minute. b. The Crush Rating (KN) = 2; tested in accordance with IEC 60794-1-2 Method E3. There will be no permanent deformation of the primary assemblies greater than 0.5 mm after a maintained load of 2 KN for 1 minute. c. The minimum bend radius (mm) = 12 x diameter. d. Stress crack resistance will be tested in accordance with BS6469 Section 99.1 with chemical Caflon CF30. e. Individual fiber tubes will be opaque or translucent for fiber visibility. f. Secondary multi -tube duct will be available on drums up to 3000 m in length. 7. Air blown fiber tube installed outside, direct bury, and armored, will meet the following criteria: a. Tubes will be low friction HDPE in small diameters for air blown primary fiber tubes up to 12 fibers per tube. b. Each 12-fiber primary tube will have an outside diameter (0/D) of 5 mm. c. A secondary HDPE fiber duct will house multiple primary 5 mm fiber tubes with the following specifications: Fiber Optic Equipment 2715 23 - 19 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 Fiber Capacity 0.13 (mm) NornirraI Wt wm) 2 x 5mm tubes (24 fibers) 11.9 353 4 x 5mm tubes (48 fibers) 18.9 536 7 x 5mm tubes (84 fibers) 21.9 630 12x5mm tubes (144 fibers) 27.1 756 24x5mm tubes (288 fibers) 36.5 1071 8. The secondary multi -tube duct will include an inner polyethylene sheath layer, a corrugated armored layer, and an outer heavy duty polyethylene sheath layer. A ripcord will be included for easy cable access. The following shall apply to all secondary multi - tube assemblies: a. Maximum tensile strength (N) = 1W; tested in accordance with IEC 60794-1-2 Method E1. There will be no permanent deformation of the primary or secondary assemblies after an applied load of 1.0 (spec.weight kg/km) N at 20 mm/minute. b. The Crush Rating (KN) = 2; tested in accordance with IEC 60794-1-2 Method E3. There will be no permanent deformation of the primary assemblies greater than 0.5 mm after a maintained load of 3KN for 1 minute. c. The minimum bend radius (mm) =12 x diameter. d. Stress crack resistance will be tested in accordance with BS6469 Section 99.1 with chemical Caflon CF30. e. Individual fiber tubes will be opaque or translucent for fiber visibility. f. Secondary multi -tube duct will be available on drums up to 3000m in length. 3.00 EXECUTION 3.01 GENERAL A. Refer to Section 40 6100, Process Control and Instrumentation Systems - General Provisions. B. Provide all material, equipment, and labor to test and integrate the fiber optic system as indicated and as specified. C. Installation shall comply with EIA/TIA Standards 568 and 569. Outside plant hardware and installation equipment should follow manufacturer's recommendations. D. Fiber optic cables shall be continuous from component to component. Intermediate fiber splices shall not be allowed. E. Notify the Engineer in writing at least 48 hours in advance of installation of each section of optical cable. 3.02 IDENTIFICATION A. Fiber paring and termination orders throughout the network shall follow the TIA/EIA color conventions for fiber conductors. 1. Fiber 1— Blue Fiber Optic Equipment 27 15 23 - 20 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 2. Fiber 2 — Orange 3. Fiber 3 -- Green 1 4. Fiber 4 — Brown 5. Fiber 5 -- Slate 6. Fiber 6 — White 7. Fiber 7 — Red 8. Fiber 8 — Black 9. Fiber 9 — Yellow 10. Fiber 10 — Violet 11. Fiber 11— Rose 12. Fiber 12—Aqua B. Label each termination point. C. Label each cable, buffer tube, and fiber with permanent waterproof typewritten tags. 3.03 INSTALLATION A. All optical cable installation shall be accomplished in accordance with the approved plan. 1. Follow the cable manufacturer's recommendations. Fiber optic cable is often custom designed for the installation and the manufacturer may have specific instructions on its installation. 2. Check the cable length to make sure the cable being pulled is long enough for the run to prevent having to splice fiber and provide special protection for the splices. 3. Try to complete the installation in one pull. Prior to any installation, assess the route carefully to determine the methods of installation and obstacles likely to be encountered. B. All horizontal and backbone LAN fiber optic cable shall be installed in inner -duct. Outside the Plant fiber optic cable shall be installed in inner -duct at locations outside of the wayside trough as indicated in the Contract Drawings, through manholes and through duct bank conduits. All duct bank four inch communications conduits serving fiber optic cable shall contain four 1 inch inner -ducts each. No more than one Outside the Plant fiber optic cable shall be installed in a single inner -duct. The inner -duct shall be installed without coils or twists. C. Pull locations shall be selected to protect the cable on the reel and in slack loops. Be responsible for protecting cable after working hours where cable installation is not completed during a single shift. Cables damaged due to Contractor's negligence while installing cable shall be replaced. Fiber Optic Equipment 27 15 23 - 21 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 D. Pull lengths shall be designed to allow a 20 percent margin in cable tensile strength. Do not exceed the lesser of 80 percent of the cable's maximum tensile rating or 600 lbs. during installation. No residual tension shall remain on the cable after installation except that due to the cable's weight in the vertical rise. Wire Pulling Lubricant shall be used to reduce tension on the cable during the installation process. 1. Cable manufacturers install special strength members, usually aramid yarn, for pulling. Fiber optic cable should only be pulled by these strength members. Any other method may put stress on the fibers and harm them. 2. Swivel pulling eyes should be used to attach the pulling rope or tape to the cable to prevent cable twisting during the pull. 3. Cables should not be pulled by the jacket unless it is specifically approved by the cable manufacturers and an approved cable grip is used. 4. Tight buffer cable can be pulled by the jacket in premises applications if a large (-40 cm, 8 inch) spool is used as a pulling mandrel. Wrap the cable around the spool 5 times and hold gently when pulling. 5. On long runs (up to approximately 3 miles or 5 kilometers), use proper lubricants and make sure they are compatible with the cable jacket. If possible, use an automated puller with tension control and/or a breakaway pulling eye. On very long runs (farther than approximately 2.5 miles or 4 kilometers), pull from the middle out. E. If a winch or pulling machine is used during installation, a dynamometer shall be used to monitor the tension on the cable. The dynamometer shall be certified as calibrated and shall hold the peak value of the cable pull. The peak value shall be recorded and forwarded to the Engineer as part of the installation test data submittals. F. The maximum vertical rise shall be defined as the distance over which the cable is self- supporting. Cable strain relief shall be used at the top of each vertical rise and no less than every time that 80 percent of vertical rise rating of the cable is exceeded. G. Drop vertical cables down rather than pulling them up whenever possible. Support cables at frequent intervals to prevent excess stress on the jacket. Support can be provided by cable ties (tightened snugly, not tightly enough to deform the cable jacket) or Kellems grips. Use service loops to assist in gripping the cable for support and provide cable for future repairs or rerouting. H. Cable Ties Fiber optic cables, like all communications cables, are sensitive to compressive or crushing loads. Cable ties used with many cables, especially when tightened with an installation tool, are harmful to fiber optic cables, causing attenuation and potential fiber breakage. When used, cable ties should be hand tightened to be snug, but loose enough to be moved along the cable by hand. Then the excess length of the tie should be cut off to prevent future tightening. 2. Hoak -and -loop fastener ties are preferred for fiber optic cables, as they cannot apply crush loads sufficient to harm the cable. Do not exceed the cable's minimum bend radius for cable under tension or long term installation/storage. Fiber optic cable can be broken when kinked or bent too tightly, especially during pulling. If no specific recommendations are available from the cable manufacturer, the cable should not be pulled over a bend radius smaller than 20 times the Fiber Optic Equipment 27 15 23 - 22 FTW17498 —VCWRF Sludge Thickening Improvements City Project No. CO2647 cable diameter. After completion of the pull, the cable should not have any bend radius smaller than 10 times the cable diameter. Do not twist the cable. Twisting the cable can stress the fibers. Tension on the cable and pulling ropes can cause twisting. Use a swivel pulling eye to connect the pull rope to the cable to prevent pulling tension causing twisting forces on the cable. Roll the cable off the spool instead of spinning it off the spool end to prevent putting a twist in the cable for every turn on the spool. When laying cable out for a long pull, use a "figure 8" on the ground to prevent twisting. The "figure 8" puts a half twist in on one side of the 8 and takes it out on the other, preventing twists. K. Continuity of cable shall be maintained between termination or splice locations shown on the Contract Drawings. Additional splices shall not be allowed without the prior written Engineer approval. All cable entrance openings in equipment enclosures, houses, rooms, and junction boxes shall be sealed with either a compression type fitting or pliable sealing compound after the cable is in place. Sealing compounds for rooms, houses, walls, or other partitions shall be fire retardant per ASTM E-814. Sealing compound shall be used to seal the area around cable where the cable emerges from the end of a conduit, pipe, or duct bank. All spare conduits shall be sealed or plugged in an Engineer approved manner. M. Cable Racks, Trays, Conduit and Innerduct 1. Outside plant cables can be installed underground in conduit, inner -duct, or direct buried depending on the cable type. Aerial cable installation may use cables lashed to a support messenger cable or be self-supporting. Underwater cable installation must follow manufacturer's directions. Premises cabling can be installed in cable trays, ladder racks, J-hooks, or other appropriate support structures. 3. Building cables shall be installed inside plenum -rated inner -duct for enhanced identification and protection. 3.04 TERMINATION A. Breakout Kits 1. Breakout kits shall be used to separate and protect individual fibers in a loose tube cable for termination directly on the fibers. B. Splice Enclosures 1. Provide splice closures for long cable runs outside, requiring connection of cable segments. Splice closures shall be sized with adequate space for the number of fibers in the cables and port locations appropriate for final mounting. Splice closures can be sealed and buried in the ground, placed in a vault or suspended aerially. Outside plant cables terminated in buildings may also need closures if they are terminated by splicing on pre -terminated pigtails. Fiber Optic Equipment 27 15 23 - 23 FTW17498— VCWRF Sludge Thickening Improvements City Project No. CO2647 C. Splice Panels and Patch Panels 1. Terminate or splice distribution cables inside panels or boxes to protect the fibers from damage. Boxes or panels may be rack- or wall -mounted and shall have locks to prevent unauthorized entry. D. Racks and Cabinets 1. Enclosures for patch panels and splice panels are used to terminate and organize cables. Use appropriate cable management hardware on the racks to route and separate cables to minimize potential for damage and facilitate moves, adds, and changes. Slack in Fiber Slack Enclosures (FSEs) shall be carefully coiled in order to avoid violating the short and long term minimum bend radius. Supply a minimum of 150 feet of slack at each termination of the cable inside the FSE. Slack in Fiber Patch Panels (FOPPs) shall be restrained and shall be sufficient for strain relief. Take care with all splicing and termination hardware to maintain cable bend radiuses, prevent pinching or kinking of fibers, and separate fibers to allow for future restoration, moves, or other work. The central strength member of cable shall be attached to the FOPP. The outer jacket of cable shall be attached to the FOPP with a cable clamp. G. All fiber optic splices shall be fusion splices. Perform splicing at fiber slack enclosures only for the purposes of passing an optical connection through a Communications House. Fusion splicing shall be performed by qualified personnel utilizing a splicer equipped with Local Injection and Detection (LID) to optimize splices. The loss across each spliced fiber shall be less than or equal to 0.04 db. H. All fiber optical terminations at buildings and wayside facilities shall be field or factory terminated. Notify the Engineer in writing at least one week in advance of terminating each section of optical cable. Where armored cable is utilized, the armor shall be grounded to the building ground bus at one termination location. 3.05 FIELD QUALITY CONTROL A. Examine all connectors requiring polishing with a microscope for proper end finish, cracks, scratches or dirt per FOTP-57. B. Cable Plant Field Tests 1. Tests shall be performed after installation is complete. 2. One week advance notice to the Engineer shall be provided. 3. Optical attenuation from FOPP to FOPP shall be recorded. 4. Every fiber optic cabling link shall be tested in accordance with the field test specifications defined by the TIA-568-B.3 (or by the required network application standards), whichever is more demanding. 5. TIA-568-8.3 shall be used to define the passive cabling network, to include cable, connectors, and splices (if present) between two optical fiber patch panels (connecting hardware). This TIA document shall be used to describe all applicable link segments. Tests shall include the representative connector performance at the connecting Fiber Optic Equipment 27 15 23 - 24 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 hardware associated with the mating of patch cords but not the performance of the connector at the interface with the test equipment. 6. All of the cabling links installed shall be tested and shall pass the requirements of the standards mentioned in above. Any failing link shall be diagnosed and corrected prior to the system acceptance. The corrective action shall be followed with a new test to prove that the corrected link meets the performance requirements. The final and passing result of the tests for all links shall be provided in the test results documentation in accordance with requirements listed below. 7. Trained technicians who have successfully attended a required training program and have obtained a certificate, as proof thereof, shall be used to execute the tests. These certificates may have been issued by any of the following organizations or an equivalent organization: a. The manufacturer of the fiber optic cable and/or the fiber optic connectors. b. The manufacturer of the test equipment used for the field certification. c. Training organizations authorized by BiCSI (Building Industry Consulting Services International), or by the ACP (Association of Cabling Professionals). 8. Field test instruments for multimode fiber cabling shall meet the requirements of TIA- 526-14. The light source shall meet the launch requirements of TIA-455-78. This launch condition can be achieved either within the field test equipment or by use of an external mandrel wrap (as described in clause 11 of TIA-568) with a Category 1 light source. Field test instruments for single made fiber cabling shall meet the requirements of TIA-526-7. 9. The test instrument calibration date shall be within the calibration period recommended by the vendor in order to achieve the vendor specified measurement accuracy. 10. The fiber optic launch cables and adapters shall be of high quality and the cables shall not show excessive wear resulting from repetitive coiling and storing of the test instrument interface adapters. 11. The Pass or Fail condition for the link -under test is determined by the results of the required individual tests. A Pass or Fail result for each parameter is determined by comparing the measured values with the specified test limits for that parameter. 12. An Engineer representative shall be invited to perform field testing. The representative shall be notified of the start date of the testing phase five business days before testing. The Engineer's representative shall select up to 5 percent of the links installed. The representative (or his authorized delegate) shall test these selected links and the results are to be stored in accordance with the prescriptions in this Section. The results obtained shall be compared to the data provided by the Contractor. If the sample results differ in terms of the Pass/Fail determination, repeat testing of the affected link under observation of the Engineer. C. Cable Plant Performance Test Parameters 1. In compliance to TIA 568, the single performance parameter for field testing of fiber optic links shall be link attenuation (insertion loss). The link attenuation shall be calculated by the following formulas specified in ANSI/TIA/EIA 568: a. Link Attenuation = Cable Attenuation + Connector Attenuation + Splice Attenuation. b. Cable Attenuation (db) = Attenuation Coefficient (db/km) x Length (km). Fiber Optic Equipment 27 15 23 - 25 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 c. Connector Attenuation (db) = number of connector pairs x connector loss (db). Maximum allowable connector loss = 0.75 db. d. Splice Attenuation (dB) = number of splices (S) x Splice loss (db). Maximum allowable splice loss = 0.3 db. e. The values for the Attenuation Coefficient are listed below: 1). Single mode (outside plant), 1310 nm: 0.5 db/km. 2). Single mode (outside plant), 1550 nm: 0.5 db/km. 3). Multimode, 850 nm: 3.5 db/km. 4). Multimode, 1300 nm: 1.5 db/km. f. Link attenuation shall not include any active devices or passive devices other than cable, connectors, and splices; i.e., link attenuation shall not include such devices as optical bypass switches, couplers, repeaters, or optical amplifiers. g. Test equipment that measures the link length and automatically calculates the link loss based on the above formulas is preferred. 3. The above link test limits attenuation is based on the use of the One Reference Jumper Method specified by TIA-526-7, Method A.1 or the equivalent method. The user shall follow the procedures established by these standards or application notes to accurately conduct performance testing. 4. Multimode distribution links shall be tested at 850 nm and 1300 nm in accordance with ANSI/EIA/TIA-526-14. Because backbone length and the potential number of splices vary depending upon site conditions, the link attenuation equation shall be used to determine limit (acceptance) values. 5. Single -mode backbone links shall be tested at 1310 nm and 1550 nm in accordance with TIA-526-7, Method A.1, One Reference Jumper or the equivalent method. All single - mode links shall be certified with test tools using laser light sources at 1310 nm and 1550 nm. 6. Links to be used with network applications that use laser light sources (under -filled launch conditions) shall be tested with test equipment based on laser light sources. This rule shall be followed for cabling systems to support Gigabit Ethernet. Gigabit Ethernet only specifies laser light sources. For Gigabit Ethernet compliant certification (IEEE Std 802.3Z application), use test equipment that uses a VCSEL (Vertical cavity surface emitting laser) at 850 nm (compliant with 1000BASESX) and a FP laser at 1310 nm (compliant with 1000BASELX). 7. Each fiber optical link terminated with an optical adapter system that does not impose a transmission direction because the adapters are not or cannot be ganged shall be tested and documented in both directions since the direction of the signal transmission cannot be predicted at the time of installation. D. OTDR Testing 1. All cables shall be OTDR tested at 1310 nm and 1550 nm (for single mode) operating wavelengths for anomalies and to ensure uniformity of cable attenuation and connector insertion loss. 2. OTDR tests shall be performed utilizing a pulse suppressor such that the FDP termination shall be shown. Fiber Optic Equipment 27 15 23 - 26 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 3. All OTDR testing procedures and field test instruments shall comply with applicable requirements of: a. TIA 455-78. b. TIA 455-133. 4. Each fiber link and channel shall be tested in one direction. 5. A launch cable shall be installed between the OTDR and the first link connection. 6. A receive cable shall be installed after the last link connection. 7. Optical Return Loss (ORL) for each link shall be measured. 8. Fiber Length shall be measured. 9. Test Results a. Reflective events shall not exceed -40 dB. b. Connections shall not exceed 0.75 dB of attenuation. c. Non -reflective events (splices) shall not exceed 0.3 db. d. Point discontinuities shall not exceed 0.1 db. e. ORL shall be less than -30 Db. 10. OTDR Test results shall include OTDR link and channel traces and event tables at the required wavelength(s) and the length for each optical fiber as calculated by the OTDR. 11. An Optical Spectrum scan of each link shall be performed using an optical spectrum analyzer and optical switch to examine fiber nonlinear effects including, but limited to, 8rillouin scattering and four wave mixing across the fiber's usable light spectrum. 12. Polarized Modal Dispersion (PMD) for each link shall be measured using a PMD analyzer and polarized light source. Total PMD for each link shall be less than 10 ps. E. Cable Plant Test Result Documentation 1. The test result information for each link shall be recorded in the memory of the field tester upon completion of the test. 2. The test result records saved by the test instrument shall be transferred into a Microsoft Windows -based database utility that allows for the maintenance, inspection, and archiving of these test records. A guarantee shall be made that these results are transferred to the PC unaltered, i.e., "as saved in the tester" at the end of each test. The popular'csv' format (comma separated, value format) does not provide adequate protection and shall not be acceptable. 3. The database records of all fiber shall be stored and delivered on CD/DVD ROM; this CD/DVD ROM shall include the software tools required to view, inspect, and print any selection of test reports. 4. A paper copy of the test results shall be provided that lists all the links that have been tested with the following summary information. a. The identification of the link in accordance with the naming convention defined in the overall system documentation. Fiber Optic Equipment 27 15 23 - 27 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 b. The overall Pass/Fail evaluation of the link -under -test including the Attenuation worst -case margin (margin is defined as the difference between the measured value and the test limit value). c. The date and time the test results were saved in the memory of the tester. 5. General Information to be provided in the electronic data base containing the test result information for each link: a. Site identification. b. The overall Pass/Fail evaluation of the link -under -test. c. The name of the standard selected to execute the stored test results. d. The cable type and the value of the 'index of refraction' used for length calculations. e. The date and time the test results were saved in the memory of the tester. f. The brand name, model and serial number, and calibration data of the tester. g. The revision of the tester software and the revision of the test standards database in the tester. C. The detailed test results data to be provided in the electronic database for each tested optical fiber shall contain the following information: a. Identification of the link/fiber in accordance with the naming convention defined in the overall system documentation. b. The insertion loss (attenuation) measured at each wavelength, the test limit calculated for the corresponding wavelength and the margin (difference between the measured attenuation and the test limit value). c. The link length shall be reported for each optical fiber for which the test limit was calculated based on the formulas specified herein under Cable Plant Performance Test Paragraphs. END OF SECTION Fiber Optic Equipment 27 15 23 - 28 FTW17498— VCWRF Sludge Thickening Improvements City Project No. CO2647 DIVISION 31 EARTHWORK TH 15 PAGE INTENTIONALLY BLANK 31 23 23.34 FLOWABLE FILL 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment, and incidentals necessary to mix and place flowable fill, consisting of Portland cement, fine aggregate, fly ash, and water in the proper proportions as specified hereinafter. Flowable fill (Controlled Low -Strength Material, CLSM) shall be used to bed and backfill around piping, utilities, and structures where indicated. 1.02 QUALITY ASSURANCE A. Design Criteria — Flowable Fill Proportions and Consistency: Flowable fill shall be proportioned to give the necessary workability, strength, and consistency, and shall conform to the following governing requirements: 1. Permeability: Maximum permeability limit of 1x10-6 cm/sec. This limit shall apply at all locations where flowable fill is used as a utility trench plug (dam) within trench backfill materials. 1. Subsidence: Evaporation of bleed water shall not result in shrinkage of more than 10.4 mm per m (1/8 inch per ft.) of flowable fill depth. Measurement of a Final Bleeding shall be as measured in Section 10 of ASTM C940. 2. Strength for Excavatable Flowable Fill: Unconfined compressive strength at 28-days when tested in accordance with ASTM D4832: 100 psi (+/- 50 psi). a. The 1-year strength shall not exceed 150 psi. b. Where indicated provide Excavatable Flowable Fill around utilities, unless noted otherwise. c. Excavatable Flowable Fill shall be excavatable with hand tools and conventional machinery such as backhoes. 3. Strength for Non-Excavatable Flowable Fill: Unconfined compressive strength at 28- days when tested in accordance with ASTM D4832: 150 psi minimum. a. Where indicated provide Non-Excavatable Flowable Fill below structures and/or around structures, unless noted otherwise. 4. Fluidity: Flowable fill shall be self -consolidating and non -segregating in accordance with ASTM C1611: a. Slump Flow Test: Minimum 20-inch mean spread. b. Visual Stability Index (VSI) Test: Less than or equal to 1. B. Factory Testing: The Contractor shall be responsible for the design of the material. A trial mix shall be designed by an independent testing laboratory, retained by the Contractor. The testing laboratory shall submit verification that the materials and proportions of the trial mix design meets the requirement of the Specifications. In lieu of trial mix design, Contractor may submit historical data for a mix design used successfully in previous similar work. The Contractor shall not make changes in materials, either in gradation, source, or Flowable Fill 3123 23.34 -1 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 brand, or proportions of the mixture after having been approved, except by specific approval of the Engineer. C. Owner Testing: It is the responsibility of the Contractor to achieve and maintain the quality of material required by this Section. However, the Owner may secure the services of an independent testing laboratory to verify the quality of the flowable fill. The Owner shall have the right to require additional testing, strengthening, or replacement of flowable fill which has failed to meet the minimum requirements of this Section. 1.03 SUBMITTALS A. Submit mix design on each material required. Provide backup data as required below. B. Submit historical or trial mix data and test results as a basis for mix design approval. Required data shall include: 1. Permeability test results if plugs are required on Project. 2. Subsidence test results. 3. Strength test results for Excavatable and Non-Excavatable Flowable Fill if used on Project. 4. Fluidity test results. 1.04 STANDARDS AND REFERENCES A. Materials shall meet recommendation for mix design and placement, as published by National Ready Mixed Concrete Association. B. The applicable provisions of the following references and standards shall apply to this Section as if written herein in their entirety. 1. American Society for Testing and Materials (ASTM) Standards: ASTM C33 Specification for Concrete Aggregates ASTM C40 Test Method for Organic Impurities in Fine Aggregates for Concrete ASTM C150 Specification for Portland Cement Specification for Fly Ash and Raw or Calcined Natural Pozzolan for ASTM C618 Use as Mineral Admixture in Portland Cement Concrete Standard Test Method for Expansion and Bleeding of Freshly Mixed ASTM C 940 Grouts for Preplaced-Aggregate Concrete in the Laboratory ASTM C 1611 Standard Test Method for Slump flow of Self Consolidating Concrete Standard Test Method for Preparation and Testing of Controlled Low ASTM D 4832 Strength Material (CLSM) Test Cylinders 2.00 PRODUCTS 2.01 MATERIALS A. Cement: Portland cement conforming to the specifications and test for Type I Portland cement of the American Society for Testing and Materials, Designation C-150. Flowable Fill 3123 23.34 - 2 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 B. Fine Aggregate: Fine aggregate consisting of natural, washed and screened sand having clean, hard, strong, durable, uncoated grains complying with the requirements for ASTM C33. The sand shall generally be of such size that all will pass a 3/8-inch sieve, at least 95 percent pass a 1/4-inch screen and at least 80 percent pass a No. 8 sieve. Aggregate shall not contain strong alkali, or organic material which gives a color darker than the standard color when tested in accordance with ASTM Specification Designation C40. C. Fly Ash/Pozzolans: Fly ash shall be an ASTM C618, Class "C" fly ash. The fly ash may be used in controlled low -strength material. D. Water: Water for flowable fill shall be clean and free from oil, acid, alkali, organic matter or other harmful impurities. Water which is suitable for drinking or for ordinary household use will be acceptable for concrete. Where available, water shall be obtained from mains of a waterworks system. E. Performance Additive: As required to meet specification requirements: 1. "Darafill" by Grace Construction Products. 2. Rheocell Rheofill by BASF The Chemical Company. 3. Sika Lightcrete Powder by Sika Corporation. 4. Approved equal. Chemical Admixtures for Concrete per ASTM C 494, as required by performance requirements. 2.02 MIXES A. In the determination of the amount of water required for mix, consideration shall be given to the moisture content of the aggregate. The net amount of water in the mix will be the amount added at the mixer; plus the free water in the aggregate; and minus the absorption of the aggregate, based on a 30 minute absorption period. No water allowance shall be made for evaporation after batching. B. The methods of measurement of materials shall be such that the proportions of water to cement can be closely controlled during the progress of the Work and easily checked at any time by the Owner's representative. To avoid unnecessary or haphazard changes in consistency, the aggregate shall be obtained from sources which will insure a uniform quality and grading during any single day's operation and they shall be delivered to the Work and handled in such a manner that the variation in moisture content will not interfere with the steady production of flowable fill of reasonable degree of uniformity. Sources of supply shall be approved by the Owner's representative. C. All material shall be separately and accurately measured. Measurement may be made by weight or by volume, as determined by the Contractor; however; all equipment for measurement of materials shall be subject to approval by the Owner's representative. Flowable Fill 3123 23.34 - 3 FTW17498 -- VCWRF Sludge Thickening Improvements City Project No. CO2647 3.00 EXECUTION 3.01 INSTALLATION A. Contractor shall give the Owner's representative sufficient advance notice before starting to place material in any area, to permit inspection of the area, and preparation for pouring. B. Conduct the operation of depositing the material so as to form a compact, dense, impervious mass, and so as not to develop air pockets in confined spaces. C. Unless specified otherwise, flowable fill shall be uniformly placed to the depth shown on the Drawings. The fill shall be brought up uniformly to the top of excavation elevation. Placement of flowable fill shall then cease and the fill protected from traffic for a period of 72 hours. 1. To prevent pipe flotation place material in lifts or provide alternate means. 2. Around structures, material shall be placed in lifts. Lift depth shall not exceed one -tenth of total structure embedment into subgrade nor 5 feet, whichever is less. 3. When multiple lifts are required, material shall be allowed to harden before placing next lift. Hardening time varies with each mix. Verify flowable fill has reached a penetration number of 1500, in accordance with ASTM C 403, but not less than 5 hours. D. The material shall be placed against undisturbed trench walls, and shall not be placed on or against frozen ground. E. At time of placement the ambient temperature shall be 35 F and rising. 3.02 FIELD QUALITY CONTROL A. An approved testing laboratory shall perform the quality control testing of backfill operations. The testing laboratory shall sample material in accordance with ASTM D5971. The testing laboratory shall monitor backfill operation continuously or at intervals acceptable to the Owner and Engineer at structures. It shall be the responsibility of the Contractor to provide sufficient advance notification to the testing laboratory before backfill operations begin. 1. Strength: A strength test is the average of two cylinders per ASTM D4832. 2. Fluidity: A fluidity test is a Slump Flow Test and a VSI Test per ASTM C1511. For all tests required, at a minimum perform one test per day, but not less than one per 150 cubic yards. END OF SECTION Flowable Fill 3123 23.34 - 4 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 312333 TRENCHING AND BACKFILL [UTILITIES] 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to perform operations in trenching, pipe bedding, backfilling, clearing, grubbing and site preparation; handling, storage, transportation and disposal of excavated material; pumping and dewatering; preparation of subgrades; protection of adjacent property; fills, grading; and other appurtenant work. Trenching, backfilling, and pipe embedment procedures shall be in full compliance with Section 3123 33.14 "Trench Safety." Earth removed from excavations and which is not required for backfill shall be removed from the Site by the Contractor at his own expense, unless arrangements are made with the Owner through his representative to allow disposal on Site. Excavations, other than trench excavation, are not part of this Section. 1.02 QUALITY ASSURANCE A. Classification: Excavations shall include material of whatever nature encountered, including but not limited to clays, sands, gravels, conglomeritic boulders, weathered clay shales, rock, debris and abandoned existing structures. Excavation and trenching shall include the removal and subsequent handling of materials excavated or otherwise handled in the performance of the Work. 2. Bidders must satisfy themselves as to the actual existing subsurface conditions prior to the submittal of a proposal to complete the proposed Work. 3. Trench excavation shall consist of excavation to the lines and grades indicated, required for installation of the pipe, pipe bedding, backfill, and to accommodate trench safety systems. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00 "Submittals" and shall include: 1. Sieve analysis on embedment materials. 2. Test results indicating soil resistivity for embedment material used on metal pipe. 3. Record Data: Certified test reports for compaction tests. 1.04 REFERENCE SPECIFICATIONS A. Section 0133 00 "Submittals." B. Section 03 30 00 "Cast -In -Place Concrete." C. Section 3123 23.34 "Flowable Fill" D. Section 3123 33.14 "Trench Safety." 1.05 STANDARDS Trenching and Backfill [Utilities] FTW17498 — VCWRF Sludge Thickening Improvements 312333-1 City Project No. CO2647 A. The following publications, referred to hereafter by basic designation only, form a part of this Section to the extent indicated by the references thereto: 1. American Society for Testing and Materials (ASTM) Standards: ASTM C33 Standard Specification for Concrete Aggregates Standard Test Method for Soundness of Aggregates by Use of ASTM C88 Sodium Sulfate or Magnesium Sulfate Standard Terminology Relating to Concrete and Concrete ASTM C125 Aggregates Standard Test Method for Resistance to Degradation of Small -Size ASTM C131 Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine Standard Test Method for Resistance to Degradation of Large -Size ASTM C535 Coarse Aggregate by Abrasion and Impact in the Lost Angeles Machine Standard Classification for Size of Aggregate for Road Bridge ASTM D448 Construction Standard Test Methods for Laboratory Compaction Characteristics ASTM D698 of Soil Using Standard Effort (12,400 ft-Ib/ft3 (600 kN-m/m3) Standard Test Method for Density and Unit Weight of Soil in Place ASTM D1556 by the Sand -Cone Method Standard Practice for Classification of Soils for Engineering Purposes ASTM D2487 (Unified Soil Classification System) Standard Test Methods for Maximum Index Density and Unit ASTM D4253 Weight of Soils Using a Vibratory Table ASTM D4254 Standard Test Methods for Minimum Index Density and Unit Weight of Soils and Calculation of Relative Density Standard Test Method for In -Place Density and Water Content of ASTM D6938 Soil and Soil -aggregate by Nuclear Methods (Shallow Depth) Standard Test Method for Field Measurement of Soil Resistivity ASTM G57 Using the Wenner Four -Electrode Method B. Any other testing required by these specifications and not specifically referenced to a standard shall be performed under ASTM or other appropriate standards as designated by the Engineer. C. Reference herein or on the Drawings to soil classifications shall be understood to be according to ASTM D2487, Standard Practice for Classification of Soils for Engineering Purposes (Unified Soil Classification System). 1.06 DELIVERY AND STORAGE A. Excavated materials to be used for backfill may be deposited in stockpiles at points convenient for rehandling the material during the backfilling process. The location of stockpiles shall be within the limits of the contractor's staging area. The location of stockpiles is subject to the approval of the Owner or the Owner's representative. Keep drainage channels clear of stockpiled materials. 1.07 JOB CONDITIONS Trenching and Backfill [Utilities] 31 23 33 - 2 FTW17498 —VCWRF Sludge Thickening Improvements City Project No. CO2647 A. Place no embedment or backfill material during freezing weather or upon frozen subgrades or previously placed frozen embedment or backfill materials. 2.00 PRODUCTS 2.01 MATERIALS A. Concrete for Backfill, Blocking, Cradling and Encasement: Unless other strength requirements are designated, concrete used shall be 2000 psi as specified in Section 03 30 00 "Cast -In -Place Concrete." B. Class 1 Earth Fill: Limited to clays and sandy clays classified as CH material with a liquid limit greater than or equal to 50, a plasticity index greater than or equal to 25, and a minimum of 60 percent passing the No. 200 sieve, which are free of organic materials. C. Class 3 Earth Fill: Consist of any materials classified as CH, CL, SM, SP, SP-SM, SC, and GC, which have a minimum plasticity index of 4, which are free of organic materials. D. Class 12 Earth Fill: Consist of soils suitable for topsoil which are relatively free of stones or other objectionable debris, which have sufficient humus content to readily support vegetative growth. The suitability of soils for topsoil shall be subject to the approval of the Engineer. E. Class 3 Aggregate Fill: Composed of durable particles of crushed stone, angular, tough durable particles, free from thin, flat and elongated pieces of silt, clay, or other unsuitable materials and have a percentage of wear of not more than 40 percent when tested in accordance with ASTM C131 or C535. When material is subjected to five cycles of the sodium sulfate soundness test in accordance with ASTM C88, Sodium Sulfate Solution, the weighted percentage of loss shall not exceed 12 percent. The source of the material shall be approved by the Engineer and meet the following gradation in accordance with ASTM D448, size number 7: Shmv Size Square Opening Percent Passing — 100 3/4" 1/2" 90-100 3/8" 40-70 No. 4 0-15 No. 8 0-5 Class 10 Aggregate Fill: Consists of washed and screened natural sands or sands manufactured by crushing stones complying with the requirements and tests of "Standard Specifications for Concrete Aggregates", ASTM C33. The gradation as included in ASTM C33 is as follows: Sieve Size -- — 5quare Opening Percent Passing 3/8" 100 No. 4 95-100 Trenching and Backfill [Utilities] 31 23 33 - 3 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 - —Sieve size Square Opening No. 8 Percent Passin91 80-100 No. 16 50-85 No. 30 25-60 No. 50 10-30 No. 100 2-10 1. Class 10 Aggregate Fill shall have not more than 45 percent passing any sieve and retained on the next consecutive sieve of those shown above, and its fineness modulus, as defined in ASTM C125, shall be not less than 2.3 nor more than 3.1. G. Cement: Type I Portland Cement. H. Flowable Fill: Flowable fill shall be in accordance with Section 3123 23.34 "Flowable Fill." I. Modified Flowable Fill: Modified flowable backfill in areas of possible future excavation shall consist of a mixture of native soils or manufactured materials, cement and/or fly ash, air entraining material and water which produces a material with unconfined compressive strength of between 250 and 450 psi after 28 days. Any materials used shall be primarily granular, with a plasticity index less than 12 and with 100 percent passing a 3/4-inch sieve. The flowable mixture shall be mixed in a pub mill, concrete mixer, or transit mixer and shall have a minimum slump of 5 inches. The flowable mixture must be allowed to set prior to the placement of any overlying materials. Modified flowable backfill in permanent areas such as abandoned pipe closures shall contain the same materials and have an unconfined compressive strength greater than 250 psi after 28 days. 2.02 MIXES; SAND -CEMENT BACKFILL OR EMBEDMENT A. A minimum sand and cement mixture of 25 parts sand and 2 parts cement will be required. 1. Fine Sand: 25 Cubic Feet, 2. Cement: 2 Bags (minimum). 3. Water: Optimum moisture. B. Sand shall be free of any cohesive material and shall meet the following gradation and plasticity index requirements: Sieve Size Percent Passing 1" 100 1/2" 95-100 No.40 80-100 C. PI and LLAmounts: 1. Plasticity Index: 10 Maximum, 2. Liquid Limit: 25 or less. Trenching and Backfill [Utilities] 3123 33 - 4 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 3.00 EXECUTION 3.01 PREPARATION A. Dewatering: 1. Provide and maintain adequate dewatering equipment to remove and dispose of surface and ground water entering the excavations, trenches, or other parts of the Work. Keep each excavation dry during subgrade preparation and continually thereafter until the proposed pipe is installed. Maintain the proper procedures necessary to protect against damage to the proposed Work from hydrostatic pressure, flotation, or other water related causes. 2. Dewater excavations which extend down to or below ground water elevation by lowering and keeping the ground water level a minimum of 2 feet below the bottom of the excavation. 3. Divert surface water or otherwise prevent water from entering excavated areas to the fullest extent possible without causing damage to adjacent property. 4. Provide and maintain any piping or conduit necessary to facilitate drainage. Do not alter area drainage patterns to the extent that adjacent property and landowners become threatened with localized flooding and/or water damage. Should such a situation occur, the Contractor shall be responsible for repairing the damage at no additional cost to the Owner. B. Protection of Existing Structures and Utilities: Prior to the start of construction, communicate with the representatives of the local utility companies, including the oil, gas, telephone and communications companies, and local water and sewer utilities operating in the location of the proposed construction area. Seek the utility companies' assistance in locating existing facilities to avoid conflicts during construction. The location, number, depth, and owner of utilities indicated are for information purposes only, and all utilities and structures may not be shown or may not be in the location shown. 2. Where construction endangers adjacent structures, utilities, embankments and/or roadways, the Contractor shall, at his own expense, carefully support and protect such structures so that no damage occurs throughout the construction process. In case damage should occur, the Contractor shall be responsible for restoring the damaged structure to a condition acceptable to the Owner of that structure and shall bear all cost of such reparations. 3. Repair or replace damaged street surfaces, driveways, sidewalks, curbs, gutters, fences, drainage structures, or other such facilities to the satisfaction of the Owner. Structures shall be returned to a condition equal to or better than the original condition and of same or better material and quality. C. Blasting: Blasting shall not be allowed in any instance. D. Disposal of Spoil Material: 1. Suitable material from excavations which meets the requirements for pipe backfili material as indicated, except stripping excavation, may be reused. Designate the Trenching and Backfill [Utilities] 31 23 33 - S FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 remaining excavated materials as spoiled material and dispose of material off the Site in accordance with all applicable laws, ordinances, and codes. Contractor shall be responsible for the storage, transportation, and deposition of spoiled material and shall be responsible for acquiring the necessary permits, and the payment of fees and duties at no additional cost to the Owner. 2. No burning of materials shall be permitted on the Site. 3.02 TRENCH EXCAVATION A. General: The trenches shall be excavated to the alignment and depth indicated or as necessary for the proper installation of the pipe and appurtenances. Brace and dewater the trench if necessary so that the workmen may work therein safely and efficiently. Any specific requirement listed in Paragraph 3.00, Execution, may be modified as necessary to meet OSHA requirements. However, if trench widths are wider than indicated, the Contractor shall be responsible for determining and furnishing the proper class of embedment and piping for the installation with no additional compensation to the Contractor. B. Trench Width: The trench widths shall be as shown on the Drawings. C. Pipe Foundation Subgrade: 1. Excavate the trench to an even grade to permit the installation of the pipe so that the full length of the pipe barrel is supported on the proper depth of bedding material. The entire foundation subgrade area in the bottom of the excavations shall be firm, stable material, and the material shall not be disturbed below required grade except as described in this Section. Where the character of the subgrade material is such that proper subgrade cannot be obtained at the elevation indicated, deepen the excavation to a satisfactory subgrade material. 2. Remove the material until a firm, stable, and uniform bearing is reached and the subgrade brought back to the required grade with the specified bedding material compacted in place or with lean concrete material. The expense of replacing any unsatisfactory subgrade shall be borne by the Contractor. D. Correcting Faulty Grade: Should any part of the trench be excavated below required grade, correct the trench with bedding material, thoroughly compacted, or with lean concrete, at no additional compensation to the Contractor. E. Care of Surface Material for Reuse: If local conditions permit reuse, keep surface material suitable for reuse separate from the general excavation material. F. Trenching Methods: The use of any suitable trench digging machinery is permitted except in places where such operations may cause damage, above or below ground, in which case, employ hand methods. G. Pipe Clearance in Rock: Remove ledge rock, rock fragments, shale, or other rock to provide proper clearance for bedding materials. Provide adequate clearance for properly jointing pipe laid in rock trenches at bell holes. 3.03 BACKFILL Trenching and Backfill [Utilities] FTW17498 — VCWRF Sludge Thickening Improvements 312333-6 City Project No. CO2647 A. Bedding within Pipe Zone: Concrete Cradle, Encasement or Concrete Arch: Where indicated, install the pipe in concrete cradle, encasement, or concrete arch. Take precautions to prevent pipe movement or deflection during construction. Where pipes are placed below structures, completely encase pipes in 1500 psi concrete, and extend up to bottom of structure. B. Aggregate Fill Bedding: 1. After the trench has been cut to the depths indicated, bring up the bedding layer to a point slightly above grade in maximum 4-inch lifts and uniformly compact to the density indicated. Form bell holes and scoop out a trough to grade so that the pipe is uniformly supported by the embedment material. Lay and joint the pipe. Bring up the embedment material in maximum 4-inch lifts on either side of the pipe to the elevation above the pipe shown on the Drawings. Uniformly compact the pipe as indicated. 2. After moisture is gone from the embedment material, place utility detection tape and backfill and compact the remaining backfill by tamping or other appropriate methods. Water jetting shall not be permitted. 3. Install utility detection tape and tracer wire. C. Compaction Requirements: 1. Compact earth fill and cohesive aggregate fill in maximum 4-inch lifts with pneumatic rollers or power hand tampers and make a minimum of eight passes. 2. Compact cohesionless aggregate fill in maximum 4-inch lifts with vibratory rollers or vibratory plate power hand compactors and make a minimum of eight passes. 3. The acceptability of the compaction equipment shall be based upon the results of a test section. Compact earth fill and cohesive aggregate fill to a minimum of 95 percent of maximum dry density as determined by ASTM D698, Standard Proctor. 4. Compact Class 1 and 2 earth fill at a moisture content within minus 0 to plus 5 percentage points of the optimum moisture content. Compact the remaining classes of earth fill and cohesive aggregate fill at a moisture content within minus 2 to plus 5 percentage points of optimum moisture content. The moisture ranges listed above are minimum and maximum limits. A tighter moisture range within these limits may be required to consistently achieve the specified density. 5. Compact cohesionless aggregate fill on which it is not practical to control the density by "Proctor" methods to a minimum of 75 percent relative density as determined by ASTM D4253 and D 4254, or at the discretion of the Engineer, by a field compaction mold method correlated to ASTM D4253 and D 4254. Compact cohesionless aggregate fill at a moisture content within a range that accommodates consistent placement and compaction to the minimum relative density specified above. 7. The Contractor shall arrange and pay for density and moisture testing. The testing frequency and methods shall be as requested by the Engineer. The Engineer may waive testing requirements on cohesionless bedding where testing is not practical because of limited space between the pipe and trench walls, however, the minimum number of passes of the compaction equipment specified above shall be achieved. Trenching and Backfill [Utilities) 31 23 33 - 7 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 3.04 FINISHING A. Grade and rake areas smooth and even which do not receive any type of paved surface, to allow drainage to drain away from the structures and toward the roads and streets or the natural drainage course. Break up large clods of earth and remove rocks, trash or debris near the surface. B. Finish the top portion of backfill beneath established sodded (lawn) areas with not less than 6 inches of topsoil corresponding to, or better than, that underlying adjoining sodded areas. 3.05 FIELD QUALITY CONTROL A. Compact backfill and appropriate embedment material to a minimum of 95 percent of maximum density at a moisture content of 0 to plus 5 percent of optimum for backfill and at optimum for sand -cement embedment as determined by ASTM D698, Standard Proctor. B. Make periodic tests of compaction for conformance with this Section by an approved testing laboratory. 3.06 CLEAN AND ADJUST A. Remove surplus pipeline materials, tools, rubbish and temporary structures and leave the construction site clean, to the satisfaction of the Engineer. END OF SECTION Trenching and Backfill [Utilities] 31 23 33 - 8 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 3123 33.14 TRENCH SAFETY 1.00 GENERAL 1.01 WORK INCLUDED A. This specification consists of the basic requirements which the Contractor must comply with in order to provide for the safety and health of workers in a trench. This specification is for the purpose of providing minimum performance specifications, and the Contractor shall develop, design, and implement the trench safety system. The Contractor shall bear the sole responsibility for the adequacy of the trench safety system and providing "a safe place to work" for the workman. B. Should the trench safety protection system require wider trenches than specified elsewhere, the Contractor shall be responsible for the costs associated with determining adequacy of pipe bedding and class, as well as, purchase and installation of alternate materials. 1.02 STANDARDS A. The following standard shall be the minimum governing requirement of this specification and is hereby made a part of this specification as if written in its entirety. 1. Occupational Safety and Health Standards - Excavations (29CFR Part 1926), U.S. Department of Labor, latest edition. B. Comply with the applicable federal, state, and local rules, regulations, and ordinances. 2.00 PRODUCTS (NOT APPLICABLE) 3.00 EXECUTION (NOT APPLICABLE) END OF SECTION Trench Safety 3123 33.14 - 1 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 THIS PAGE INTENTIONALLY BLANK 31 25 00 - 1 EROSION AND SEDIMENT CONTROL Page l of 9 SECTION 3125 00 EROSION AND SEDIMENT CONTROL PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Implementation of the project's Storm Water Pollution Prevention Plan (SWPPP) and installation, maintenance and removal of erosion and sediment control devices B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily Iimited to: 1. Division 0 --- Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Storm Water Pollution Prevention Plan <1 acre a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the structure or Items being bid and no other compensation will be allowed. 2. Storm Water Pollution Prevention Plan > 1 acre a. Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for "SWPPP > 1 acre". c. The price bid shall include: 1) Preparation of SWPPP 2) Implementation 3) Permitting fees 4) Installation 5) Maintenance 6) Removal 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM Standard: CITY OF FORT WORTH VCWRF SLUDGE THICKENING IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICA"14ON DOCUMENTS CITY PROJECT NO. CO2647 April 2020 31 25 00 - 2 EROSION AND SIU MENI' CONTROL Page 2 of 9 a. ASTM D3786, Standard Test Method for Bursting Strength of Textile Fabrics Diaphragm Bursting Strength Tester Method b. ASTM D4632, Standard Test Method for Grab Breaking Load and Elongation of Geotextiles c. ASTM D4751, Standard Test Method for Determining Apparent Opening Size of a Geotextile d. ASTM D4833, Standard Test Method for Index Puncture Resistance of Geomembranes and Related Products 3. Texas Commission on Environmental Quality (TCEQ) TPDES General Permit No. TXR150000 4. TxDOT Departmental Material Specifications (DMS) a. DMS-6230 "Temporary Sediment Control Fence Fabric" 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Storm Water Pollution Prevention Plan (SWPPP) B. TCEQ Notice of Intent (NOI) for Stor n Water Discharges Associated with Construction Activity under the TPDES General Permit C. Construction Site Notice D. TCEQ Notice of Termination (NOT) for Storm Water Discharges Associated with Construction Activity under the TPDES General Permit E. Notice of Change (if applicable) 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 PRODUCT TYPES AND MATERIALS A. Rock Filter Dams 1. Aggregate a. Furnish aggregate with hardness, durability, cleanliness and resistance to crumbling, flaking and eroding acceptable to the Engineer. b. Provide the following: 1) Types 1, 2 and 4 Rock Filter Dams CITY OF PORT WORTH VCWRF SLUDGE THICKENING IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. CO2647 April 2020 31 25 00 - 3 EROSION AND SEDIMENT CONTROL Page 3 of 9 a) Use 3 to 6 inch aggregate. 2) Type 3 Rock Filter Dams a) Use 4 to 8 inch aggregate. 2. Wire a. Provide minimum 20 gauge galvanized wire for the steel wire mesh and tie wires for Types 2 and 3 rock filter dams b. Type 4 dams require: 1) Double -twisted, hexagonal weave with a nominal mesh opening of 21/2 inches x 3 %4 inches 2) Minimum 0.0866 inch steel wire for netting 3) Minimum 0.1063 inch steel wire for selvages and corners 4) Minimum 0.0866 inch for binding or tie wire B. Geotextile Fabric 1. Place the aggregate over geotextile fabric meeting the following criteria: a. Tensile Strength of 250 pounds, per ASTM D4632 b. Puncture Strength of 135 pounds, per ASTM D4833 c. Mullen Burst Rate of 420 psi, per ASTM D3786 d. Apparent Opening Size of No. 20 (max), per ASTM D4751 C. Sandbag Material 1. Furnish sandbags meeting Section 2.5 except that any gradation of aggregate may be used to fill the sandbags. D. Stabilized Construction Entrances 1. Provide materials that meet the details shown on the Drawings and this Section. a. Provide crushed aggregate for long and short-term construction exits. b. Furnish aggregates that are clean, hard, durable and free from adherent coatings such as salt, alkali, dirt, clay, loam, shale, soft or flaky materials and organic and injurious matter. c. Use 3 to 5 inch coarse aggregate with a minimum thickness of 12 inches. d. The aggregate shall be placed over a geotextile fabric meeting the following criteria: 1) Tensile Strength of 300 pounds, per ASTM D4632 2) Puncture Strength of 120 pounds, per ASTM D4833 3) Mullen Burst Rate of 600 psi, per ASTM D3786 4) Apparent Opening Size of No. 40 (max), per ASTM D4751. E. Embankment for Erosion Control 1. Provide rock, loam, clay, topsoil or other earth materials that will form a stable embankment to meet the intended use. F. Sandbags 1. Provide sandbag material of polypropylene, polyethylene or polyamide woven fabric with a minimum unit weight of 4 ounces per square yard, a Mullen burst - strength exceeding 300 psi, and an ultraviolet stability exceeding 70 percent. 2. Use natural coarse sand or manufactured sand meeting the gradation given in Table 1 to fill sandbags. 3. Filled sandbags must be 24 to 30 inches long, 16 to 18 inches wide, and 6 to 8 inches thick. Table 1 CITY OF FORT WORTH VCWRF SLUDGE THICKENING IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. CO2647 April 2020 3t2500-4 EROSION AND SEDIMENT CONTROL Page 4 of 9 Sand Gradation Sieve # Maximum Retained (% by Weight) 4 3 percent 100 80 percent 200 95 percent G. Temporary Sediment Control Fence 1. Provide a net -reinforced fence using woven geo-textile fabric. 2. Logos visible to the traveling public will not be allowed. a. Fabric 1) Provide fabric materials in accordance with DMS-6230, "Temporary Sediment Control Fence Fabric." b. Posts 1) Provide essentially straight wood or steel posts with a minimum length of 48 inches, unless otherwise shown on the Drawings. 2) Soft wood posts must be at least 3 inches in diameter or nominal 2 x 4 inch 3) Hardwood posts must have a minimum cross-section of 1-1/2 x 1-1/2 inch 4) T- or L-shaped steel posts must have a minimum weight of 1.3 pounds per foot. c. Net Reinforcement 1) Provide net reinforcement of at least 12-1/2 gauge galvanized welded wire mesh, with a maximum opening size of 2 x 4 inch, at least 24 inches wide, unless otherwise shown on the Drawings. d. Staples 1) Provide staples with a crown at least 3/4 inch wide and legs 1/2 inch long. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Storm Water Pollution Prevention Plan 1. Develop and implement the project's Storm Water Pollution Prevention Plan (SWPPP) in accordance with the TPDES Construction General Permit TXR150000 requirements. Prevent water pollution from storm water runoff by using and maintaining appropriate structural and nonstructural BMPs to reduce pollutants discharges to the MS4 from the construction site. B. Control Measures 1. Implement control measures in the area to be disturbed before beginning construction, or as directed. Limit the disturbance to the area shown on the Drawings or as directed. CITY OF FORT WORTH VCWRF SLUDGE THICKENING IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. CO2047 April 2020 312500-5 EROSION AND SEDIMENT CONTROL Page 5 of 9 2. Control site waste such as discarded building materials, concrete truck washout water, chemicals, litter and sanitary waste at the construction site. 3. If, in the opinion of the Engineer, the Contractor cannot control soil erosion and sedimentation resulting from construction operations, the Engineer will limit the disturbed area to that which the Contractor is able to control. Minimize disturbance to vegetation. 4. Immediately correct ineffective control measures. Implement additional controls as directed. Remove excavated material within the time requirements specified in the applicable storm water permit. 5. Upon acceptance of vegetative cover by the City, remove and dispose of all temporary control measures, temporary embankments, bridges, matting, falsework, piling, debris, or other obstructions placed during construction that are not a part of the finished work, or as directed. C. Do not locate disposal areas, stockpiles, or haul roads in any wetland, water body, or streambed. D. Do not install temporary construction crossings in or across any water body without the prior approval of the appropriate resource agency and the Engineer. E. Provide protected storage area for paints, chemicals, solvents, and fertilizers at an approved location. Keep paints, chemicals, solvents, and fertilizers off bare ground and provide shelter for stored chemicals. F. Installation and Maintenance 1. Perform work in accordance with the TPDES Construction General Permit TXR150000. 2. When approved, sediments may be disposed of within embankments, or in areas where the material will not contribute to further siltation. 3. Dispose of removed material in accordance with federal, state, and local regulations. Remove devices upon approval or when directed. a. Upon removal, finish -grade and dress the area. b. Stabilize disturbed areas in accordance with the permit, and as shown on the Drawings or directed. 5. The Contractor retains ownership of stockpiled material and must remove it from the project when new installations or replacements are no longer required. G. Rock Filter Dams for Erosion Control 1. Remove trees, brush, stumps and other objectionable material that may interfere with the construction of rock filter dams. 2. Place sandbags as a foundation when required or at the Contractor's option. 3. For Types 1, 2, 3, and 5, place the aggregate to the lines, height, and slopes specified, without undue voids. 4. For Types 2 and 3, place the aggregate on the mesh and then fold the mesh at the upstream side over the aggregate and secure it to itself on the downstream side with wire ties, or hog rings, or as directed. 5. Place rock filter dams perpendicular to the flow of the stream or channel unless otherwise directed. CITY OF FORT WORTH VCWRF SLUDGE THICKENING IMPROWMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. CO2647 April 2020 312500-6 NROSION AND SEDIMENT CONTROL Page 6 of 9 6. Construct filter dams according to the following criteria, unless otherwise shown on the Drawings: a. Type 1 (Non -reinforced) 1) Height -At least 18 inches measured vertically from existing ground to top of filter dam 2) Top Width - At least 2 feet 3) Slopes - At most 2:1 b. Type 2 (Reinforced) 1) Height - At least 18 inches measured vertically from existing ground to top of filter dam 2) Top Width - At least 2 feet 3) Slopes - At most 2:1 c. Type 3 (Reinforced) 1) Height - At least 36 inches measured vertically from existing ground to top of filter dam 2) Top Width - At least 2 feet 3) Slopes - At most 2:1 d. Type 4 (Sack Gabions) 1) Unfold sack gabions and smooth out kinks and bends. 2) For vertical filling, connect the sides by lacing in a single loop —double loop pattern on 4- to 5-inches spacing. At 1 end, pull the end lacing rod until tight, wrap around the end, and twist 4 times. At the filling end, fill with stone, pull the rod tight, cut the wire with approximately 6 inches remaining, and twist wires 4 times. 3) For horizontal filling, place sack flat in a filling trough, fill with stone, and connect sides and secure ends as described above. 4) Lift and place without damaging the gabion. 5) Shape sack gabions to existing contours. e. Type 5 1) Provide rock filter dams as shown on the Drawings. H. Construction Entrances l . When tracking conditions exist, prevent traffic from crossing or exiting the construction site or moving directly onto a public roadway, alley, sidewalk, parking area, or other right of way areas other than at the location of construction entrances. 2. Place the exit over a foundation course, if necessary. a. Grade the foundation course or compacted subgrade to direct runoff from the construction exits to a sediment trap as shown on the Drawings or as directed. 3. At drive approaches, make sure the construction entrance is the full width of the drive and meets the length shown on the Drawings. a. The width shall beat least 14 feet for 1-way and 24 feet for 2-way traffic for all other points of ingress or egress or as directed by the Engineer. 1. Earthwork for Erosion Control 1. Perform excavation and embankment operations to minimize erosion and to remove collected sediments from other erosion control devices. a. Excavation and Embankment for Erosion Control Measures 1) Place earth dikes, swales or combinations of both along the low crown of daily lift placement, or as directed, to prevent runoff spillover. CITY OF FORT WORTH VCWRF SLUDGE THICKENING IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO, CO2647 April 2020 3125Of) -7 EROSION AND SEDIMENT CONTROL Page 7 of 9 2) Place swales and dikes at other locations as shown on the Drawings or as directed to prevent runoff spillover or to divert runoff. 3) Construct cuts with the low end blocked with undisturbed earth to prevent erosion of hillsides. 4) Construct sediment traps at drainage structures in conjunction with other erosion control measures as shown on the Drawings or as directed. 5) Where required, create a sediment basin providing 3,600 cubic feet of storage per acre drained, or equivalent control measures for drainage locations that serve an area with 10 or more disturbed acres at 1 time, not including offsite areas. b. Excavation of Sediment and Debris 1) Remove sediment and debris when accumulation affects the performance of the devices, after a rain, and when directed. J. Sandbags for Erosion Control 1. Construct a berm or dam of sandbags that will intercept sediment -laden storm water runoff from disturbed areas, create a retention pond, detain sediment and release water in sheet flow. 2. Fill each bag with sand so that at least the top 6 inches of the bag is unfilled to allow for proper tying of the open end. 3. Place the sandbags with their tied ends in the same direction. 4. Offset subsequent rows of sandbags 1/2 the length of the preceding row. 5. Place a single layer of sandbags downstream as a secondary debris trap. 6. Place additional sandbags as necessary or as directed for supplementary support to berms or dams of sandbags or earth. K. Temporary Sediment -Control Fence 1. Provide temporary sediment -control fence near the downstream perimeter of a disturbed area to intercept sediment from sheet flow. 2. Incorporate the fence into erosion -control measures used to control sediment in areas of higher flow. Install the fence as shown on the Drawings, as specified in this Section, or as directed. a. Post Installation 1) Embed posts at least 18 inches deep, or adequately anchor, if in rock, with a spacing of 6 to 8 feet and install on a slight angle toward the run-off source. b. Fabric Anchoring 1) Dig trenches along the uphill side of the fence to anchor 6 to 8 inches of fabric. 2) Provide a minimum trench cross-section of 6 x 6 inches 3) Place the fabric against the side of the trench and align approximately 2 inches of fabric along the bottom in the upstream direction. 4) Backfill the trench, then hand -tamp. c. Fabric and Net Reinforcement Attachment 1) Unless otherwise shown under the Drawings, attach the reinforcement to wooden posts with staples, or to steel posts with T-clips, in at least 4 places equally spaced. 2) Sewn vertical pockets may be used to attach reinforcement to end posts. 3) Fasten the fabric to the top strand of reinforcement by hog rings or cord every 15 inches or less. CITY OF FORT WORTH VCWRF SLUDGE THICKENING IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. CO2647 April 2020 31 2500-8 EROSION AND SEDIMENT CONTROL Page 8 of d. Fabric and Net Splices 1) Locate splices at a fence post with a minimum lap of 6 inches attached in at least 6 places equally spaced, unless otherwise shown under the Drawings. a) Do not locate splices in concentrated flow areas. 2) Requirements for installation of used temporary sediment -control fence include the following: a) Fabric with minimal or no visible signs of biodegradation (weak fibers) b) Fabric without excessive patching (more than 1 patch every 15 to 20 feet) e) Posts without bends d) Backing without holes 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD loRl SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. Waste Management 1. Remove sediment, debris and litter as needed. 3.11 CLOSEOUT ACTIVITIES A. Erosion control measures remain in place and are maintained until all soil disturbing activities at the project site have been completed. B. Establish a uniform vegetative cover with a density of 70 percent on all unpaved areas, on areas not covered by permanent structures, or in areas where permanent erosion control measures (i.e. riprap, gabions, or geotextiles) have been employed. 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE A. Install and maintain the integrity of temporary erosion and sedimentation control devices to accumulate silt and debris until earthwork construction and permanent erosion control features are in place or the disturbed area has been adequately stabilized as determined by the Engineer. B. If a device ceases to function as intended, repair or replace the device or portions thereof as necessary. C. Perform inspections of the construction site as prescribed in the Construction General Permit TXR150000. D. Records of inspections and modifications based on the results of inspections must be maintained and available in accordance with the permit. CITY OF FORT WORTH VCWRF SLUDGE THICKENING IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. CO2647 Apri12020 312500-9 EROSION AND SE DIMENI' CON'CROI. Page 9 of 9 3.14 ATTACHMENTS [NOT USED] 13I►111f] aLl 019111 [f ei Revision Log HATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH VCWRF SLUDGE THICKENING IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. CO2647 April 2020 THIS PAGE INTENTIONALLY BLANK DIVISION 32 EXTERIOR IMPROVEMENTS EMENT THIS PAGE INTENT OVALLY BLANK 3201 17 - 1 PERMANENT ASPIiALT PA V ING REPAIR Page l of 5 SECTION 32 0117 PERMANENT ASPHALT PAVING REPAIR PART1- GENERAL 1.1 SUMMARY A. Section includes: I. Flexible pavement repair to include, but not limited to: a. Utility cuts (water, sanitary sewer, drainage, franchise utilities, etc.) b. Warranty work c. Repairs of damage caused by Contractor d. Any permanent asphalt pavement repair needed during the course of construction B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 03 34 16 — Concrete Base Material for Trench Repair 4. Section 32 12 16 — Asphalt Paving 5. Section 32 13 13 — Concrete Paving 6. Section 33 05 10 Utility Trench Excavation, Embedment and Backfill 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Asphalt Pavement Repair a. Measurement 1) Measurement for this Item will be by the Iinear foot of Asphalt Pavement Repair based on the defined width and roadway classification specified in the Drawings. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid price per linear foot of Asphalt Pavement Repair, c. The price bid shall include: 1) Preparing final surfaces 2) Furnishing, loading, unloading, storing, hauling and handling all materials including freight and royalty 3) Traffic control for all testing 4) Asphalt, aggregate, and additive 5) Materials and work needed for corrective action 6) Trial batches 7) Tack coat Crry OF FoR,r WORTI I VCWRF SLUDGE T UCKENTNG IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. CO2647 April 2020 3201 17 - 2 PERMANENT ASPHALT PAVING REPAIR Page 2 of 5 8) Removal and/or sweeping excess material Asphalt Pavement Repair for Utility Service Trench a. Measurement 1) Measurement for this item will be by the linear foot of Asphalt Pavement Repair centered on the proposed sewer service line measured from the face of curb to the limit of the Asphalt Pavement Repair for the main sewer line. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid price per linear foot of "Asphalt Pavement Repair, Service" installed for: a) Various types of utilities c. The price bid shall include: 1) Preparing final surfaces 2) Furnishing, loading, unloading, storing, hauling and handling all materials including freight and royalty 3) Traffic control for all testing 4) Asphalt, aggregate, and additive 5) Materials and work needed for corrective action 6) Trial batches 7) Tack coat 8) Removal and/or sweeping excess material Asphalt Pavement Repair Beyond Defined Width a. Measurement 1) Measurement for this Item will be by the square yard for asphalt pavement repair beyond pay limits of the defined width of Asphalt Pavement Repair by roadway classification specified in the Drawings. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per square yard of Asphalt Pavement Repair Beyond Defined Width. c. The price bid shall include: 1) Preparing final surfaces 2) Furnishing, loading, unloading, storing, hauling and handling all materials including freight and royalty 3) Traffic control for all testing 4) Asphalt, aggregate, and additive 5) Materials and work needed for corrective action 6) Trial batches 7) Tack coat 8) Removal and/or sweeping excess material 4. Extra Width Asphalt Pavement Repair a. Measurement 1) Measurement for this Item will be by the square yard for surface repair (does not include base repair) for: a) Various thicknesses b. Payment CITY OF FORT WORTH VC WRF SLUDGE THICKENING IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATCON DOCUMLNI'S CITY PRoiF.c'r NO. CO2647 April 2020 3201 17 - 3 PERMANENT ASPIIALT PAVING REPAIR Page 3 of 5 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per square yard of Extra Width Asphalt Pavement Repair c. The price bid shall include: 1) Preparing final surfaces 2) Furnishing, loading, unloading, storing, hauling and handling all materials including freight and royalty 3) Traffic control for all testing 4) Asphalt, aggregate, and additive 5) Materials and work needed for corrective action 6) Trial batches 7) Tack coat 8) Removal and/or sweeping excess material 1.3 REFERENCES A. Definitions 1. H.M.A.C. — Hot Mix Asphalt Concrete 1.4 ADMINISTRATIVE REQUIREMENTS A. Permitting 1. Obtain Street Use Permit to make utility cuts in the street from the Transportation and Public Works Department in conformance with current ordinances. 2. The Transportation and Public Works Department will inspect the paving repair after construction. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS A. Asphalt Pavement Mix Design: submit for approval: see Section 32 12 16. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.4 QUALITY ASSURANCE [NOT USED] 1.11 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.12 FIELD CONDITIONS A. Place mixture when the roadway surface temperature is 45 degrees F or higher and rising unless otherwise approved. CITY OF FORT WORTH VCWRF SLUDGE THICKENING IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. CO2647 April 2020 320E 17-4 PERMANENT ASPHALT PAVING REPAIR Page 4 of 5 1.13 WARRANTY [NOT USED] PART 2- PRODUCTS 2.1 OWNER -FURNISHED [NOT USED] 2.2 MATERIALS A. BackPill 1. See Section 33 05 10. B. Base Material 1. Concrete Base Material for Trench Repair: See Section 03 34 16. 2. Concrete Base: See Section 32 13 13. C. Asphalt Paving: see Section 32 12 16, 1. H.M.A.C. paving: Type D. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. Surface Preparation 1. Mark pavement cut for repairs for approval by the City. 2. Contractor and City meet prior to saw cutting to confirm limits of repairs. 3.4 INSTALLATION A. General 1. Equipment a. Use machine intended for cutting pavement. b. Milling machines may be used as long as straight edge is maintained. 2. Repairs: In true and straight lines to dimensions shown on the Drawings. 3. Utility Cuts a. In a true and straight line on both sides of the trench b. Minimum of 12 inches outside the trench walls c. If the existing flexible pavement is 2 feet or less between the lip of the existing gutter and the edge of the trench repair, remove the existing paving to such gutter. 4. Limit dust and residues from sawing from entering the atmosphere or drainage facilities. B. Removal Ctl'Y OF FOKI' WOR"1'1-1 VCwRF SLUDGE THICKENING IMPROVF,MFNTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS MY PROJECTNO. CO2647 April 2020 3201 17 - 5 PI RMANFNT ASPHALT PAVING REPAIR Pagc 5 of 5 1. Use care to prevent fracturing existing pavement structure adjacent to the repair area. C. Base 1. Install replacement base material as specified in Drawings. D. Asphalt Paving 1. H.M.A.0 placement: in accordance with Section 32 12 16 2. Type D surface mix 3. Depth: as specified in Drawings 4. Place surface mix in lifts not to exceed. 3 inches. 5. Last or top lift shall not be less than 2 inches thick. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH VCWRF SLUDGE THICKENING; IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. CO2647 April 2020 THIS PAGE INTENTIONALLY BLANK 320129-1 CONCRETE PAVING REPAIR SECTION 32 0129 CONCRETE PAVING REPAIR PARTI- GENERAL 1.1 SUMMARY A. Section includes: Page t of Concrete pavement repair to include, but not limited to: a. Utility cuts (water, sanitary sewer, drainage, etc.) b. Warranty work c. Repairs of damage caused by Contractor d. Any other concrete pavement repair needed during the course of construction B. Deviations from this City of Port Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: I . Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 3. Section 32 01 18 - Temporary Asphalt Paving Repair 4. Section 32 12 16 - Asphalt Paving 5. Section 32 13 13 - Concrete Paving 6. Section 33 05 10 - Utility Trench Excavation, Embedment and Backfill 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment l . Concrete Pavement Repair [When panel replacement is not required for utility trench repair, repair width is to include the width beyond the trench shown in the Drawings as well as any additional width required around structures. There is no differentiation between main line trench repair and service line trench repair for concrete roadways because the quantity is measured by square yard.] a. Measurement 1) Measurement for this Item shall be by the square yard of Concrete Pavement Repair for various: a) Street types 2) Limits of repair will be based on the time of service of the existing pavement. The age of the pavement will need to be determined by the Engineer through coordination with the City. For pavement ages: a) 10 years or less: repair entire panel b) Greater than 10 years: repair to Iimits per Drawings b. Payment l) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per square yard of Concrete Pavement Repair c. The price bid shall include: 1) Shaping and fine grading the placement area CITY OF FORT WORTH VCWRF SLUDGE THICKENING IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. CO2647 April 2020 320129-2 CONCRF,TF. PAVING REPAIR Page 2 of 4 2) Furnishing and applying all water required 3) Furnishing, loading and unloading, storing, hauling and handling all concrete 4) Furnishing, loading and unloading, storing, hauling and handling all base material 5) Mixing, placing, finishing and curing all concrete 6) Furnishing and installing reinforcing steel 7) Furnishing all materials and placing longitudinal, warping, expansion and contraction joints, including all steel dowels, dowel caps and load transmission units required, wire and devices for placing, holding and supporting the steel bar, load transmission units, and joint filler in the proper position; for coating steel bars where required by the Drawings 8) Sealing joints 9) Monolithically poured curb 10) Cleanup 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Permitting 1. Obtain Street Use Permit to make utility cuts in the street from the Transportation and Public Works Department in conformance with current ordinances. 2. Transportation and Public Works Department will inspect paving repair after construction. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Concrete Mix Design: submit for approval in accordance with Section 32 13 13. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS A. Weather Conditions: Place concrete as specified in Section 32 13 13. 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS A. Embedment and Backfill: see Section 33 05 10. B. Base material: Concrete base: see Section 32 13 13. CITY OF FORT WORTH VCWRF SLUDGE THICKENING IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCIWFN'rS CITY PROTECT NO. CO2647 April 2020 3201 29 - 3 CONCRETE PAVING REPAIR Page 3 of 4 C. Concrete: see Section 32 13 13, 1. Concrete paving: Class H or Class HES. 2. Replace concrete to the specified thickness. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. Replace a continuous section if multiple repairs are closer than 10 feet apart from edge of one repair to the edge of a second repair. B. If the cut is to be covered, use steel plates of sufficient strength and thickness to support traffic. 1. Construct a transition of hot -mix or cold -mix asphalt from the top of the steel plate to the existing pavement to create a smooth riding surface. a. Hot -mix or cold -mix asphalt: conform to the requirements of Section 32 12 16. C. Surface Preparation: mark pavement cut repairs for approval by the City. 3.4 INSTALLATION A. Sawing 1. General a. Saw cut perpendicular to the surface to full pavement depth. b. Saw cut the edges of pavement and appurtenances damaged subsequent to sawing to remove damaged areas. c. Such saw cuts shall be parallel to the original saw cut and to neat straight lines. 2. Sawing equipment a. Power -driven b. Manufactured for the purpose of sawing pavement c. In good operating condition d. Shall not spall or facture concrete adjacent to the repair area 3. Repairs: In true and straight lines to dimensions shown on the Drawings 4. Utility Cuts a. In a true and straight line on both sides of the trench b. Minimum of 12 inches outside the trench wails 5. Prevent dust and residues from sawing from entering the atmosphere or drainage facilities. B. Removal 1. Use care in removing concrete to be repaired to prevent spalIing or fracturing concrete adjacent to the repair area. C. Base: as specified in Drawings CITY OF FORT WOR111 VCWRF SLUDGE THICKENING IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. CO2647 April 2020 320129-4 CONCRETE PAVING REPAIR Page 4 of 4 D. Concrete Paving I. Concrete placement: in accordance with Section 32 13 13. 2. Reinforce concrete replacement: as specified in Drawings 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME, SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2.A — Modified Items to be included in price bid; Added blue text for clarification of repair width on utility trench repair 2.2.C.1 — Changcd to Class P to Class 1-1 CITY OF FORT WORTH VC WRI+ SLUDGE THICKENING IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. CO2647 April 2020 32 13 20 - 1 CONCRETE SIDEWALKS, DRIVEWAYS AND BARIUM FREE RAMPS Page 1 of SECTION 32 13 20 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Concrete sidewalks 2. Driveways 3. Barrier free ramps B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 3. Section 02 41 13 - Selective Site Demolition 4. Section 32 13 13 - Concrete Paving S. Section 32 13 73 - Concrete Paving Joint Sealants 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Concrete Sidewalk a. Measurement 1) Measurement for this Item shall be by the square foot of completed and accepted Concrete Sidewalk in its final position for various: a) Thicknesses b) Types b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per square foot of Concrete Sidewalk. c. The price bid shall include: 1) Excavating and preparing the subgradc 2) Furnishing and placing all materials 2. Concrete Curb at Back of Sidewalk (6 to 12 inch max) a. Measurement 1) Measurement for this Item shall be by the linear foot of completed and accepted Concrete Curb at the Back of Sidewalk within the 6 to 12 inch curb height at back of walk in its final position. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of Concrete Curb at the Back of Sidewalk. c. The price bid shall include: 1) Excavating and preparing the subgrade Cfi'Y OF FORT WORTH VCWRF SLUDGE THICKENING IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. CO2647 April 2020 321320-2 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 2 of 6 2) Furnishing and placing all materials, including concrete and reinforcing steel 3) Excavation in back of "retaining" curb 4) Furnishing, placing, and compacting backfill 3. Concrete Driveway a. Measurement 1) Measurement for this Item shall be by the square foot of completed and accepted Concrete Driveway in its final position for various: a) Thicknesses b) Types 2) Dimensions will be taken from the back of the projected curb, including the area of the curb radii and will extend to the limits specified in the Drawings. 3) Sidewalk portion of drive will be included in driveway measurement. 4) Curb on drive will be included in the driveway measurement. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per square foot of Concrete Driveway. c. The price bid shall include: 1) Excavating and preparing the subgrade 2) Furnishing and placing all materials 4. Barrier Free Ramps a. Measurement 1) Measurement for this Item shall be per each Barrier Free Ramp completed and accepted for various: a) Types b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each "Barrier Free Ramp" installed. c. The price bid shall include: 1) Excavating and preparing the subgrade 2) Furnishing and placing all materials 3) Curb Ramp 4) Landing and detectable warning surface as shown on the Drawings 5) Adjacent flares or side curb 1.3 REFERENCES A. Abbreviations and Acronyms TAS Texas Accessibility Standards 2. TDLR Texas Department of Licensing and Regulation B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Society for Testing and Materials (ASTM) a. D545, Test Methods for Preformed Expansion Joint Fillers for Concrete Construction (Non -extruding and Resilient Types) CTTY OF FORT WORTH VCWRF SLUDGE THICKENING IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. CO2647 April 2020 0 321320-3 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Pagc 3 of 6 b. D698, Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lbf/ft3) 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Mix Design: submit for approval. Section 32 13 13. B. Product Data: submit product data and sample for pre -cast detectable warning for barrier free ramp. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS A. Weather Conditions: Placement of concrete shall be as specified in Section 32 13 13 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 2.2 EQUIPMENT AND MATERIALS A. Forms: wood or metal straight, free from warp and of a depth equal to the thickness of the finished work. B. Concrete: see Section 32 13 13. 1. Unless otherwise shown on the Drawings or detailed specifications, the standard class for concrete sidewalks, driveways and barrier free ramps is shown in the following table: Standard Classes of Pavement Concrete Class of Minimum 28 Day Min. Maximum Course Concrete' Cementitious, Compressive Water/ Aggregate Lb./CY Strength'- Cementitious Maximum psi Ratio Size, inch A 470 3000 0,58 1-1/2 C. Reinforcement: see Section 32 13 13. 1. Sidewalk, driveway and barrier free ramp reinforcing steel shall be 0 deformed bars at 18 inches on -center -both -ways at the center plane of all slabs, unless otherwise shown on the Drawings or detailed specifications. D. Joint Filler 1. Wood Filler: see Section 32 13 13. 2. Pre -Molded Asphalt Board Filler a. Use only in areas where not practical for wood boards. CITY OF FORT WORTH VCWRF SLUDGE THICKENING IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. CO2647 April 2020 321320-4 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 4 of b. Pre -molded asphalt board filler: ASTM D545. c. Install the required size and uniform thickness and as specified in Drawings. d. Include 2 liners of 0.016 asphalt impregnated kraft paper filled with a mastic mixture of asphalt and vegetable fiber and/or mineral filler. E. Expansion Joint Sealant: see Section 32 13 73 where shown on the Drawings. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. Surface Preparation 1, Excavation: Excavation required for the construction of sidewalks, driveways and barrier free ramps shall be to the lines and grades as shown on the Drawings or as established by the City. 2. Fine Grading a. The Contractor shall do all necessary filling, leveling and fine grading required to bring the subgrade to the exact grades specified and compacted to at least 90 percent of maximum density as determined by ASTM D698. b. Moisture content shall be within minus 2 to plus 4 of optimum. c. Any over -excavation shall be repaired to the satisfaction of the City. B. Demolition / Removal 1. Sidewalk, Driveway and/ or Barrier Free Ralnp Removal: see Section 02 41 13. 3.4 INSTALLATION A. General 1. Concrete sidewalks shall have a minimum thickness of 4 inches. 2. Sidewalks constructed in driveway approach sections shall have a minimum thickness equal to that of driveway approach or as called for by Drawings and specifications within the limits of the driveway approach. 3. Driveways shall have a minimum thickness of 6 inches. Standard cross -slopes for walks shall be 2 percent max in accordance with current TAS/TDLR guidelines. The construction of the driveway approach shall include the variable height radius curb in accordance with the Drawings. 4. All pedestrian facilities shall comply with provisions of TAS including location, slope, width, shapes, texture and coloring. Pedestrian facilities installed by the Contractor and not meeting TAS must be removed and replaced to meet TAS (no separate pay). B. Forms: Forms shall be securely staked to line and grade and maintained in a true position during the depositing of concrete. C. Reinforcement: see Section 32 13 13. D. Concrete Placement: see Section 32 13 13. CITY OF FOR"t' WOWITI 'VCWRF SLUDGE-rH1CKENTNG IMPROVEMENTS STANDARD C(7NCTR11( T'ION SPECIFICATION DOCUMENTS CITY PROJECT NO. CO2647 April 2020 32 13 20 - 5 CONCRETE STDFWALKS, DRIVEWAYS AND BARRTER FREE, RAMPS Page 5 of 6 E.. Finishing 1. Concrete sidewalks, driveways and barrier Free ramps shall be finished to a true, even surface. 2. Trowel and then brush transversely to obtain a smooth uniform brush finish. 3. Provide exposed aggregate finish if specified. 4. Edge joints and sides shall with suitable tools. F. Joints 1. Expansion joints for sidewalks, driveways and barrier free ramps shall be formed using redwood. 2. Expansion joints shall be placed at 40 foot intervals for 4 foot wide sidewalk and 50 foot intervals for 5 foot wide and greater sidewalk. 3. Expansion joints shall also be placed at all intersections, sidewalks with concrete driveways, curbs, fonnations, other sidewalks and other adjacent old concrete work. Similar material shall be placed around all obstructions protruding into or through sidewalks or driveways. 4. All expansion joints shall be 112 inch in thickness. 5. Edges of all construction and expansion joints and outer edges of all sidewalks shall be finished to approximately a 1/2 inch radius with a suitable finishing tool. 6. Sidewalks shall be marked at intervals equal to the width of the walk with a marking tool. 7. When sidewalk is against the curb, expansion joints shall match those in the curb. G. Barrier Free Ramp 1. Furnish and install brick red color pre -cast detectable warning Dome -Tile, manufactured by StrongGo Industries or approved equal by the City. 2. Detectable warning surface shall be a minimum of 24-inch in depth in the direction of pedestrian travel, and extend to a minimum of 48-inch along the curb ramp or landing where the pedestrian access route enters the street. 3. Locate detectable warning surface so that the edge nearest the curb line is a minimum of 6-inch and maximum of 8-inch from the extension of the face of the curb. 4. Detectable warning Dome -Tile surface may be curved along the colorer radius. 5. Install detectable warning surface according to manufacturer's instructions. CITY OF FORT WORTH VCWRF SLUDGE THICKENING IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO, CO2047 April 2020 321320-6 CONCRETE SIDFWAI,KS, D.RFVF WAYS AND FARRIER FREE RAMPS Page 6 of'6 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2.A3 -- Measurement and Payment for Barrier Free Ramps modified to match updated City Details 4/30/2013 F. Griffin Corrected Part 1, L2, A, 3, b, 1 to read; from ... square foot of Concrete Sidewalk. to ...each `Barrier Free Ramp" installed. June 5, 2018 M Owen Revised Measurement and Payment.section. CITY OF FORT WORTH VCWRF SLUDGE THICKENING IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. CO2647 April 2020 321613-1 CONCRETE CURB AND GUYIERS AND VALLEY ou'riERS Page 1 of 6 SECTION 32 16 13 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: I. Concrete Curbs and Gutters 2. Concrete Valley Gutters B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division I - General Requirements 3. Section 02 41 13 - Selective Site Demolition 4. Section 32 13 13 - Concrete Paving 5. Section 32 13 73 - Concrete Paving Joint Sealants 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Concrete Curb and Gutter a. Measurement 1) Measurement for this Item shall be by the linear foot of Concrete Curb and Gutter. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of Concrete Curb and Gutter complete and in place by curb height. c. The price bid shall include: 1) Preparing the subgrade 2) Furnishing and placing all materials, including foundation course, reinforcing steel, and expansion material 2. Concrete Valley Gutter a. Measurement 1) Measurement for this Item shall be by the square yard of Concrete Valley Gutter. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per square yard of Concrete Valley Gutter complete and in place for: a) Various street types CITY OF PORT WORTH VCWRF SLUDGF THICKENING IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. CO2647 April 2020 32 16 13 -2 CONCRTsTE CURB AND GUYIERS AND VALLEY GU'I"1'ER.S Page 2 of 6 c. The price bid shall include: 1) Preparing the subgrade 2) Furnishing and placing all materials, including foundation course, reinforcing steel, and expansion material 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 ACTION SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.4 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS A. Weather Conditions: See Section 32 13 13. 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER FURNISHED PRODUCTS [NOT USED] 2.2 EQUIPMENT AND MATERIALS A. Forms: See Section 32 13 13. B. Concrete: 1. Unless otherwise shown on the Drawings or detailed specifications, the standard class for concrete curb, gutter, and curb & gutter is shown in the following table: Standard Classes of Pavement Concrete Class of Minimum 28 Day Min, Maximum Course Concrete Cementitious, Compressive Water/ Aggregate L,b./CY Strength Cementitious Maximum psi Ratio Size, inch A 470 3000 0.58 1-1/2 C. Reinforcement: See Section 32 13 13. D. Joint Filler 1. Wood Filler: see Section 32 13 13. 2. Pre -Molded Asphalt Board Filler a. Use only in areas where not practical for wood boards b. Pre -molded asphalt board filler: ASTM D545 CITY OF FORT WORTH VCWRF SLUDGE THICKENING IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. CO2647 April 2020 32 10 13 -3 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 3 of 6 c. Install the required size and uniform thickness and as specified in the Drawings. d. Include two liners of 0.016 asphalt impregnated kraft paper filled with a mastic mixture of asphalt and vegetable fiber and/or mineral filler. E. Expansion Joint Sealant: See Section 32 13 73. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] 1.7�:71.1[c� �1:� �Cfi111 Y [i1►1 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. Demolition / Removal: See Section 02 41 13. 3.4 INSTALLATION A. Forms 1. Extend forms the full depth of concrete. 2. Wood forms: minimum of 1-1/2 inches in thickness 3. Metal Forms: a gauge that shall provide equivalent rigidity and strength 4. Use acceptable wood or metal forms for curves with a radius of less than 250 feet. 5. All forms showing a deviation of 1/8 inch in 10 feet from a straight line shall be rejected. B. Reinforcing Steel l . Place all necessary reinforcement for City approval prior to depositing concrete. 2. All steel must be free from paint and oil and all loose scale, rust, dirt and other foreign substances. 3. Remove foreign substances from steel before placing. 4. Wire all bars at their intersections and at all laps or splices. 5. Lap all bar splices a minimum of 20 diameters of the bar or 12 inches, whichever is greater. C. Concrete Placement 1. Deposit concrete to maintain a horizontal surface. 2. Work concrete into all spaces and around any reinforcement to form a dense mass free from voids. 3. Work coarse aggregate away from contact with the forms 4. Hand -Laid Concrete Curb and gutter a. Shape and compact subgrade to the lines, grades and cross section shown on the Drawings. b. Lightly sprinkle subgrade material immediately before concrete placement. c. Deposit concrete into forms. CITY OF FORT WORTH VCWRF SLUDGE THICKENING IMPROVEMENTS STANDARD CONSTRUC"CION SPECIFICATION DOCUMENTS CrrY PROJECT NO. CO2647 April 2020 32 16 13-4 CONCRETE CURB AND GUTFE.RS AND VALLEY GUTrERS Page 4 of 6 d. Strike off with a template 1/4 to 318 inch less than the dimensions of the finished curb, unless otherwise approved. Machine -Laid Concrete Curb and Gutter a. Hand -tamp and sprinkle subgrade material before concrete placement. b. Provide clean surfaces for concrete placement. c. Place the concrete with approved self-propelled equipment. 1) The forming tube of the extrusion machine or the form of the slipform machine must easily be adjustable vertically during the forward motion of the machine to provide variable heights necessary to conform to the established gradeline. d. Attach a pointer or gauge to the machine so that a continual comparison can be made between the extruded or slipform work and the grade guideline. e. Brush finish surfaces immediately after extrusion or slipforming. 6. Hand -Laid Concrete -- Concrete Valley Gutter: See Section 32 13 13. Expansion joints a. Place expansion joints in the curb and gutter at 200-foot intervals and at intersection returns and other rigid structures. b. Place tooled joints at 15-foot intervals or matching abutting sidewalk joints and pavement joints to a depth of 1-1/2 inches. c. Place expansion joints at all intersections with concrete driveways, curbs, buildings and other curb and gutters. d. Make expansion joints no less than 1/2 inch in thickness, extending the full depth of the concrete. e. Make expansion joints perpendicular and at right angles to the face of the curb. f. Neatly trim any expansion material extending above the finished to the surface of the finished work. g. Make expansion joints in the curb and gutter coincide with the concrete expansion joints. h. Longitudinal dowels across the expansion joints in the curb and gutter are required. i. Install 3 No. 4 round, smooth bars, 24 inches in length, for dowels at each expansion joint. j. Coat 1/2 of the dowel with a bond breaker and terminate with a dowel cap that provides a minimum of 1 inch free expansion. k. Support dowels by an approved method. D. Curing: see Section 32 13 13. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Inspections 1. Steel reinforcement placement 2. Headed bolts and studs 3. Verification of use of required design mixture 4. Concrete placement, including conveying and depositing 5. Curing procedures and maintenance of curing temperature CITY OF FORT WORTH VCWRF SLUDGE THICKENING IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO, CO2647 April 2020 32 16 13 -5 CONCRETE CURB AND GU'ITERS AND VALLEY GUf`rERS Page 5 of 6 B. Concrete Tests: Perform testing of fresh concrete sample obtained according to ASTM. C172 with the following requirements: . Testing Frequency: Obtain I fresh concrete sample for each day's pour of each concrete mixture exceeding 5 cubic yard, but less than 150 cubic yard, plus 1 set for each additional 150 cubic yard or fraction thereof. 2. Slump: ASTM C 143; 1 test at point of placement for each concrete sample, but not less than I test for each day's pour of each concrete mixture. Perform additional tests when concrete consistency appears to change. 3. Air Content: ASTM C23I, pressure method, for normal -weight concrete; 1 test for each sample, but not less than I test for each day's pour of each concrete mixture. 4. Concrete Temperature: ASTM C1064; 1 test for each concrete sample. 5. Compression Test Specimens: ASTM C31. a. Cast and laboratory cure 3 cylinders for each fresh concrete sample. 1) Do not transport field cast cylinders until they have cured for a minimum of 24 hours. 6. Compressive -Strength Tests: ASTM C39; a. Test 1 cylinder at 7 days. b. Test 2 cylinders at 28 days. 7. Upload test results into Buzzsaw within 48 hours of testing. Reports of compressive -strength tests shall contain Project identification name and number, date of concrete placement, name of concrete tester and inspector, location of concrete batch in Work, design compressive strength at 28 days, concrete mixture proportions and materials, compressive breaking strength, and type of break for both 7- and 28-day tests. 8. Additional Tests: Additional tests of concrete shall be made when test results indicate that slump, air entrainment, compressive strengths, or other City specification requirements have not been met. The Lab Services division may conduct or request tests to determine adequacy of concrete by cored cylinders complying with ASTM C42 or by other methods as directed by the Project Manager. a. When the strength level of the concrete for any portion of the structure, as indicated by cylinder tests, falls below the specified requirements, provide improved curing conditions and/or adjustments to the mix design as required to obtain the required strength. If the average strength of the laboratory control cylinders falls so low as to be deemed unacceptable, follow the core test procedure set forth in ACT 301, Chapter 17. Locations of core tests shall be approved by the Project Engineer. Core sampling and testing shall be at Contractors expense. b. If the results of the core tests indicate that the strength of the structure is inadequate, any replacement, load testing, or strengthening as may be ordered by the Project Engineer shall be provided by the Contractor without cost to the City. 9. Additional testing and inspecting, at Contractor's expense, will be performed to determine compliance of replaced or additional work with specified requirements. 10. Correct deficiencies in the Work that test reports and inspections indicate does not comply with the Contract Documents. 3.8 SYSTEM STARTUP [NOT USED] CITY OF FORT WORTH VCWRF SLUDGE THICKENING IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. CO2647 April 2020 3216 13 -6 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] Page 6 of 6 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2.A.2. Modified payment item to vary by street type 10/05/2016 Z. Arega Added Subsection 2.2.B.1 and Subsection 3.7 CITY OF .FORT WORTII VCWRF SLUDGE THICKENING IMPROVEMENTS STANDARD CONSTRUCTION SPECFFICATION DOCUMENTS CITY PROJECT NO. CO2647 April 2020 DIVISION 33 UTILITIES TEAS PAGE INTENTIONALLY BLANK 330102 PIPING SPECIALTIES r 1.00 GENERAL 1.01 SCOPE OF WORK A. Furnish all labor and materials required and installed complete and ready for operation, all appurtenances as shown on the Drawings or as specified. B. The appurtenances shall include, but not be limited to the following: (Note: All items listed below may not be required in this Contract). 1. Mechanical Type Wall Seals 2, Service Clamps 3. Harnessing and Restraint 4. Sleeve Couplings (Dresser type) 5. Flanged Coupling Adapters 6. Quick Connect Couplings 7. Expansion/Vibration Joints (Fittings) 8. Modular Mechanical Expanding Rubber Seals 9. Pipe Supports 10. Floor Drains 11. Wall and Floor Fittings 12. Gauges and Accessories 13. Valve Operators 14. Strainers 15. Corporation Stops 16. Appurtenances and Miscellaneous Items 17. Pipe Coupling 18. Copper Pipe and Fittings 1.02 SUBMITTALS A. Submit shop drawings in accordance with Section 0133 0 "Submittals". They shall show as a minimum all details and materials of construction and dimensions. B. Submit operating and maintenance instruction in compliance with Section 0178 23 "Operations and Maintenance Data"., 1.03 REFERENCE STANDARDS A. American National Standards Institute (ANSI): ANSI B2.1. B. American Society for Testing and Materials (ASTM): Piping Specialties 33 0102 - 1 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 1. ASTM A 126 - Specification for Gray Iron Castings for Valves, Flanges, and Pipe Fittings. 2. ASTM A 183 - Specification for Carbon Steel Track Bolts and Nuts. 3. ASTM A 278 - Specification for Gray Iron Castings for Pressure Containing Parts for Temperatures Up to 650 degrees F. 4. ASTM B 62 - Specification for Composition Bronze or Ounce Metal Castings. 5. ASTM B 88 - Specification for Seamless Copper Water Tube. 6. ASTM A 536 - Specification for Ductile Iron Castings. C. American Water Works Association (AWWA): AWWA C 606 - Grooved and Shouldered Joints. D. Federal Specifications (F.S.): MIL-C-27487. 1.04 QUALITY ASSURANCE A. Items listed herein shall be products of manufacturers who have a minimum of five (5) years experience in the manufacture of the particular equipment item to be furnished. 1.05 GUARANTEE AND WARRANTY A. The product shall be warranted and guaranteed per the General Conditions of the Specifications. 2.00 PRODUCTS 2.01 GENERAL A. joint, size and material - unless otherwise noted or required by the Owner: 1. Joints referred to herein shall be of the same nominal diameter as the pipe or fittings they are connected to. 2. Appurtenance shall be of the same nominal diameter as the pipe or fittings they are connected to. 3. All mechanical couplings, flange adapters, restraint harness, etc. shall be supplied with 316L SS hardware. B. Insure that valves and appurtenances have ends/joints that are compatible with, and may be fastened to the adjoining pipe. This may mean furnishing special adaptors as required. These adaptors shall be suitable for direct bury, with proper dielectric insulation and as a minimum, if metallic non -stainless steel or galvanized, coated with two coats of Coal Tar Epoxy. 2.02 MECHANICAL TYPE WALL SEALS A. Mechanical type seals shall consist of an adjustable modular bolted, synthetic rubber and plastic sealing element as shown on Drawings. The sealing element shall be Link -Seal LS-300- C as manufactured by Enpro Industries., or equal. Associated hardware shall be 316L SS. 2.03 SERVICE CLAMPS Piping Specialties 33 01 02 - 2 FTW17498 --- VCWRE Sludge Thickening Improvements City Project No. CO2647 A. Service clamps shall have malleable or ductile iron bodies which extend at least 360 degrees around the circumference of the pipe and shall have neoprene gaskets cemented to the saddle body. Bodies shall be tapped for IPS. Clamps shall be of the double strap design. B. Service clamps shall be IPS service clamps as manufactured by Mueller Co., or equal. 2.04 HARNESSING AND RESTRAINT A. Unless otherwise noted, size and material for tie rods, clamps, plates, and hex nuts shall be as shown on the Drawings, or in the AWWA Manual M-11. Manufactured restraining clamp assemblies shall be as manufactured by Stellar Corporation or fabricated equal. B. All flexible couplings and flanged coupling adaptors shall be harnessed. Harnesses shall conform to AWWA Manual M-11 except as modified by the Drawings or this specification. C. Restrained joints (such as welded, locking mechanical joints) shall be of the type specified with the individual type of pipe. If not specified, restrained (locking) mechanical joint pipe shall be of the manufactures standard design utilizing a locking device (ring or ears) integrally cast with the pipe. D. The Contractor shall be responsible for anchorage including restraint as noted in elsewhere in Division 33. E. Restrained flange adapters shall be used in lieu of threaded or welded flanged spool pieces or at locations where dimensional constraints exist. Flanged adapters shall be made of ductile iron conforming to ASTM A536 and have flange bolt circles that are compatible with ANSI/AWWA C110/A21.10 (125#/Class 150 Bolt Pattern). 1. Restraint for flange adapter shall consist of a plurality of individual actuated gripping wedges to maximize restraint capability. Torque limiting actuating screws shall be used to insure proper initial set of gripping wedges. 2. The flange adapters shall be capable of deflection during assembly or permit lengths of pipe to be field cut to allow a minimum 0.6-inch gap between the end of the pipe and the mating flange without affecting the integrity of the seal. 3. All internal surfaces of the gasket ring (wetted parts) shall be lined with a minimum of 15 mils of fusion bonded epoxy conforming to the applicable requirements of ANSI/AWWA C213. Sealing gaskets shall be constructed of EPDM. The coating and gaskets shall meet ANSI/NSF-61. Exterior surfaces of the gasket ring shall be coated with a minimum of 6 mils of fusion bonded epoxy conforming to the applicable requirements of ANSI/AWWA C116/A21.16. 4. The flange adapter shall be the Series 2100 MEGAFLANGE° Restrained Flange Adapter as produced by EBAA Iron, Inc. or equal. 2.05 SLEEVE TYPE COUPLING ("DRESSER TYPE") A. Unless otherwise specified with the individual type of pipe, sleeve type couplings ("Dresser" type) shall be for buried pipe applications ITT (Smith Blair) Style 411, Dresser Style 38, Romac Style 400, or equal. Carbon steel or ductile iron construction with fusion bonded epoxy finish and Type 316 stainless steel hardware. If restrained couplings are indicated, use Romac Style 400RG couplings or equal. Piping Specialties 33 01 02 - 3 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 2.06 FLANGE COUPLING ADAPTORS A. Ductile iron or carbon steel construction with fusion bonded epoxy coating and Type 316 Stainless steel hardware, specifically designed for use with the type of pipe proposed. Furnish Dresser Style 128, Smith -Blair 911, Romac FCG, or equal by Smith -Blair. For restrained flange coupling adapters furnish Smith -Blair 911, Romac RFCA, or equal. 2.07 QUICK CONNECT COUPLINGS A. Couplings shall be of the cam and groove type consisting of a male adapter and female receiver. Male adapters shall be designed to receive a female coupler without requiring threading, bolting, or tools. Male end with NPT pipe connection. Connections shall remain tight and leakproof under pressures up to 100 psi at 0-degress F. Each adapter shall be furnished with a dust cap complete with an 18-inch long security chain of corrosion resistant material. Polypropylene construction and Type 316 stainless steel hardware and chain. Couplings shall be Cam Lever Couplings by Banjo Corporation, Poly ProQuick by Industrial Thermoplastic Solutioins, Ever-tite by Morris Coupling Company, or equal. B. Adapters shall be furnished in accordance with the Drawings or as required by the installation. 2.08 WALL AND FLOOR FITTINGS A. Wall and floor castings, unless otherwise specified with the individual type of pipe, shall be ductile iron of the style shown on the Drawings with integral exterior water stop, standard models as manufactured by American Cast Iron Pipe Company, Clow, U.S. Pipe, or equal. B. For plastic pipe or other pipe 2-1/2 inch diameter or less wall and floor fittings shall be ASTM A120, Schedule 40 steel sleeves with exterior steel water stop, all hot dipped galvanized after fabrication. 2.09 VALVE OPERATORS (INCLUDING FLOOR BOXES) A. The valve manufacturer shall supply and integrally mount all operators on valves at the factory. The valves and their individual operators shall be shipped as a unit. B. Unless otherwise noted, valves shall be manually operated; non -buried valves shall have an operating wheel, handle or lever mounted on the operator; buried valves shall have a non - rising stem with an AWWA 2-inch nut. C. Unless otherwise required by the Owner, all manual operating input shafts shall turn to the left (counter -clockwise) to open the valve. D. Each operating device shall have cast on it the work (OPEN) and an arrow indicating the direction of operation. E. Floor boxes for operating nuts recessed in concrete floors shall be standard cast iron type, cast -in -place with fastening top. Chain wheel operators shall be supplied for all valves: Valves larger than 3 inch in diameter whose centerline is 8 ft. or more above the floor, where required for accessibility of valve operator, or as indicated on the Drawings. Chains shall be galvanized and loop within four feet of the floor. Piping Specialties 33 0102 - 4 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 G. Unless otherwise noted, gear operators shall be provided for: All valves with operating shafts of larger than 8 inch nominal diameter (unless otherwise noted); for all buried valves with their operating shaft mounted horizontally (butterfly, plug, etc.); where specified and/or indicated on the Drawings; where manual operator effort is greater than 40 ft-Ibs. Gear operators shall normally be of the beveled type with output shaft perpendicular to valve shaft, having a removable handwheel mounted on the output shaft. Gearing shall be machine -cut steel designed for smooth operator. Bearings shall be permanently lubricated, provided to take all thrusts and seals provided to contain lubricants. Housings shall exclude moisture and dirt. Manual operator input effort to the handwheel shall be a maximum of 40 ft-Ibs. for operator the valve from full open to full close, under line pressure. Gear operators shall indicate valve position and have adjustable stops. 2.10 STRAINERS A. "Y" Type Strainers: Manual strainers furnished for pipe diameters smaller than 2 inches in diameter shall be "Y" type, capable of removing solids 0.01 inches diameter and larger. The strainer body shall be of semi -steel construction for steel pipe, and brass or bronze for copper pipe and shall conform to ASTM A278, Class 30. Strainers on plastic pipe shall be of the same material as the pipe. Strainer elements, including woven wire mesh, shall be constructed of stainless steel. Design of the strainer body shall be such that the clean -out plug and screw may be easily removed to permit inspection and cleaning without disassembly of inlet and outlet piping. End connections shall be ANSI screwed pipe threads. Sufficient spare screens shall be furnished for replacement of all "Y" type units at least once. Strainers shall be designed for a maximum operating pressure of 150 prig. They shall be as manufactured by GA Industries, Inc., or equal. 2.11 CORPORATION STOPS A. Corporation stops shall be of bronze or brass, and shall be designed and manufactured in accordance with AWWA Standard C800, except as modified herein. Corporation stops shall have Mueller inlet threads, except that corporation stops for use with service clamps shall have IPS threads. Where corporation stops are used with plastic pipe, a brass companion flange shall be provided on the outlet of each corporation stop. 2.12 APPURTENANCES AND MISCELLANEOUS ITEMS A. Gaskets, glands, bolts, nuts, and other required hardware shall be provided for connection of piping and appurtenances. Bolts and nuts shall be high strength, Type 316 stainless steel. Gaskets for flanges shall be full face and suitable for 200 degrees F operating temperature, unless higher temperature required on individual systems. B. Plugs, caps and similar accessories shall be of the same material as the pipe, and of the locking type, unless otherwise noted. C. Unions shall be of the same material as the pipe. D. Special dialectric protective tape shall be fabric reinforced petroleum tape as manufactured by Denso, Inc., or equal. Piping Specialties 33 07 02 - 5 FTW17498— VCWRF Sludge Thickening Improvements City Project No. CO2647 2.13 PIPE COUPLINGS A. Dresser style pipe couplings where shown on the Plans shall be Dresser Industries or approved equal, for same pressure rating as adjoining pipe. Couplings shall comprise a steel center band, steel gland rings, gaskets, and bolts. Provide thrust harness in accordance with AWWA Manual M11 where shown on the Plans. B. Victaulic style couplings shall be in accordance with AWWA C606.. Pipe shall have shouldered or collared ends for positive thrust anchorage. C. Split -sleeve mechanical couplings shall consist of housing, gasket assembly, bolts and nuts, and end rings as required for restraint. Couplings shall be Depend-O-Lok as manufactured by Brico Industries, Inc., or an approved equal. Coupling housing shall be manufactured from ASTM A36 Carbon Steel. Couplings installed underground shall receive a Bitumastic coating. D. Where Victaulic couplings or restrained Dresser type couplings are shown on the Drawings for water service pipes, split -sleeve "F by F" type couplings will be allowed, provided the split -sleeve coupling is suitable for the pressures and thrust requirements, and fits in the space available for coupling. Where unrestrained Dresser couplings are shown, split -sleeve "F by E" type couplings will be allowed. 2.14 COPPER PIPE AND FITTINGS A. Copper pipe for water service shall be Type "K" hard -drawn copper tubing. Connections shall be made using cast brass or copper sweat fittings and Sil-Fos or approved equal hard solder. Union adaptors shall be used at ends of copper lines and at connections to equipment so that piping can be disconnected without unsoldering the joints. B. Joints in copper piping shall be soldered with ANSI/ASME B32, Grade 95TA solder. Before making up joints, copper shall be cleaned to bright metal with emery cloth and treated with nonacid type flux. 3.00 EXECUTION 3.01 INSTALLATION GENERAL A. Items shall be installed per Manufacturer's instructions in the locations shown. Damage to items shall be repaired to the satisfaction of the Owner before they are installed. Install brackets, extension rods, guides, the various types of operators and appurtenances as shown on the Drawings that are in masonry floors or walls, and install concrete inserts for hangers and supports as soon as forms are erected and before concrete is poured. Before setting items, check Drawings which have a direct bearing on their location to be responsible for the proper location of these appurtenances during construction of structures. C. Items shall be carefully inspected for defects in construction and materials; debris and foreign material cleaned out of openings, etc.; operating mechanisms operated to check their proper functioning, and nuts and bolts checked for tightness. Equipment which does not operate easily, or is otherwise defective, shall be repaired or replaced. D. Where installation is covered by a referenced Standard Specification, installation shall be in accordance with that Specification, except as herein modified. Piping Specialties 33 01 02 - 6 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 E. Unless otherwise noted, joints for items shall be made up utilizing the same procedures as specified under the applicable type connecting pipe joint. 3.02 INSTALLATION OF SLEEVE (DRESSER) TYPE COUPLINGS A. Unless otherwise required by the manufacturer's instructions, prior to installation of sleeve - type couplings, pipe ends shall be cleaned thoroughly for a distance of at least 12 inches. Soapy water may be used as a gasket lubricant. A follower and gasket, in that order, shall be slipped over each pipe to a distance of about 6 inches from the end, the middle ring shall be placed on the already installed pipe and shall be inserted into the middle ring flair and brought to proper position in relation to the pipe already laid. The gaskets and followers shall then be pressed evenly and firmly into the middle ring flares. B. After the bolts have been inserted and nuts have been made up fingertight, diametrically opposite nuts shall be progressively and uniformly tightened around the joint, by use of a torque wrench of the appropriate size and torque for the bolts. C. The correct torque as indicated by a torque wrench shall not exceed 75 ft-lb for 5/8 inch bolts and 90 ft-lb for 3/4 inch bolts. D. If a wrench other than a torque wrench is used, it should be no longer than 12 inches so that when used by the average person the above torque values shall not be exceeded. E. To prevent sleeve -type couplings from pulling apart under pressure, a suitable harnessing or flange clamp assembly shall be provided and installed where shown on the Drawings, or required elsewhere under Division 15 concerning Anchorage. F. Note the additional locations required for sleeve couplings per Part 2 of this Section. 3.03 FLANGED COUPLINGS ADAPTERS A. Flanged coupling adapters shall be installed in strict accordance with the coupling manufacturer's recommendations. After the pipe is in place and bolted tight, the proper locations of holes for the anchor studs shall be determined and the pipe shall be field -filled. Holes for anchor studs shall be drilled completely through the wall pipe. Hole diameter shall not be more than 1/8 inch larger than the diameter of the stud projection. The inner surface of couplings shall be prepared for coating in accordance with instructions of the coating manufacturer and shall then be coated with liquid epoxy in accordance with ANSI/AWWA C210. The remaining surfaces, except flange mating surfaces, shall be cleaned and shop primed with universal primer. 3.04 INSTALLATION OF EXPANSION/VIBRATION ISOLATION FITTINGS A. Piping systems shall be aligned prior to installation of expansion fittings. Alignment shall be provided by fitting a rigid pipe spool in place of the expansion joint. Prior to testing of the piping system, the pipe spool shall be replaced with the specified expansion fitting. B. in addition to the locations noted on the Drawings, and in Part 2 of this Section, expansion fittings and anchors shall be located and spaced as specified by the Expansion Joint Manufacturer's Association under ambient conditions. They shall not be installed during times of temperature extreme or in a fully compressed or fully expanded condition. C. Manufacturer shall provide field representative during installation of expansion joints. Piping Specialties 33 0102 - 7 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 D. Manufacturer's field representative shall certify installation of expansion joints. 3.05 INSTALLATION OF WALL AND FLOOR FITTINGS A. Wall pipes and pipe sleeves embedded in concrete walls, floors, and slabs shall be embedded as shown. Support all pipes embedded in concrete walls, floors, and slabs with form work to prevent contact with the reinforcing steel. 3.06 INSTALLATION OF OTHER EQUIPMENT, APPURTENANCES AND MISCELLANEOUS ITEMS A. Unions and wall fitting shall be installed as indicated on the Drawings. B. Hardware and appurtenances shall be installed as required and in accordance with the Manufacturer's recommendations, as acceptable to the Owner. C. Use teflon tape on screwed fittings. 3.07 FIELD PAINTING A. Coate in accordance with Section 09 96 00.01— High Performance Coatings. END OF SECTION Piping Specialties 33 01 02 - 8 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 33 05 01.02 DUCTILE IRON PIPE AND FITTINGS 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install ductile iron pipe and fittings, including taps, connections, and appurtenances as required for a functional system as indicated herein. Unless otherwise noted, all above grade exposed pipe, fittings, and appurtenances shall be flanged while below grade piping, fittings and appurtenances shall be mechanical joint or push on joints. Trenching, backfilling, and pipe embedment shall be as shown on the Drawings and in accordance with Section 3123 33 "Trenching and Backfill." 1.02 QUALITY ASSURANCE A. Factory Testing: The manufacturer shall perform all tests as required byAWWA C151. Welded outlets shall be hydrostatically tested at a pressure of 250 psi for a period of 1 hour. No leakage shall be allowed. Experience Requirements: Pipe shall be the product of a manufacturer who has a minimum of 10 years' successful experience manufacturing pipe of the particular type specified and the total pipeline shall be the product of one pipe manufacturer. The manufacturer shall have a minimum of 10 years' successful experience in the design and manufacturing of pipe joints of similar design, working pressure, pipe diameter and wall thickness as specified. C. Pipe Classification: Pipe manufacturer shall manufacture the pipe to meet the installation conditions, cover depth, and bedding and backfill requirements as shown on the Drawings or specified and furnish the correct class of pipe to meet these conditions. If additional requirements are required, pipe manufacturer shall coordinate their requirements with the Contractor. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00 "Submittals" and shall include: Record Data: Catalog data, including dimensions of new pipe and fittings and recommendations for handling and storage; details of lining and coating; thrust restraint provisions; hydrostatic pressure test plan and results; affidavit stating the pipe furnished complies with AWWA C151, AWWA C104, AWWA C110, AWWA C111, and these specifications; mill certificates, including chemical and physical test results for each heat of metal, if requested during pipe manufacturing operations; record drawings, including a schematic location -profile and a tabulated layout schedule, referenced to the pipeline stationing. 2. Shop Drawings: Mechanical joint connections; connections to differing pipe materials. Ductile Iron Pipe and Fittings 33 05 01.02 -1 FTW17498 —VCWRF Sludge Thickening Improvements City Project No. CO2647 1.04 STANDARDS A. Except as modified herein, the applicable provisions of the following standards shall apply as if written here in their entirety: 1. American Water Works Association (AWWA) Standards: AWWA C104 Standard for Cement Mortar Lining for Ductile Iron Pipe and Fittings AWWA C105 Standard for Polyethylene Encasement for Ductile Iron Piping AWWA C110 Standard for Ductile Iron and Gray Iron Fittings AWWA C111 Standard for Rubber Gasket Joints for Ductile Iron Pipe and Fittings AWWA C150 Standard for Thickness Design of Ductile iron Pipe AWWA C151 Standard for Ductile Iron Pipe AWWA C153 Standard for Ductile -Iron Compact Fittings for Water Service AWWA C600 Standard for Installation of Ductile Iron Water Mains and Appurtenances AWWA C606 Grooved and Shouldered Joints 2. Steel Structures Painting Council (SSPC) Standard: SSPC SP6, Commercial Blast Cleaning. 3. All ductile iron pipe and fittings for potable water systems shall conform to American National Standards/National Science Foundation (ANSI/NSF) Standard 61 and must be certified by an organization accredited by ANSI. 1.05 DELIVERY AND STORAGE A. Handling and storage of pipe and fittings shall comply with AWWA C600 and the manufacturer's recommendations. 1.06 GUARANTEES A. The product shall be warranted and guaranteed per the General Conditions of the Specifications. 2.00 PRODUCTS 2.01 MATERIALS A. Ductile Iron Pipe: 1. Ductile iron pipe shall be made of ductile iron in accordance with AWWA C151. All ductile iron pipe shall have a minimum working pressure as indicated in Section 3.02. Pipe shall be rated for pressure in accordance with AWWA C151 for pressure class of pipe as indicated in Section 3.02. Standard joint length shall be 18 to 20 feet. Flanged ductile iron pipe shall be in accordance with AWWA C115. 2. Pipe manufacturer shall manufacture the pipe to meet the installation conditions, cover depth, and bedding and backfill requirements as shown on the Drawings or specified and furnish the correct class of pipe to meet these conditions. Ductile Iron Pipe and Fittings 33 05 01.02 - 2 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 B. Fittings: Fittings shall be ASTM A536 ductile iron orASTM A48 cast iron in accordance with AWWA C110 or AWWA C153. Fittings shall be rated for a minimum working pressure of 250 psi, unless specified otherwise. Factory welded outlets may be used in lieu of tee fittings for 18-inch and larger tee fittings. Factory welded outlets shall have a minimum pressure rating of 250 psi. Factory welded outlets may not be used near sources of vibration, such as pump stations or roads. C. Joints for Pipe and Fittings: 1. Joints shall be in accordance with AWWA C110, AWWA C111, and AWWA C151. Standard joints for ductile iron pipe and fittings shall be push -on. Where indicated, joints shall be mechanical joint, flanged, or grooved. 2. Flanged joints shall have pressure ratings equal to or greater than adjacent pipe. Flange pattern shall match pattern of valve, fitting, or appurtenance to be attached. Flanges on ductile iron pipe shall be ductile iron. Flange nuts and bolts shall be 316 stainless steel. 3. Where indicated, grooved joints in accordance with AWWA C606 shall be used. Grooved joints shall be flexible unless indicated otherwise. All grooved joint couplings and fittings shall be of a single domestic manufacturer. 4. Mechanical joint tee head bolts and nuts shall be 316 stainless steel Wan coated high strength, low -alloy corrosion resistant steel. D. Provisions for Thrust: 1. Thrust at bends, tees, plugs, or other fittings shall be resisted by restrained joints. 2. Restrained joints shall be used for a sufficient distance from each bend, tee, plug, or other fitting to resist thrust which will be developed at the design pressure of the pipe. For the purpose of thrust restraint, design pressure shall be 1.5 times the design working pressure indicated in Section 3.02. The length of pipe with restrained joints to resist thrust forces shall be determined by the pipe manufacturer in accordance with Thrust Restraint Design for Ductile Iron Pipe, Ductile Iron Pipe Research Association using the following parameters: a. Laying condition equal AWWA C600 Type 4 bedding. b. If polyethylene encasement is used, restrained length shall be doubled to account for reduced soil to pipe friction resistance. 4. Where indicated and where required for thrust restraint, joints shall be restrained. Restrained joints shall be mechanically interlocking joints or mechanical wedge action type. Mechanically interlocking joints shall be U.S. Pipe "TR Flex", American Ductile Iron Pipe "Flex Ring", or Clow Corporation "Super -Lock". Mechanical wedge action joint restraints shall be Mega -Lug Series 1100, or approved equal. Actuating bolts and nuts shall be ductile iron in accordance with ASTM A536. Field welding shall not be allowed. Restrained joints shall be capable of sustaining the design pressure as specified herein. E. Coating: 1. Coat the exterior of piping which is submerged or exposed to the atmosphere in accordance with Section 09 96 00.01 "High -Performance Coatings." 2. Coat the exterior of buried pipe and fittings with a 1 mil bituminous coating in accordance with AWWA C110 and AWWA C151, unless specified otherwise. In addition Ductile Iron Pipe and Fittings FTW17498 — VCWRF Sludge Thickening Improvements 330501.02-3 City Project No. CO2647 to the factory applied asphaltic coating, all buried ductile iron pipe and fittings shall have a tube -type polyethylene encasement. Polyethylene encasement shall be 2 layers of linear low -density polyethylene (LLDPE) film, total minimum thickness of 8 mils in accordance with AWWA C105; or a single layer of high -density, cross laminated polyethylene (HDCLPE) film, minimum thickness of 4 mils in accordance with AWWA C105. Both ends of the pipe shall be thoroughly sealed with adhesive tape or plastic tie straps at the joint overlap. Place circumferential wraps of tape at 2-foot intervals along the barrel of the pipe to minimize the space between the encasement and the pipe. F. Lining: 1. Potable and nonpotable (service water) piping and fittings shall have a cement mortar lining in accordance with AWWA C104 and bituminous seal coat. Thickness of lining shall be as specified in AWWA C104, 2. Lining for all other ductile iron pipes and fittings shall be factory installed Protecto 401 Ceramic Epoxy Lining by Enduron or American Polybond Plus (fusion bonded epoxy and fusion bonded polyethylene) or an approved equal. Lining primers, applications, and thicknesses shall be in accordance with manufacturer's recommendations for sanitary sewer applications, but shall not be less than 40 mils. G. Flexible Joint Couplings: 1. Flexible joint couplings shall be Dresser Style 38, Rockwell Style 411, Victaulic Depend-0- Lok - E x E, Type II or approved equal, unless otherwise shown. 2. Provide restrained flexible joint couplings or restrained flexible joints on all pipes connecting to concrete structures and at other locations shown on the Drawings. Restrained flexible couplings shall be Victaulic Depend-O-Lok F x F Type II or approved equal. Restrained flexible joints shall be U.S. Pipe "TR Flex", American Ductile Iron Pipe "Flex Ring", Clow Corporation "Super -Lock", or approved equal. 3.00 EXECUTION 3.01 INSTALLATION A. General: Install ductile iron pipe, fittings, specials, valves, and hydrants in accordance with AWWA C600 and the Specifications. Trenching and backfilling shall be in accordance with 3123 33 "Trenching and BackfilL" Before lowering into the trench, inspect each joint of pipe. Pipe will then be accepted, rejected, or repaired. Pipe Laying: Lower pipe, fittings, and special castings into trench by crane or other suitable method. Do not roll in or "dump" into the trench. Handle pipe and fittings with belts, slings, or other equipment designed to prevent damage to the pipe and coating. Remove dirt and trash that may be in the barrel of the pipe, on the spigot or in the bell while the pipe is suspended. Keep the pipe clean during the laying operation and free of sticks, dirt, and trash, and at the close of each operating day seal the open end of the pipe with a gasketed night cap. Do not lay pipe in water. C. Pipe Alignment: Install pipe and fittings to the line and grade indicated. In areas where the line and grade indicated cannot be achieved using standard manufactured bends and fittings, make slight adjustments by deflecting joints. Joint deflections may not exceed the lesser of the maximum deflections stipulated in AWWA C600 or 75 percent of the Ductile Iron Pipe and Fittings 33 05 01.02 - 4 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 manufacturer's maximum recommended deflection. Use fittings as required to maintain pipe centerline within 2 feet of called centerline. Resolve any conflicts with existing utilities and structures. D. Joint Making: 1. Jointing Mechanical Joint Pipe: a. Joint this type of pipe in accordance with the manufacturer's recommendations, with uniform torque on bolts. b. After carefully cleaning both spigot and bell and after slipping the follower ring and gasket over the spigot end, slip the spigot into the bell. Apply a lubricant to the spigot to assist in assembly. c. Carefully seat the gaskets by hand to be even in the bell at all points. d. After drawing up the follower ring to uniform bearing against the gasket, insert the bolts and tighten by hand in pairs using bolts opposite each other. e. Tighten the nuts to hold the required pressure. Extension wrenches or pipes over wrench handles shall not be permitted. Use 10-inch ratchet wrenches to tighten the nuts to a uniform torque. f. The finished joint shall be watertight. 2. Making Flanged Joints: Erect flanged pipe in accordance with the controlling dimension as specified. Thoroughly clean each piece of flanged pipe to remove dirt, rust, grease, and other foreign matter. Thoroughly wire brush flanged faces to ensure even bearing for gaskets and mating flanges. Place full face gasket, use drift pins to align holes, and tighten flange bolts, each in turn, at a uniform torque around the joint. Finished joints shall be watertight. 3. Making Push -On Joints: a. The jointing of this type of joint shall be as recommended by the manufacturer. The procedure for jointing shall be generally as follows: 1). Thoroughly clean and dry the spigot and bell before starting the assembly of the joint. Wipe the gasket clean with a cloth. 2). Place the gasket into the gasket seat in the bell. 3). Apply a thin film of lubricant to the surface of the gasket that will come in contact with the entering pipe spigot. If necessary, also apply lubricant to the spigot. 4). Make the joint by exerting sufficient force on the entering pipe so that its plain end will move past the gasket to the seat of the bell. 5). If restrained joints are used, orient pipe to permit ease of assembly. Place locking device after installation of spigot into bell. 4. Making Grooved Joints: a. Grooved joints shall be fabricated and installed per AWWA C606. b. Grooved ends shall be clean and free from indentations, projections and roll marks in the area from pipe end to groove. Ductile Iron Pipe and Fittings 33 05 01.02 - S FTW17498 -- VCWRF Sludge Thickening Improvements City Project No. CO2647 c. Gaskets used with grooved joints shall be verified as suitable for the intended service. d. Install all grooved joint products in accordance with the manufacturer's latest installation instructions. 5. Making Split -Sleeve Coupling Joints: a. Exterior surfaces of the pipe shall be clean, smooth and free from weld beads, seams, scars, indentations, roll marks, exterior coatings and flat spots. b. Install split -sleeve couplings in accordance with the manufacturer's latest installation instructions. E. Polyethylene Encasement: Wrap buried bituminous coated ductile iron pipe in polyethylene encasement in accordance with AWWA C105. Repair or replace encasements which have tears, rips, or punctures in the polyethylene wrap. 3.02 FIELD QUALITY CONTROL A. Perform a hydrostatic test as specified in Section 33 05 05.31 "Hydrostatic Testing." B. Schedule Process A br iati n €'. ipe Diarrteter in Pressurerlxirg Pressure Gass BW 24 and Over 200 40 PSI D 12 and Under 350 5 PSI D 14 to 20 250 5 PSI FBS 12 and Under 350 40 PSI NPW 12 and Under 350 60 PSI PS 12 and Under 350 40 PSI PS 14 to 20 250 40 PSI PW 12 and Under 350 60 PSI RS 24 and Over 200 40 PSI SW 12 and Under 350 40 PSI TS 12 and Under 350 40 PSI TS TW 12 and Under 350 40 PSI WS 12 and Under 1 350 40 PSI END OF SECTION Ductile Iron Pipe and Fittings 33 05 01.02 - 6 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 33 05 01..09 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE AND FITTINGS 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install polyvinyl chloride (PVC) pressure pipe, appurtenances, and fittings to the diameters indicated for water supply and wastewater pressure piping. Trenching, backfilling, and pipe embedment shall be in accordance with Section 3123 33 "Trenching and Backfill". B. Other PVC Pipe: Drain, waste, and vent pipe shall be as specified in 22 00 02 "Plumbing". ) 1.02 QUALITY ASSURANCE A. Certification: Domestic water piping shall be approved by the Underwriters Laboratory and shall be accepted by the State Fire Insurance Commission for use in water distribution systems. PVC water pipe shall bear the seal of approval (or "NSF" 'mark) of the National Sanitation Foundation Testing Laboratory for potable water pipe. S. Design Criteria: The maximum allowable load for PVC pipe installations shall produce a maximum deflection of 4 percent. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00 "Submittals" and shall include: 1. Certified Test Reports from the Manufacturer's testing facility or an approved testing laboratory. 2. Shop Drawing including the following information: a. Manufacturer. b. Dimension ratio. c. Joint types. d. Gaskets material. e. Means of restraint. f. Manufacturer's recommendation for maximum deflected joint angle and minimum longitudinal bending radius g. Thrust restraint lengths and lay schedule as Shop Drawing. Lay schedule shall include the following: 1). Pipe class. 2). Joint type. 3). Fittings. 4). Stationing. 5). Transitions. 6). Joint deflection. Polyvinyl Chloride (PVC) Pressure Pipe and Fittings 33 05 01.09 - 1 FTW17498 —VCWRF Sludge Thickening Improvements City Project No. CO2647 3. Shop Drawing of Detectable Warning Tape. 1.04 REFERENCE SPECIFICATIONS A. Section 0133 00 "Submittals." B. Section 33 05 05.31, "Hydrostatic Testing." C. Section 3123 33 "Trenching and Backfill." 1.05 STANDARDS A. The applicable provisions of the following standards shall apply as if written here in their entirety. PVC piping and fittings shall be in full compliance with the applicable standards and specifications for each type of plastic pipe involved. Pipe may be rejected for failure to comply with any requirement of this Section. 1. American Society for Testing and Materials (ASTM) Standards: Standard Specification for Rigid Poly(Vinyl Chloride) (PVC) ASTM D1784 Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds ASTM D1785 Specification for Poly(Vinyl Chloride) (PVC) Plastic Pipe, Schedules 40, 80, and 120 ASTM D2241 Standard Specification for Poly(Vinyl Chloride) (PVC) Pressure -Rated PVC Pipe (SDR) Series Standard Specification for Threaded Poly(Vinyl Chloride) (PVC) Plastic ASTM D2464 Pipe Fittings, Schedule 80 Standard Specification for Poly(Vinyl Chloride) (PVC) Plastic Pipe ASTM D2466 Fittings Schedule 40 ASTM D2467 Standard Specification for Poly (Vinyl Chloride) (PVC) Plastic Pipe Fittings, Schedule 80 Standard Practice for the Two -Step (Primer and Solvent Cement) Method of Joining Poly (Vinyl Chloride) (PVC) or Chlorinated Poly ASTM D2855 (Vinyl Chloride) (CPVC) Pipe and Piping Components with Tapered Sockets Standard Specification for Joints for Plastic Pressure Pipes Using ASTM D3139 Flexible Elastomeric Seals Standard Test Method for Joint Restraint Products for Use with PVC ASTM F1674 Pipe 2. American Water Works Association (AWWA) Standards: AWWA C104 Cement -Mortar Lining for Ductile Iron Pipe and Fittings AWWA C105 Polyethylene Encasement for Ductile -Iron Pipe Systems AWWA C110 Ductile -Iron and Gray -Iron Fittings AWWA C153 Ductile -Iron Compact Fittings AWWA C605 Underground Installation of Polyvinyl Chloride (PVC) and Molecularly Oriented Polyvinyl Chloride (PVCO) Pressure Pipe and Fittings Polyvinyl Chloride (PVC) Pressure Pipe and Fittings 33 05 01.09 - 2 FTW17498— VCWRF Sludge Thickening Improvements City Project No. CO2647 0 AWWA C900 Poly Vinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4 through 60 Inches (100 mm Through 1,500 mm) AWWA M23 PVC Pipe — Design and Installation. AWWA M41 Ductile — Iron Pipe and Fittings 3. NSF International (NSF): NSF 61 Drinking Water System Components — Health Effects 4. Underwriters Laboratories, Inc. (UL). 1.06 DELIVERY AND STORAGE A. Store PVC material so that there is no exposure to sunlight. 2.00 PRODUCTS 2.01 MATERIALS A. PVC Pressure Piping in the Sludge Thickening Facility 1. Type 1, Grade 1, Polyvinyl Chloride, Schedule 80 pipe conforming to ASTM D1785. 2. Fittings: Solvent weld Schedule 80 PVC B. All Other PVC Pressure Piping: 1. Four inches and greater shall be Class 235 (DR18) C900 with cast iron outside dimension. 2. Smaller than 4 inches in size shall be Type 1, Grade 1, Polyvinyl Chloride, Schedule 80 pipe conforming to ASTM D1785. 3. For pipe 2 inches in diameter and smaller, joints shall be glued. 4. For pipe larger than 2 inches in diameter, joints shall be bell and spigot push -on type as specified in ASTM D3139. 5. PVC Pressure Pipe for potable water shall meet the requirements of NSF 61. 6. PVC Pressure Pipe for Sanitary Sewer shall conform to either C900 or ASTM D2241. 7. Fittings: 3- through 24-inch ductile iron and conforming to AWWA C110 or AWWA C153. Fittings for piping smaller than 3 inches shall be in accordance with ASTM D2466. 8, Thrust Restraint: Thrust restraint devices shall be Mega -lug or approved equal and shall be factory tested and pressure rated in accordance with ASTM F1674. a. Joint restraint devices shall be designed specifically for use with PVC pipe of the joint type and pressure rating specified. b. Restrained joints shall be used for a sufficient distance from each bend, tee, plug, valve or other fitting to resist thrust which will be developed at the design pressure of the pipe. For the purposes of thrust restraint, working pressure shall be 80 psi, design pressure shall be 1.5 times the design working pressure or the pipe pressure class indicated. Polyvinyl Chloride (PVC) Pressure Pipe and Fittings FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 330501.09-3 9. The length of pipe with restrained joints to resist thrust forces shall be the sole responsibility of and determined by the Pipe Manufacturer using the following parameters: a. Laying condition equal to AWWA C605 Type 3 bedding. b. Soil density = 100 pcf. 2.02 MARKINGS A. The Pipe Manufacturer shall mark the piping with the size and appropriate AWWA/ASTM Standard designations as applicable. 2.03 MATERIALS A. Schedule 80 PVC Pipe: ASTM D1785, Type 1, Grade 1, rigid, unplasticized PVC, normal impact, bearing NSF seal. Fitting shall be in accordance with ASTM D2464, D 2465, or D 2467, or AWWA C110 or C153. Schedule 40 pipe shall not be threaded. B. C 900 Pipe: Pipe shall meet the requirements of AWWA C900 with outside diameter equivalent to cast iron pipe, in accordance with AWWA C900, Table 2. Fittings shall be in accordance with AWWA C110 or C153. 3.00 EXECUTION 3.01 INSTALLATION A. Install pipe, fittings, and specials to the lines and grades indicated. Install hangers, brackets, supports, etc., at spacings as recommended by pipe manufacturer. Begin installation at the main supply line valve and make connections where indicated. Excavate trenches where required to alignment and depth specified or as required for proper installation of pipe. Carefully lower pipe, fittings, and specials into the trench to avoid damage to the pipe and/or fittings. Take necessary precautions to protect pipe during backfilling operations. Replace any damaged pipe before it is buried. Keep the pipe clean during laying operations, and seal the pipe against the entrance of objects at the close of each operating day. C. Place thrust restraint fittings at bends, tees, crosses, valves, and plugs in the pipe line in accordance with approved Shop Drawing lay schedule. D. Buried ductile iron fittings shall be double wrapped in 8mm high density polyethylene encasement in accordance with AWWA C105, repair or replace encasements which have tears, rips or punctures in the polyethylene wrap. E. The minimum cover for 1- to 4-inch PVC piping shall be 36 inches. For 6-inch PVC piping and larger, the minimum cover shall be 48 inches. F. For threaded joints not more than three threads at each pipe connection shall remain exposed after installation. Ream ends of pipe after threading and before assembly, to remove burrs. Threaded joints shall be made up with a suitable joint compound. Apply joint compound to male threads only. Polyvinyl Chloride (PVC) Pressure Pipe and Fittings 33 05 01.09 - 4 FTW17498 —VCWRF Sludge Thickening improvements City Project No. CO2647 G. Solvent weld joints shall be in accordance with ASTM D2855, and shall be made generally as follows: cut square and smooth the ends of the plastic pipe and wipe clean. Apply primer and solvent cement to the outside of the pipe and the inside of the fitting socket with a small brush. Immediately push the coated surfaces snugly together and rotate the pipe approximately one-half turn to insure uniform distribution of the cement. Remove the excess cement by wiping. Cement shall be of type which welds plastic surfaces together. Cement shall be as recommended by the Pipe Manufacturer and shall be compatible with the chemical conveyed. H. Push -on joints shall be in accordance with the manufacturer's instructions. Use of deflected joints shall be at 75 percent of the manufacturer recommendation or longitudinal deflection shall be 133 percent of the manufacturer's minimum radius. J. Joint lubricant shall be as recommended by the pipe manufacturer. 3.02 FIELD CONTROL HYDROSTATIC TESTING A. Test PVC pressure piping for leakage by a hydrostatic pressure test in accordance with Section 33 05 05.31 "Hydrostatic Testing". 3.03 PURGING OF WATER LINES A. Purge, sterilize, and test the constructed potable water lines in accordance with Section 33 10 13 "Disinfecting of Water Utility Distribution." 1. During construction operations, maintain the installed surfaces of the system, which come in contact with the City's water supply, in a sanitary condition. Every effort must be made to keep the inside of the pipe, fittings, and valves free of loose foreign matter. Should the Contractor's carrier be required to transport potable water to the job site for main testing, sterilize tankage and piping, including pumps used to transport or transfer potable water into the main. B. When the entire pipeline or selected sections have been completed and are ready for use, disinfect the line or section according to the following procedures: 3.04 SERVICE CONNECTIONS A. Make service connections in accordance with AWWA Manual M23 "PVC Pipe - Design and Installation" and the instructions from the Manufacturer. Use a service clamp or saddle to connect 2-inch and smaller services to PVC pipe sizes 4 to 12 inches. Use a ductile iron tapped tee to connect 3-inch service connections. 3.05 FIELD QUALITY CONTROL A. Do not enclose or cover any Work until inspected. END OF SECTION Polyvinyl Chloride (PVC) Pressure Pipe and Fittings 33 05 01.09 - 5 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 THIS PAGE INTENTIONALLY BLANK 33 05 05.31 HYDROSTATIC TESTING 1.00 GENERAL 1.01 SUBMITTALS A. Submit Test Reports per Section 0133 00 "Submittals." 1.02 1.02 LEAKAGE TESTS FOR STRUCTURES A. Test structures that will contain water on a full time or intermittent basis for leaks. Perform tests prior to installing equipment or materials within the structure. In the event that the structure fails to pass the test, drain the structure, repair the leaks, re -fill, and re -test the structure. Repeat tests until the structure passes the test. The Owner may repeat the test at any time during the correction period established in the General Conditions. B. Test the structure for leakage using the following procedure: 1. Determine the evaporation allowance for loss of water. a. Use a standard circular pan procedure established by the U.S. Weather Bureau to measure evaporation rate. b. Calculate evaporation allowance by multiplying the evaporation rate in gallons per 24 hours per square foot of surface area by the open surface area of the water in the structure. 2. Calculate the allowable leakage for the structure. Allowable leakage is calculated as 0.03 gallons per square foot of concrete area in contact with the water per 24 hours. 3. Fill the structure to the overflow level with water at a rate not to exceed 2 feet per hour. 4. Allow the structure to set for a minimum of 72 hours. 5. Observe the perimeter of the structure and identify all leaks. 6. Repair structure walls and floors where leaks have been identified. 7. Mark the water level at the structure wall. Measure the fall in water level over a 24- hour period to the nearest 1/8 inch at least twice a day to determine the quantity of water lost. Provide a stilling well for measurement if required to allow accurate measurement. 8. Calculate the amount of water lost during this time. 9. Compare the amount of water lost to the allowable loss. B. Drain the structure, determine the sources of leakage and repair if the amount of water lost exceeds the allowable leakage plus the evaporation allowance. 1.03 PIPING SYSTEMS A. Test Requirements: 1. Perform test on piping systems including piping installed between or connected to existing pipe. Hydrostatic Testing 33 05 05.31-1 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 2. Conduct tests on buried pipe to be hydrostatically tested after the trench is completely backfilled. If field conditions permit and if approved by the Engineer, partially backfill the trench and leave the joints open for inspection and conducting of the initial service leak test. Do not conduct the acceptance test until backfilling is complete. 3. Pneumatically test the buried piping and expose joints of the buried piping for the acceptance test. 4. Conduct the test on exposed piping after the piping is completely installed, including supports, hangers, and anchors, but prior to insulation and coating application. 5. Determine and remedy the cause of the excessive leakage for any pipe failing to meet the specified requirements for water or air tightness. 6. Tests must be successfully completed and reports filed before piping is accepted. 7. Submit a comprehensive plan and schedule for testing to the Engineer for review at least 10 days prior to starting each type of testing. 8. Remove and dispose of temporary blocking material and equipment after completion and acceptance of the piping test. 9. Repair any damage to the pipe coating. 10. Clean pipelines so they are totally free flowing prior to final acceptance. 11. Test piping independently from tests on structures. 12. Test method and test pressure depend upon the application of the piping. a. Pressure pipe is defined as piping that is part of a pumped or pressurized system. Perform test for pressure pipe per the procedures indicated in this section. b. Gravity pipe is defined as piping that depends upon the force of gravity for flow through the pipe, with the exception of process piping described in this section. Perform test for gravity pipe per the procedures indicated in this specification. Chemical processing lines are to be tested as pressure pipe regardless of the operating conditions. The test pressure is to be 1.5 times the pressure rating of the pipe. d. Process piping between hydraulic structures is to be considered as pressure pipe. The test pressure is to be the maximum hydrostatic head plus 10 feet. The maximum hydrostatic head is the difference in elevation of the pipe at its lowest point and the maximum.top of the wall. C. Pressure and Leakage Tests of Pressure Piping: 1. Perform hydrostatic pressure and leakage tests using methods, and per performance requirements of Section 5 of AWWA C600 regardless of pipe material tested. a. The pressure required for hydrostatic pressure test shall be 50 percent above the normal working pressure. If the normal working pressure cannot be determined, use the pipe pressure rating as the normal working pressure. b. Provide temporary plugs and blocking necessary to maintain the required test pressure. Where piping is cast in the walls for a structure, brace the walls prior to Hydrostatic Testing FTW17498 — VCWRF Sludge Thickening Improvements 330505.31-2 City Project No. CO2647 testing as required to prevent load of test pressure from being imposed upon the structure. c. Provide corporation cocks at least 3/4 inch in diameter, pipe riser, and angle globe valves at each pipe dead-end in order to bleed air from the line. d. Duration of pressure test shall beat least 24 hours. 2. Perform a separate leakage test after the pressure test: a. Perform test at maximum operating pressure as determined by the Engineer for a duration of not less than two (2) hours. b. Repair any visible leaks regardless of the total leakage shown by the test. c. Repair pipelines which fail to meet the test and retest as necessary until the results conform to the test requirements. d. Remove and replace defective materials, pipes, valves, and accessories. e. Test the pipelines in sections by shutting valves or installing temporary plugs as necessary. f. Fill the pipeline with water and remove the air. g. Maintain the test pressure in the pipe for the entire test period by means of a force pump. h. Accurately measure the water required to maintain the pressure. The amount of water required is a measure of the leakage. 3. The maximum allowable leakage is determined by the following formula: SD (P)1/Z L F Equation Teem Represents Measure L Maximum allowable leakage gallons per hour S Length of pipe tested feet D Nominal diameter of the pipe inches P Test pressure pounds per square inch gauge Pipe factor F Use 148,000 Ductile Iron Pipe and PVC Pipe. Use 133,200 for all other pipe types. a. Leakage is defined as the volume of water provided to maintain the test pressure after the pipe has been filled with water, the air expelled and the pipe brought to test pressure. b. Pipe with visible leaks or leakage exceeding the maximum allowable leakage is considered defective and must be corrected. D. Hydrostatic Leak Test -Gravity Flow Sewer Lines: Hydrostatic Testing 33 05 05.31- 3 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 1. Perform hydrostatic leak tests after backfilling. 2. The length of the pipe to be tested shall be such that the head over the crown of the upstream end is not less than 2 feet or 2 feet above the ground water level whichever is higher and the head over the downstream crown is not more than 6 feet. 3. Plug the pipe by pneumatic bags or mechanical plugs so that the air can be released from the pipe while it is being filled with water. 4. Continue the test for 1 hour and make provisions for measuring the amount of water required to maintain the water at a constant level during this period. 5. Remove the jointing material, and remake the joint if any joint shows any visible leakage or infiltration. 6. Remove and replace any defective or broken pipes. 7. Determine the maximum allowable leakage or infiltration by the following formula: CDS L= 126720 Equation Term L Represents Maximum allowable leakage Measure gallons per hour S Length of pipe tested feet D Nominal diameter of the pipe inches C Infiltration / exfiltration rate Use 50 for C outside of 25 year floodplain. Use 10 for C within 25 year floodplain. 8. Determine the rates of infiltration by means of V-Notch weirs, pipe spigot, or plugs in the end of the pipe. Methods, times, and locations are subject to the Engineer's approval. 9. Pipe with visible leaks or infiltration or exceeds the maximum allowable leakage or infiltration is considered defective and must be corrected. E. Low Pressure Air Test- Gravity Flow Sewer Lines: 1. Use air test in lieu of the hydrostatic test if desired, or if pipeline grades do not allow filling the entire pipeline segment or manhole to the indicated depth. 2. Perform low-pressure air tests, using equipment specifically designed and manufactured for the purpose of testing sewer pipelines using low-pressure air. Test is to conform to procedure described in ASTM F1417 except for testing times. The following test times are required: — — Length for Pine for Pipe Diameter Minimum Time inlrnur�'i Time Lora Length(inches) (seconds) (feet) (secan 398 0.855 (L) 6 I 340 Hydrostatic Testing 33 05 05.31- 4 FTW17498 — VCWRF Sludge Thickening improvements City Project No. CO2647 8 454 298 1.520 (L) 10 567 239 2.374 (L) 12 680 199 3.419 (L) 15 850 159 5.342 (L) 18 1020 133 7.693 (L) 21 1190 114 10.471 (L) 24 1360 100 13.676 (L) 27 1530 88 17.309 (L) 30 1700 80 21.369 (L) 33 1870 72 25.856 (L) a. Provide the equipment with an air regulator valve or air safety valve set to an internal air pressure in the pipeline that cannot exceed 6 psig. b. Pass air through a single control panel. c. Provide pneumatic plugs that have a sealing length equal to or greater than the circumference of the pipe to be tested. d. Provide pneumatic plugs that resist internal test pressures without requiring external bracing or blocking. e. Provide an air compressor of adequate capacity for charging the system. 3. Perform air test only on lines less than 36 inches in diameter. Air tests for pipes larger than 36 inches may be air tested at each joint. 4. Check connections for leakage with a soap solution. Release the air pressure, repair the leak, and retest with soap solution until results are satisfactory, before resuming air test if leaks are found,. 5. Determine the shortest allowable time for the pressure to drop from 3.5 pounds per square inch to 2.5 pounds per square inch by the following formula: 0.0850DK T= Q Equation Represents. Measure Term Time for the pressure to drop 1.0 T pound per square inch gauge seconds K Factor equal to 0.000419DL, but not less than 1.0 D Average inside diameter of the inches pipe L Length of line of the same pipe feet size Rate of loss. Use 0.0015 cubic feet per minute per Q square foot of internal surface Hydrostatic Testing 33 05 05.31- 5 FTW17498— VCWRF Sludge Thickening Improvements City Project No. CO2647 F. Air Test for Individual Joints: 1. tines 36 inches and larger may be tested at individual joints. 2. The shortest allowable time for the pressure to drop from 3.5 pounds per square inch gauge to 2.5 pounds per square inch gauge is 10 seconds for all pipe sizes. G. Deflection Testing for Pipe: 1. Perform deflection tests on flexible and semi -rigid pipe in accordance with TCEQ requirements. a. The maximum allowable deflection of pipe measured as the reduction in vertical inside diameter is 5.0 percent unless specified otherwise. b. Conduct test after the final backfiill has been in place a minimum of 30 days. c. Thoroughly clear the lines before testing. 2. Perform test by pulling a properly sized mandrel through the line. 3. Excavate and repair pipe with deflections in excess of the maximum allowable deflection. H. Manhole Testing: Test manholes for leakage separately and independently of the wastewater lines by hydrostatic exfiltration testing, vacuum testing or other approved methods acceptable to TCEQ. Test manholes after installation with all connections (existing and/or proposed) in place. Plug lift holes with an approved non -shrink grout prior to testing. Install drop -connections and gas sealing connections prior to testing. 1. Vacuum Test —Temporarily plug lines entering the manhole with the plugs braced to prevent them from being drawn into the manhole. Install plugs in the lines beyond drop -connections, gas sealing connections, etc. Place the test head inside the frame at the top of the manhole and inflate in accordance with the manufacturer's recommendations. Draw a vacuum of 10 inches of mercury, then turn off the vacuum pump. Read the level of vacuum after the required test time with the valve closed. The manhole will pass the test if the drop in the level is less than 1 inch of mercury (final vacuum greater than 9 inches of mercury). The required test time for 48-, 60-, and 72inch manholes with depths up to 30 feet is 2 minutes. Test times for manholes of greater size and depths will be determined by the Engineer. 2. Manhole Repairs — Manholes will be accepted in accordance with the criteria above. Repair any manhole which fails the initial test with non -shrink grout or other suitable material as determine for the material from which the manhole is constructed. Retest the manhole as described above until a successful test is achieved. Remove all temporary plugs and grout after a successful test. I. Tests for Plumbing Drainage and Vent Systems: 1. Plug openings as necessary. 2. Test drainage and venting systems by filling piping with water to the level of the highest vent stack for 30 minutes. 3. Make the examination for leakage at joints and connections. 4. Test fail if there is any drop in water level. Hydrostatic Testing 33 05 05.31- 6 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 A 2.00 PRODUCTS (NOT APPLICABLE) 3.00 EXECUTION 3.01 TEST CONDITIONS A. Test pipe at the test pressure for 8 hours for the various pipe materials: 3.02 EXAMINATION UNDER PRESSURE A. Inspect the pipe during the test to locate any leaks or breaks, defective joints, cracked or defective pipe, fittings, or valves. Correct defective Work identified during the pressure test. B. Correct all identified leaks even if leakage is within the parameters for permissible make up water. C. Test the pipe again after defective Work has been corrected. Repeat the test and correction of defective Work until satisfactory test results are obtained. END OF SECTION Hydrostatic Testing FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 330505.31-7 THIS PAGE INTENTIONALLY BLANK 33 11 13.13 STEEL PIPE AND FITTINGS 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment, and incidentals necessary to install steel pipe, fittings, and specials as specified, including connections, and appurtenances, as required for the proper installation and function of the pipe as indicated herein. 1.02 QUALITY ASSURANCE A. Experience Requirements: 1. Pipe shall be the product of one manufacturer who has had not less than 5 years of successful experience manufacturing pipe of the type and size indicated. Pipe manufacturing operations (fabrication of pipe and fittings, lining, and coating) shall be performed at one location unless otherwise approved by the Engineer. The lining and coating for the pipe or the fitting shall be done at the same location as the manufacture of the pipe or fittings. The pipe and fittings may be manufactured at different locations. The Engineer will waive the requirement for 5 years of experience in manufacturing of the pipe when, at the sole discretion of the Engineer, the manufacturer's experience and capabilities meet the intent of the experience requirement. All pipe shall be new and not supplied from inventory. All pipe and fittings shall be manufactured in the continental U.S.A., and shipping over salt waterways will not be allowed. 2. The manufacturer shall be certified under Steel Pipe Fabricators Association (STI/SPFA) or ISO 9001 quality certification program for steel pipe and accessory manufacturing. 3. Approved manufacturers are: a. Thompson Pipe Group. b. Northwest Pipe. c. American Spiralweld. B. Testing and Inspection: 1). Factory Testing: The manufacturer shall perform all tests as required by the applicable AWWA standards and as listed herein. 2). Hydrostatic Pressure Testing: b. Each joint of pipe shall be hydrostatically tested prior to application of lining and coating. The internal test pressure shall be that which results in a fiber stress equal to 75 percent of the minimum yield strength of the steel used. Each joint of pipe tested shall be completely watertight under maximum test pressure. As a part of testing equipment, the pipe manufacturer shall maintain a recording pressure gauge and reference number of pipe tested, at a minimum. The pipe shall be numbered in order that the pressure gauge information can be recorded. c. Fittings shall be fabricated from hydrostatically tested pipe. Fittings shall be tested by hydrostatic test, air test, ultrasonic, or magnetic particle test. Air test shall be Steel Pipe and Fittings 33 1113.13 - 1 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 made by applying air to the welds at 40 psi pressure and checking for leaks around and through welds with a soap solution. 2. Charpy V-Notch Test: Each heat of steel for plates or coil used for pipe barrels 1/4 inches and thicker shall be tested to verify minimum full-size impact values of 25 ft-lb at 30 F in accordance with ASTM A370. Minimum Charpy values for sub size samples shall be defined by ASTM A370. 3. Elongation: For the tensile test specified in ASTM A370, 2-inch test specimens shall show elongations not less than 22 percent for each heat of steel. When 8-inch test specimens are used in lieu of 2-inch test specimens, the specimens shall show elongations not less than 18 percent for each heat of steel. 4. Mill Certification: The Owner will require the manufacturer to furnish mill test certificates on reinforcing steel or wire, steel plate, and steel coil. The manufacturer shall perform the tests described in AWWA C200 for all pipe, fittings, and specials. 5. Welders and Welding Operations: a. Shop Welders: Qualified by testing in accordance with ASME BPVC Section IX or AWS D1.1. b. Field Welders: Qualified by testing in accordance with AWS D1.1. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00 "Submittals" and shall include: 1. Shop Drawings: a. Prior to the fabrication of the pipe, submit fabrication drawings to the Engineer which shall include: 1). Schematic location; including a profile and a tabulated layout schedule, both of which shall reference the stationing shown on the plan and profile sheets. 2). Full details of reinforcement and dimensions for pipe and fittings. 3). Location of all outlets as required by the Installation Contractorto install welds. 4). Location and details for the fabrication of all fittings and specials. The line layout shall include the pipe station and invert elevation at all changes in grade or horizontal alignment. 5). Welding requirements, welding procedures, provisions for thermal stress control, and provisions for control of coating damage for locations where welded joints are required. 6). Provide details and design calculations for fittings, specials, closures, outlets, and joints. 7). Provide certification for gasket joints, indicating it is designed to meet AWWA Standards and these documents. 8). Design calculations shall show methods and processes used to satisfy the pipe and fittings design criteria specified in the Contract Documents. All calculations Steel Pipe and Fittings 33 1113.13 - 2 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 shall be prepared, signed, and sealed be a professional engineer licensed in the state the Project is located in. 9). Shop and Field Welding Data: a). On a weld map, show the location, type, size, and extent of welds, with reference called out for Welding Procedure Specification (WPS) and non- destructive examination (NDE) numbers in tail of welding symbols, in accordance with AWS 2.4. b). Submit welding terms and definitions in accordance with AWS 3.0. c). Indicate by welding symbols or sketches, details of welded joints, and preparation of base metal. d). Distinguish between shop and field welds. e). Submit welding data together with Shop Drawings as a complete package. 10).Flanged Joints: a). For each flanged connection, provide: reference standard; dimensional data; bolt hole number, pattern, and diameter; bolt diameter and length; and face condition. b). Gaskets and Bolting: Technical data sheets itemizing chemical composition, and technical and performance information that indicates compliance with this Specification. c). installation: Provide installation instructions including recommended bolt tightening sequence, torque, lubricant, and gasket. 2. Certified Vest Reports: a. Submit the following Certified Test Reports prior to shipment of the pipe: 1). Results of factory hydrostatic tests and test of fittings. 2). Mill certificates; including chemical and physical test results for each heat of steel, Charpy v-notch tests, and elongation tests. 3). From the coating manufacturer, indicating that the coatings were applied in accordance with manufacturer's requirements and in accordance with the Specifications on all pipe, fittings, and joints made in the factory. 4). Welder Qualifications Records (WQR) in accordance with AWWA C206, ASME BPVC Section IX, or AWS D1.1 as required for both factory and field welders. 5). Gasket certification, in accordance to AWWA C200, shall be provided where bell and spigot gasket joint pipe is specified. 6). All manufacturer's factory quality control tests. Steel Pipe and Fittings 33 1113.13 - 3 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 1.04 STANDARDS A. Except as modified or supplemented herein, the steel pipe, coatings, fittings, and specials shall conform to the applicable requirements of the following standard specifications, latest edition: 1. American National Standards Institute (ANSI) / NSF International (NSF): a. ANSI/NSF 61 —Drinking Water System Components —Health Effects. 2. American Society of Civil Engineers (ASCE): a. MOP 79 — Manual of Practice: Steel Penstocks. 3. , American Society of Mechanical Engineers (ASME): a. BPVC-IX — Boiler and Pressure Vessel Code: Section IX — Welding, Brazing, and Fusing Qualifications. 4. ASTM International ASTM: ASTM international (ASTM) Specification for Alloy -Steel and Stainless Steel Bolting for High ASTM A193 Temperature or High Pressure Service and Other Special Purpose Applications Specification for Carbon Steel, Alloy Steel, and Stainless Steel Nuts for ASTM A194 Bolts for High Pressure or High Temperature Service, or Both Specification for Carbon Steel Bolts, Studs, and Threaded Rod 60,000 ASTM A307 psi Tensile Strength Test Methods and Definitions for Mechanical Testing of Steel ASTM A370 Products ASTM A563 Specification for Carbon and Alloy Steel Nuts ASTM C33 Specification for Concrete Aggregates ASTM C35 Specification for Inorganic Aggregates for Use in Gypsum Plaster ASTM C150 Specification for Portland Cement ASTM D16 Terminology for Paint, Related Coatings, Materials, and Applications ASTM D522 Test Methods for Mandrel Bend Test of Attached Organic Coatings Test Methods for Pressure -Sensitive Adhesive -Coated Tapes Used for ASTM D1000 Electrical and Electronic Applications ASTM E165 Practice for Liquid Penetrant Examination for General Industry ASTM E709 Guide for Magnetic Particle Testing ASTM E1444 Practice for Magnetic Particle Testing ASTM F436 I Specification for Hardened Steel Washers 5. American Welding Society (AWS): Arnerican Welding Society (AWS) AWS 132.1 Specification for Welding Procedure and Performance Steel Pipe and Fittings 33 11 13.13 - 4 FTW17498— VCWRF Sludge Thickening Improvements City Project No. CO2647 American lh2OOng S"iety (AWS) AWS D1.1 I Structural Welding Code —Steel 6. American Water Works Association (AWWA): American Water Works "oelatlian JAW A) AWWA C200 Steel Water Pipe 6-Inch and Larger Cement -Mortar Protective Lining and Coating for Steel Water Pipe 4- AWWA C205 Inch and Larger — Shop Applied AWWA C206 Field Welding of Steel Water Pipe Steel Pipe Flanges for Waterworks Service — Sizes 4-Inch Through 144- AWWA C207 Inch AWWA C208 Dimensions for Fabricated Steel Water Pipe Fittings AWWA C210 Liquid -Epoxy Coating and Linings for Steel Water Pipe and Fittings Heat Shrinkable Cross -Linked Polyolefin Coatings for Steel Water Pipe AWWA C216 and Fittings Petrolatum and Petroleum Wax Tape Coatings for the Exterior of AWWA C217 Connections and Fittings for Steel Water Pipelines Polyurethane Coatings for the Interior and Exterior of Steel Water AWWA C222 Pipe and Fittings AWWA C602 Cement -Mortar Lining of Water Pipelines in Place —4-Inch and Larger AWWA C604 Installation of Buried Steel Water Pipe-4-Inch and Larger AWWA M11 Manual: Steel Pipe —A Guide for Design and Installation 7. Society for Protective Coatings (SSPQ Society for Protective Coatings (SS PC) SSPC-SP1 Solvent Cleaning SSPC-SP2 Hand Tool Cleaning SSPC-SP3 Power Tool Cleaning SSPC-SP10 Near -White Blast Cleaning SSPC-PA2 Procedure for Determining Conformance to Dry Coating Thickness Requirements SSPC-PA Guide 10 Guide to Safety and Health Requirements 1.05 DELIVERY AND STORAGE A. Marking for Identification: Each joint of pipe, fitting, and special shall have plainly marked on one end of the exterior: the class for which it is designed, the date of manufacturer, and the identification number as shown on the Shop Drawings. Beveled pipe shall be marked with the amount of bevel. The top centerlines shall be marked on all fittings and specials. Steel Pipe and Fittings 33 1113.13 - 5 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 2. Each joint of pipe, fitting, and special shall also be marked at each end on the interior lining, near but not inside the bell or spigot, with the section designation and pipe identification number as shown on the approved Shop Drawings. Markings should be visible from inside the pipe after installation, during and after field welding, joint grouting, and inspection. Markings should be applied a minimum of 3 inches in height with a waterproof paint or dye resistant to fading due to UV exposure. 2.00 PRODUCTS 2.01 MATERIALS A. Flanges, Nuts, Bolts, and Gaskets: Furnish and install all bolts, nuts, flange gaskets, and insulation kits. 1. Flanges shall conform to the AWWA C207 class equal to or greater than the pipe class, unless otherwise specified, and shall match the class of valves or appurtenances which are attached. 2. Flange bolts and nuts shall be 316 stainless steel. 3. Non -Insulated Flange Gaskets: a. For working pressures up to 175 psi, gaskets shall be rubber. b. For working pressures above 175 psi, gaskets shall be non -asbestos compressed fiber. c. Gasket configuration shall be in accordance with AWWA C207. Gasket shall be NSF 61 certified. Acceptable manufacturers are Gasket Resources, Garlock, or approved equal. 4. Flange Insulating Kits: a. Flange insulating kits shall be installed within 6 months of the date of manufacture of all components. b. Do not store insulating flange gaskets, sleeves, or washers under direct sunlight or at temperatures exceeding 110 F. c. Insulating gaskets shall be full -face, Type E with an EPDM O-ring seal. Minimum total gasket thickness shall not be less than 1/8 inch. The gasket shall have the same outside diameter as the pipe flange. For steel pipe the gasket's inside diameter shall be equal to the inside diameter of the pipe's steel cylinder. The complete assembly shall have a pressure rating equal to or higher than that of the joint and pipeline. The gasket material shall be resistant to intended chemical exposure, operating temperatures, and pressures in the pipeline. Insulating sleeves shall be one-piece, full-length, Mylar or NEMA G10 fiberglass reinforced epoxy with a minimum thickness of 1/8 inch. d. Insulating washers shall be NEMA G10 fiberglass reinforced epoxy. e. Gasket configuration shall be in accordance with AWWA C207. Gasket shall be NSF 61 certified. Acceptable manufactures are GPT, Houston, TX; or Georg Fischer Central Plastics LLC, Shawnee, OK. Steel Pipe and Fittings 33 1113.13 - 6 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 f. Flange bolt holes shall be oversized for bolt insulating sleeves. B. Steel: Steel shall meet the requirements of AWWA C200 and shall be of continuous casting. Steel shall be homogeneous and shall be suitable for field welding, fully killed, and of a fine austenitic grain size. Steel shall have a minimum yield strength of42,000 psi. C. Bend Fittings: All bend fittings shall have a minimum radius of 2.5 times the pipe diameter to permit easy passage of pipeline pigs unless otherwise shown on the Drawings. D. Joint Bonds for Steel Pipe with Rubber Gasket Joints: Bond shall be a solid copper strap, 1- 1/4-inch wide by 1/16-inch thick (equivalent to 1/0 AWG wire). Strap bonds shall be manufactured by ER1CO Products, Continental Industries, or approved equal. Connection of joint bond to pipe shall be with the thermite weld method using the cartridge and recommended by the bond manufacturer. Additional requirements based on the joint type include: E. For Coated Steel Pipe: Provide two punched holes for thermite welding to the pipe. Strap bond shall be 12 inches long, maximum. Provide three joint bonds per pipe joint. F. For Flexible Coupling, Flanged Coupling Adapter, and Other Non -Standard Joints: Provide five punched holes for thermite welding to the coupling and pipe. Strap bond shall be fabricated for the length of the coupling with sufficient additional length for 1 inch of joint movement. Provide two bonds perjoints for pipe less than 60 inches in diameter and three bonds per joint for pipe 60 inches or greater in diameter. G. For Insulated Flexible Coupling Joints: Provide four punched holes for thermite welding to the coupling and pipe. Strap bond shall be fabricated for the length of the coupling with sufficient additional length for one -inch of joint movement. H. Lining: 1 ^^xy aTwo coats of Belzona 1331 (epoxy lining) or an approved equal. Lining primers, applications, and thicknesses shall be in accordance with manufacturer's recommendations for sanitary sewer applications, but shall not be less than 40 20 mils. J. Pipe Coatings: Pipe coatings for exposed piping shall be as specified in Section 09 96 00.01 "High Performance Coatings." K. Polyurethane Coating: For buried piping, pipe shall have a polyurethane coating in accordance with AWWA C222. Shop prepare surface per SSPC-SPS, White Metal blast, 3.00 mil profile, minimum, or as required by the manufacturer, whichever is greater using standardized testing procedures. Polyurethane coating shall be self -priming, plural component, 100 percent solids, non -extended polyurethane, suitable for burial or immersion. One coat, 35 mils total dry film thickness, minimum, 40 mils maximum by one of the following manufacturers: 1. Protec II, Futura Coatings, Montgomeryville, PA. 2. Chemthane 2265, Chemline, Inc, St. Louis, MO. 3. Polyclad 777, Carboline Global, St. Louis, MO. 4. Durashield 110 or Durashield 210, Lifel-ast, Pflugerville, TX. Steel Pipe and Fittings 33 1113.13 - 7 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 5. No approved equal 2.02 MANUFACTURED PRODUCTS A. Pipe: 1. Pipe Design Criteria: a. Steel pipe shall be designed, manufactured, and tested in conformance with AWWA C200, AWWA M11, and with the criteria specified herein. For pipe design, the transient pressure plus working pressure shall be 1.5 times the working pressure class specified. Fittings, specials, and connections shall be designed for the same pressures as the adjacent pipe. Pipe design shall be based on trench conditions and the design pressure in accordance with AWWA M11 using the following parameters: Pipe Design Criteria _ J Working Pressure 150 psi Unit Weight of Fill (w) 130 pcf Live Load AASHTO HS 20 (at all locations except railroads) Coopers E 80 at railroad Trench Depth As indicated on the Drawings Deflection Lag Factor (DI) 1.1 Coefficient (K) 0.10 Maximum Calculated Deflection A = D.) 2% (polyurethane coated steel pipe) 1% (mortar coated or concrete coated steel pipe) Soil Reaction Modulus (E') 1500 psi (typical gravel embedment trench section) 3000 psi (where encased in flowable fill or concrete) b. The fittings and specials shall be designed in accordance with AWWA C208 and AWWA M11, except that crotch plates shall be used for outlet reinforcement for all pressure diameter values (PDVs) greater than 6000, collars may only be used when d/D is less than or equal to 0.7 and the M factor shall not be less than 1.0 but PDV/4000 for PDVs between 4000 and 6000 unless otherwise specified. Where indicated on the Drawings, collars or wrappers shall be used in lieu of crotch plates to allow for working space and supports. C. Where the pipe requires additional external support to meet the specified maximum deflection, the Installation Contractor and the Supplier will be required to furnish alternate methods for pipe embedment. No additional compensation will be made to the Installation Contractor by the Owner where this method is required. Trench depths indicated shall be verified after existing utilities are located. Vertical alignment changes required because of existing utility or other conflicts shall be accommodated by an appropriate change in pipe and embedment design depth. In no case shall pipe be installed deeper than its design allows. e. Pipe shall be designed for full vacuum conditions without buckling or damage to lining, coating, or pipe joints. Steel Pipe and Fittings FTW17498 — VCWRF Sludge Thickening Improvements 33 11 13.13 - 8 City Project No. CO2647 2. Provisions for Thrust: a. Thrust at valves, bends, tees, or other fittings shall be resisted by restrained joints. Restrained joints shall be used a sufficient distance from each side of the valve, bend, tee, plug, or other fitting to resist thrust which develops at the design pressure of the pipe. For the purposes of thrust restraint, design pressure shall be 1.5 times the working pressure class. Restrained joints shall consist of welded joints unless other joint types are specifically shown on the Drawings. c. Thrust restraint design shall be the complete responsibility of the pipe manufacturer. The length of pipe with restrained joints to resist thrust forces shall be determined by the pipe manufacturer in accordance with AWWA M11 and the following: 1). The Weight of Earth shall be calculated as the weight of the projected soil prism above the pipe. Assume the water table matches the ground elevation. 2). Soil Density = 60 pcf buoyant weight. 3). Coefficient of Friction = 0.15 (maximum value to be used for polyurethane coated steel pipe). 4). Coefficient of Friction = 0.25 (maximum value to be used for mortar/concrete coated steel pipe) 5). For horizontal and vertical bends, the length of pipe to be restrained shall be calculated in accordance with AWWA M11. Inside Diameter: The inside diameter, including the lining, shall be a minimum of the nominal diameter of the pipe specified, unless otherwise indicated on the Drawings. 4. Wall Thickness: The minimum pipe wall steel thickness shall be 0.183 inches or Pipe I.D./230, whichever is greater for pipe and fittings. All pipe, fittings, and specials shall have a maximum minus tolerance of 0.005 inches. Where indicated on the Drawings, pipe and fittings shall have thicker steel pipe wall. The minimum steel wall thickness shall also be such that the fiber stress shall not exceed 50 percent of the specified yield strength of the steel, nor the following, at the specified working pressure: 11+laxiMUM Stress Pipe Type at Workine Pressure Polyurethane Coated Steel 1 23,000 psi Mortar/Concrete Coated Steel Pipe 1 18,000 psi I b. Fittings and pipe that are above grade or exposed (not in a trench, casing, or tunnel) shall have a minimum thickness of 0.25 inches or Pipe I.D./144, whichever is greater. c. Pipe, fittings, and specials shall be designed such that the maximum stresses in the pipe due to thrust loading will not exceed 21,000 psi nor 50 percent of the steel yield strength at the thrust design pressure (1.5 times working pressure). Fittings shall meet the requirements of AWWA C208 and AWWA M11. Steel Pipe and Fittings 33 1113.13 - 9 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 Seams: Except for mill -type pipe, the piping shall be made from steel plates rolled into cylinders or sections, with the longitudinal and girth seams butt -welded; or shall be spirally formed and butt -welded. There shall be not more than two longitudinal seams. Girth seams shall be butt welded and shall not be spaced closer than 6 feet, except in specials and fittings. 6. Joint Length: Maximum joint length shall not exceed 50 feet. Maximum joint length of steel pipe installed in casing shall not exceed 25 feet. B. Pipe Ends: Pipe ends shall be lap -welded slip joint, butt -strap joint, flanged joint, or flexible - coupled joint. For Fittings with Flanges: Flanged joints shall be provided at connections to valves and where indicated. Ends to be fitted with slip-on flanges shall have the longitudinal or spiral welds ground flush to accommodate the type of flanges provided. Pipe flanges and welding of flanges to steel pipe shall conform to the requirements of AWWA C207 and AWWA C206. Pipe flanges shall be of rated pressure equal to or greater than the adjacent pipe class. Flanges shall match the fittings or appurtenances which are to be attached. Flanges shall be spot -faced or back -faced parallel to the front face. Flexible Couplings: Flexible couplings shall be provided where shown on the Drawings. Ends to be joined by flexible couplings shall be of the plain -end type, prepared as stipulated in AWWA C200. Pipe ends shall be truly circular to within 1/4 inches or the coupling manufacturer's tolerance, whichever is smaller. In addition, the welds on the pipe ends that are to be joined by couplings shall be ground flush, to permit sliding the coupling in at least one direction to clear the pipe joint. Harness bolts and lugs shall comply with the Drawings. 3.00 EXECUTION 3.01 INSTALLATION A. General: 1. Install steel pipe, fittings, specials, and appurtenances as required for the proper functioning of the completed pipeline. Install pipe, fittings, and specials in accordance with the manufacturer's recommendations, AWWA M11, and AWWA C604. 2. The requirements of Section 3123 33 "Trenching and Backfill" govern for the excavation and backfilling of trenches for laying steel pipe, fittings, and specials. Conformance with pipe deflection requirements shall be as follows: a. Average allowable pipe deflection is limited to 2 percent for polyurethane -coated steel pipe and 1 percent for mortar and shotcrete-coated steel pipe. In no case shall a single measurement in any direction exceed 1.5 times the average allowable deflection. These measurements include the allowable tolerance for lining thickness. Percent deflection shall be calculated as: Percent Deflection actual (plan) ID — installed (measured) ID actual (plan) ID Pipe Handling: Pipe shall be handled at all times with a minimum of two non-abrasive slings, belts, or other equipment designed to prevent damage to the coating or lining. The Steel Pipe and Fittings 33 1113.13 -10 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 equipment shall be kept in such repair that its continued use is not injurious to the coating. The spacing of pipe supports required to handle the pipe shall be adequate to prevent cracking or damage to the lining or coating. 3.02 FIELD QUALITY CONTROL A. Perform afield hydrostatic test in accordance with Section 33 05 05.31 "Hydrostatic Testing." END OF SECTION Steel Pipe and Fittings 33 11 13.13 -11 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 THIS PAGE INTENTIONALLY BLANK 33 11 13.14 PIPING SYSTEM, STAINLESS STEEL 1.00 GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment and incidentals required and install, test, complete and ready for operation all stainless steel pipe as shown on the Drawings and as specified herein. B. Where the word "pipe" is used it shall refer to pipe, fittings, hangers, supports and appurtenances unless otherwise noted. C. The work includes, but is not limited to: 1. Furnishing and installing stainless steel pipe, fittings and specials with screwed, butt welded, or flanged and plain ends. 2. Furnishing stainless steel pipe sleeves and stainless steel wall pipes for interior and exterior wall and foundation wall penetrations. 1.02 SUBMITTALS A. Submit to the Engineer, in accordance with Section 0133 00 "Submittals", the following: 1. Submit a list of the material (pipe, fitting and appurtenances) to be furnished by each Manufacturer. Also include information on local representative for each Manufacturer, if product is sold through a distributor. 2. Shop drawings including piping layouts and schedules, including dimensioning, fittings, expansion joints, locations of valves and appurtenances, joint details, wall penetration details, methods and locations of supports and all other pertinent technical specifications for all piping to be furnished. Piping layouts shall be based on field measurements performed by the Contractor prior to submitting shop drawings. Shop drawings shall include all data and information required for the complete piping systems. Types and locations of pipe hangers and/or supports shall be shown on the piping layouts for each pipe submittal. Not all dimensions will be checked by the Engineer, nor will detailed review be performed. Contractor shall be responsible for accurate, field measurements and resulting dimensioning of piping systems. 3. Certifications that welders are qualified, in accordance with ANSI/ASME B31.1, Paragraph 127.5 for shop welding of pipe work. Contractor shall submit field cutting and welding methods for tie-in connections for review by Engineer 14 days prior to the scheduled shutdown of the aeration system. 1.03 REFERENCE STANDARDS A. American Society for Testing and Materials (ASTM). 1. ASTM A240 - Standard Specification for Chromium and Chromium-Nickle Stainless Steel Plate, Sheet, and Ship for Pressure Vessels and for General Applications. 2. ASTM A312 - Standard Specification for Seamless, Welded, and heavily Cold Worked Austenitic Stainless Steel Pipes. 3. ASTM A380 - Standard Practice for Cleaning, Descaling and Passivation of Stainless Steel Parts, Equipment and Systems. Piping System, Stainless Steel 33 1113.14 - 1 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 4. ASTM A530 - Standard Specification for General Requirements for Specialized Carbon and Alloy Steel Pipe. 5. ASTM A774 - Standard Specification for As -Welded Wrought Austenitic Stainless Steel Fittings for General Corrosive Service at Low and Moderate Temperatures 6. ASTM A778 - Standard Specification for Welded, Unannealed Austenitic Stainless Steel Tubular Products. 7. ASTM A967 - Standard Specification for Chemical Passivation Treatment for Stainless Steel Parts. 8. F593 — Standard Specification for Stainless Steel Bolts, Hex Cap Screws and Studs. 9. F594 —Standard Specification for Stainless Steel Nuts. B. American National Standards Institute (ANSI) 1. ANSI B16.1 - Cast Iron Pipe Flanges and Flanged Fittings Classes 25, 125 and 250. 2. ANSI B16.9 - Factory Made Wrought Steel Buttwelding Fittings. 3. ANSI B36.19 - Stainless Steel Pipe. C. American Water Works Association (AWWA) 1. C208 - Dimensions for Fabricated Steel Water Pipe Fittings. 2. C220 - Standard for Stainless Steel Pipe, 1/2 In. and Larger. 3. C228 - Standard for Stainless Steel Pipe Flanges for Water Service - Size 2-inch through 72-inch. 4. M-11 Steel Pipe -A Guide for Design and Installation. D. American Society of Mechanical Engineers (ASME): 1. ASME B31.1 -Power Piping. 2. ASME Boiler and Pressure Vessel Code, Section V, Nondestructive Examination E. American Welding Society (AWS) F. Compressed Gas Association (CGA). G-4.1 - Cleaning Equipment for Oxygen Service. G. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. 1.04 QUALITY ASSURANCE A. Stainless steel pipe and fittings shall be furnished by a single Manufacturer who is fully experienced, reputable, qualified and regularly engaged for the last 5 years in the manufacture of the materials to be furnished. The pipe and fittings shall be designed, constructed and installed in accordance with the best practices and methods and shall comply with this Section. B. Weld Testing & Inspection 1. All personnel conducting examinations of interpreting results shall be qualified and certified in accordance with ASNT Recommended Practice SNT-TC-1A (Latest Code Accepted Edition) and the Procedure for Qualification and Certification of Nondestructive Testing Personnel, Piping System, Stainless Steel 33 1113.14 - 2 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 2. Contractor shall perform the following weld testing procedures in accordance with the ASME Boiler and Pressure Code Requirements: a. Liquid Penetrant Examination, Water Washable Visible Dry Method b. Ultrasonic Examinations c. Visual Inspection (i) Visually inspect pipe for welding defects such as crevices, pits, cracks, protrusions and oxidation deposits 1.05 SYSTEM DESCRIPTION A. Piping shall be installed in those locations as shown on the Drawings. B. The equipment and materials specified herein are intended to be standard types of stainless steel pipe and fittings for use in transporting air. 1. System: Sludge Holding and Aeration Basins a. Material• Type 304L b. Operating Pressure: Up to 15 psig C. Test Pressure: 25 psig d. Temperature: Up to 250 degrees F 1.06 DELIVERY, STORAGE AND HANDLING A. Care shall be taken in loading, transporting and unloading to prevent injury to the pipe and fittings. Pipe and fittings shall not be dropped. Pipe and fittings shall be examined before installation and no piece shall be installed which is found to be defective. B. In handling the pipe, wide cushioned slings or other devices and methods acceptable to the Engineer shall be used. No uncushioned ropes, chairs, wedges or levers shall be used in handling the pipe, fittings and couplings. C. If any defective pipe is discovered after it has been installed, it shall be removed and replaced with a sound pipe by the Contractor, at the Contractor's own expense. All pipe and fittings shall be thoroughly cleaned before installation and shall be kept clean until they are put into service. 2.00 PRODUCTS 2.01 MATERIALS A. All stainless steel pipe and fittings shall be fabricated from stainless steel sheet and conform to ASTM A778 Type 304L. Carbon content of Type 304L material shall be 0.03 percent maximum. Finish shall be No. 1 or No. 2B. B. Pipe shall be die formed or rolled true to dimension and round. Tolerances for length, inside and outside diameter and straightness shall conform to ASTM A530. The two edges of sheet shall be brought to line so as not to leave a shoulder on the inside of the pipe. Ends of pipe and fittings shall be perpendicular to the longitudinal axis. Longitudinal seams on pipe and fittings shall be welded by either the tungsten gas or the metallic gas method. The interior welds shall be smooth, even and shall not have an internal bead higher than 1/16-in. All pieces Piping System, Stainless Steel 33 1113.14 - 3 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 shall be marked with gauge and type of stainless steel and with the initials of the inspector marked on the inside of each piece, at each end. C. Fittings shall be smooth curve type up to 18-inch diameter. Fittings shall conform to ANSI B16.9. D. Flanges: 1. All Sizes: Flanges shall be Type 304 slip-on plate type conforming to ASTM A240 and AWWA C 228, Class SA. 2. Contractor shall coordinate equipment to pipe connections. 3. Butt Weld Stub Ends: MS SP-43, Type "A", Schedule to match pipe; Type 304, lap joint flanges shall be in accordance with flange specification above. 4. Contractor shall coordinate bolt hole patterns on pipe flanges with associated equipment and valves. E. Gaskets: Flanged, Air Service: 1/8-inch thick, unless otherwise specified, homogeneous black rubber (EDPM), Shore A hardness 60, rated to 300°F, conforming to ANSI B16.21 and ASTM D1330 Steam Grade. Blind flanges shall be gasketed covering the entire face with the gasket cemented to the blind flange. F. Wall pipes shall have integral shop welded wall stops. G. All stainless steel pipe and fittings shall be pickled and passivated at the point of manufacture, scrubbed and washed until all discoloration is removed in accordance with ASTM A380 and A967 and Specialty Steel Industry of North America recommendations. Pipe and fittings shall be sandblasted and cleaned with solvent or other means acceptable to owner or Owner's Designated Agent. H. Field welded pipe shall be pickled and passivated on -site, externally and internally in accordance with ASTM A380 and A967 and Specialty Steel Industry of North America recommendations. I. Pipe ends shall be prepared for couplings or other type ends where required by transport and handling limitations, where required by the support layout requirements and where noted on the Drawings. Contractor shall be responsible for ensuring rigidity of joints where required. All normal pipe joints at valves, bends, etc, shall be flanged, drilling per ANSI B16.1, Class 125. Shop welding of fabrications shall be done according to the procedures and by welders certified per ASME Section IX. Welds shall be by an inert gas shielding process using only extra low carbon filler metals. Welds shall have a bead height of no more than 1/16-in. Butt welds shall have 100 percent penetration to the interior or backside of the weld joint. Cross - sectional thickness of welds shall be equal or greater than that of the parent metal. Where shown on the Drawings or where approved by the Engineer, plain end pipe shall be joined by all stainless steel flexible couplings. Sleeve type couplings shall be of the Type 304L stainless steel and shall be Style 38 as manufactured by Dresser Manufacturing Division of Dresser Industries; coupling 411 as manufactured by Smith Blair, Inc. or equivalent couplings manufactured by Depend-O-Lok Co. Piping System, Stainless Steel 33 11 13.14 - 4 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 L. Where shown on the Drawings or where acceptable to the Engineer, flanged coupling adaptors shall be used to connect plain end pipe to equipment, fittings and valves. Flanged coupling adaptors shall be of the Type 304L stainless steel and shall comply with AWWA C207. Flanged coupling adapters shall be manufactured by Dresser Manufacturing Division of Dresser Industries; Smith Blair, Inc. or equal M. Where shown on the Drawings or where approved by the Engineer, flanged expansion joints shall be used. Refer to Section 33 0102 "Piping Specialties" for type of expansion joint. N. Flanges in addition to those shown on drawings shall be provided for ease of construction at no additional cost to the Owner. H Pipe and fittings shall be supplied with the following thicknesses: Diameter (in) Wall Thickness (Schedule per ANSI B36.19) Less than 30 Schedule lOS 30 and Greater 3/8-inch 2.02 PIPE SLEEVES A. Unless otherwise shown, all pipe sleeves shall be Schedule 304 stainless steel pipe. Where indicated, provide a 2-in minimum circumferential water stop welding to exterior of sleeve at its midpoint. Ends of sleeves shall be cut and ground smooth and shall be flush with the wall or ceiling and extended 2-in above finished floors. Sleeves to be sealed with mechanical seals shall be sized in accordance with the seal Manufacturer's recommendations. Sleeves to be sealed by caulking and sleeves for insulated piping shall sized as required. 3.00 EXECUTION 3.01 INSTALLATION A. All pipe and fittings shall be installed true to grade and alignment and pipe anchorage and/or restraint shall be provided where required. Manufacturer's instructions shall be strictly followed. B. All pipe and fittings shall be protected from dirt, dust, oil, grease and other foreign matter during installation to prevent damage to pipe and to assure no foreign matter is left in the piping. C. To assemble the joints in the field, thoroughly clean all joint surfaces and gaskets, if any, with soapy water before assembly. Bolts shall be tightened alternately, evenly to the Manufacturer's specified torques. Under no condition shall extension wrenches or pipe -over - handle ratchet wrenches be used to secure greater leverage. All electrical bonding or insulation shall be installed as joints are made up. D. Fittings, in addition to those shown on the Drawings, shall be provided if required. Due consideration shall be given to thermal expansion/contraction over a temperature range of 2507. E. Sleeves of the proper size shall be installed for all pipes passing through floors or walls as shown on the Drawings. F. Field cutting of pipe will be allowed for the field welded tie-ins only. Piping System, Stainless Steel 33 1113.14 - 5 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 G. Tie-ins Connections 1. Contractor shall notify Owner's operating staff at least five (5) days prior to installing tie- ins. 2. Contractor shall rehearse and demonstrate to construction inspector and Owner's staff the procedures of installing the tie-ins. 3. Contractor shall ensure that the area of the pipe that is to be welded on is clean from dirt, dust, oil, grease and other foreign matter. 4. All hoisting, lifting equipment and scaffolds necessary to complete the work shall be in place one day prior to welding of outlets and cutting of existing stainless steel header. 5. The work to complete the Tie-in connection shall be performed only during the time period when the Blower system is off line. 6. All tie-in installations shall have double butt welded joints H. After installation, stainless steel pipe lines shall be washed clean with steam or hot water to remove any foreign material picked up during transport. Contractor shall dry pipe lines following them being washed. 3.02 JOINING MECHANICAL AND RESTRAINED JOINTS A. Mechanical joints shall be in accordance with the "Notes on Methods of Installation" under AWWA C111 and the instructions of the Manufacturer. B. Restrained joint pipe and fittings shall be installed in the locations shown on the Drawings and as acceptable to the Engineer. 3.03 JOINING FLANGED JOINTS A. Flanged joints shall be made with gasket, bolts and nut bolts stud with a nut on each end, or studs with nuts where the pipe is tapped. The number and size of bolts shall conform to the same standard requirements as the flange. Bolts, nut bolts, and nuts shall be 316 stainless steel. 3.04 PIPE IDENTIFICATION A. Pipe identification is included in Section 40 05 53 "Identification for Process Piping and Equipment". 3.05 CLEANUP A. After installation, completed lines shall be cleaned with Oakite deoxidizer or similar deoxidizer as recommended by the Manufacturer to remove all foreign matter, construction stains or shop markings. Cleaned lines shall be rinsed clear with steam or hot water. END OF SECTION Piping System, Stainless Steel 33 11 13.14 - 6 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 33 12 16.23 GATE VALVES 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install gate valves and appurtenances, including valve boxes, operators, bolts, nuts and gaskets. 1.02 QUALITY ASSURANCE A. Acceptable Manufacturers: 1. American -Flow Control. 2. M&H. 3. Mueller. 4. Clow. 5. U.S. Pipe 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00 "Submittals" and shall include: 1. Shop Drawings 2. Operation and Maintenance Manuals. 1.04 STANDARDS A. The applicable provisions of the following standards shall apply as if written here in their entirety: 1. American National Standards Institute (ANSI) Standards: ANSI B16.1 I Cast Iron Pipe Flanges and Flanged Fittings 2. American Society for Testing and Materials (ASTM) Standards: Standard Specification for Gray Iron Castings for Valves, Flanges, and ASTM A126 Pipe Fittings ASTM A536 Standard Specification for Ductile Iron Castings 3. American Water Works Association (AWWA) Standards: Rubber -Gasket Joints AWWA C111 Gate Valves 33 12 16.23 - 1 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 Gate Valves for Water and Sewage Systems AWWA C500 Resilient Seated Gate Valves for Water and Sewage Systems AWWA C509 2.00 PRODUCTS 2.01 GATE VALVES A. General: 1. Gate valves 3 through 24 inches in size shall be in accordance with AWWA C509, Resilient Wedge. Valves 16 inches and larger shall be provided with gearing to reduce the maximum required opening and closing torque to 80 ft-lb. 2. Gate valves 2-1/2 inches and smaller shall be bronze, non -rising stem with wedge disc and screwed ends for 300-psi W.O.G. working pressure. Bronze gate valves shall be Crane No. 437, Mueller No. H 10914, or approved equal. B. Gate: Gate shall be cast iron with rubber -seat compound bonded to the valve gate. C. Operators: Operators shall turn counterclockwise to open the valve. Exposed valves shall have handwheel operators unless otherwise designated. A directional arrow and the word "open" shall be cast on the handwheel. Valves for buried service shall have a 2-inch square nut operator and shall be installed with extension stems where required to extend operating nut to within 12 inches of the finished grade. Provide a cast iron valve box to enclose the operating stem. Valve box shall be three-piece extension type equal to Mueller No. 10380 or Clow F2450. D. Stem and Seal: The non -rising stem shall be bronze with inside screw. Shaft seal shall employ O-rings or V-type packing. E. Bell Ends: Where designated, valves shall be mechanical joint or rubber gasketed push on joints in accordance with the applicable requirements of AWWA C111. 3.00 EXECUTION 3.01 INSTALLATION A. Carefully handle and lower buried valves into position to prevent damage to any part of the valves. Place the valve in the proper position with stem truly vertical and securely hold until connections have been made. Furnish bolts, nuts, and gaskets. The Contractor shall be responsible for adjusting the valve boxes to the proper length to conform with the ground surface. 3.02 BLOCKING UNDER GATE VALVE A. Gate valves 18 inches and larger which are buried shall rest on a concrete pad. Pad shall extend for the full width of the trench and from back of hub to back of hub (or flange). Care Gate Valves 33 12 16.23 - 2 FTW17498 —VCWRF Sludge Thickening Improvements City Project No. CO2647 shall be taken to not interfere with the jointing. Concrete shall be minimum 1500-psi compressive strength. 3.03 FIELD QUALITY CONTROL A. Upon completion of installation of the equipment, an acceptance test to verify the satisfactory operation of each unit shall be conducted. The test shall be conducted in a manner approved by and in the presence of the Engineer. The unit shall be checked for general operation and leakage. The unit must perform in a manner acceptable to the Engineer before final acceptance will be made by the Owner. END OF SECTION Gate Valves 33 12 16.23 - 3 FTW17498 — VCWRF sludge Thickening Improvements City Project No. CO2647 THIS PAGE INTENTIONALLY BLANK DIVISION N PROCESS INTEGRATION THIS PAGE INTENTIONALLY BLANK 40 05 15 PIPING SUPPORT SYSTEMS ' 1.00 GENERAL 1.01 REFERENCES A. The following is a list of standards which may be referenced in this section: 1. American Society of Civil Engineers (ASCE): 7, Minimum Design Loads for Buildings and Other Structures. 2. American Society of Mechanical Engineers (ASME): B31.1, Power Piping. 3, ASTM International (ASTM): a. A123/A123M, Standard Specification for Zinc (Hot -Dip Galvanized) Coatings on Iron and Steel Products. b. A653/A653M, Standard Specification for Steel Sheet, Zinc -Coated (Galvanized) or Zinc -Iron Alloy -Coated (Galvanealed) by the Hot -Dip Process. c. E84, Standard Test Method for Surface Burning Characteristics of Building Materials. 4. International Code Council (ICC): 5. International Building Code (IBC). 6. International Mechanical Code (IMC). 7. Manufacturers' Standardization Society (MSS): a. SP 58, Pipe Hangers and Supports —Materials, Design and Manufacture. b. SP 127, Bracing for Piping Systems Seismic -Wind -Dynamic Design, Selection, and Application. 1.02 DEFINITIONS A. Wetted or Submerged: Submerged, less than 1 foot above liquid surface, below top of channel wall, undercover or slab of channel or tank, or in other damp locations. B. Exposed: 1. Exterior: Outside. 2. Interior: Inside a building or structure. Piping Support Systems 40 05 15 - 1 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 1.03 SUBMITTALS A. Action Submittals: 1. Catalog information and drawings of piping support system, locating each support, sway brace, seismic brace, hanger, guide, component, and anchor for all piping sizes. Identify support, hanger, guide, and anchor type by catalog number and Shop Drawing detail number. With each piping support system Shop Drawing, Contractor shall attach calculations prepared and sealed by a professional engineer licensed in the State of Texas showing that the piping support system complies with the specified requirements. 3. Revisions to support systems resulting from changes in related piping system layout or addition of flexible joints. B. Informational Submittals: Maintenance information on piping support system. 1.04 DESIGN REQUIREMENTS A. General: 1. Design, size, and locate piping support systems throughout facility, whether shown or not. 2. Piping shall be supported, in general, as described hereinafter and as shown by the pipe support details on the Drawings. Location and number of pipe supports shown is only approximate. Contractor shall confirm support design shown by calculations in accordance with specification 40 05 15, piping support systems. The Contractor shall be responsible for the design of all piping support systems. 3. Piping Smaller than 30 Inches: Supports are shown only where specific types and locations are required; additional pipe supports may be required. 4. Piping 30 Inches and Larger: Support systems have been designed for piping shown. 5. No attempt has been made to show all the required pipe supports either on the Drawings or in the details. The absence of pipe supports and details on any Drawings shall not relieve the Contractor of the responsibility for providing them throughout the plant at no increase in Contract cost. 6. Meet requirements of MSS SP 58, MSS SP 69, MSS SP 89, and ASME B31.1 or as modified by this section. B. Pipe Support Systems: 1. Design pipe support systems for gravity and thrust loads imposed by weight of pipes or internal pressures, including insulation and weight of fluid in pipes. Piping Support Systems FTW17498 -- VCWRF Sludge Thickening Improvements 400515-2 City Project No. CO2647 2. Seismic loads in accordance with governing codes and as shown on Structural General Drawings. 3. Wind loads in accordance with governing codes and as shown on Structural General Drawings. 4. Maximum Support Spacing and Minimum Rod Size: In accordance MSS SP 58 Table 3 and Table 4. a. Ductile -iron Pipe 8 Inches and Under: Maximum span limited to that for standard weight steel pipe for water service. b. Ductile -iron Pipe 10 Inches and Larger: Maximum span limited to 20 feet. C. Anchoring Devices: Design, size, and space support anchoring devices, including anchor bolts, inserts, and other devices used to anchor support, to withstand shear and pullout loads imposed by loading and spacing on each particular support. D. Vertical Sway Bracing: 10-foot maximum centers or as shown. E. Existing Support Systems: Use existing supports systems to support new piping only if Contractor can show they are adequate for additional load, or if they are strengthened to support additional load. 2.00 PRODUCTS 2.01 GENERAL A. When specified items are not available, fabricate pipe supports of correct material and to general configuration indicated. B. Special support and hanger details maybe required for cases where standard catalog supports are not applicable. C. Materials: In accordance with Table land Table 2, attached as Supplements at end of section. 2.02 PIPE SADDLES A. Provide 90-degree to 120-degree pipe saddle for pipe 6 inches and larger with baseplates drilled for anchors bolts. 1. In accordance with Standard Detail 4005-601. 2. Sizes 20 inches though 60 inches, Piping Technology & Products, Inc.; Fig. 2000. Piping Support Systems 40 05 15 - 3 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 - B. Saddle Supports, Pedestal Type: 1. Minimum standard weight pipe stanchion, saddle, and anchoring flange. 2. Nonadjustable Saddle: MSS SP 58, Type 37 with U-bolt. a. Anvil; Figure 259, sizes 4 inches through 36 inches with Figure 63C base. b. B-Line; Figure B3095, sizes 1 inch through 36 inches with B3088S base. 3. Adjustable Saddle: MSS SP 58, Type 38 without clamp. a. Anvil; Figure 264, sizes 2-1/2 inches through 36 inches with Figure 62C base. b. B-Line; Figure B3092, sizes 3/4 inch through 36 inches with Figure B3088S base. 2.03 CHANNELTYPE SUPPORT SYSTEMS A. Channel Size: 12-gauge, 1-5/8-inch wide minimum steel, or 1-1/2-inch wide, minimum FRP. B. Members and Connections: Design for loads using one-half of manufacturer's allowable loads. C. Fasteners: Vinyl ester fiber, polyurethane base composite nuts and bolts, or encapsulated steel fasteners. D. Manufacturers and Products: 1. B-Line; Strut System. 2. Unistrut. 3. Anvil; Power -Strut. 4. Aickinstrut (FRP System). 5. Enduro-Durostrut (FRP Systems). 2.04 FRP PIPE SUPPORTS SYSTEMS A. General: 1. FRP with UV additive, protective veil, and vinyl ester resins resistance to chemicals listed in Supplement at end of section. 2. Fire Retardant: ASTM E84. 3. Include hangers, rods, attachments, and fasteners. Piping Support Systems 40 05 15 - 4 FTW17498— VCWRF Sludge Thickening Improvements City Project No. CO2647 B. Clevis Hangers: 1. Factor of Safety: 3 to 1. 2. Minimum Design Load: 200 pounds. C. Design: 1. Design pipe supports spacing, hanger rod sizing based upon manufacturer's recommendations. 2. Identify and highlight nonFRP fasteners or components in Shop Drawing. D. Manufacturers: 1. Aickinstrut. 2. Enduro. 3. Century Composite. ISO-aII O-W-11LVIIW A. Riser Clamp: MSS SP 58, Type 8. 1. Anvil; Figure 261, sizes 3/4 inch through 24 inches. 2. B-Line; Figure B3373, sizes 1/2 inch through 30 inches. 2.06 INTERMEDIATE PIPE GUIDES A. Type: Hold down pipe guide. 1. Manufacturer and Product: B-Line; Figure B3552, 1-1/2 inches through 30 inches. B. Type: U-bolts with double nuts to provide nominal 1/8-inch to 1/4-inch clearance around pipe; MSS SP 58, Type 24. 1. Anvil; Figure 137 and Figure 1375. 2. B-Line; Figure B3188 and Figure B3188NS. 2.07 PIPE ANCHORS A. Type: Anchor chair with U-bolt strap. B. Manufacturer and Product: B-Line; Figure B3147A or Figure B3147B. Piping Support Systems 40 05 15 - 5 FTW17498 - VCWRF Sludge Thickening Improvements City Project No. CO2647 "Its]all 1V A. Anchor Bolts: 1. Size and Material: Sized by Contractor for required loads, 1/2-inch minimum diameter, and as specified in Section 05 50 00, Metal Fabrications. 2. Bolt Length (Extension Above Top of Nut): a. Minimum Length: Flush with top of nut preferred. If not flush, shall be no more than one thread recessed below top of nut. b. Maximum Length: No more than a full nut depth above top of nut. B. Dielectric Barriers: 1. Plastic coated hangers, isolation cushion, or tape. 2. Manufacturer and Products: a. B-Line; B1999 Vibra Cushion. b. B-Line; Iso Pipe, Isolation Tape. C. Insulation Shields: 1. Type: Galvanized steel or stainless steel, MSS SP 58, Type 40. 2. Manufacturers and Products: a. Anvil; Figure 167, sizes 1/2 inch through 24 inches. b. B-Line; Figure B3151, sizes 1/2 inch through 24 inches. D. Welding Insulation Saddles: 1. Type: MSS SP 58, Type 39. 2. Manufacturers and Products: a. Anvil; Figure Series 160, sizes 1 inch through 36 inches. b. B-Line; Figure Series B3160, sizes 1/2 inch through 24 inches. E. Plastic Pipe Support Channel: 1. Type: Continuous support for plastic pipe and to increase support spacing. 2. Manufacturer and Product: B-Line; Figure Series B3106V, sizes 1/2 inch through 6 inches with Figure B3106 Vee bottom hanger. Piping Support Systems 40 05 15 - 6 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 F. Hanger Rods, Clevises, Nuts, Sockets, and Turnbuckles: In accordance with MSS SP 58. G. Attachments: 1. 1-Beam Clamp: Concentric loading type, MSS SP 58, Type 21, Type 28, Type 29, or Type 30, which engage both sides of flange. 2. Concrete Insert: MSS SP 58, Type 18, continuous channel insert with load rating not less than that of hanger rod it supports. 3. Welded Beam Attachment: MSS SP 58, Type 22. a. Anvil; Figure 66. b. B-Line; Figure B3083. 4. U-Channel Concrete Inserts: As specified in Section 05 50 00, Metal Fabrications. 5. Concrete Attachment Plates: a. Anvil; Figure 47, Figure 49, or Figure 52. b. B-Line; Figure B3084, Figure 63085, or Figure B3086. 3.00 EXECUTION 3.01 INSTALLATION A. General: 1. Install support systems in accordance with MSS SP 58, unless shown otherwise. 2. Support piping connections to equipment by pipe support and not by equipment. 3. Support large or heavy valves, fittings, and appurtenances independently of connected piping. 4. Support no pipe from pipe above it. 5. Support pipe at changes in direction or in elevation, adjacent to flexible joints and couplings, and where shown. 6. Do not use adhesive anchors for attachment of supports to ceiling or walls. 7. Do not install pipe supports in equipment access areas or bridge crane runs. Piping Support Systems 40 05 15 - 7 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 8. Install lateral supports for seismic loads at changes in direction. 9. Install pipe anchors where required to withstand expansion thrust loads and to direct and control thermal expansion. 10. Repair mounting surfaces to original condition after attachments are completed. B. Standard Pipe Supports: 1. Horizontal Suspended Piping: a. Single Pipes: Clevis hangers or adjustable swivel split -ring. b. Grouped Pipes: Trapeze hanger system. 2. Horizontal Piping Supported from Walls: a. Single Pipes: Wall brackets, or attached to wall, or to wall mounted framing with anchors. b. Stacked Piping: Wall mounted framing system and "J" hangers acceptable for pipe smaller than 3-inch. C. Pipe clamp that resists axial movement of pipe through support is not acceptable. Use pipe rollers supported from wall bracket. 3. Horizontal Piping Supported from Floors: a. Saddle Supports: 1) Pedestal Type, elbow and flange. 2) Provide minimum 1-1/2-inch grout beneath baseplate. b. Floor Mounted Channel Supports: 1) Use for pipe smaller than 3-inch running along floors and in trenches at pipe elevations lower than can be accommodated using pedestal pipe supports. 2) Attach channel framing to floors with baseplate on minimum 1-1/2-inch nonshrink grout and with anchor bolts. 3) Attach pipe to channel with clips or pipe clamps. C. Concrete Cradles: Use for pipe larger than 3 inches along floor and in trenches at pipe elevations lower than can be accommodated using stanchion type. Piping Support Systems 40 05 15 - 8 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 4. Insulated Pipe: a. Pipe hanger and support shall be on outside of insulation. Do not enclose within insulation. b. Provide precut 120-degree sections of rigid insulation (minimum length same as shield), shields and oversized hangers or insulated saddle system (1SS). C. Wall -mounted pipe clips not acceptable for insulated piping. 5. Vertical Pipe: Support with wall bracket and elbow support, or riser clamp on floor penetration. C. Standard Attachments: 1. Steel Beams: I-beam clamp or welded attachments. 2. Wooden Beams: Lag screws and angle clips to members not less than 2-1/2 inches thick. D. Saddles for Steel or Concrete Pipe: Provide 90-degree to 120-degree pipe saddle for pipe sizes 6 inches and larger when installed on top of steel or concrete beam or structure, pipe rack, trapeze, or where similar concentrated point supports would be encountered. E. Intermediate Pipe Guides: 1. Provide pipe guides, or pipe supports that provide same function, at expansion joints and loops. 2. Guide pipe on each side of expansion joint or loop at 4 pipe and 14 pipe diameters from each joint or loop. 3. Install intermediate guides on metal framing support systems not carrying pipe anchor or alignment guide. F. Accessories: 1. Insulation Shield: Install on insulated piping with oversize rollers and supports. 2. Welding Insulation Saddle: Install on insulated steel pipe with oversize rollers and supports. Piping Support Systems 40 05 15 - 9 FTW17498 -- VCWRF Sludge Thickening Improvements City Project No. CO2647 Dielectric Barrier: a. Provide between painted or galvanized carbon steel members and copper or stainless steel pipe or between stainless steel supports and nonstainless steel ferrous metal piping. Install rubber wrap between submerged metal pipe and oversized clamps. C. Install a 1/4—inch thick neoprene rubber insulation barrier between pipe and pipe supports made of dissimilar metals (e.g., ductile iron pipe and galvanized steel support). 3.02 FIELD FINISHING A. Paint atmospheric exposed surfaces hot -dip galvanized steel components as specified in Section 09 90 00.01, Painting and Coating. 3.03 SUPPLEMENTS A. The supplement listed below, following "End of Section," is a part of this Specification: 1. Table 1: Nonchemical Areas. END OF SECTION Piping Support Systems 4005 15 - 10 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 Table 1 Nonchemical Areas Exposure Conditions Support Material Shops and Warehouse Areas Galvanized steel or precoated steel, plastic coated hangers for uninsulated copper or stainless steel piping Pipe Galleries Galvanized steel or precoated steel, plastic coated hangers for uninsulated copper or stainless steel piping Process Areas: High Humidity or Hydrogen Stainless steel or FRP sulfide Process Areas: Wetted or Submerged Stainless steel or FRP Notes: 1. Precoated steel to be fusion bonded epoxy or vinyl copolymer (Plastisol). 2. Stainless steel to be Type 304. 3. Galvanized steel to be per ASTM A653/A653M, Class G90, or hot -dip galvanized after fabrication to ASTM A123/A123M. 4. Do not use galvanized steel or aluminum where lime dust can accumulate on these surfaces. Piping Support Systems 40 05 15 Supplement - 1 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 THIS PAGE INTENTIONALLY BLANK 40 05 43 MISCELLANEOUS VALVES i 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install miscellaneous valves. Valves and accessories specified in this Section are to be installed only in the absence of product specifications in other Sections and must be approved by the Engineer. Review other Sections for specific requirements. 1.02 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00 "Submittals" and shall include: 1. Shop Drawings. 2. Operation and Maintenance Manuals. 1.03 GUARANTEE AND WARRANTY A. Manufacturer shall warrant the equipment and materials furnished under this Section against defects in materials and workmanship and operational failure for a period of two (2) years from final acceptance in accordance with the General Conditions. 2.00 PRODUCTS 2.01 PVC BALL VALVES A. PVC Ball Valves shall be furnished for neat polymer and polymer solution and as otherwise indicated. B. Valves shall be true union, of Type 1 PVC, with PTFE seats, EPDM "0" rings and with socket end connections. C. Valves shall be: 1. Chemtrol TU Series Ball Valves, 2. GF Plastic Systems, Inc. Type 375, or 3. Approved equal. 2.02 CORPORATION STOPS A. Corporation stops shall be bronze with tapered plug and flat key operator. B. Unless otherwise indicated, stops shall have iron pipe thread on inlet and outlet, of the size indicated. C. Corporation stops shall be: 1. Mueller H-10046 or 2. Approved equal. Miscellaneous Valves 40 05 43 - 1 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 2.03 YARD HYDRANT A. Yard Hydrant shall be automatically draining, backflow protected with standard garden hose thread outlet and [ever handle. B. Yard Hydrants shall be: 1. Woodford Model Y2, 2. Jay R. Smith Figure Number 5909, 3. Zurn Z1395, or 4. Approved equal. 2.04 GLOBE VALVES A. Globe Valves, where indicated shall be Crane Figure 351 or approved equal with American Standard Class 125 flanges. B. Globe valves for screwed piping shall be equal to Crane No. 1. 2.05 CHECK VALVES FOR CHEMICAL SOLUTION A. General Applications: 1. Check valves in polymer solution lines and other locations indicated. Material of construction shall be Type 1 PVC with Viton seats and ends shall be Class 125 flanges, or sockets as indicated or required. 2. Check valves shall be: a. Nibco-Chemtrol Ball Check (BC) Series or b. Approved equal. 2.06 PRESSURE REDUCING VALVES A. Application: Pump seal water 1. Valves shall be direct operated to maintain a constant downstream pressure regardless of changing flow rate or varying inlet pressure. 2. Coordinate with selected pump manufacturer to confirm pressure setting for seal water. Outlet pressures may be lower than 10 psig, with inlet pressures that may exceed 55 psig. 3. Flow Rate: maximum 5 gpm, minimum < 1 gpm. Coordinate with pump manufacturer. 4. Materials: a. Body: Type 316 stainless steel b. Valve spring: stainless steel c. Diaphragm: EPDM d. Disk: EPDM 5. Manufacturers Miscellaneous Valves 40 05 43 - 2 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 a. Watts b. Approved equal B. Application: Inlet to Rotary Drum Thickener and Gravity Belt Thickener Washwater Booster Pumps: 1. Valves shall be direct operated to maintain a constant downstream pressure regardless of changing flow rate or varying inlet pressure. 2. Inlet Pressure: 40 — 60 psig. 3. Outlet Pressure: 40 psig (adjustable) 4. Flow Rate: Up to 55 gpm. Coordinate with selected thickening unit manufacturer to confirm. 5. Materials: a. Body: Bronze b. Valve spring: stainless steel c. Diaphragm: EPDM d. Disk: EPDM 6. Manufacturers a. Watts b. Approved equal C. Application: Polymer dilution water (main header to polymer containment area) 1. Design a. Pilot controlled, hydraulically operated, diaphragm actuated globe patterned valve to maintain a constant downstream pressure regardless of changing flow rate or varying inlet pressure. b. Inlet Pressure: 40 — 65 psig c. Outlet Pressure: 40 psig (adjustable) d. Rated for 125 pisg. e. Pilot line: Equipped with a strainer f. Flanged: 150 pound rating in accordance with ASME B16.42 2. Materials a. Body and cover: Cast Iron ASTM A 48 or Ductile Iron ASTM A 536 b. Valve trim: Bronze c. Pilot Control: Cast bronze with Series 303 stainless steel trim d. Diaphragm: EPDM 3. Manufacturers a. Watts ACV Series 115 Miscellaneous Valves 40 05 43 - 3 FTW17498 — VCWRF Sludge Thickening improvements City Project No. CO2647 b. Cla-Val Model 90-01 2.07 BACKFLOW PREVENTERS A. Reduced pressure backflow preventers shall be designed to provide cross -connection protection of potable water supply. B. Provide reduced pressure principle backflow preventers meeting requirements of ANSI/ASSE 1013, compliant with AWWA Standard C511, and approved by the Foundation for Cross - Connection Control and Hydraulic Research at the University of Southern California. C. Units 2-1/2 inches and larger shall consist of two independently acting check valves together with an automatically operating pressure relief valve, two gate valves, and four test cocks, bronze or iron body with bronze internal parts. Acceptable manufacturers and models are: 1. Watts, 909, 2. Wilkins, 375, and 3. Febco, 825YD D. Units 2 inches and smaller shall consist of two independently acting check valves together with an automatically operating pressure relief valve, two ball valves, strainer, and four test cocks, bronze or iron body with bronze internal parts. Acceptable manufacturers and models are: 1. Watts, 009 2. Wilkins, 975XL and 3. Febco, 825Y E. Provide test kit consisting of gauge test valves, hoses, adaptors, securing strap, instruction guide and lightweight case. Acceptable manufacturers and models are: 1. Watts, TK-9A, 2. Wilkins, TG-5, and 3. Febco, TK-1. 2.08 SOLENOID VALVES A. Solenoid valve shall be a two -position valve. Solenoid enclosure shall be water tight. The construction of the valve shall be brass with FPM seals. The valve shall be normally open, energize closed. Control voltage shall be coordinated with the control manufacturer. Valve shall be ASCO or approved equal. 2.09 PINCH VALVES A. Pinch valves are to be used for a flow throttling application on the discharge side of the existing two waste activated sludge pumps at the Waste Sludge Holding Tanks. B. Valves are to be full cast metal body, mechanical pinch type with flange joint ends on both the body and sleeve trim. The valve shall have face-to-face dimensions of standard gate valves, in accordance with ANSI B16.10 up to 12" size. Sizes 14" and larger shall have a face - Miscellaneous Valves 40 05 43 - 4 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 to -face dimension no longer than twice the nominal valve port diameter. The flanges shall be drilled to mate with ANSI B16.1, Class 125/ANSI 1316.5, and Class 150 flanges. C. The sleeve trim shall be coned, one piece construction with integral flanges drilled to be retained by the flange bolts. The sleeve trim shall be reinforced with calendared nylon or calendared polyester fabric to match service conditions. The sleeve trim shall be connected to the pinch bar by tabs imbedded in the sleeve trim -reinforcing ply. All internal valve metal parts are to be completely isolated from the process fluid by the sleeve trim. To promote laminar flow, the interior surface of the sleeve shall be smooth. Sleeves manufactured with interior arches or folds shall not be permitted. D. For full port and reduced port sleeves, the port areas shall be 100% of the full pipe area at the valve ends. E. The steel mechanism shall be double acting with pinching of the sleeve trim occurring equally from two sides. ACME threads shall be used on all valve mechanisms. There shall be no cast parts in the operating mechanism. The pinching mechanism and side -rails shall be fully enclosed within the valve body. The stem shall be non -rising and have a non -rising handwheel. The handwheel shall be constructed of welded, tubular steel and be connected to the stem by means of a single retaining bolt. The handwheel shall be fitted with a lubrication fitting to allow lubrication of the stem. A valve position indicator rod shall pass through the center of the stem, retaining bolt, and handwheel to provide visual position indication. Bevel gear operators shall be provided on all valves over 8" size. Lifting eyelets shall be provided on the top of the valve body where applicable. F. Pinch valves shall be Red Valve Series 75 or approved equal. 3.00 EXECUTION 3.01 INSTALLATION A. Carefully handle and install valves in a manner that prevents damage to any part of the valves. Install valves in accordance with the Manufacturer's instructions. END OF SECTION Miscellaneous Valves 40 05 43 - 5 FTW17498— VCWRF Sludge Thickening Improvements City Project No. CO2647 THIS PAGE INTENTIONALLY BLANK 400550 FABRICATED GATES 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to fabricate, test and install sluice gates as shown on the Drawings and indicated in gate schedule with operators, gate stems, frames, gate guides, wall thimbles and other related appurtenances. 1,02 QUALITY ASSURANCE A. Acceptable Manufacturers: 1. Whipps. 2. Fontaine. 3. Golden Harvest. B. Manufacturer's Representative for Startup and Testing: The services of the manufacturer's technical representative shall be provided for pre -startup installation checks, startup assistance, training of Owner's operating personnel, troubleshooting and other services as required in Section 0175 00 "Starting and Adjusting." C. The fully assembled gates shall be shop inspected, tested for operation and leakage, and adjusted before shipping. Manufacturer shall provide test certificates to show that they meet the leakage rate required in this Section 2.03A. Factory hydrostatic testing shall be conducted to the maximum design head of each specific gate, per Paragraph 3.04. There shall be no assembling or adjusting on the Site other than for the lifting mechanism 1.03 MANUFACTURER'S QUALITY CONTROL SYSTEM A. The gate manufacturer shall be ISO 9001 certified and compliant or have an industry approved Quality Assurance Policy. 1.04 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00 "Document Management" and shall include at least the following: 1. Shop Drawings: a. Certified shop and installation drawings showing all materials, details of construction, dimensions and anchor bolt locations. General arrangement drawings and catalog cut sheets are not acceptable for use as shop and installation drawings. b. Maximum deflection and bending stress of the slide and frame of each gate loaded under the maximum design head. 2. Record Data: a. Descriptive literature, bulletins and/or catalogs of the equipment. Fabricated Gates 40 05 50 - 1 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 b. Prior to shipment of gates, submit certified affidavit of compliance stating that the gates for this Contract were manufactured, inspected, and tested in accordance with all applicable AWWA and ASTM Standards. c. Shop test reports, including test results from operation and shop leakage tests on all gates. Leakage tests shall be performed with water in the unseating head condition. Feeler gauge testing is not acceptable in lieu of testing with water. d. ISO 9001:2015 certification or paperwork confirmation a similar QA program. 3. Operation and Maintenance Manuals: 0&M manual instructions are provided in Section 0133 04 "Operation and Maintenance Data." 1.05 STANDARDS A. The applicable provisions of the following standard shall apply as if written here in its entirety unless expressly contradicted in the text of this specification: 1. American Water Works Association (AWWA): AWWA C561-14, Fabricated Stainless Steel Slide Gates (latest revision). 2. ASTM International (ASTM). 3. American Welding Society (AWS). 1.06 EXPERIENCE REQUIREMENTS A. The equipment Supplier shall have at least 10 years of experience in the design, application and supply of stainless steel fabricated gates in wastewater service. Upon request, the equipment supplier shall submit a list of not less than 10 operating installations in the United States with similar size gate as scheduled, as evidence of meeting the experience requirement. 1.07 GUARANTEE AND WARRANTY A. Gate Manufacturer shall warrant the equipment furnished under this specification for a minimum period of 2 years against defects in materials and workmanship, and operational failure. B. In the event of a defect in material or workmanship or equipment design of any part or parts of the equipment during the first 2 years of service, provided that the equipment has been operated and maintained in accordance with good practice, the Gate Manufacturer shall furnish, deliver and install a replacement for the defective part or parts at its own expense. C. The first 2 years of service small be interpreted as the 24-month period following the installation, adjusting, and acceptance tests of all gates, operators, motors and appurtenances. Fabricated Gates FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 400550-2 2.00 PRODUCTS 2.01 MATERIALS A. Materials in fabricated gates and appurtenances shall conform to the requirements of the applicable specifications listed below for the alloy, grade, type, or class of material and the condition and finish appropriate to the structural and operational requirements: 1. Carbon Steel Bars: ASTM A108 or ASTM A575. 2. Structural Steel Shapes, Plates, and Bars: ASTM A36. 3. Stainless Steel: ASTM A167, ASTM A276 or ASTM A582, Type 302, 303, 304 or 304L, 316 or 316L. 4. Bronze Bar, Rods, Shapes: ASTM B21 or ASTM B98. 5. Cast Bronze: ASTM B584. 6. Rubber for Gaskets and Seals: ASTM D2000, Grade R-62. 7. UHMW Polyethylene: ASTM D4020. 2.02 GATE DEFINITIONS A. Sluice gates are defined as fabricated gates with top, bottom and side seals. Sluice gates are typically used at pipe ends in basins or influent and effluent boxes and fully submerged wall openings and/or orifices. 2.03 FABRICATED GATES A. General: 1. Gates shall be as specified herein and have the characteristics and dimensions shown on the Contract Documents and schedule. Any discrepancies shall be brought to the attention of the Engineer. 2. Leakage for fabricated gates shall not exceed 0.05 gpm/ft of wetted seal perimeter in seating and unseating head conditions. 3. The maximum allowable leakage for stop gates and stop logs shall be 0.1 gpm/If of wetted seal perimeter in seating and unseating head conditions. 4. The gate seal design shall meet the latest applicable AWWA standards. 5. All structural components of the frame and slide shall be constructed of fabricated stainless steel having a minimum thickness of 1/4 inch and shall have adequate strength to prevent distortion during normal handling, during installation and while in service. 6. All welding shall be performed by welders with AWS or ASME Section IX certification and be completed in the manufacturing facility. No welding is allowed in the field during installation. 7. Fabricated components shall be passivated in accordance with ASTM A380 to remove weld burn and discoloration for uniform finish. If sandblasting or glass bead blasting is utilized, the entire frame and slide shall be blasted for a uniform finish. Fabricated Gates 40 05 50 - 3 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 8. Materials: Components Frame Assembly and Retainers Materials 304L stainless steel. See Paragraph 3.04 Slide and Stiffeners 304L stainless steel. See Paragraph 3.04 Stem 304L stainless steel. See Paragraph 3.04 Fasteners, Nuts and Bolts 316 stainless steel Invert Seal (Upward Opening Gates Only) EPDM or Neoprene Seat/Seals and Facing UHMWPE. See Paragraph 3.04 Lift Nuts 316 stainless steel Pedestal and Wall Brackets Stainless steel Operator Housing Aluminum B. Frames: 1. Frame shall be of flange -back design for wall mounted gates and formed or extruded construction consisting of guides and invert members and top member where top closure is required. Suitable reinforcements will be provided to resist all operating loads. The mounting and bolting flange of the frame to the wall shall be separate and independent from the seating and sealing plane of the slide. 2. Frame shall be designed for various mounting styles as shown on the Drawings. 3. The structural portion of the frame that incorporates the seat/seals shall be formed into a one-piece shape for rigidity. Gussets shall be provided on the guides to transfer the load from unseating head conditions to the wall. Guide member designs where water loads are transferred through the assembly bolts are not acceptable. 4. The portion of the wall mounted guide, where the anchor bolt penetrates, shall have a minimum thickness of 1/2-inch. Guide extensions shall be formed plate C-channel or Z- channel members and shall have a minimum weight of 6 lb/ft. Angles are not acceptable as guide extensions. Alternatively, the manufacturer may supply frames with a flange -back design utilizing fully welded gusset plate stiffeners, minimum 1/4- inch thickness in order to limit the frame deflection to lesser of 1/360 x L or 1/16 inch. On self-contained gates, a yoke shall be provided across the top of the frame. The yoke shall be formed by two C-channel shaped structural members affixed to the top of the side frame members to provide a one-piece rigid assembly. The yoke shall be designed to allow removal of the slide. The maximum deflection of the yoke shall be 1/360 of the gate's span or 1/16 inch, whichever is less. 6. A rigid stainless steel invert member shall be provided across the bottom of the opening. The invert member shall be of the flushbottom type on upward opening gates. Flushbottom seal shall incorporate an embedded frame channel gate for new construction or an existing channel gate mount for existing channels. Fabricated Gates FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 40 05 50 - 4 A rigid stainless steel top seal member shall be provided across the top of the opening on gates designed to cover submerged openings. 8. The frame shall be capable of withstanding lateral forces as appropriate in this configuration as well as during the extraction of the slide with lifting cables at angles of up to 10 degrees. C. Slides and Guides: 1. The slide and reinforcing stiffeners shall be constructed of stainless steel plate. All structural components shall have a minimum thickness of 1/4 inch. 2. The gate slide deflection shall not exceed 1/720th of gate width at maximum design head or 1/16 inch, whichever is less. 3. Reinforcing stiffeners shall be welded to the slide and mounted horizontally. Vertical stiffeners shall be welded on the outside of the horizontal stiffeners for additional reinforcement. 4. The gate guides shall be designed for maximum rigidity, having a weight of not less than 2-1/2 pounds for aluminum stop gates, 4.5 pounds for aluminum slide gates, and 9 pounds for stainless steel and 7 pounds per foot for wall mounted frames. The guides shall be of sufficient length to properly support two-thirds of the height of the slide when the gate is fully open. On self-contained gates, where the guides extend above the operating floor, they shall be strong enough so that no further reinforcing shall be required. 5. Downward opening weir gates shall have a self -containing frame that extends beyond the weir elevation so that the top of gate slide elevation is at or lower than the weir elevation when fully open. 6. Each gate frame shall be fabricated with two integrated lifting lugs or eyes capable of supporting the entire weight of the gate assembly. The location of the lifting points shall be determined by the manufacturer for lifting from above. D. Gate Stem and Lift: Stems shall be of suitable length with minimum 1.5-inch diameter, and ample strength for the intended service. The operating stem shall be rising. The stem diameter shall be capable of withstanding twice the rated output of the operator at 40 pounds crank or hand wheel pull and shall be capable of moving the gate slide with the specified seating and unseating head against the gate. The stem shall be furnished in sections of sufficient length to completely open the gate as necessary and to permit reasonable ease transportation and in installation. Couplings shall be stainless steel and shall be bored and bolted or pinned. Stem threads shall be machine rolled or machine -cut full depth ACME threads. The threads shall be smooth and of uniform lead and cross-section, such that the nut can travel the full length without binding or excessive friction. The stem shall be provided with two bolt holes for connection to the stem connector on the slide or the stem shall be threaded for connection to the stem block or thrust nut on the gate slide. The entire stem shall be of solid stainless steel material and the threaded portion of the stem shall have a rolled or machine cut full depth, full depth ACME threads with a 16-microinch finish or Fabricated Gates FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 400550-5 better. Stem extension pipes are not acceptable unless specifically required by the Contract Documents and approved prior to installation by the Engineer. 3. Stem guides shall be fabricated from stainless steel with UHMWPE bushed collars and adjustable in two directions. Stem guide spacing shall be as recommended by the manufacturer, but in no case shall it exceed slenderness ratio I/r ratio of 200, or 9-feet 0-inches center to center spacing. 4. An adjustable aluminum, bronze, or stainless steel stop collar shall be provided to limit both upward and downward travel of the fabricated gate. The stop collar shall be internally threaded and provided with a stainless steel set screw. Removable upstops and downstops can also be provided on the slide and frame. 5. Provision shall be made to prevent stem rotation within the thrust nut at the connection with the gate slide. E. Seals: 1. All gates shall be equipped with self-adjusting UHMW polyethylene side and bottom seat/seals to restrict leakage and to prevent metal to metal contact between the frame and slide. Upward opening gates requiring top closure shall be provided with self-adjusting UHMW seals across the top seal member. Downward opening gates shall be provided with self adjusting UHMW seals along the invert member. 3. The seat/seals shall extend the full height of the frame and guides to accommodate the height of the slide when the slide is in the fully closed or fully opened position. 4. The seal system shall be durable and shall be designed to accommodate high velocities and frequent cycling without loosening or suffering damage. 5. Wall mounted upward opening gates shall be provided with a resilient seal to seal the bottom portion of the gate. The seal shall be attached to the invert member or the bottom of the slide, and it shall be held in place with stainless steel attachment hardware. 6. All seals must be bolted or otherwise mechanically fastened to the frame or slide. All seals must be field replaceable without the need to remove the gate frame from the wall or without the need to remove grout. Arrangement with seals that are force fit or held in place with adhesives are unacceptable. 7. The seals shall be mounted so as not to obstruct the gate opening. The seal system shall be factory tested to confirm negligible wear (less than 0.02 inches) and proper sealing. E. Manual Operators: Unless otherwise indicated in Paragraph 3.04, gates shall be operated by a crank -operated gearbox. The operator shall be mounted on the yoke of self-contained gates or on the pedestal of non -self-contained gates. 1. The gate manufacturer shall select the proper gear ratio to ensure that the gate can be operated with no more than a 40-pound effort when the gate is in the closed position and experiencing the maximum operating head. Fabricated Gates 40 05 50 - 6 FTW17498 —VCWRF Sludge Thickening Improvements City Project No. CO2647 2. An arrow with the word "OPEN" shall be permanently attached or cast onto the operator to indicate the direction or rotation to open the gate. 3. Manufacturer shall provide the appropriate operator crank -operated gearbox at 36 inches above operating floor unless noted otherwise in the schedule or the Drawings. 4. Crank -operated gearboxes shall be fully enclosed and shall have a cast aluminum housing. a. All gearboxes shall have input shafts suitable for operation via a portable operator. b. Gearboxes shall have single gear reduction. c. Bearings shall be provided above and below the flange on the operating nut to support both opening and closing thrusts. d. Gears shall be steel with machined cut teeth designed for smooth operation. e. The pinion shaft shall be stainless steel and shall be supported on ball or tapered roller bearings. f. Positive mechanical seals shall be provided on the operating nut and the pinion shafts to exclude moisture and dirt and prevent leakage of lubricant out of the hoist. g. The crank shall be cast aluminum with a revolving nylon, or aluminum grip. h. The crank shall be removable. Provide a minimum of one crank for every gate unless otherwise approved by the Engineer. 5. All gates having widths in excess of 72 inches and widths greater than twice the slide height shall be provided with two gearboxes connected by an interconnecting shaft for simultaneous operation. a. Interconnecting shafting shall be constructed of stainless steel. b. Flexible couplings shall be provided at each end of the interconnecting shaft. c. One crank shall be provided to mount on the pinion shaft of one of the gearboxes. 6. Pedestals shall be constructed of stainless steel. Aluminum pedestals are not acceptable. a. The pedestal height shall be such that the handwheel or pinion shaft on the crank - operated gearbox is located 36 inches above the operating floor. b. Wall brackets shall be used to support floor stands where shown on the Drawings and shall be constructed of stainless steel. c. Wall brackets shall be reinforced to withstand in compression at least two times the rated output of the operator with a 40-pound effort on the crank. d. The design and detail of the brackets and anchor bolts shall be provided by the gate manufacturer and shall be approved by the Engineer. The gate manufacturer shall supply the bracket, anchor bolts and accessories as part of the gate assembly. 7. Operators shall be equipped with fracture resistant clear butyrate or lexan plastic stem covers. a. The top of the stem cover shall be closed. Fabricated Gates 40 05 50 - 7 FTW17498 -- VCWRF Sludge Thickening Improvements City Project No. CO2647 The bottom end of the stem cover shall be mounted in a housing or adapter for easy field mounting. c. Stem covers shall be complete with indicator markings to indicate gate position. d. Vent holes shall be provided to prevent condensation. e. Cover shall not become brittle or discolored when subjected to local weather conditions for a minimum of 5 years after installation. Replacement of covers less than 5 years after installation shall be provided under warranty. 3.00 EXECUTION 3.01 INSTALLATION A. Fabricated gates shall be installed in accordance with the recommendations of the gate manufacturer. Guide frames for fabricated gates shall be as shown on the schedule. The bottom of the fabricated gate structure shall be embedded flush bottom, unless otherwise indicated. B. Install the gates in a manner that will prevent leakage around the frame and will prevent binding of the slide during operation. Keep surfaces where metal and the concrete placed come in contact free from oil, grease, loose mill scale, loose paint, surface rust, and other debris or objectionable coatings. Secure anchor bolts, thimbles and spigot frames in true position in the forms and hold in alignment during the placement of the concrete. Finish surfaces to provide a smooth and uniform contact surface where concrete and rubber seals come in contact and where frames or plates are installed. When a gate is installed against concrete, the Contractor shall either install using double -nuts and a nominal 1-inch grout pad or a minimum 3/8-inch thick 1/2-inch EPDM mounting gasket or 1/2-inch non -shrink grout shall be placed between the gate and the concrete. If a gasket is utilized, the installer must ensure that the surface around the opening is sufficiently flat per the manufacturer's instructions. C. Carefully align gate stems, stem guides and gate lifts so the stem is parallel to the guide bars or angles on the gate frame after installation. 3.02 FIELD QUALITY CONTROL A. Prior to final acceptance by the Owner, the slide gates shall be tested in the presence of the Engineer. A seating head and/or unseating head, at the Engineer's request, corresponding to the maximum water level shall be placed on the slide gate and the gate examined for leakage. The maximum allowable leakage for fabricated gates shall be per Paragraphs 2.03A.2 and 2.03A.3. Manufacturer shall provide test certificates to show that they meet the leakage rate required in this Section. The slide gate shall be opened from the fully closed position under maximum seating head, and closed from the fully open position under average flow conditions to verify that the gate lift is operational and in satisfactory working order. 3.03 CLEAN AND ADJUST A. After installation, clean, lubricate, and otherwise service the gate and lift in accordance with the manufacturer's instructions. Fabricated Gates 40 05 50 - 8 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 3.04 SCHEDULES A. Fabricated gates shall be supplied in accordance with the following schedule: The required gates and certain pertinent data are given below. This list is given to facilitate description of the various gates and as an aid to plan take -off, and is not guaranteed to be complete. NO, I LGEatlorTf Req. ServIre WAS 1 Holding Tank No.1 WAS 1 Holding Tank No.2 seal:ir�gj .. la Opening ID ening Gate Gate — Operator Tag Size e�tion Type Material Mount Unseating Type _ _ Haad (feet) 18" X 18" I Upward SLU I 316SS EW 15/15 MAN 18" X 18" 1 Upward I SLU I 316SS I EW 1 15/15 1 MAN I.E5END Opening Direction Upward (Fabricated Gates) Downward (Weir Gates) Slide Gate (SLD) Gate Type Sluice Gate (SLU) Stop Gate (STP) Weir Gate (WRG) Existing Structure Existing Channel Mount (EC) Existing Wall Mount (EW) New Structure Frame Embedded Mount (FE) Wall Thimble (WT) Mount Concrete Wall Mount (CW) End of Pipe Pipe Flange (PF) Flush Pipe in Concrete Wall (PC) Bottom Seal Chanel Mount (CB) Wall Mount (WM) Motor (MTR) Operator Type Manual (MAN) Stem Nut (STM) END OF SECTION Fabricated Gates 40 05 50 - 9 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 THIS PAGE INTENTIONALLY BLANK 40 05 53 IDENTIFICATION FOR PROCESS PIPING AND EQUIPMENT 1.00 GENERAL 1.01 WORK INCLUDED A. Provide identifying devices for the following: 1. Piping. 2. Equipment. 3. Electrical Equipment. 4. Valves. 5. Control devices. 1.02 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00 "Submittals" and shall include: 1. Product data sheets for identifying devices. 2. A list of where devices are to be installed, and the data to be included on each identifying device. 1.03 STANDARDS A. The applicable provisions of the following standards shall apply as if written herein their entirety: 1. American National Standards Institute (ANSI) Standards: ANSI A13.1 Pipe Marking Specifications 1.04 1.04 DELIVERY AND STORAGE A. Store products inside storage sheds until installed. 1.05 WARRANTY A. Warranty Identifying devices for a period of two (2) years from the date of Final Acceptance in accordance with the General Conditions. 2.00 PRODUCTS 2.01 MATERIALS A. Piping Identification. Pressure sensitive, adhesive -backed vinyl plastic label having the lettering indicated on background color as scheduled. Provide labels manufactured by the Seton Name Plate Corp. or Brady "Derma Code". Provide labels having an arrow to indicate the direction of flow. Provide 1-1/4-inch high letters. Identification for Process Piping and Equipment 40 05 53 - 1 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 B. Outdoor Pipe Markers: Seton "Weather Code" Fade resistant, vinyl markers, 2-1/4 by 9 inches. C. Valve Identification: Provide Seton Style 250-BL Black Filled, 1-1/2-inch round, brass tag with proper identification stamped on tag. Tag shall have the proper prefix followed by a code number that is unique and identifies the valve from all others in the project. Provide hole in top of tag for mounting chain. Provide brass jack chain, copper metal meter seals, or brass "S" hooks as appropriate. Valves shall receive the tag numbers as assigned in the Process and Instrumentation drawings of the contract plans and shall include all valves, both motorized and manual, as indicated in the drawings. D. Equipment Nameplate: Seton Style 2060 "Seton-ply" engraved plastic plaque, approximately 3/4 by 2-1/2 inches in size. Plaque shall be 1/16 inch thick having beveled edges and drilled with two mounting holes when attached by screws. Mounting screws shall be stainless steel. Lettering shall be approximately 3/16 inch high. Text to include equipment mark and equipment description (Example: EXHAUST FAN EF-5). 3.00 EXECUTION 3.01 PREPARATION A. Install piping complete with insulation and valves in place prior to installing identification devices. Mount electrical components, including electrical control devices. Piping shall be dry and free of oil, grease, or other contaminants. Insulation shall be completely dry. 3.02 INSTALLATION A. Install pipe labels on piping exposed to view, in any location inside buildings or structures, or in underground vaults, pump stations, basements, or other exposed locations. Install a minimum of one label in each area or room and additional labels at spacings not to exceed 5 feet. Position labels so that lettering is visible from the front of piping at floor level. Provide labels of a size that is legible from floor level. Install labels in rows with uniform spacings where several pipes run parallel to each other. C. Name the fluid flowing inside the pipe on color coded labels with text per the schedule below. Labels shall also include an arrow indicating the direction of flow. 3.03 VALVE IDENTIFICATION A. Install a valve tag on all valves. Attach the tag to hand wheel of valve stem so that it does not interfere with operation of valve tag brass link chains or copper meter seals furnished by the Tag Manufacturer. 3.04 3.04 EQUIPMENT IDENTIFICATION A. Provide an equipment identifier on each separate piece of equipment, including process equipment, HVAC equipment, plumbing equipment (other than plumbing fixtures), and electrical equipment. Provide a nameplate for each separate piece of electrical equipment, including but not limited to panelboards, switchgear, starters, disconnects, control devices Identification for Process Piping and Equipment 40 05 53 - 2 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 and control panels. Provide name tags for each separate switch, starter, contactor, or other compartment on electrical switchgear. Engrave lettering on nameplates corresponding to the identification marks. Install nameplates prominently on equipment not occurring in occupied spaces. Install nameplates on the inside covers of lighting panelboards. Install nameplates on all other equipment centered and at top of equipment. Nameplates shall not be installed in a location that interferes with the equipment's ability to operate. C. Attach nameplates to exterior equipment with two 3/8-inch stainless steel screws. Interior plaque may be attached by screws, or by the adhesion method when approved by the Engineer. 3.05 ELECTRICAL OUTLET A. Provide a nameplate for electrical outlet listed below. The nameplate shall be white letters on red background, and shall specify the outlet's voltage and ampere rating. The nameplate on special outlets shall have an appropriate warning. Lettering shall be 1/8 inch high. Overall plate size shall be approximately 3/4 by 2-1/2 inches. B. Provide nameplates on the following: 1. 208/240 outlet: voltage and ampere rating. 2. Special outlet: voltage, ampere rating and intended function (Example: Welder Outlet 240 V — 40 A). 3.06 POTABLE AND NON -POTABLE WATER A. Provide name tags at every water hydrant or outlet. Fabricate name tags of 3/4-by-1-1/2- by-1/8-inch aluminum with a medium, duranodic finish and plexiglas face panel. The face panel shall have 1-inch high, white, helvetica medium lettering on blue background stating "Potable Water", or white lettering on green background stating "Non -Potable Water". Place signs on walls above the hydrant locations and attach to backplates. Yard hydrants shall have concrete piers which are 6 inches in diameter by 36 inches with signs attached to the face of the concrete directly in front of the hydrants. Extend the piers 4 inches minimum above finish grade. Signs shall be manufactured by Vomer Products, Inc., equal to Vocator Exterior sign series E9/12. END OF SECTION Identification for Process Piping and Equipment 40 05 53 - 3 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 THIS PAGE INTENTIONALLY BLANK 40 05 62 ECCENTRIC PLUG VALVES t 1.00 GENERAL. 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install eccentric plug valves. 1.02 QUALITY ASSURANCE A. Acceptable Manufacturers: 1. De2urik. 2. Pratt. 3. Val-Matic. 4. Crispen Valve 5. No equals. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00 "Submittals" and shall include: 1. Shop drawings. 2. Operation and Maintenance Manuals. 1.04 STANDARDS A. The applicable provisions of the following standards shall apply as if written here in their entirety: 1. American Water Works Association (AAWA) Standards: AWWA C111 Standard for Rubber Gasket Joints for Ductile Iron Pipe and Fittings AWWA C504 Standard for Rubber -Sealed Butterfly Valves 2.00 PRODUCTS 2.01 MATERIALS A. Valve Bodies: Constructed of cast iron, ASTM A126, Class B, in accordance with AWWA C504. B. Flanges: Class 125 conforming to ANSI standard for cast-iron flanges. C. Mechanical Joint Ends: For buried service shall be to AWWA Standard C111. D. Nuts, Bolts, Springs, Washers, etc.: Type 316 Stainless Steel. E. Resilient Plug Facings: Neoprene, nitrile rubber, BONA-N, or approved equal. F. Mating Surface: Overlaid with thick, welded and machined nickel alloy. Eccentric Plug Valves 40 05 62 - 1 rTW17498 — VCWRr Sludge Thickening Improvements City Project No. 02647 G. Valve Boxes: Three piece cast iron extension type, Mueller No. 10380 or Clow F2450, with No. 6 round base. The three pieces shall consist of the top section, center section, and base plus the cover. 2.02 ECCENTRIC PLUG VALVES A. Eccentric valves shall be non -lubricated quarter -turn type with resilient faced plugs. Unless otherwise indicated, buried valves shall be furnished with mechanical joint ends and exposed valves shall be furnished with flanged ends. Valves shall have a minimum nominal port area of 80 percent of the pipe for valve sizes up to 20 inches. Port area for valves 24 inches and larger shall be at least 70 percent of full pipe area. B. Valves shall be supplied with a handwheel operator. Valves shall have seals on shafts and gaskets on the valve operator covers to prevent the entry of water. C. Valves larger than 6 inches shall be side -mounted and come complete with a totally enclosed worm gear operator. Valves shall have seals on all shafts and gasketed valve operator covers to prevent the entry of water. D. Valves for buried service shall be supplied with cast iron valve boxes. The valve box shall be firmly supported, maintained, centered, and plumb over the wrench nut of the plug valve, with box cover flush with the surface of the ground. E. Where noted on the Plans or scheduled herein, buried valves shall be supplied with above- ground handwheel. The Manufacturer shall supply valve box, floor stand and extension stem and necessary appurtenances for complete installation. The floor stand shall come complete with a dial valve position indicator. 3.00 EXECUTION 3.01 INSTALLATION A. Carefully handle and lower valves into position in such a manner as to prevent damage to any part of the valves. Place the valve in the proper position with stem truly vertical or horizontal as the case may be. Furnish bolts and gaskets for flange connections. Adjust the valve boxes to the proper length to conform with the ground surface. 3.02 PAINTING A. Valves to be exposed shall be cleaned to a bright metal and given a shop coat of rust inhibitive primer. Primer shall be coordinated with field painting to ensure compatibility. Final painting shall be in accordance with Section 09 96 00.01 "High -Performance Coatings." END OF SECTION Eccentric Plug Valves 40 05 62 - 2 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. 02647 40 05 64 BUTTERFLY VALVES 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install butterfly valves. 1.02 QUALITY ASSURANCE A. Acceptable Manufacturers: 1. DeZurik. 2. M&H. 3. Crispin. 4. Pratt. 5. Milliken. 6. Bray. B. Experience Requirements: The Manufacturer shall have had successful experience in manufacturing tight -closing, rubber -seated butterfly valves for this type service in the sizes indicated. The Manufacturer shall have at least 10 years' experience in the manufacture of valves. C. Manufacturer's Representative for Startup and Testing: The Valve Vendor or Manufacturer shall provide the services of a competent manufacturer's representative for an indefinite period of time as required to insure proper adjustment, installation, and operation of the valve. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00 "Document Management" and shall include: 1. Shop Drawings (needed if electric actuators are used). 2. Operation and Maintenance Manuals. 1.04 STANDARDS A. The applicable provisions of the following standards shall apply as if written herein their entirety: 1. American National Standards Institute (ANSI) Standards: Cast Iron Pipe Flanges and Fittings ANSI B16.1 2. American Society for Testing and Materials (ASTM) Standards: Butterfly Valves 40 05 64 -1 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 ASTM A48 Standard Specification for Gray Iron Castings ASTM A126 Standard Specification for Gray Iron Castings for Valves, Flanges, and Pipe Fittings ASTM A276 Standard Specifications for Stainless Steel Bars ASTM A536 Standard Specification for Ductile Iron Castings ASTM B148 Standard Specifications for Aluminum Bronze Coatings 3. American Water Works Association (AWWA) Standards: AWWA C504 Standard for Rubber -seated Butterfly Valves AWWA C550 Standard for Protective Interior Coatings for Valves and Hydrants 1.05 DELIVERY AND STORAGE A. Store equipment with protection from the weather, excessive humidity and temperature, dirt, dust and other contaminants and in compliance with the manufacturer's instructions. B. Spare parts shall be packed and shipped in containers bearing labels clearly designating contents and pieces of equipment for which it is needed. 1.06 GUARANTEE AND WARRANTY A. The Manufacturer shall warrant the equipment furnished under this specification for a minimum period of one (1) year against defects in materials and workmanship, and operational failure. In the event of a defect in material or workmanship or equipment design of any part or parts of the equipment during the first one (1) year of service, the Manufacturer shall furnish, deliver, and replace the defective part or parts at Manufacturer's expense. C. The first one (1) year of service shall be defined as the 12-month period following the installation, adjusting, 30-day run test, and acceptance tests, as defined in Paragraph 3.02, or 24 months after delivery, whichever occurs first. 2.00 PRODUCTS 2.01 BUTTERFLY VALVES FOR LOW PRESSURE AIR SERVICE A. Butterfly valves for air systems shall be specifically designed for this service and meet or exceed the design, strength, performance, and testing standards of ANSI/AWWA C 504 — Rubber Seated Butterfly Valves. They shall be suitable for pressures from vacuum to 125 psi, and temperatures from minus 40 degrees F to 250 degrees F. The valve body shall be of stainless steel with lugged style design as indicated, drilled to match pipe flange. Wafer style design is not acceptable. C. The disc shall be of stainless steel hand polished for minimum torque and sealing capabilities. The disc shall be designed with the air -profile or other suitable shape. Sprayed or plated disc edges are not acceptable. Butterfly Valves 40 05 64 - 2 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 D. The elastomer seat shall be in the body. It shall be field -replaceable without special tools. Except for use with petroleum -base fluid, the seat material shall be Ethylene-Propylene- Diene Monomer (EPDM), or other suitable material, to provide a tight shut-off at the above - mentioned temperatures. E. The valve shaft shall be one piece and shall be of Type 316 stainless steel, with sufficient strength to allow for the increased torque for air service. F. All shaft bearings shall be of the self-lubricating corrosion resistant sleeve type. G. The packing shall be of the adjustable or self adjustable (0-ring) type, suitable for the temperature and service conditions. H. Manual actuators shall allow for positive throttling and locking in any position from open to closed. The direction of the manual rotation shall be counter -clockwise to close. Operators for exposed valves shall be provided with a valve position indicator. 3.00 EXECUTION 3.01 INSTALLATION A. Installation shall be in accordance with the Manufacturer's instructions. Valve shaft shall be truly vertical or horizontal as indicated. 3.02 FIELD QUALITY CONTROL A. Upon completion of installation of the butterfly valves an acceptance test shall be conducted to verify the satisfactory operation of the valves. The valves must perform in a manner acceptable to the Engineer before final acceptance will be made by the Owner. 3.03 SCHEDULES; VALVES 4 A. The required valves and certain pertinent data is given below. This list is given to facilitate description of the various valves and as an aid to plan take off and is not guaranteed to be complete. u ber ERN Location Service Size and Ends N Waste Sludge Holding Tanks Low Pressure 2-4 40L $„ — Blower Air — Discharge Waste Sludge Low Pressure Holding Tanks Air 2 10" — Basin Header END OF SECTION Butterfly Valves 40 05 64 - 3 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 I1i1[cll_[CIa1011a►11Is] 1Fe1Iwa11W,111►1 40 05 65.23 SWING CHECK VALVES 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install a rubber flapper swing check valve at the locations and size as indicated on the Contract Drawings. Valves shall be designed, manufactured and tested in accordance with American Water Works Association Standards ANSI/AWWA C508. 1.02 QUALITY ASSURANCE A. Acceptable Manufacturers: 1. APCO Valve & Primer Corporation Series 100 2. Val-Matic Surgebuster Series 7200 3. Crispin ASR model 4. No equals. B. Experience Requirements: The Manufacturer shall have had successful experience in manufacturing valves for this type service in the sizes indicated. The Manufacturer shall have at least 10 years' experience in the manufacture of the valves. C. Manufacturer's Representative for Startup and Training: The Manufacturer shall provide the services of a competent manufacturer's representative for an indefinite period of time as required to insure proper adjustment, installation and operation of the valve. D. All valves shall be hydrostatically tested and seat tested to demonstrate zero leakage. When requested, the Manufacturer shall provide test certification and required documentation. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00 "Submittals" and shall include: 1. Detailed Shop Drawings and Product Data sheets 2. Handling requirements 3. Installation and start-up instructions 4. Operation and Maintenance Manuals. 1.04 STANDARDS A. The following standards shall apply as if they are included in these documents: 1. American Society for Testing and Materials (ASTM) Standards: Swing Check Valves 40 05 65.23 - 1 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 Standard Specification for Gray Iron Castings for Valves, Flanges, and Pipe Fittings ASTM A126 Standard Specification for Ductile Iron Castings ASTM A536 Standard Specifications for Stainless Steel Bars ASTM A276 ASTM A582 T303 Standard Specification for Free -Machining Stainless Steel Bars 2. American Water Works Association (AWWA) Standards: AWWA C508 Swing -Check Valves for Waterworks Service, 2- through 24-inch NIPS 1.05 1.05 DELIVERY AND STORAGE A. Store equipment with protection from the weather, excessive humidity and temperature, dirt, dust and other contaminants and in compliance with the manufacturer's instructions. B. Spare parts shall be packed and shipped in containers bearing labels clearly designating contents and pieces of equipment for which it is intended. 1.06 GUARANTEES A. The equipment supplier shall furnish a two year warranty from final acceptance in accordance with the General Conditions. B. The flex portion of the disc shall be warranted for ten (10) years. This time period shall be interpreted as beginning upon the installation of the check valve, or eleven (11) years after delivery, whichever occurs first. 2.00 PRODUCTS 2.01 RUBBER FLAPPER SWING CHECK VALVES A. The valve body and cover shall be ASTM A126, Class B cast iron or ductile iron with flow area equal or greater than nominal pipe flow area. Disc shall be precision molded Buna-N, meeting ASTM D2000, having an 0-ring seating edge and be internally reinforced with steel. The disc accelerator shall be stainless steel. B. The valve disc shall absolutely prevent the return of water or sewage back through the valve when the inlet pressure decreases below the delivery pressure, on pump shutoff or power failure. The valve shall be tight -seating. The seat ring shall be renewable and shall be securely held in place by stainless steel screws. Swing Check Valves 40 05 65.23 - 2 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 C. Check valves shall be furnished with ANSI 125/150 pound flat faced flanges. Valve exterior and interior to be painted with Fusion Epoxy Paint per AWWA C-550. D. The valve body shall be full flow equal to nominal pipe diameter at all points through the valve. The seating surface shall be on a 45' angle to minimize disc travel. A threaded port with pipe plug shall be provided on the bottom of the valve to allow for field installation of a backflow actuator, air cushion or hydraulic cushion without special tools or removing the valve from the line. The top access port shall be full size, allowing removal of the disc without removing the valve from the line. The access cover shall be domed in shape to provide flushing action over the disc for operating in lines containing high solids content. A threaded port with pipe plug shall be provided in the access cover to allow for field installation of a mechanical, disc accelerator adjustment drive. F. The disc shall be one-piece construction, precision molded with an integral o-ring type sealing surface, and contain alloy steel and nylon reinforcement in the flexible hinge area. The flex portion of the disc shall be warranted for twenty-five years. Non -Slam closing characteristics shall be provided through a short 35' disc stroke and a disc accelerator. G. The disc accelerator shall be of one piece construction and provide rapid closure of the valve in high head applications and per Manufacturer's recommendations for the specific applications. The disc accelerator shall be enclosed within the valve and shall be field adjustable and replaceable without removal of the valve from the line. The disc accelerator shall be securely held in place by being attached under the cover. It shall be formed with a large radius to allow smooth movement over the disc surface. H. The valve disc shall be cycle tested 1,000,000 times in accordance with ANSI/AWWA and show no signs of wear, cracking, 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. I. The closing and opening rate of the valve shall be field adjustable. J. A mechanical indicator shall be provided to provide disc position indication. The indicator shall have continuous contact with the disc under all operating conditions to assure accurate disc position indication. Indicator shall be strong enough to not be damaged during normal operating conditions. A screw -type backflow actuator shall be provided on valves 4" and larger to allow opening of the valve during no -flow conditions. Buna-N seals shall be used to seal the stainless steel stem in a bronze bushing. The backflow device shall be of the rising -stem type to indicate position. A stainless steel T-handle shall be provided for ease of operation. Valves shall be supplied with one (1) backflow actuator to allow opening of the valve during no flow conditions. 2.02 COATINGS A. The exterior of the valve shall be coated in accordance with Section 09 96 00, "High Performance Coatings". 3.00 EXECUTION 3.01 INSTALLATION Swing Check Valves 40 05 65.23 - 3 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 A. Carefully handle and lower the valves into position so as to prevent damage to any part of the valves. B. Installation of the rubber flapper check valves shall be in accordance with the manufacturer's recommendations 3.02 CLEAN AND ADJUST A. Adjust opening and closing operation of the valve in accordance with manufacturer's recommendations. B. Adjust weight position and air cushion operation (as applicable) in accordance with manufacturer recommendations. END OF SECTION Swing Check Valves 40 05 65.23 - 4 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 40 05 43 AUTOMATIC STRAINER 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install an automatic strainer on the plant service water line feeding the sludge Thickening Facility. 1.02 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00 "Submittals" and shall include: 1. Shop Drawings. 2. Provide an electronic 3-D file of the equipment. The file format shall be .step, .dwg, or .rfa. 3. Operation and Maintenance Manuals. 1.03 WARRANTY A. Manufacturer shall warrant the equipment and materials furnished under this Section against defects in materials and workmanship for a period of two (2) years from the date of Final Acceptance in accordance with the General Conditions. 2.00 PRODUCTS 2.01 AUTOMATIC STRAINER A. Automatic Strainer shall be furnished for inline plant service water operation to remove particles and solids. Strainer shall be capable of running continuously through automatic cleaning cycles. A sump shall be part of the strainer body to act as a storage for strained solids between cleaning cycles. The strainer body shall be of cast iron construction per ASTM278 Class 30 and have integral, in -line 8" inlet and outlet flanges. Flanges shall be 125- ib ANSI class B16.1 flat face. B. Acceptable Manufacturers: 1. Hellan Strainer Company, DA Series 2. Approved equal. C. Screen shall be wedgewire screens constructed of Type 316 stainless steel. D. Scraper bar shall be rigid design mounted adjacent to each screen to accommodate scraping of accumulated solids from screen upon screen rotation. E. Each screening area shall include a removable inspection cover, which shall be large enough to provide access to the scraper bar and screen. Adjustments and maintenance to strainer, screen, or scraper bar shall be done using inspection cover while strainer continues to maintain operation. F. Storage of solids shall be a sump. Solids must be automatically removed by use of a 2" electric actuated automatic flush valve with a swage nipple mounted to the strainer body Automatic Strainer 40 05 89.14 - 1 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 G. The strainer and all components shall be hydrostatically pressure tested to 1-1/2 times the maximum allowable working pressure for a period of 10 minutes. 2.02 DESIGN CRITERIA A. Strainer shall meet the below parameters. No. of Strainers 1 No. of Baskets 2 Screen perforations 200 microns Inlet / Outlet Flange 8" Minimum Flow 820 GPM Influent Source Reclaimed wastewater effluent Influent Water Pressure Min: 30 PSI Max: 6S PSI B. Solids shall be drained automatically. 2.03 MOTOR A. Each motor shall be a 1/3 hp, 460 Voltage, 3 Ph, 60 Hz, 1.15 SF Class "F" Insulation, TEFC, 56 C Face, Footless. 2.04 CONTROL PANEL A. Control panel shall be furnished by approved automatic strainer manufacturer. Control panel shall control strainer cleaning cycle. The panel shall include all motor starters, control relays, fuses, and overload protection, control transformer, operation lights, etc. The control panel shall be mounted in a NEMA-4X wall mounted polycarbonate enclosure equipped with a door disconnect switch. The control panel shall conform to current NEMA, NEC and OSHA codes and regulations. The strainer control panel shall be equipped with a programmable solid state timer to initiate cleaning cycles at predetermined intervals, a hands/off/automatic selector switch, and a push-button for manual starting. An adjustable cycle duration timer shall also be furnished to allow for control of the cleaning cycle duration. An adjustable pressure differential switch shall be mounted onto the strainer and shall be used to initiate a cleaning cycle if the pressure drop reaches a predetermined set point. 3.00 EXECUTION 3.01 INSTALLATION A. Install strainer in accordance with the Manufacturer's instructions. END OF SECTION Automatic Strainer 40 05 89.14 - 2 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 406100 PROCESS CONTROL AND INSTRUMENTATION SYSTEMS — GENERAL PROVISIONS 1.00 GENERAL 1.01 SCOPE OF WORK A. Process Control System Integrator (PCSI): 1. The Contractor shall procure the services of a single PCSI to furnish and install all equipment, materials, and labor, except for those services and materials specifically noted, required to achieve a fully integrated and operational system as specified herein and in other Specification Sections listed below and as shown on the Drawings. 2. Applications system programming work shall be performed by the pre -approved Applications System Programmer (ASP) as defined in Section 40 68 00. a. The PCSI will provide support of all ASP programming work, including loop checks and startup testing activities. b. The ASP's work includes but is not limited to the following: 1). PLC programming, testing of PLC logic, and startup/training activities associated with programmed portions of the PLC. 2). Emerson Ovation DCS and OCC-100 (Drop 8/58) programming, testing of DCU logic, and startup/training activities associated with programmed portions of the DCS. 3). Human Machine Interface (HMI) graphics development, HMI software configuration, database development, report development, and startup/training activities associated with the configured portions of the HMI/DCS system. 4). Historian programming to add historical data collection, trending, and calculations. 5). Furnish and install network Ethernet switches and associated components and accessories (excluding fiber optic media converters). Refer to Section 40 66 00. 6). Furnish and istall PLC/DCU controller equipment, components, and control panels. Refer to Sections 40 63 00 and 40 67 00. The PCSI and ASP work shall include furnishing, installing, and testing the equipment and materials detailed in the following sections: ---Sectivn�_ Title 27 15 23 Fiber Optic Equipment (PCSI) 406100 Process Control and Instrumentation Systems - General Provisions (PCSI & ASP) 40 61 21 Process Control System —Testing (PCSI & ASP) 40 61 26 Process Control System —Training (PCSI & ASP) 40 61 93 Process Control System - Input Output List (PCSI & ASP) 40 6193A Attachment A - Input Output List (PCSI & ASP) Process Control and Instrumentation Systems —General Provisions 40 6100 - 1 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 Section Title 40 61 96 Process Control System - Control Description (ASP) 40 61 96A Attachment A - Control Descriptions (ASP) 40 63 00 Controller Hardware and Software (ASP) 40 66 00 Network Equipment (ASP) 40 67 00 Control Panels and Components (ASP) 40 67 63 Uninterruptible Power Supplies (PCSI) 40 68 00 Applications Services (ASP) 40 70 00 Field Instruments (PCSI) 40 70 OOA Attachment A - Instrument Schedule (PCSI) C. The PCSI work of this project includes, but is not necessarily limited to, the following: 1. Provide new instruments, equipment, and spare parts as indicated on the Drawings and specified herein. 2. Provide termination of field wiring, calibrations testing, and training as specified herein. 3. Provide support of ASP services, testing, and commissioning as specified herein. 4. Provide Fiber Optic and Ethernet network communications system as specified herein. 5. Provide Control panels designated within Section 40 67 00 Control Panels and Components. 1.02 RELATED WORK A. General provisions of the Contract are included in Division 01 of the Specifications. B. Process and Instrumentation Diagrams (P&ID) are included in the Drawings. C. The Control System Architecture block diagram is included in the Drawings. D. Specific control system and instrumentation materials and requirements are included in related Sections of Division 40. E. Electrical equipment, conduit, cabling, and other requirements of the Electrical Contractor are included in Division 26, Electrical of the Specifications. F. Fiber Optic Equipment in Division 27. 1.03 SUBMITTAL REQUIREMENTS A. General: 1. Refer to Division 01 for general submittal requirements. 2. Other Division 40 Sections may have additional submittal requirements. 3. Both electronic and hard copy submittals shall be bound separately in sections according to the submittal list below, with an index page and section dividers. Electronic copies shall be in Adobe PDF and/or AutoCAD format. Hard copy sets shall include five (5) sets of reproducible, signed and sealed, full-size Drawings and five (5) sets of Process Control and Instrumentation Systems — General Provisions 40 6100 - 2 FTW17498 —VCWRF Sludge Thickening Improvements City Project No. CO2647 Specifications. Hard submittals shall be assembled in three-ring binders, up to 3 inches wide, with a maximum of 11 x 17 inch size pages folded down to 8 1/2 x 11inch size. 4. Shop drawing and manufacturer data sheet submittals shall be complete, an accurate representation of equipment to be delivered, documented fully, and demonstrate that equipment and services comply with Specification requirements. 5. PCSI drawing submittals shall include a title block with, as a minimum, the PCSI's registered business name and address, PCSI project manager's name, project name, drawing title, sheet number, and drawing revision number/description. 6. Exceptions to the Specification and Drawing requirements shall be clearly identified and defined by the PCSI and located within a separate section of each submittal. Definitions of exceptions shall be presented for Owner/Engineer approval and include, at a minimum, Specification/Drawing reference location, description of exception and proposed substitution, reason for exception, and details of any contract financial credits offered. Acceptance of "or Equal" substitutions and/or exceptions shall be at the discretion of the Owner/Engineer. 7. Partial, incomplete, or non -compliant submittals will be returned to the PCSI without review. 8. Submittal List. Separate submittals shall be supplied as listed below: SUI)rni tal 5pc0fication stem 5tibmittal Title N11mhpr Number a. I PCSI Project Plan (PCSI) 40 6100-01 406100 b. Hardware and Software (PCSI & ASP) 40 6100-02 406100 40 61 00 C. Instrumentation (PCSI) 40 70 00-01 40 70 00 406100 d. Control Panel Drawings (ASP) 40 67 00-01 40 70 00 40 68 00, e. Applications System Programming (ASP) 40 68 00-* 406193 40 61 00 40 6121, 40 68 00 f. PCSI Testing & Training Plan (PCSI & ASP) 40 61 21-01 40 61 26, 40 68 00 Spares, Expendables, and Test g. Equipment (PCSI & ASP) 40 61 00-02 406100 Final System Documentation (PCSI & h. ASP) 40 6100-07 406100 * Refer to indicated Specification Section or associated paragraph in this section for details of submittal requirements and quantities. B. PCSI Project Plan Submittal: 1. The PCSI Project Plan submittal shall be submitted prior to scheduling the PCSI Kickoff Meeting. The Owner/Engineer will not accept subsequent submittals until the PCSI Project Plan submittal is approved. 2. The Project Plan submittal shall include, at a minimum: Process Control and Instrumentation Systems —General Provisions FTW17498 — VCWRF Sludge Thickening Improvements 406100-3 City Project No. CO2647 a. Overview of the proposed control system in clear text format describing the PCSI understanding of the project work, preliminary system architecture drawing, interfaces to other systems, schedule, startup, switchover, and coordination. b. PCSI project schedule including meetings, milestones, submittals, procurement, fabrication, shipment, installation, testing, commissioning, training, and other related work tasks. c. PCSI project organization chart including list of key personnel (project manager, engineer, lead technician, quality assurance reviewer, etc.); resumes; and written commitment to this Project. List of exceptions to the Specifications and Drawings, based on a paragraph -by - paragraph and Drawing -by -Drawing review of the Contract Documents and Specifications. PCSI shall state their acceptance of all contractual Specification and Drawing requirements outside of any exceptions listed. If there is no statement by the PCSI, then it is acknowledged that no exceptions are taken. C. Hardware and Software Submittal: 1. General: a. Submittals including only general sales literature will not be accepted. b. Shop Drawing and manufacturer data sheet submittals shall be complete, fully demonstrating compliance with all Specification requirements and features. c. Selected features and options shall be clearly indicated by highlighting, circling, or pointing arrows to each selection that makes up the manufacturer ordering/model number code. d. Physical details shall include, at a minimum, physical layout and dimensions, construction details, NEMA rating, hazardous area rating, electrical power requirements and consumption, communication ports, signal connection ports, heat dissipation and installation requirements. e. Functional details shall include, at a minimum, details of internal features such as communication protocols, control functions, programming parameters, jumper settings, software features, and licensing requirements. 2. Software: Provide a complete software list or Bill of Materials (BOM) including all software items and quantities to be supplied by the PCSI. Details of all stand-alone computer software packages required by the Specifications. c. System Software: 1). Submit details of the process controller, local operator graphic panel, and HMI software application packages to be used for each piece of equipment. All standard and optional features to be provided shall be indicated. d. Other Software: Process Control and Instrumentation Systems — General Provisions 40 61 00 - 4 FTW17498 —VCWRF Sludge Thickening Improvements City Project No. CO2647 1). Submit details of all other required software packages to be provided including, but not limited to, network/communication utility (OPC, SNMP, UPS), field instrument utility (HART, Fieldbus, etc.), and computer software (MS Office, Adobe Acrobat, etc.). e. Licensing: 1). Provide details of all software license agreements indicating quantities and assignment of licenses to the Owner. f. Software Support: 1). Provide details of all software support license agreements indicating quantities and assignment of licenses to the Owner. 3. Hardware: a. Provide a complete hardware list or Bill of Materials (BOM) including all hardware to be supplied by the PCSI. For each hardware component indicated below, submit a cover page that lists, at a minimum, date, specification number, product name, manufacturer, model number, location(s), and power required. Preferred format for the cover page is ISA 520, general data sheet; however, other formats will be acceptable provided they contain all required information. b. Catalog cuts for supplied Programmable Logic Controller (PLC) or Distributed Control Unit (DCU) process controller equipment, remote telemetry units (RTU), including central processing units, redundancy units, memory, input modules, output modules, modems, network interface modules, mounting racks, and power supplies. Submit descriptive literature for each hardware component that fully describes the units being provided. c. Process Controller Memory Sizing Calculation: 1). Submit calculations for controller program memory including additional memory beyond the memory available for process control applications. This includes scratch pad or "housekeeping" programs, additional overhead for programming formats, redundancy, etc.; and shall be included in the total memory sizing calculation. Submit calculations verifying that the total memory provided will be adequate for the specified requirements. d. Power Supply Sizing Calculations: 1). Submit calculations to show compliance with specified power supply sizing requirements of the Specifications. e. Battery Backup UPS Sizing and Runtime Calculations: 1). Submit calculations to show compliance with specified UPS capacity sizing and battery runtime requirements of the Specifications. D. Instrumentation Submittal: The submittal shall include a complete instrument list or Bill of Materials (BOM) including all instruments to be supplied by the PCSI. Instrument tagging shall adhere to the loop numbering and tagging scheme shown within the Drawings and Specifications. Process Control and Instrumentation Systems —General Provisions 40 6100 - S FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 2. Submit complete documentation of each field instrument using an ISA-S20 style data sheet format in electronic and 8 1/2 x 11 inch print format. Instrument data sheets shall include the following information, at a minimum: a. General (Header): 1). Instrument type (Title). 2). Specification reference. 3). Document revision number and date. b. Controller/Transmitter: 1). Controller/Transmitter details shall include, at a minimum: a). Physical: Size and dimensions of equipment. Materials of construction for enclosure and wetted parts. b). Ratings: NEMA rating, hazardous area classification and temperature ratings for the equipment. c). Sizing Calculations: Provide details of equipment selection based on any manufacturer required sizing, calculations, configurations, etc. d). Electrical Requirements: Note voltage, power requirements (two -wire or four -wire) and power consumption data. e). Inputs/Outputs: Input and output characteristics and types. f). Heat Dissipation: Note manufacturer's listed heat dissipation value for the equipment. g). Installation Details: Mounting details in sufficient detail to determine compliance with the requirements of the Contract Documents. h). Internal Features: Communication protocols, control functions, programming parameters, jumper settings, software features, and licensing requirements. i). Range, size, and graduations in engineering units. j). Complete manufacturer/model number. c. Sensor: 1). Sensor details shall include, at a minimum: a). Physical: Size and dimensions of equipment. Materials of construction for enclosure and wetted parts. b). Ratings: NEMA rating, hazardous area classification and temperature ratings for the equipment. c). Sizing Calculations: Provide details of equipment selection based on any manufacturer required sizing, calculations, configurations, etc. d). Electrical Requirements: Note voltage, power requirements (two -wire or four -wire) and power consumption data. Process Control and Instrumentation Systems —General Provisions 40 61 00 - 6 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 e). Inputs/Outputs: Input and output characteristics and types. f). Installation Details: Mounting details in sufficient detail to determine compliance with the requirements of the Contract Documents. g). Internal Features: Communication protocols, control functions, programming parameters, jumper settings, software features, and licensing requirements. h). Range, size, and graduations in engineering units. i). Complete manufacturer/model number. d. Accessories and Special Requirements: 1). List all required accessories, special options, software, tools and calibration equipment to be provided. Provide complete manufacturer/model numbers for each accessory and/or manufacturer option codes. 2). Submit details of digital network interface requirements including type, wiring requirements, configuration details, device addressing, and process control system interface. 3). Certified calibration data for all flow metering devices. e. Instrument Tag List: 1). Provide specific project information for all instruments, of each type, included on the ISA-S20 style data sheets. Instrument information shall include, at a minimum: a). Plant equipment number and ISA tag number per the P&IDs and/or Engineer's Instrument List. b). Instrument description including plant area/system location. c). Instrument scale range and engineering units (or setpoints for discrete instruments). d). Project drawing reference(s). E. Testing Plan Submittal: 1. Testing Plan shall incorporate Section 40 68 00 ASP testing requirements. a. Refer to Section 40 6196. Test Procedure Submittals (ASP & PCSI): Submit the procedures proposed to be followed for each test. Procedures shall include test descriptions, forms, and checklists to be used to control and document the required tests. Include sign -off forms for each testing phase or loop with sign -off areas for the ASP, PCSI, Engineer, and Owner. Refer to Division 40, Section 40 6121, Control System —Testing for specific testing requirements, and submit separate procedures for each specified test phase. 3. Test Documentation (ASP & PCSI): Upon completion of each required test, document the test by submitting a copy of the signed -off test procedures. Testing shall not be considered complete until the signed -off test procedures have been submitted and favorably reviewed. Submittal of other test documentation, including "highlighted" Process Control and Instrumentation Systems —General Provisions 40 6100 - 7 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 wiring diagrams with field technician notes, are not acceptable substitutes forme formal test documentation. 4. (PCSI) Each loop shall have a Loop Status sign -off form to organize and track its inspection, adjustment, and calibration. These forms shall include the following information and check -off items: a. Project Name b. Loop Number c. Detailed test procedure indicating exactly how the loop will be tested including all required test equipment, necessary terminal block numbers, and simulation techniques required. d. Tag Number for each component e. Check-offs/sign-offs for each component 1). Tag/identification 2). Installation 3). Termination —wiring 4). Termination —tubing 5). Calibration/adjustment f. Check-offs/sign-offs for the loop 1). Panel interface terminations 2). 1/0 interface terminations 3). 1/0 signal operation 4). Inputs/outputs operational: received/sent, processed, and adjusted 5). Total loop operation 6). Space for comments 7). Sign -off and date fields for the Contractor, the Owner/Engineer, ASP, and the PCSI 5. (PCSI) Each active analog subsystem element shall have a Component Calibration form. These forms shall have the following information including space for data entry: a. Project Name b. Loop Number c. ISA Tag Number and 1/0 Module Address d. Manufacturer e. Model Number/Serial Number f. Summary of Functional Requirements. For example: 1). For Indicators: Scale ranges Process Control and Instrumentation Systems —General Provisions 40 61 00 - 8 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 2). For Transmitters/Converters: Scale and chart ranges 3). For Computing Elements: Function 4). For Controllers: Action (direct/reverse) control modes (PID) 5). For Switching Elements: Unit range, differential (FIXED/ADJUSTABLE), reset (AUTO/MAN UAL) 6). For 1/0 Modules. Input or output g. Calibrations; for example: 1). For Analog Devices: Required and actual inputs and outputs at 0, 50, and 100 percent of span. 2). For Discrete Devices: Required and actual trip points and reset points 3). For Controllers: Mode settings (PID) 4). For 1/0 Modules: Required and actual inputs or outputs for 0, 50, and 100 percent of span h. Space for comments i. Sign -off and date fields for the Contractor, the Owner/Engineer, and the PCSI F. Training Plan Submittal 1. Training Plan shall incorporate Section 40 6100 General Provisions and Section 40 68 00 ASP training requirements a. Refer to Section 40 6193 2. Training Plan Submittal: a. Upon receipt of the Engineer's comments on the preliminary training plan, submit the specific proposed training plan. The training plan shall include: 1). Definitions, objectives, and target audience of each course 2). Schedule of training courses including proposed dates, duration, and locations of each class 3). Complete copy of all proposed handouts and training materials. Training information shall be bound and logically arranged with all materials reduced to a maximum size 11 x 17 inch, then folded to 8 1/2 x 11 inch for inclusion into the binder. G. Spares, Expendables, and Test Equipment Lists Submittal: 1. This submittal shall include for each Subsystem: a. A list of, and descriptive literature for, spares, expendables, and test equipment as specified in Division 40 b. A list of, and descriptive literature for, additional spares, expendables, and test equipment recommended by the manufacturer c. Unit and total costs for the additional spare items specified or recommended for each subsystem Process Control and Instrumentation Systems -- General Provisions 40 61 00 - 9 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 H. Final System Documentation: 1. Submit in accordance with Division 01 0&M requirements 2. The Final System Documentation shall consist of operations and maintenance manuals as specified herein. The manuals shall be bound in three-ring binders, maximum size of 3 inches, with drawings reduced to 11 x 17 inch, then folded to 8 1/2 x 11 inch for inclusion. Each section shall have a uniquely numbered tab divider, and each component within each section shall have a separate binder tab divider. 3. The operations and maintenance manuals shall, at a minimum, contain the following information: a. Table of Contents: 1). A Table of Contents shall be provided for the entire manual with the specific contents of each volume clearly listed. The complete Table of Contents shall appear in each volume. b. Instrument and Equipment Lists: 1). The following lists shall be developed in Excel and provided not only as a hard copy in 0&M, but also electronically on a CD. 2). An instrument list for all devices supplied including tag number, description, specification section and paragraph number, manufacturer, model number, serial number, range, span, location, manufacturer phone number, local supplier name, local supplier phone number, completion year replacement cost, and any other pertinent data. 3). An equipment list for all non -instrument devices supplied listing description, specification section and paragraph number, manufacturer, model number, serial number, location, manufacturer phone number, local supplier name, local supplier phone number, completion year replacement cost, and any other pertinent data. c. Data Sheets with Vendor Operations and Maintenance Information: 1). ISA S20 style data sheets shall be provided for all field instruments 2). Cover page for each device, piece of equipment, and OEM software that lists, at a minimum, date, specification number, product name, manufacturer, model number, location(s), and power required. Preferred format for the cover page is ISA 520, general data sheet; however, other formats will be acceptable provided they contain all required information. 3). Final vendor O&M documentation for each device, piece of equipment, or OEM software shall be either new documentation written specifically for this project, or modified standard vendor documentation. All standard vendor documentation furnished shall have all portions that apply clearly indicated with arrows or circles. All portions that do not apply shall be neatly lined out or crossed out. Groups of pages that do not apply at all to the specific model supplied shall be removed. Process Control and Instrumentation Systems —General Provisions 40 6100 - 10 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 4). For any component requiring dip switch settings or custom software configuration, that information shall be included along with the corresponding data sheets and O&M information. d. As -Built Drawings: 1). Complete as -built drawings, including all drawings and diagram specified in this section under the "Submittals" section. These drawings shall include all termination points on all equipment the system in connected to, including terminal points of equipment not supplied by the PCSI. 2). As -built documentation shall include information from submittals, as described in this Specification, updated to reflect the as -built system. Any errors in or modifications to the system resulting from the Factory and/or Functional Acceptance Tests shall be incorporated in this documentation. e. Original Licensed Software: 1). Submit original software media of all software provided under this Contract. Submit original paper based and electronic documentation for all software provided. Submit license agreement information including serial numbers, license agreements, User Registration Numbers and related information. All software provided under this Contract shall be licensed to the Owner at the time of purchase. Provide media in software sleeves within O&M manual. f. Electronic O&M Information: 1). In addition to the hard copy of O&M data, provide an electronic version of all equipment manuals on CD-ROM or DVD. Electronic documents shall be supplied in Adobe Acrobat (PDF) format. 2). Provide electronic files for all custom -developed manuals. Text shall be supplied in both Microsoft Office format and Adobe Acrobat format. 3). Provide electronic files for all drawings produced. Drawings shall be in AutoCAD ".dwg" format and in Adobe Acrobat format. Drawings shall be provided using the AutoCAD eTransmit feature to bind external references, pen/line styles, and fonts into individual zip files along with the drawing file. 4). Each computer system hardware device shall be backed up onto CD-ROM or DVD after Substantial Completion and shall be turned over to the Owner. 5). If specified in the training section, provide digital copies of all training videos. Videos shall be in a format that is readable by standard DVD players and by standard PC DVD drives. Format and shall be a minimum of 800 by 900 pixels and shall include sound. 4. The cover and edge of each volume shall contain the following information: Process Control and Instrumentation Systems — General Provisions 40 6100 - 11 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 Project Name (refer to Contract Documents) Contract Number (refer to Contract Documents) Instrumentation and Control System Hardware[or Applications Engineering] Operations and Maintenance Manual Specification Sections Subcontractor Name Date Volume XofY ere X is the volume number and Y is the number of volumes) 1.04 COORDINATION MEETINGS A. Refer to Division 40, Section 40 68 63, Process Control System - Applications Services for ASP work related meeting and workshop requirements. B. Kick-off Meeting: 1: A project kick-off coordination meeting shall be held within two weeks after submitting the Project Plan and Schedule Submittal. The purpose of the meeting shall be to discuss the PCSI's and ASP's Project Plan and Schedule Submittals, to summarize the PCSI's and ASP's understanding of the project; discuss any proposed substitutions or alternatives; schedule testing and delivery deadline dates; provide a forum to coordinate hardware and software related issues; and request any additional information required from the Owner. Prepare and distribute an agenda for this meeting a minimum of one week before the scheduled meeting date. The meeting will last up to one-half (1/2) business day. 2. The kick-off meeting shall include ASP kickoff meeting requirements from Section 40 68 00 —10. 3. Meeting minutes shall be provided for each meeting to the Owner and Engineer within five (5) working days of the meeting date. Sections shall be established within the minutes that clearly identify project team decisions and action items with responsible party. Final minutes shall be prepared and submitted to the Engineer following receipt of input. 1.05 REFERENCE STANDARDS A. American Petroleum Institute (API). B. American Society for Testing and Materials (ASTM): 1. ASTM A269, Standard Specification for Seamless and Welded Austenitic Stainless Steel Tubing for General Service. C. Instrumentation, Systems and Automation Society (ISA). D. National Electrical Manufacturers Association (NEMA). E. National Fire Protection Agency (NFPA): 1. NFPA 70E National Electrical Code (NEC). F. Underwriters Laboratories, Inc. (UL): Process Control and Instrumentation Systems —General Provisions 40 61 00 - 12 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 1. UL 508 Industrial Control Equipment. G. American Society of Heating, Refrigerating and Air -Conditioning Engineers (ASHRAE) handbooks and standards. H. Sheet Metal and Air Conditioning Contractors National Association (SMACNA) standards. I. American Society of Plumbing Engineers (ASPE) design guides. J. Texas Commission on Environmental Quality (TCEQ). K. American Water Works Association (AWWA). 1.06 QUALITY ASSURANCE A. The Process Control System Integrator (PCSI) shall be a "systems integrator" regularly engaged in the design and the installation of instrumentation systems and their associated subsystems as they are applied to the municipal water and wastewater industry. For the purposes of this Specification Section, a "systems integrator" shall be interpreted to mean an organization that complies with all of the following criteria: Employs personnel on this project who have successfully completed ISA or manufacturer's training courses on general process instrumentation and configuration and implementation of the specific programmable controllers, computers, and software proposed for this project. Key personnel shall hold ISA CCST Level 1 certification or have a minimum of 10 years of verifiable plant start-up experience. Key personnel shall include, as a minimum, the lead field technician. Has successfully completed work of similar or greater complexity on at least three previous projects within the last five years. Successful completion shall be defined as a finished project completed on time, without any outstanding claims or litigation involving the PCSI. Potential references shall be for projects where the PCSI's contract was of similar size to this Project. 3. Has been actively engaged in the type of work specified in this Specification Section for a minimum of five years. B. The PCSI shall maintain a permanent, fully staffed, and equipped service facility within 200 miles of the project site with full-time employees capable of designing, fabricating, installing, calibrating, and testing the systems specified herein. At a minimum, the PCSI shall be capable of responding to on -site problems within 12 hours of notice. Provide an on -site response within four hours of notification starting at two months before scheduled startup to two months after startup completion. C. PCSI shall hold a valid UL-508 certification for their panel fabrication facility. D. Actual installation of the instrumentation system need not be performed by the PCSI's employees; however, the PCSI, as a minimum, shall be responsible for the technical supervision of the installation by providing on -site supervision to the installers of the various components. E. The following Instrumentation/Controls Contractors, listed in no particular order, have been pre -approved for this work by the Owner: Process Control and Instrumentation Systems — General Provisions 40 6100 - 13 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 1. Prime Controls Contact: Brian Poarch 1725 Lakepointe Dr. Lewisville, TX 75057 Phone: (972) 221-4849 2. Richardson Logic Controls (RLC) Contact: David Smith 8115 Hicks Hallow McKinney, TX 75071 Phone: (972) 542-7375 3. Walker Industrial Contact: James O'Donoghue 1505 W. Walnut Hill Lane Irving, TX 75038 Phone: (817) 540-7777 F. Only approved suppliers will be accepted. The Contractor must name the proposed PCSI per Division 0, Bidding Requirements. G. The listed approved PCSIs shall not be required to submit a qualification proposal. Suppliers interested in being listed as an equal shall submit three copies of a qualification proposal to the Owner/Engineer no later than 21 days before the bid opening date. A list of approved equals shall be issued no later than 13 days before the bid opening date. 1. The qualification proposal shall provide details and a description of how the supplier proposes to fulfill the requirements set forth in these specifications. The PCSI shall present the proposal in sufficient detail so that proper evaluation regarding the experience and capabilities of the supplier can be performed. a. The proposal shall contain evidence that the PCSI has sufficient financial resources to meet the obligations incidental to the performance of the work including available bonding. (This requirement may be provided in the form of a verifiable or certified financial report for the company's latest fiscal year.) The proposal shall contain a list of personnel available for assignment to the responsible positions of Project Manager, Project Engineer, Installation Supervisor, and Area Service Representative. Also, include a concise resume of each individual's education, work experience, and accomplishments. c. The proposal shall contain the following specific information: 1). Maintenance services available for hardware and software: Evaluation shall be based on the PCSI's capability to provide the required routine and emergency services. The PCSI's proposal is to describe the capabilities and location of his/her nearest (to jobsite) service organization. The intent of the Specifications is to obtain all system maintenance services from the PCSI. If the PCSI intends to subcontract all or portions of the service requirements, it must be stated as such along with the name and address of the organization. 2). Technical validation, examples of recently completed and similar scope projects. Process Control and Instrumentation Systems — General Provisions 40 61 00 - 14 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 3). The PCSI shall provide information regarding type, size, complexity, and performance of five systems recently completed, along with names, addresses, and telephone numbers of persons qualified to verify PCSI's statements approximate cost of the instrumentation system supplied, project completion date and description. Evaluation shall be based on the similarity of system requirements and supplier's performance. 4). A description of how the supplier plans to execute the various functions and locations where the various portions of the work shall be performed, coordinated, and managed (e.g., design, engineering, manufacturing, programming, testing and scheduling). The PCSI is required to state in his/her proposal those functions which he/she intends to subcontract to other organizations and include the name, address, and capabilities of these organizations. 5). The PCSI shall be required to demonstrate a minimum of five years' past experience in the design, manufacture, and commissioning of instrumentation and control systems of comparable size, type, and complexity to the proposed project. The PCSI shall be required to have his/her own in-house capability to handle complete system engineering, fabrication, and testing. 6). The PCSI shall indicate that he/she has in his/her employment capable personnel for detailed engineering, coordination, drafting, procurement and expediting, scheduling, construction, testing, inspection, installation, training start-up service for calibration and commissioning, and warranty compliance for the period specified. 1.07 DELIVERY, STORAGE, AND HANDLING A. Delivery, storage, and handling shall be in accordance with Division 01, General Requirements. B. Shipping Precautions After completion of shop assembly, factory test, and approval of all equipment, cabinets, panels, and consoles shall be packed in protective crates and enclosed in heavy duty (5 mil) polyethylene envelopes or secured sheeting to provide protection from damage, dust, and moisture. Dehumidifiers shall be placed inside the polyethylene coverings. The equipment shall then be skid -mounted for final transport. Lifting rings shall be provided for moving without removing protective covering. Boxed weights shall be shown on shipping tags together with instructions for unloading, transporting, storing, and handling at the job Site. Manufacturer's special instructions for field handling, storage, and installation required for protection shall be securely attached to the packaging for each piece of equipment prior to shipment. The instructions shall be stored in resealable plastic bags or other means of protection. 3. If any apparatus has been damaged, such damage shall be repaired at no additional cost to the Owner. Process Control and Instrumentation Systems —General Provisions 40 6100 - 15 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. C07647 1.08 NOMENCLATURE AND IDENTIFICATION A. Field Instrument Tags: 1. A permanent stainless steel or other non -corrosive material tag firmly attached and permanently and indelibly marked with the following, as indicated in the drawings, and provided on each piece of equipment supplied under this Section. Equipment shall be tagged before shipping to the Site. a. Instrument tag number. b. Manufacturer name. c. Model number. d. Serial number. 2. Provide 1/8-inch by 3/8-inch, Type 316 stainless steel button head, self -tapping machine screws. 3. All supplied field instrument transmitters and field instrument transmitter elements shall have a stainless steel identification tag attached to each transmitter and element prior to shipment. Tag shall be attached via stainless steel chain or stainless steel wire (24 gauge minimum) to a non -removable part of the device. The tag size shall be a minimum of 3x2 inch ratio. Tag shall include the ISA alphanumeric instrument number as indicated in the P&ID, loop, and detail drawings. The alphanumeric instrument number shall be stamped into the tag and shall have a minimum of 3/16-inch-high alphanumeric characters. B. Panel Nameplates: 1. See Instrumentation and Controls — Control Panels and Equipment Section. 1.09 WARRANTY A. Provide warranty per Division 01, Warranties and Bonds, and as specified herein. 1.10 PROJECT/SITE REQUIREMENTS A. Environmental Requirements. Refer to Division 26, Electrical and the Electrical drawings for specific environmental and hazardous area classifications. B. Elevation: Equipment shall be designed to operate at the project ground elevation. C. Temperature: 1. Equipment located in outdoor areas shall operate between [- 30 to 50 C] degrees ambient minimum. 2. Equipment located in indoor areas shall operate between [10 to 35 C] degrees ambient minimum. 3. Storage temperatures shall range from [0 to 50 C] degrees ambient minimum. 4. Additional cooling or heating shall be furnished if required by the equipment as specified herein. Process Control and Instrumentation Systems —Genera I Provisions 40 61 00 - 16 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 D. Relative Humidity: 1. Air conditioned area equipment shall operate between [20 to 95] percent relative, non - condensing humidity. All other equipment shall operate between 0 to 100 percent relative, condensing humidity. 2.00 PRODUCTS 2.01 GENERAL REQUIREMENTS A. Auxiliary components necessary for full system operation shall be provided whether they are shown on the Drawings or not. These components include but are not limited to transducers, relays, signal amplifiers, and signal isolators required for interface with existing equipment and/or equipment provided by others within other specification sections of this Contract. The PCSI shall be responsible for coordinating mechanical and electrical interface requirements to the Control System. Equipment fabrication, assembly, procurement, and installation shall fully conform to project specifications, drawings, details, engineering data, instructions, and manufacturer requirements. Substitutions to specified equipment or functionality must be specifically noted and approved by the Owner/Engineer prior to implementation. To the furthest extent possible and to accommodate future operation and maintenance, equipment of similar type shall be from the same manufacturer and match the Owner's existing install base (unless specifically noted otherwise). C. All equipment and installations shall comply with applicable Federal, State, and local codes. D. Equipment, instrument, and loop numbering schemes and PLC/DCU 1/0 addressing shall follow those specified herein and on the drawings. The PCSI shall include the specified numbering schemes within project submittals. Deviation or modification of numbering schemes will not be acceptable unless approved by the Owner/Engineer. E. The PCSI shall, at the time of purchasing, review equipment with the Owner/Engineer, manufacturers, and vendors to ensure the latest hardware and software versions are purchased. F. All instrumentation and electronic equipment shall be of the manufacturer's latest design, utilizing printed circuitry and epoxy or equal coating to prevent contamination by dust, moisture, and fungus. The field -mounted equipment and system components shall be designed for installation in dusty, humid, and slightly corrosive service conditions. G. All equipment, cabinets, and devices furnished shall be heavy-duty type, designed for continuous industrial service. The system shall contain similar products of a single manufacturer, and shall consist of equipment models which are currently in production. All equipment provided shall be of modular construction and shall be capable of field expansion. H. All electronic/digital equipment shall be provided with radio frequency interference protection. Process Control and Instrumentation Systems — General Provisions 40 6100 -17 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 2.02 GENERAL REQUIREMENTS--- INSTRUMENTATION A. All instruments shall be provided with mounting hardware and floor stands, wall brackets, or instrument racks unless otherwise noted. Fasteners for securing control panels and enclosures to walls and floors shall be either hot -dipped galvanized after fabrication or stainless steel. Provide stainless steel fasteners only in corrosive areas rated NEMA 4X on the drawings or as defined under Division 26, Electrical. Provide and size anchors in accordance with Divisions 01 and 05 as required per the seismic calculations. Provide minimum size anchor of 3/8-inch. B. All indicators shall be linear in process units, unless otherwise noted. All transmitters shall be provided with indicators in process units, accurate to 2 percent or better. 2.03 GENERAL REQUIREMENTS— ELECTRICAL A. Equipment shall operate on a 60 Hertz alternating current power source at a nominal 120 volts, plus or minus 10 percent, except where specifically noted. Regulators and power supplies required for compliance with the above shall be provided between power supply and interconnected instrument loop. Where equipment requires voltage regulation, constant voltage transformers shall be supplied. B. With the exception for field device network connected devices, all electronic instrumentation shall utilize linear transmission signals of isolated 4 to 20 mA DC (milliampere direct current) capable of driving a load up to 750 Ohms, unless specified otherwise. However, signals between instruments within the same panel or cabinet may be 1-5 VDC (volts direct current). C. Outputs of equipment that are not of the standard signals as outlined shall have the output immediately raised and/or converted to compatible standard signals for remote transmission. No zero -based signals will be allowed. D. All switches shall have double -pole double -throw contacts rated at a minimum of 900 VA, unless noted otherwise. E. Switches and/or signals indicating an alarm, failure, or upset condition shall be wired fail- safe to the SCADA system. A fail-safe condition is an open circuit when in an alarm state. F. Materials and equipment shall be UL approved. Where components are not available with UL approval, integrate the device with ground fault protective devices, isolation transformers, fuses, or other protective equipment necessary to achieve compliance with UL 508 requirements. G. All equipment furnished shall be designed and constructed so that in the event of power interruption, the systems specified herein shall go through an orderly shutdown with no loss of memory and shall resume normal operation without manual resetting when power is restored, unless otherwise noted. H. All transmitter output signals shall include signal and power source isolation. Provide local electrical shutoffs and disconnects for all four -wire field instruments requiring 120 VAC power. Electrical disconnects shall be suitably rated disconnect switches or manual motor starters as specified under Division 26, Electrical. Process Control and Instrumentation Systems —Genera I Provisions FTW17498 — VCWRF Sludge Thickening Improvements 40 61 00 - 18 City Project No. CO2647 2.04 LIGHTNING AND SURGE PROTECTION DEVICES A. General - Surge protection shall be provided to protect the electronic instrumentation system from induced surges propagating along the signal and power supply lines from lightning, utility, or the plant electrical system. The protection systems shall be such that the protective level shall not interfere with normal operation, but shall be lower than the instrument surge withstand level. Protection shall be maintenance -free and self -restoring. Devices shall have a response time of less than 50 nanoseconds and be capable of handling a discharge surge current (at an 8x20µs impulse waveform) of at least 8 kA. Ground wires for all instrumentation device surge protectors shall be connected to a low resistance ground in accordance with Division 26, Electrical. B. Provide protection of all analog signal (4-20 mA) circuits. Circuits shall be protected at both the transmitter and the control system end of the circuit. Protection devices located near the transmitter shall be mounted in a separate enclosure, unless conduit mounted; and shall be Phoenix Contact PT Series, MTL Surge Technologies (Telematic) TP48, Citel TSP-10 series, or equal. Substitution of a single device to protect both 120 VAC and 4-20 mA wires to an instrument is acceptable. Protection devices in control panels shall be MTL Surge Technologies (Telematic) SD Series, Phoenix Contact PT Series, Citel BPI-24, or equal. C. Provide protection of all 120 VAC power feeds into control panels, instruments, and control room equipment. Surge arresters shall be TranstectorACP-10OBW Series, Phoenix Contact "Mains-PlugTrab", MCG Surge Protection 400 Series, or equal. D. Non -Fiber Based Data Highway or Communications Circuits — Provide protection on all communication and data highway circuits that leave a building or are routed external to a building. Circuit protection shall be provided at both ends of the line. Surge protection devices shall be Phoenix Contact PlugTrab Series, Transtector FSP Series, MTL Surge Technologies (Telematic) NP Series, or equal. E. Inductive Loads — At a minimum, provide coil surge suppression devices, such as varistors or interposing relays, on all process controller outputs or switches rated 120 VA or less that drive solenoid, coil, or motor loads. F. Telephone Circuits - At a minimum, provide Telephone Company approved line protection units for all telephone lines used for telemetry or SCADA system use under this Contract. 2.05 TUBING AND FITTINGS A. All instrument air header takeoffs and branch connections less than 2 inch shall be 316 stainless steel. B. All instrument shut-off valves and associated fittings shall be supplied in accordance with the piping specifications and all instrument installation details. The materials for fittings and valves shall be compatible with process fluids. Where metallic fittings and valves are compatible, wetted materials shall be Type 316 stainless steel. Process Control and Instrumentation Systems — General Provisions 40 6100 - 19 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 C. The materials for instrument tubing shall be compatible with process fluids. Where metallic tubing is compatible, tubing shall be fully annealed ASTM A269 Seamless 316 grade free of OD scratches having the following dimensional characteristics as required to fit the specific installation: 1. 1/4-inch to 1/2-inch O.D. by 0.035-inch wall thickness. 2. 5/8-inch to 1-inch O.D. by 0.049-inch wall thickness. 3. 1-inch O.D. by 0.065-inch wall thickness. 4. 1-1/4-inch O.D. by 0,065-inch wall thickness. 5. 1-1/2-inch O.D. by 0.083-inch wall thickness. 6. 2-inch O.D. by 0.095-inch Wall thickness. D. All process connections to instruments shall be annealed 3/8-inch O.D. stainless steel tubing, Type 316. All tube tracks shall be supported by stainless steel and installed as per manufacturer's installation instructions. 2.06 SPARE PARTS A. Spare parts of the type and quantity as recommended by the manufacturer shall be furnished for all devices furnished under these sections. B. All spare parts shall be wrapped in bubble wrap, sealed in a polyethylene bag complete with dehumidifier, then packed in cartons and labeled with indelible markings. Complete ordering information including manufacturer's part number, part ordering information including manufacturer, part number, part name, and equipment name and number(s) for which the part is to be used shall be supplied with the required spare parts. The spare parts shall be delivered and stored in a location directed by the Owner/Engineer. C. As a minimum, furnish the following spare parts for control panels: One spare Controller of each type provided on the project. This shall include rack/backplane, power supply, CPU, memory card, communications modules, and each type of input/output module. D. The following field instrument related Spare Parts shall be furnished: 1. One spare instrument sensor, transmitter, and controller of each type supplied, with the exception of magnetic flow meter tubes. 2. Miscellaneous: One-year supply of items recommended by the manufacturer of the equipment including all reagents, probes, batteries, and calibration standards as needed to operate and maintain the furnished equipment. 2.07 TEST EQUIPMENT A. Provide all test equipment, instruction manuals, carrying/storage cases, unit battery charger, special tools, calibration fixtures, cord extenders, patch cords, test leads, and miscellaneous items for checking field operation of all supplied equipment. Process Control and Instrumentation Systems --General Provisions FTW17498—VCWRF Sludge Thickening Improvements 40 61 00 - 20 City Project No. CO2647 All test equipment shall be wrapped in bubble wrap, sealed in a polyethylene bag with a dehumidifier, then packed in cartons and labeled with indelible markings. Complete ordering information including manufacturer's part number and equipment name shall be supplied. The test equipment shall be delivered and stored in a location directed by the Owner/Engineer. 3.00 EXECUTION 3.01 GENERAL REQUIREMENTS — INSTALLATION A. All equipment and installations shall satisfy applicable Federal, State, and local codes. B. Instrumentation and accessory equipment shall be installed in accordance with the manufacturer's instructions. The locations of equipment, transmitters, alarms, and similar devices indicated are approximate only. Exact locations of all devices shall be as approved by the Owner/Engineer during construction. Obtain in the field all information relevant to the placing of process control equipment and, in case of any interference with other work, proceed as directed by the Contractor and furnish all labor and materials necessary to complete the work in an approved manner at no additional cost to the Owner. C. All equipment used in areas designated as hazardous shall be designed for the Class, Group and Division as required for the locations as shown on the Drawings and specified in Division 26, Electrical. All work shall be in strict accordance with codes and local rulings. D. Unless specifically indicated, direct reading or electrical transmitting instrumentation shall not be mounted on process piping. Instrumentation shall be mounted on instrument racks or stands. All instrumentation connections shall be provided with shut-off and drain valves. For differential pressure transmitters, five -valve manifolds for calibration, testing, and blow down service shall also be provided. For chemical or corrosive fluids, diaphragm seals with flushing connections shall be provided. All piping and tubing to and from field instrumentation shall be provided with necessary unions, calibrations and test tees, couplings, adaptors, and shut-off valves. Process tubing shall be installed to slope from the instrument toward process for gas measurement service and from the process toward the instrument for liquid measurement service. Provide drain/vent valves or fittings at any process tubing points where the required slopes cannot be maintained. Process tubing shall be installed rigidly with supports to prevent significant vibrations. F. Brackets and hangers required for mounting of equipment shall be provided. They shall be installed as shown and not interfere with any other equipment. G. The shield on each process instrumentation cable shall be continuous from source to destination and be grounded at only one ground point for each shield. H. Investigate each space in the building through which equipment must pass to reach its final location. If necessary, ship material in sections sized to permit passing through restricted areas in the building. Provide on -site service to oversee the installation, the placing and location of system components, their connections to the process equipment panels, cabinets and devices, subject to the Engineer's approval. Certify that field wiring associated with his/her equipment is installed in accordance with best industry practice. Schedule and Process Control and Instrumentation Systems —General Provisions FTW17498 — VCWRF Sludge Thickening Improvements 40 6100 - 21 City Project No. CO2647 coordinate work under this section with that of the electrical work specified under applicable Sections of Division 26, Electrical. I. Installation of fiber optic cable within control panel and console assemblies. Refer to cable manufacturer's specifications for bend radius. Use cable breakout assembly as recommended by the cable manufacturer. Provide wire basket, strain relief as required to meet manufacturer's strain requirements. J. Provide local electrical shutoffs and disconnects for all four -wire field instruments requiring 120 VAC power. Electrical disconnects shall be suitably rated disconnect switches or manual motor starters as specified under Division 26, Electrical. K. Provide sunshades for equipment mounted outdoors in direct sunlight. Sunshades shall include standoffs to allow air circulation around the cabinet. Orient equipment outdoors to face to the North or as required to minimize the impact of glare on LED, LCD, or other digital readouts. L. Loop Tuning: 1. All electronic control stations incorporating PID controllers shall be tuned following field installation and calibration of instrumentation and control system components, but prior to commencement of the specified field tests. Field testing will be immediately `failed' if loop tuning for the entire installed system is not complete. Optimal loop tuning shall be achieved either by auto -tuning software or manually by trial and error, Ziegler -Nichols step -response method, or other documented process tuning method. Assigning common PID factors for identical loops following field tuning of a single typical loop is acceptable. However, the Final Documentation Manuals shall include the loop tuning configuration parameters for each loop individually as specified in PART 1 of this section. M. Determine and configure optimal tuning parameters to assure stable, steady state operation of final control elements running under the control of field -mounted, dedicated PID controllers or software -based PID controllers residing as part of the programmable logic controller system. Each control loop that includes anti -reset wind-up features shall be adjusted to provide optimum response following startup from an integral action saturation condition. N. Tune all PID control loops to eliminate excessive oscillating final control elements. Loop parameters shall be adjusted to achieve 1/4 amplitude damping or better. In addition, loop steady state shall be achieved at least as fast as the loop response time associated with critical damping. 0. Loop performance and stability shall be verified in the field following tuning by step changes to setpoint. Submit loop tuning methodology and verification as part of the final system documentation as specified in Part 01. P. For cascade loops, tune both sets of controllers so that the cascade loop achieves the loop tuning characteristics specified herein. 3.02 GENERAL REQUIREMENTS —TESTING A. Refer to Division 40 Section 40 6121, Process Control System —Testing. Process Control and Instrumentation Systems — General Provisions 40 6100 - 22 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 3.03 GENERAL REQUIREMENTS —TRAINING A. Refer to Division 40 Section 40 6126, Process Control System —Training. END OF SECTION Process Control and Instrumentation Systems — General Provisions FTW17498 — VCWRF Sludge Thickening Improvements 40 6100 - 23 City Project No. CO2647 THIS PAGE INTENTIONALLY BLANK 40 61 21 PROCESS CONTROL. AND INSTRUMENTATION SYSTEMS — TESTING 1.00 PRODUCTS 1.01 SCOPE OF WORK A. The Applications System Programmer (ASP) shall provide all testing, testing procedures, testing forms, and testing coordination with the Owner/Engineer specified herein and within Division 40, Section 40 6100, Process Control and Instrumentation Systems — General Provisions. The Process Control System Integrator (PCSI) shall support ASP for the loop checks, startup, and commissioning. 1.02 RELATED WORK A. Refer to Division 40, Section 40 6100, Process Control and Instrumentation Systems — General Provisions. B. Refer to Division 40, Section 40 68 00, Process Control and Instrumentation Systems — Applications Engineering Services. 1.03 SUBMITTAL REQUIREMENTS A. General 1. Refer to Division 01 for general submittal requirements. 2. Refer to Division 40, Section 40 6100, Process Control and Instrumentation Systems -- General Provisions. 1.04 COORDINATION MEETINGS A. Refer to Division 40, Section 40 6100, Process Control and instrumentation Systems — General Provisions. 1.05 REFERENCE STANDARDS A. Refer to Division 40, Section 40 6100, Process Control and Instrumentation Systems — General Provisions. 1.06 QUALITY ASSURANCE A. Refer to Division 40, Section 40 6100, Process Control and Instrumentation Systems — General Provisions. 1.07 DELIVERY, STORAGE, AND HANDLING A. Refer to Division 40, Section 40 6100, Process Control and Instrumentation Systems — General Provisions for project/site requirements. 1.08 NOMENCLATURE AND IDENTIFICATION A. Refer to Division 40, Section 40 6100, Process Control and instrumentation Systems — General Provisions. Process Control and Instrumentation Systems —Testing 40 6121- 1 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 1.09 WARRANTY A. Refer to Division 40, Section 40 6100, Process Control and Instrumentation Systems — General Provisions. 1.10 PROJECT/SITE REQUIREMENTS A. Refer to Division 40, Section 40 6100, Process Control and Instrumentation Systems — General Provisions. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION 3.01 GENERAL REQUIREMENTS —TESTING A. See execution requirements in Division 40, Section 40 6100, Process Control and Instrumentation Systems — General Provisions. B. As part of the requirement of this specification section, it is the responsibility of the PCSI and ASP to provide a complete operational control system. Confirmation of an operational control system is dependent upon results derived from test procedures as specified in this Section. The ASP shall test all equipment at the factory prior to shipment. Unless otherwise specified in the individual specification sections, all equipment provided by the ASP shall be tested at the factory as a single fully integrated system. C. The PCSI and ASP shall test the system so that the Owner/Engineer can verify all the points in the existing control system. The PCSI and ASP shall coordinate testing of the Operational Readiness Test (ORT) and Functional Demonstration Test (FDT) with the Owner/Engineer. D. At a minimum, the testing shall include the following, as noted in Section 40 60 00: 1. Unwitnessed Factory Test (UFT). 2. Witnessed Factory Test (WFT). 3. Operational Readiness Test (ORT). 4. Functional Demonstration Test (FDT). 5. 30-day Site Acceptance Test (SAT). Each test shall be in the cause and effect format. The person conducting the test shall initiate an input (cause) and, upon the system's or subsystem's producing the correct result (effect), the specific test requirement will have been satisfied. All tests shall be conducted in accordance with prior Owner/Engineer approved procedures, forms, and all checklists as submitted by the ASP under Division 40, Section 40 6100, Process Control and Instrumentation Systems —General Provisions Part 1.03. Each test to be performed shall be described and a space provided after it for sign -off by the appropriate parties after its satisfactory completion. The ASP shall include "punchlist" forms with the test procedures to document issues that arise during the testing. Punchlist forms, at a minimum, shall include a specification cross reference, an issues description field, a resolution description field, and a sign -off area for the PCSI, ASP, Owner, and Engineer. Process Control and Instrumentation Systems —Testing 40 61 21- 2 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 G. Copies of the signed -off test procedures, forms, and checklists will constitute the required testing documentation. The test result forms shall be submitted to the Owner/Engineer for approval within 10 days of completion of each test. H. The PCSI and ASP shall provide all special testing materials and equipment. Wherever possible, perform tests using actual process variables, equipment, and data. Where it is not practical to test with real process variables, equipment, and data, provide suitable means of simulation. These simulation techniques shall be defined in the test procedures. I. The PCSI and ASP shall coordinate all required testing with the Contractor, all affected Subcontractors, the Engineer, and the Owner. J. The PCSI shall furnish the services of field service engineers, all special calibration and test equipment, and labor to perform the field tests. K. If testing is conducted more than 100 miles away from the Owner's location, Contractor shall include Owner's travel cost in their cost estimate. L. The Owner/Engineer reserves the right to test or retest all specified functions, whether or not explicitly stated on the Test Procedures, as required to determine compliance with the functional requirements of the overall system. Such testing required to determine compliance with the specified requirements shall be performed at no additional cost to the Owner. The Owner/Engineer's decision shall be final regarding the acceptability and completeness of all testing. M. No equipment shall be shipped until the Owner/Engineer has received all test results and approved the system is ready for shipment. N. Correction of Deficiencies: 1. All deficiencies in workmanship and/or items not meeting specified testing requirements shall be corrected to meet specification requirements at no additional cost to the Owner. 2. Testing, as specified herein, shall be repeated after correction of deficiencies is made until the specified requirements are met. This work shall be performed at no additional cost to the Owner. 3.02 FACTORY TESTING - UNWITNESSED FACTORY TEST (UFT) A. Prior to shipment of the equipment, the entire system, except primary elements, final control elements, and field -mounted transmitters, shall be interconnected and tested, by the ASP, to ensure the system will operate as specified. All analog and discrete input/output points not interconnected at this time shall be simulated to ensure proper operation of all alarms, monitoring devices/functions, and control devices/functions. B. All panels, consoles, and assemblies shall be inspected and tested to verify their conformance with related submittals, Specifications, and Drawings. C. During the tests, all digital system hardware and software shall be operated for at least five days continuously without a failure to verify the system is capable of continuous operation. Process Control and Instrumentation Systems —Testing FTW17498 — VCWRF Sludge Thickening Improvements 406121-3 City Project No. CO2647 D. Tests to be performed shall include, but not be limited to, the following. Each of these tests shall be specifically addressed in the Test Procedure submittal. 1. All panels and enclosures being provided shall undergo a thorough inspection to verify the integrity of the cabinet enclosures, frame structures, paint work and finish, etc. Additionally, the ASP shall review the panel drawings with the Owner/Engineer to ensure they accurately reflect the panel layout and wiring. 2. Panel wire pull tests shall be performed on all wiring to ensure it has been connected to the appropriate torque to prevent wires from coming loose. 3. For panels provided in new enclosures, heat loading tests shall be performed to ensure proper cooling/ventilation is being provided. 4. UPSs shall be tested with all equipment connected to verify the UPSs have been sized correctly to maintain the specified run time. 5. An 1/0 point checkout of at least 50 percent of each 1/0 module shall be performed to verify proper operation of the input/output points. The verification of the signals will be accomplished via the use of the PLC or DCU process controller equipment programming software. At a minimum, the 1/0 checkout shall consist of four steps. a. Digital input signals shall be jumpered within the termination connections of the PLC/DCU panels and verification of proper alarming, statuses, etc. shall be performed utilizing the tools available in the PLC/DCU programming software. Analog input signals shall be connected to a signal generator at the termination connections; and signals shall be verified at zero percent, 25 percent, 50 percent, 75 percent, and 100 percent of full scale. The appropriate scaled value shall be verified utilizing the tools available in the PLC/DCU programming software. c. Digital output signals shall be initiated by the user by writing to the signals utilizing the PLC/DCU programming software. Verification shall occur in the PLC/DCU panel by connecting a digital multimeter to measure the continuity at the terminations, thus verifying the command from the PLC/DCU has properly executed the contact closure. d. Analog output signals shall be initiated by the user by writing to the signals utilizing the PLC/DCU programming software. Verification shall occur in the PLC/DCU panel by utilizing a digital multimeter to measure the current/voltage generated at the termination points. E. All control panels provided or modified under the requirements of the related technical specification sections of Division 40 shall be included in these tests. F. Upon successful completion of the UFT, the ASP shall submit a record copy of the test results to the Owner/Engineer and coordinate the scheduling of the WFT. 3.03 FACTORY TESTING - WITNESSED FACTORY TEST (WFT) A. Before scheduling the WFT, the PCSI shall determine through his own UFT and through his internal quality assurance program that the equipment is ready for shipment to the job site. B. Software simulation testing of PLC, DCU, HMI, Distributed Control System (DCS), and OIT programming shall be conducted for Rotary Drum Thickener Trains, Gravity Belt Thickener Process Control and Instrumentation Systems —Testing 40 61 21- 4 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 Train, Polymer Storage Systems, Polymer Feed Units, Sludge Holding Tank Recirculation Pumps, WAS Holding Tank Blowers, and Gas Mix Systems. C. All system tests performed and specified for the UFT shall be repeated in the presence of the Owner/Engineer. D. The WFT will be conducted at the ASPI's facility. The ASP shall notify the Owner/Engineer in writing that the system is ready for the WFT. The Owner/Engineer shall schedule a test date within 14 days of receipt of the "Ready to Test" letter. At the time of notification, the ASP shall submit any revisions to the detailed test procedure previously approved by the Owner/Engineer. E. The purpose of the WFT is to verify the functionality, performance, and stability of the hardware and software. The system must operate continuously throughout the WFT without failure, except where initiated per the established test procedures. Any unanticipated failures may, at the Owner/Engineer's option, result in the overall WFT being deemed unsuccessful. Successful completion of the WFT, as determined by the Owner/Engineer, shall be the basis for approval of the system to be shipped to the job site. F. The various tests performed during the WFT shall be designed to demonstrate that hardware and software fulfill all the requirements of the specifications and Contract Drawings. The test conditions shall resemble as closely as possible the actual installed conditions. Any additional hardware or software that may be required to successfully verify system operation shall be supplied at no cost to the Owner. G. Tests to be performed during the WFT shall include, but not be limited to, the following: 1. Perform a system audit to verify all components have been staged for the test. 2. Inspect the system inventory to verify all components have been documented properly with correct model numbers, serial numbers, etc. 3. For each hardware enclosure, inspection shall include, but not be limited to, cabinet enclosures, frame structure, paint work and finish, dimensions, and hardware operability (i.e., fans, door hinges, keylocks, etc.). 4. For each subpanel, inspection shall include, but not be limited to, 1/0 subsystem physical layout, power supply sizing and mounting, cable routing, wire runs across hinges properly installed, fans and blowers unobstructed and mounted to maximize air flow, power conditioning correctly installed, and overall layout and installation of components meets manufacturer's recommendations and standard industry -accepted practices. 5. Demonstrate operability of all equipment. 6. 100 percent point check of 1/0, including wiring. Analog signals shall include verification of zero percent, 25 percent, 50 percent, 75 percent, and 100 percent of scale. Additionally, out -of -range testing (over and under scale) shall be accomplished. 7. Demonstrate the ability to monitor and change at least 20 pieces of digital and analog data in each PLC/DCU from the HMl/DCS software at all operator workstations. 8. Demonstrate the ability to share data between operator workstations and servers. 9. Demonstrate the ability of each workstation to print reports on all designated network report printers. Process Control and Instrumentation Systems —Testing 40 61 21- 5 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 10. Demonstrate the ability for each workstation to read and write to and from designated files from other workstations on the LAN. 11. Demonstrate the operability of all mass storage equipment. 12. Demonstrate communication failure and system restart. 13. Demonstrate total power failure and recovery. The UPS shall be removed for this test. 14. Demonstrate the failover capabilities of the redundant historical servers. 15. Demonstrate the failover capabilities of the redundant process control system servers. 16. Demonstrate the failover capabilities of the redundant PLCs/DCUs. 17. Demonstrate the ability of the UPSs to meet the runtime requirements upon loss of power. 18. Demonstrate logical failure conditions for control strategies (Le., instrument failures, equipment failures, loss of communication between the Process 1/0 Server and the PLC/DCU, loss of peer -to -peer communication, etc.). H. During the test, for a period of time equal to at least 20 percent of the test duration, the Owner/Engineer shall have unrestricted access to the system to perform any additional testing desired or to re -test any previously tested components. I. All analog control panels shall be included in these tests. J. All deficiencies identified during these tests shall be corrected and re -tested prior to completing the WFT as determined by the Owner/Engineer. K. The following documentation shall be made available to the Owner/Engineer at the test site both before and during the WFT: 1. All Contract Drawings and Specifications, addenda, and change orders. 2. Master copy of the test procedure. 3. Bill of material of the computer/PLC/DCU/LAN equipment and software to be tested including make, model, and serial number. 4. Design -related hardware submittal applicable to the equipment being tested. 5. Software licenses. 6. Software documentation submittal. L. The daily schedule during these tests shall be as follows: 1. Morning meeting to review the day's test schedule. 2. Scheduled tests and sign -offs. 3. End of day meeting to review the day's test results and to review or revise the next day's test schedule. 4. Unstructured testing period by the witnesses. M. All test data and procedures followed during testing shall be logged, and certified copies of the logs shall be provided to the Owner/Engineer. Process Control and Instrumentation Systems —Testing 40 61 21- 6 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 3.04 FIELD TESTING - OPERATIONAL READINESS TEST (ORT) A. Following installation of the process control system components and prior to startup and the Functional Demonstration Test, the entire system shall be certified (inspected, wired, calibrated, tested, etc., and documented) that it is installed and ready for the ORT as defined below. B. Loop/Component Inspections and Tests: The entire system shall be checked for proper installation, calibrated, and adjusted on a loop -by -loop and component -by -component basis to ensure that it is in conformance with related submittals and these Specifications. C. The Loop/Component Inspections and Tests shall be implemented using Owner/Engineer approved forms and checklists. Each loop shall have a Loop Status Report to organize and track its inspection, adjustment, and calibration. These reports shall include the following information and check -off items with spaces for sign -off by the system supplier: 1. Project name, test date, ASP name, and lead ASP technician name. 2. Loop number. 3. Tag number for each component. 4. Check-offs/sign-offs for each component: Tag/identification, installation, termination (wiring and tubing), scale, range, and setpoint as applicable; and calibration/adjustment (four -point for analog, setpoint for switches) rising and falling. 5. Check-offs/sign-offs for the loop: Panel interface terminations, 1/0 interface terminations, 1/0 signal operation, inputs/outputs operational (received/sent, processed, adjusted), total loop operation, process controller scaling and adjustment, and space for comments. 6. Each active Analog subsystem element and each 1/0 module shall have a Component Calibration Sheet. These sheets shall have the following information, spaces for data entry, and a space for sign -off by the ASP and PCSI. a. Project name. b. Loop number. c. Componenttag number of 1/0 module number. d. Component code number analog system. e. Manufacturer (for Analog system element). f. Model number/serial number (for Analog system). g. Summary of functional requirements shall include, but not be limited to, scale and chart ranges of indicators, recorders, and transmitters/converters, functions of computing elements, and parameters of controllers (i.e., proportional, integral, derivative, reverse/forward acting, etc.). h. Calibrations shall include testing of analog input and output signals at zero, 10, 50, and 100 percent of span. Where appropriate, discrete input signals shall include details regarding actual trip points and reset points. Process Control and Instrumentation Systems —Testing 40 61 21 - 7 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 L Space for comments. j. Space for sign -off by the ASP and PCSI. D. The ASP shall maintain the Loop Status Reports sheets at the job site and make them available to the Owner/Engineer at any time. E. These inspections, calibrations, and tests do not require witnessing. However, the Owner/Engineer will review Loop Status Sheets and spot check the ASP test process periodically. Any deficiencies found shall be corrected by the ASP prior to commencement of the Functional Acceptance Test. F. Prior to checkout of the 1/0 to the HMI/DCS, the ASP shall thoroughly test all 1/O from the field device to the PLC/DCU terminals, and verify the PLC/DCU is powered up and the PLC/DCU is communicating to the SCADA servers. After the ASP has successfully tested all 1/0 from the field devices to the PLC/DCU terminals, the ASP shall test all 1/0 from the HMI/DCS to the field device. Should this test prove to be unsuccessful, the ASP shall test from the HMI/DCS to the terminations located in the Owner's termination cabinet, and the PCSI shall inform the Owner in writing of the discrepancy with the existing field wire. G. Computer -Manual (i.e., Remote -Manual) start/stop, open/close commands of all devices controlled by the SCADA system shall be verified by the ASP during the ORT. H. For all panels with enclosures (new and existing) modified by this Contract, heat load tests shall be performed to ensure proper cooling/ventilation is being provided. I. Upon successful completion of the ORT, the ASP shall submit a record copy of the test results to the Owner/Engineer and request the scheduling of the FDT as noted in the following section. FDT shall be scheduled for at least a week after submitting the ORT result. 3.05 FIELD TESTING - FUNCTIONAL DEMONSTRATION TEST (FDT) A. Prior to startup and the 30-day Site Acceptance Test, the entire installed instrument and control system shall be certified that it is ready for operation. All preliminary testing, inspection, and calibration shall be complete as defined in the ORT. B. Once a process area has been started up and is operating, a witnessed FDT shall be performed on that system to demonstrate that it is operating and is in compliance with these Specifications. A witnessed FDT shall be performed during one day for all the process area if possible. Each specified function shall be demonstrated on a paragraph -by - paragraph, loop -by -loop, and site -by -site basis. C. Loop -specific and non -loop -specific tests shall be the same as specified under WFT, except that the entire installed system shall be tested and all functions demonstrated using live field -based data to the greatest extent possible. D. Updated versions of the documentation specified to be provided for during the factory tests shall be made available to the Owner/Engineer at the job site both before and during the tests. In addition, one copy of all O&M Manuals shall be available for reference at the job site, both before and during testing. E. The daily schedule specified to be followed during the factory tests shall also be followed during the FDT. Process Control and Instrumentation Systems —Testing 40 6121- 8 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 During the FDT, a demonstration of communication failure and recovery shall be accomplished. This test shall be scheduled and coordinated with Owner's personnel to minimize the impact on plant operations. G. Following initial startup, the entire process control system shall operate for a continuous 100 hours without failure before this test will be started. W. Punchlist items and resolutions noted during the test shall be documented on the Punchlist/Resolution form. In the event of rejection of any part or function test procedure, the PCSI/ASP shall perform repairs, replacement, and/or retest within 10 days. Upon successful completion of the FDT, the ASP shall submit a record copy of the test results to the Owner/Engineer and request the scheduling of the SAT as noted in the following section. 3.06 FIELD TESTING - 30-DAY SITE ACCEPTANCE TEST (SAT) A. After completion of the Operational Readiness and Functional Demonstration Tests, the system shall undergo a 30-day Site Acceptance Test (SAT), under conditions of full plant process operation, without a single non -field -repairable malfunction. During these test plant operations, ASP personnel shall be present as required to address any potential issues that would impact the overall system operation. The ASP is expected to provide personnel for this test who have an intimate knowledge of the hardware, software, field wiring, and network configuration of the system. The ASP is also expected to provide personnel for this test who have an intimate knowledge of the software programming of the system. When ASP personnel are not on site, ASP shall provide cell phone/pager numbers that Owner personnel can use to ensure that support staff is available by phone and/or on site within four hours of a request by operations staff. C. While this testis proceeding, the Owner/Engineer shall have full use of the system. Only plant operating personnel shall be allowed to operate equipment associated with live plant processes. Plant operations shall remain the responsibility of Owner, and the decision of plant operators regarding plant operations shall be final. D. Any malfunction during the tests shall be analyzed and corrections made by the PCSI and ASP for programming, hardware, software, field wiring, and network configuration issues. The Owner/Engineer will determine whether any such malfunctions are sufficiently serious to warrant a repeat of this test. Any malfunction during this 30 consecutive day test period which cannot be corrected by the PCSI and ASP's personnel within 24 hours of occurrence, or more than two similar failures of any duration, will be considered as a non -field -repairable malfunction. Upon completion of repairs by the PCSI and ASP, the SAT will be re -started from the date which the PCSI and ASP successfully corrected the malfunction(s) and the Owner/Engineer have accepted and signed off on the repairs. The PCSI and ASP shall perform repairs or replacement within 10 days in the event of rejection of any part or function of the hardware, software, field wiring, and network configuration systems. G. All database, process controller logic, and graphical interface system errors must be functioning as required per the specifications prior to the start of each test period. The 30- Process Control and Instrumentation Systems —Testing 40 6121- 9 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 day test will not be considered successful until all database points and logic functions are tested and verified to be correct. H. The total availability of the system shall be greater than 99.5 percent during this test period. Availability shall be defined as: Availability in percent = 100 * (Total Testing Time — Down Time)/Total Testing Time Down times due to power outages or other factors outside the normal protection devices or backup power supplies provided shall not contribute to the availability test times above. J. Throughout the duration of the 30-day SAT, no software or hardware modifications shall be made to the system without prior approval from the Owner/Engineer. K. Upon successful completion of the 30-day operation test and subsequent review and approval of complete system final documentation, the system shall be considered substantially complete and the warranty period shall commence. Certification of Installation: Following successful completion of the 30-day test, the PCSI and ASP shall issue a Certification of Installation. Certification shall be on PCSI corporate letterhead and signed by an officer of the firm. Certification shall state that the process control system has been completed in conformance with plans and specifications. Certification shall be submitted to the Owner/Engineer as specified herein. END OF SECTION Process Control and Instrumentation Systems —Testing FTW17498 — VCWRF Sludge Thickening Improvements 40 61 21 - 10 City Project No. CO2647 406126 PROCESS CONTROL AND INSTRUMENTATION SYSTEMS — TRAINING 1.00 GENERAL 1.01 SCOPE OF WORK A. The Process Control System Integrator (PCSI) and Applications System Programmer (ASP) shall provide all training, training procedures, training forms, and training coordination with the Owner/Engineer and Contractor as specified herein and within Division 40, Section 40 61 00, Process Control and Instrumentation System — General Provisions. 1.02 RELATED WORK A. Refer to Division 40, Section 40 6100, Process Control and Instrumentation Systems — General Provisions. B. Refer to Division 40, Section 40 68 00, Process Control Systems — Applications Services, for ASP requirements of the PCSI. 1.03 SUBMITTAL REQUIREMENTS A. General: 1. Refer to Division 01 for general submittal requirements. 2. Refer to Division 40, Section 40 6100, Process Control and Instrumentation Systems — General Provisions. 3. Submit electronic Acrobat (PDF) copies of all teaching aids and training manuals upon completion of training. 1.04 COORDINATION MEETINGS A. Refer to Division 40, Section 40 6100, Process Control and Instrumentation Systems — General Provisions. 1.05 REFERENCE STANDARDS A. Refer to Division 40, Section 40 6100, Process Control and Instrumentation Systems — General Provisions. 1.06 QUALITY ASSURANCE A. Refer to Division 40, Section 40 6100, Process Control and Instrumentation Systems — General Provisions. B. Contractors conducting training shall be qualified, demonstrate experience in the subject matter requiring training, and be intimately familiar with the operation and control of the system provided. C. For equipment and systems beyond the expertise of PCSI or ASP staff, training services of a fully qualified manufacturer representative shall be provided. Process Control and Instrumentation Systems -Training 40 61 26 - 1 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 1.07 DELIVERY, STORAGE, AND HANDLING A. Refer to Division 40, Section 40 6100, Process Control and Instrumentation Systems — General Provisions, project/site requirements. 1.08 NOMENCLATURE AND IDENTIFICATION A. Refer to Division 40, Section 40 6100, Process Control and Instrumentation Systems -- General Provisions. 1.09 WARRANTY A. Refer to Division 40, Section 40 6100, Process Control and Instrumentation Systems — General Provisions. 1.10 PROJECT/SITE REQUIREMENTS A. Refer to Division 40, Section 40 6100, Process Control and Instrumentation Systems — General Provisions. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION 3.01 GENERAL REQUIREMENTS — TRAINING A. The training program shall represent a comprehensive program covering all aspects of the operation and maintenance of the system. B. All training schedules shall be coordinated with and at the convenience of the Owner. Shift training may be required to correspond to the Owner's working schedule. C. All on -site instructors must be intimately familiar with the operation and control of the Owner's facilities. D. Provide detailed training manuals to supplement the training courses. The manuals shall include specific details of equipment supplied and operations specific to the project. A print copy of the manuals shall be provided for each student. Provide electronic copy of each training manual in PDF format for Owner's future use. E. The trainer shall make use of teaching aids, manuals, slide/video presentations, etc. After the training services, all training materials shall be delivered to Owner. F. The Owner reserves the right to videotape all custom training sessions. All training tapes shall become the sole property of the Owner. G. The system supplier shall be retained to provide operation and maintenance training for all plant monitoring and control system equipment as specified herein. H. For equipment items not manufactured by the system supplier, on -site training shall be provided by an authorized representative of the equipment manufacturer. The manufacturer's representative shall be fully knowledgeable in the operation and maintenance of the equipment. Process Control and Instrumentation Systems - Training 40 6126 - 2 FTW17498 — VCW RF Sludge Thickening Improvements City Project No. CO2647 3.02 TRAINING SUMMARY A. The following training courses listed in the summary table shall, as a minimum, be provided: Quantity 'Session number of Duration Attending a Tralning sessions (flours) Session Responsibility 1. Manufacturer Training a' Instruments— 1 4 10 PCSI Maintenance Staff (Manufacturer) b Instruments — 2 4 10 PCSI Operations Staff (Manufacturer) 2. On -site Training Control System — Operator a Prior to/at startup Refer to Section 40 68 00 ASP Control System — Operator b' After startup ASP 3.03 MANUFACTURER TRAINING A. Instruments— Maintenance Training 1. Provide instruction on the maintenance of the field and panel instrumentation for the Owner's instrumentation technicians. This training shall be conducted before the FDT, but no more than one month before and at a time suitable to the Owner. This training shall take place at the Owner's facility. As a minimum, the following shall be included: a. Training in standard hardware maintenance for the instruments provided. b. Specific training for the actual instrumentation configuration to provide a detailed understanding of how the equipment and components are arranged, connected, and set up for this Contract. c. Test, adjustment, and calibration procedures. d. Troubleshooting and diagnosis. e. Periodic maintenance. B. Instruments -Operator Familiarity Training 1. Provide operator level instruction on the use of the field and panel instrumentation for the Owner's operations staff. This training shall be conducted before the FDT, but no more than one month before and at a time suitable to the Owner. This training shall take place at the Owner's facility. Include hands-on demonstration of the information each transmitter indicates and the method used to retrieve any operator information from the transmitter, including use of pushbuttons and interpretation of international graphic symbols used on the instruments. C. Manufacturer Instrument training shall be provided for the new instruments provided by PCSI. Process Control and Instrumentation Systems -Training 40 6] 26 - 3 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 D. If indicated in the table above, the instrument manufacturer or manufacturer's certified service representative shall provide start-up and training services. This work shall not be done by the PCSI or ASP contractor. The start-up services shall be to calibrate, oversee the installations of the sensor, and start up the sensor/transmitter in order to provide reliable measurement at the instrument and to a remote system. The vendor shall work with the PCSI and ASP to verify the transmitter sends correct information to the remote system (i.e., that the scaling and units are the same at the instrument and on the remote operator interface). 3.04 ON -SITE TRAINING A. For training session requirements for PCSI-provided Application System Programming (ASP), refer to Division 40, Section 40 68 00, Applications Services. END OF SECTION Process Control and Instrumentation Systems - Training 40 61 26 - 4 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 406193 PROCESS CONTROL AND INSTRUMENTATION SYSTEMS — INPUT/OUTPUT LIST 1.00 GENERAL 1.01 SCOPE OF WORK A. This Section includes the Process Control System (PCS) Input/Output (1/0) List. The Lists are intended to reflect the signals that serve as the basis of the application to be programmed by the ASP who is furnishing the process monitoring and control functionality specified within this Division. 1.02 RELATED WORK A. Refer to Division 40 Section, Process Control and Instrumentation Systems — General Provisions. B. Refer to Division 40 Section, Process Control and Instrumentation Systems —Applications Services, for programming requirements of the PCSI. C. Refer to Division 40 Section, Process Control and Instrumentation Systems — Control Loop Descriptions. 1.03 SUBMITTALS A. Refer to Division 40 Section, Process Control and Instrumentation Systems -- General Provisions, for submittal requirements. B. Refer to Division 40 Section, Process Control and Instrumentation Systems — Applications Services. 1.04 SYSTEM DESCRIPTION A. The PCS 1/0 List provides the minimum physical signal requirements of the control loops represented in the Contract Documents. Provide additional soft signals as required to fully implement the functionality described in these specifications. B. The PCS 1/0 List is not intended to be an inclusive listing of all elements and appurtenances required to execute the loop functions. it is intended to supplement and complement the drawings and other specification sections. The design 1/0 List shall not be considered equal to the exact field -wired 1/0. C. The PCS 1/0 List does not show all hardware and software necessary to perform all control functions specified herein and as shown on Drawings. PCSI to provide all hardware and software necessary to provide a complete and working system. 1.05 INPUT/OUTPUT LIST A. The PCS 1/0 lists are based on the Drawings and included within the tables attached within this Section. B. The 1/0 list includes the following information: 1. P&ID: Drawing number for the P&ID drawing associated with each signal 2. DCU(PLC)/RTU: Tag for the DCS, PLC, or RTU associated with each signal Process Control and Instrumentation Systems — Input/Output List 40 6193 - 1 FTW17498—VCWRF Sludge Thickening Improvements City Project No. CO2647 3. 10 TYPE: The identifier of the type of point. a. Analog In (AI), Analog Output (AO), Discrete Input (DI) or Discrete Output (DO). b. "V" indicates Virtual Tags communicated by Modbus TCP/IP or other digital protocol as indicated. 4. TAG NO.: The identifier assigned to a device or variable that performs a function in the control system. Tag numbering shall follow the Village Creek WRF Tag Naming Standards. 5. DESCRIPTION: A description of the function of the device or variable (text that includes signal source, control function, etc.) 6. ENGINEERING RANGE/STATE: The range in engineering units corresponding to an analog 4-20 mA signal or scalable variable (LO/HI), or, the text description corresponding to each state of a discrete point (ON/OFF). 7. ENGINEERING UNITS (EU): The engineering units associated with the Analog 1/0 or scalable variable. 8. ALARM LIMITS: Include alarm limits. These values will be verified by the system programmer during startup and commissioning. a. ALARM/EVENT: Designation of the data point as an Alarm or an Event. b. HI HI: Assignment of the High -High alarm limit. (If applicable) c. HI: Assignment of the High alarm limit. (If applicable) d. LO: Assignment of the Low alarm limit. (If applicable) e. LO LO: Assignment of the Low -Low alarm limit. (If applicable) 9. HISTORICAL INFO: Designation of the point to be placed into the historian. The actual points to be placed into the Historian will be finalized in coordination with the Owner. a. UPDATE RATE: Rate at which a historically collected data point is to be collected by the historian. b. HISTORICAL LOGGING: Designation if the data point is to be historically collected. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) ATTACHMENTS: 40 61 93A ATTACHMENT A —IN PUT/OUTPUT LIST END OF SECTION Process Control and Instrumentation Systems— Input/Output List 40 6193 - 2 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 PCS Input/ Output List A B C !O Type D Tog o. 11 L #3escription F I G HIGH {bra OffEU ��� i�lill ff � ' 1.11 Lo I H II Alarm/ Evea .7 F K L tarm rr o]r rrr>tr'nu I I I M I(ser) N O 0 HistorrcoI Info I } or N Update Rate Historical Lggin 1 � &ID f?C` 11 1' �� 1 2 3 4 5 6 I-007 1-007 RTU-7 RTU-7 DI DI DR07401MM DR07404QA PRIMARY SLUDGE TANK RECIRC PUMP 1 RUN STATUS PRIMARY SLUDGE. TANK RECIRC PUMP 1 FAIL RUNNING FAIL OFF NORMAL N/A N/A EVENT ALARM N/A N/A N/A N/A N/A NIA N/A N/A 1 N/A Y N 1 1-007 RTU-7 DI DR07402MM PRIMARY SLUDGE TANK RECIRC PUMP 2 RUN STATUS RUNNING OFF NIA EVENT N/A N/A N/A NIA 1 Y 8 1-007 RTU-7 DI DR07405QA PRIMARY SLUDGE TANK RECIRC PUMP 2 FAIL FAIL NORMAL N/A ALARM N/A N/A N/A N/A NIA N 9 1-007 RTU-7 DI DR07403MM PRIMARY SLUDGE TANK RECIRC PUMP 3 RUN STATUS RUNNING OFF NIA EVENT N/A NIA NIA N/A 1 Y 10 1-007 RTU-7 DI DR07406QA PRIMARY SLUDGE TANK RECIRC PUMP 3 FAIL FAIL NORMAL N/A ALARM NIA N/A N/A NIA N/A N 11 I-007 RTU-7 AT AR07001LT PRIMARY SLUDGE HOLDING TANK 1 LEVEL 20.3 0 FT ALARM EL 477.50 N/A N/A EL 457.20 1 Y 12 1-007 RTU-7 DI DR07411LL PRIMARY SLUDGE HOLDING TANK 1 LEVEL LOW ALARM LOW LEVEL NORMAL NIA ALARM N/A N/A NIA N/A N/A N 13 1-007 RTU-7 At AR07002L: PRIMARY SLUDGE HOLDING TANK 2 LEVEL 20.3 0 FT ALARM EL 477.50 N/A N/A EL 457.20 1 Y 14 I-007 RTU-7 DI DR07412LL PRIMARY SLUDGE HOLDING TANK 2 LEVEL LOW ALARM LOW LEVEL NORMAL N/A ALARM NIA N/A N/A N/A N/A N 15 I-007 RTU-7 AI AR07003FT PRIMARY SLUDGE TO GBT BUILDING FLOW XXX 0 GPM ALARM NIA N/A NIA N/A 1 Y 16 1-007 RTU-7 At AR07004FT PRIMARY SLUDGE HOLDING TANKS INLET 1 FLOW XXX 0 GPM ALARM N/A NIA N/A N/A 1 Y 17 1-007 RTU-7 At AR07005FF PRIMARY SLUDGE HOLDING TANKS INLET 2 FLOW XXX 0 GPM ALARM N/A N/A NIA NIA 1 Y 18 1-012 RTU-40 DI DR4040IMM GAS MIX SYSTEM PUMP 1 RUN STATUS RUNNING OFF NIA EVENT N/A N/A N/A N/A 1 Y 19 1-012 RTU-40 DI DR40403QA GAS MIX SYSTEM PUMP 1 FAIL FAIL NORMAL N/A ALARM NIA N/A N/A NIA N/A N 20 I-012 RTU-40 DI DR40402MM GAS MIX SYSTEM PUMP 2 RUN STATUS RUNNING OFF N/A EVENT N/A NIA N/A NIA 1 Y 21 1-012 RTU-40 DI DR40404QA GAS MIX SYSTEM PUMP 2 FAIL FAIL NORMAL NIA ALARM NIA N/A N/A NIA N/A N 22 1-004 RTU-90 VDI DR90401YS GRAVITY BELT THICKENER TRAIN 94 REMOTE MODE REMOTE LOCAL N/A EVENT NIA N/A N/A N/A NIA N 23 I-004 RTU-90 VDI DR90402MM GRAVITY BELT THICKENER TRAIN #4 OPERATIONAL STATUS RUNNING OFF N/A EVENT N/A NIA N/A NIA 1 Y 24 1-004 RTU-90 VDI DR90403MM GRAVITY BELT THICKENER TRAIN #4 DRUM DRIVE RUNNING STATUS RUNNING OFF NIA EVENT NIA N/A N/A N/A 1 Y 25 I-004 RTU-90 VAO AT90201SC GRAVITY BELT THICKENER TRAIN 84 POLYMER DOSE SETPOINT XXX 0 GPM ALARM N/A N/A N/A NIA 1 Y 26 1-004 RTU-90 VDI DR90403QI GRAVITY BELT THICKENER TRAIN #4 SLUDGE PUMP SHUTDOWN FAIL NORMAL N/A ALARM N/A NIA NIA N/A NIA N 27 I-004 RTU-90 VDI DR90404QA IGRAVITY BELT THICKENER TRAIN #4 NPW BOOSTER FAIL FAIL NORMAL N/A ALARM N/A N/A N/A NIA N/A N 28 I-004 RTU-90 VDI DR90405PL GRAVITY BELT THICKENER TRAIN #4 SPRAY WATER LOW PRESSURE LOW PRESS NORMAL N/A ALARM N/A N/A N/A N/A N/A N 29 1-004 RTU-90 VDI DR90406PH GRAVITY BELT THICKENER TRAIN #4 SPRAY WATER HIGH PRESSURE HIGH PRESS NORMAL N/A ALARM N/A N/A NIA N/A N/A N 30 1-004 RTU-90 VDO DT9060IMN GRAVITY BELT THICKENER TRAIN #4 START/STOP COMMAND START STOP N/A EVENT N/A N/A N/A NIA NIA N 31 1-004 RTU-90 VAI AR90001LT GRAVITY BELT THICKENER TRAIN #4 RDT LEVEL XXX 0 FT ALARM Y NIA N/A Y 1 Y 32 I-004 RTU-90 VDI DR90407MM GRAVITY BELT THICKENER TRAIN 94 SYSTEM RUNNING RUNNING OFF N/A EVENT N/A N/A N/A NIA 1 Y 44 61 93A - Page 1 of 18 PCS Input/ Output List A B C (J E F G H I J K L M N O D 1 P ID 3 4 ��fpP Trig No. Description HIC, H Ala rllr hi-forniahon 14 isfoHem Info Oil I ELI Range EU Alrmn/ Evert 111111 I 1.11 LC)Sk/ , oic UprateRato Hs�oricn1 LD LO �Scc) Logging Hi Lo 33 I-004 IRTU-90 VDI DR90410QA GRAVITY BELT THICKENER TRAIN #4 SYSTEM FAIL FAIL NORMAL N/A ALARM NIA N/A N/A N/A N/A N 34 1-004 RTU-90 VDI DR90412YS GRAVITY BELT THICKENER TRAIN #4 FEED PUMP IN REMOTE REMOTE LOCAL N/A EVENT N/A N/A N/A N/A NIA N 35 1-004 RTU-90 VDI DR90413MM GRAVITY BELT THICKENER TRAIN #4 FEED PUMP RUNNING RUNNING OFF N/A EVENT NIA NIA N/A N/A 1 Y 36 1-004 RTU-90 VAI AR90002ST GRAVITY BELT THICKENER TRAIN #4 FEED PUMP SPEED STATUS 100 0 % EVENT N/A NIA N/A N/A 1 Y 37 I-004 RTU-90 VDI DR90415QA GRAVITY BELT THICKENER TRAIN #4 FEED PUMP FAIL FAIL NORMAL N/A ALARM NIA NIA NIA N/A N/A N 38 1-004 RTU-90 VAI AR90003FT GRAVITY BELT THICKENER TRAIN #4 SLUDGE FLOW XXX 0 GPM ALARM N/A N/A N/A N/A 1 Y 39 1-004 RTU-90 VDI DR90416MM GRAVITY BELT THICKENER TRAIN #4 WASTEWATER PUMP RUNNING RUNNING OFF N/A EVENT N/A NIA N/A N/A 1 Y 40 I-004 RTU-90 VDI DR90417QA GRAVITY BELT THICKENER TRAIN 44 WASTEWATER PUMP FAIL FAIL NORMAL N/A ALARM N/A N/A N/A N/A N/A N 41 1-004 RTU-90 VDI DR90418PL GRAVITY BELT THICKENER TRAIN #4 WASTEWATER LOW PRESSURE LOW PRESS NORMAL N/A ALARM N/A N/A N/A N/A NIA N 42 I-004 RTU-90 VDI DR90419ZD GRAVITY BELT THICKENER TRAIN #4 WASTEWATER VALVE OPENED OPENED TRANSITION N/A EVENT N/A NIA N/A N/A 1 Y 43 I-004 RTU-90 VDI DR90420ZB GRAVITY BELT THICKENER TRAIN #4 WASTEWATER VALVE CLOSED CLOSED TRANSITION N/A EVENT NIA N/A N/A NIA 1 Y 44 I-004 RTU-90 VDI DR90421ZD GRAVITY BELT THICKENER TRAIN #4 DRAIN VALVE OPENED OPENED TRANSITION NIA EVENT N/A N/A N/A NIA 1 Y 45 1-004 RTU-90 VDI DR90422ZB GRAVITY BELT THICKENER TRAIN #4 DRAIN VALVE CLOSED CLOSED TRANSITION N/A EVENT N/A N/A N/A N/A 1 Y 46 I-004 RTU-90 VDI DR90423YS GRAVITY BELT THICKENER TRAIN 94 THICKENED PUMP IN REMOTE REMOTE LOCAL NIA EVENT N/A NIA N/A N/A N/A N 47 I-004 RTU-90 VDI DR90424MM GRAVITY BELT THICKENER TRAIN #4 THICKENED PUMP RUNNING RUNNING OFF N/A EVENT N/A N/A N/A N/A I Y 48 I-004 RTU-90 VAI AR90004ST GRAVITY BELT THICKENER TRAIN #4 THICKENED PUMP SPEED STATUS 100 0 % EVENT N/A N/A N/A N/A I Y 49 I-004 RTU-90 VDI DR90425QA GRAVITY BELT THICKENER TRAIN #4 THICKENED PUMP FAIL FAIL NORMAL N/A ALARM N/A NIA N/A N/A N/A N 50 1-004 RTU-90 VAI AR90005L'f GRAVITY BELT THICKENER TRAIN #4 HOPPER LEVEL XXX 0 FT ALARM Y N/A N/A Y 1 Y 51 1-004 RTU-90 VAI AR90006PT GRAVITY BELT THICKENER TRAIN #4 THICKENED PUMP PRESSURE XXX 0 PSIG ALARM Y N/A N/A Y 1 Y 52 I-004 RTU-90 VAI AR90007FT GRAVITY BELT THICKENER TRAIN #4 FLOW XXX 0 GPM ALARM N/A N/A N/A N/A 1 Y 53 1-005 RTU-90 VDI DR90427YS POLYMER FEED UNIT 10 REMOTE REMOTE LOCAL N/A EVENT N/A N/A N/A N/A N/A N 54 I-005 RTU-90 VDI DR90428MM POLYMER FEED UNIT 10 RUN STATUS RUNNING OFF NIA EVENT N/A N/A N/A N/A 1 Y 55 I-005 RTU-90 VDO DT90602MN POLYMER FEED UNIT 10 START/STOP COMMAND START STOP N/A EVENT NIA N/A I N/A N/A NIA N 56 1-005 RTU-90 VAO AT902028C POLYMER FEED UNIT 10 SPEED COMMAND 100 0 % EVENT N/A N/A N/A N/A 1 Y 57 I-005 RTU-90 VAI AR90010ST POLYMER FEED UNIT 10 SPEED FEEDBACK 100 0 % EVENT N/A N/A N/A N/A 1 Y 58 1-005 nT_ l�_ro_i anon VAI nnonn11_� 01_I�� � cT POLYMER FEED UNIT tin POLYMER PLO x(x 0 GPM ALAPLM WA N-A {-A AAA } 1• 59 "06 R-TU 90 VA nTn _PEED UNIT 10 POLYMER DOSEr._ ans.r��,�,_cnr_iPGINT xx 9 GPM ALARM I'mWA N/A N/A T -F 60 I-005 RTU-90 I VDI DR90429Y5 POLYMER FEED UNIT 10 POLYMER PUMP IN REMOTE REMOTE LOCAL N/A EVENT N/A N/A N/A N/A N/A N 40 61 93A - Page 2 of 18 PCS Input/ Output List __A 1 2 P&III 3 q 1 B L�i'�t17�?" U if C ! Type D 7"c�gl�. E Desrr�l:t,troll' POLYMER FEED UNIT 10 POLYMER PUMP RUNNING F HI a EII Fff RUNNING G G14 off�`LI Rage Lo OFF H N/A I I Alarlrrl� Even EVENT I i A.irrrrlr HI HI N/A K f.iforirrrrtion ICI NIA L LOW N/A I M I,� t,C� N/A N Htstn eril Z#tlrirlte Ritte (SL'C) 1 O O Info Note 1 hdorical Lagging Y 61 I-005 RTU-90 VDI DR90430MM 62 1-005 1 RTU-90 VAI AR90012ST POLYMER FEED UNIT 10 POLYMER PUMP SPEED 100 0 % EVENT NIA NIA N/A N/A 1 Y 63 1-005 RTU-90 VDI DR90431QA POLYMER FEED UNIT 10 POLYMER PUMP FAIL FAIL NORMAL N/A ALARM N/A N/A NIA N/A N/A N 64 1-005 RTU-90 VDI DR9D432QA POLYMER FEED UNIT 10 POLYMER PUMP COMMON ALARM FAIL NORMAL N/A ALARM N/A N/A N/A N/A N/A N 65 I-003 RTU-91 VDI DR91401YS ROTARY DRUM THICKENER TRAIN #1 REMOTE MODE REMOTE LOCAL NIA EVENT N/A N/A N/A N/A N/A N 66 1-003 RTU-91 VDI DR91403MM ROTARY DRUM THICKENER TRAIN #1 DRUM DRIVE RUNNING STATUS RUNNING OFF NIA EVENT N/A N/A NIA NIA 1 Y 67 1-003 RTU-91 VAO AT91201SC ROTARY DRUM THICKENER TRAIN #1 POLYMER DOSE SETPOINT XXX 0 GPM ALARM N/A N/A N/A N/A 1 Y 68 1-003 RTU-91 VDI DR91403QA ROTARY DRUM THICKENER TRAIN #1 SLUDGE PUMP SHUTDOWN FAIL NORMAL N/A ALARM N/A N/A NIA N/A N/A N 69 I-003 RTU-91 VDI DR91404QA ROTARY DRUM THICKENER TRAIN #1 NPW BOOSTER FAIL FAIL NORMAL NIA ALARM N/A N/A N/A N/A N/A N 70 1-003 RTU-91 VDI DR9140SPL ROTARY DRUM THICKENER TRAIN #1 SPRAY WATER LOW PRESSURE LOW PRESS NORMAL NIA ALARM N/A N/A N/A N/A N/A N 71 1-003 RTU-91 VDI DR91406PH ROTARY DRUM THICKENER TRAIN #1 SPRAY WATER HIGH PRESSURE HIGH PRESS NORMAL N/A ALARM N/A N/A N/A N/A N/A N 72 1-003 RTU-91 VDO DT91601MN ROTARY DRUM THICKENER TRAIN #1 START/STOP COMMAND START STOP N/A EVENT N/A N/A N/A N/A N/A N 73 1-003 RTU-91 VAI AR91001LT ROTARY DRUM THICKENER TRAIN 91 RDT LEVEL XXX 0 FT ALARM Y N/A N/A Y 1 Y 74 I-003 RTU-91 VDI DR91002MM ROTARY DRUM THICKENER TRAIN #1 SYSTEM RUNNING RUNNING OFF N/A EVENT NIA NIA N/A NIA 1 Y 75 1-003 RTU-91. VDI DR91005QA ROTARY DRUM THICKENER TRAIN #1 SYSTEM FAIL FAIL NORMAL N/A ALARM N/A NIA NIA NIA N/A N 76 I-003 RTU-91 VDI DR91006QI ROTARY DRUM THICKENER TRAIN 91, SYSTEM READY READY OFF N/A EVENT N/A N/A N/A NIA 1 Y 77 1-003 78 1-003 79 1-003 RTU-91 RTU-91 RTU-91 VDI VDI VAI DR91007YS DR91008MM AR91002ST ROTARY DRUM THICKENER TRAIN #1 FEED PUMP IN REMOTE ROTARY DRUM THICKENER TRAIN #1 FEED PUMP RUNNING ROTARY DRUM THICKENER TRAIN #1 FEED PUMP SPEED STATUS REMOTE RUNNING 100 LOCAL OFF 0 NIA N/A % EVENT EVENT EVENT NIA NIA N/A N/A NIA N/A N/A NIA N/A N/A N/A N/A N/A 1 l N Y Y 80 1-003 RTU-91 VDI DR91010QA ROTARY DRUM THICKENER TRAIN #1 FEED PUMP FAIL FAIL NORMAL N/A ALARM N/A NIA NIA N/A NIA N 81 1-003 RTU-91 VAI AR91003FT ROTARY DRUM THICKENER TRAIN #1 SLUDGE FLOW XXX 0 GPM ALARM N/A N/A N/A N/A 1 Y 82 1-003 83 I-003 RTU-91 RTU-91 VDI VDI DR91012MM DR91417QA ROTARY DRUM THICKENER TRAIN #1 WASTEWATER PUMP RUNNING ROTARY DRUM THICKENER TRAIN #1 WASTEWATER PUMP FAIL RUNNING FAIL OFF NORMAL NIA N/A EVENT ALARM N/A N/A NIA N/A N/A NIA NIA NIA 1 N/A Y N 84 1-003 RTU-91 VDI DR91418PL ROTARY DRUM THICKENER TRAIN #1 WASTEWATER LOW PRESSURE LOW PRESS NORMAL N/A ALARM NIA N/A N/A N/A N/A N 85 1-003 86 I-003 RTU-91 RTU-91 VDI VDI DR91419ZD DR91420ZB ROTARY DRUM THICKENER TRAIN #1 WASTEWATER VALVE OPENED ROTARY DRUM THICKENER TRAIN #1 WASTEWATER VALVE CLOSED OPENED CLOSED TRANSITION TRANSITION N/A N/A EVENT EVENT N/A N/A N/A N/A NIA N/A N/A N/A 1 1 Y Y 87 1-003 RTU-91 VDI DR91421ZD ROTARY DRUM THICKENER TRAIN 91 DRAIN VALVE OPENED OPENED TRANSITION N/A EVENT N/A N/A N/A N/A l Y 88 I-003 RTU-91 VDI DR91422ZB ROTARY DRUM THICKENER TRAIN #1 DRAIN VALVE CLOSED CLOSED TRANSITION N/A EVENT N/A N/A N/A NIA 1 Y 40 61 93A - Page 3 of 18 PCS input] Output List A B C D E FI G H I i K L M I N O 0 1 2 PFIF-11] 3 4 I CURT U TO Type Tag No. Description HI CH On I (off Ell Range 1-11 Tyr LM Alarm] Event Alarm hiformatrcu fff tit H.1.C3� L�} # O F-l.isim•rcrlf Info torte Update Rate H slaricai f5rd Lo xxl{5' 89 1-003 RTU-91 VDI DR91423YS ROTARY DRUM THICKENER TRAIN #1 THICKENED PUMP IN REMOTE REMOTE LOCAL NIA EVENT N/A N/A N/A N/A N/A N 90 I-003 RTU-91 VDI DR91424MM ROTARY DRUM THICKENER TRAIN #1 THICKENED PUMP RUNNING RUNNING OFF N/A EVENT NIA N/A N/A N/A l Y 91 I-003 RTU-91 VAI AR91004ST ROTARY DRUM THICKENER TRAIN #1 THICKENED PUMP SPEED STATUS 100 0 % EVENT N/A NIA N/A N/A 1 Y 92 I-003 RTU-91 VDI DR91425QA ROTARY DRUM THICKENER TRAIN #1 THICKENED PUMP FAIL FAIL NORMAL N/A ALARM N/A N/A N/A N/A N/A N 93 1-003 RTU-91 VAI AR91005LT ROTARY DRUM THICKENER TRAIN #1 HOPPER LEVEL XXX 0 FT ALARM Y NIA NIA Y 1 Y 94 1-003 RTU-91 VAI AR91006PT ROTARY DRUM THICKENER TRAIN 91 THICKENED PUMP PRESSURE XXX 0 PSIG ALARM Y N/A N/A Y 1 Y 95 1-003 RTU-91 VAI AR91007FT ROTARY DRUM THICKENER TRAIN #1 FLOW xxx 0 GPM ALARM N/A N/A NIA N/A 1 Y 96 I-005 RTU-91 VDI DR91427YS POLYMER FEED UNIT 1 REMOTE REMOTE LOCAL NIA EVENT N/A N/A N/A NIA N/A N 97 I-005 RTU-91 VDI DR91428MM POLYMER FEED UNIT I RUN STATUS RUNNING OFF N/A EVENT NIA N/A N/A NIA I Y 98 1-005 RTU-91 VDO DT91602MN POLYMER FEED UNIT 1 START/STOP COMMAND START STOP N/A EVENT N/A N/A N/A N/A N/A N 99 I-005 RTU-91. VAO AT91202SC POLYMER FEED UNIT 1 SPEED COMMAND 100 0 % EVENT NIA N/A N/A N/A 1 Y 100 1-005 RTU-91 VAI AR91010ST POLYMER FEED UNIT 1 SPEED FEEDBACK 100 0 % EVENT NIA N/A N/A N/A 1. Y 1011005 nfrz1�_ro_r otioti VAI AR91011-FF nnr vn ran WHEW UNIT i nnr vMF;�F QW xxx p G-P-M ALARM NM NA NIA *ran 4 102 1 005 RT.�-14 91. VAO T9n_�_�1293SC PADLYMER FEED r rMT 1 onr vnann nnecrnr O T-POINT GPM ALARM NIA N{A #I -A P A } -y 103 1-005 RTU-91 VDI DR91429YS POLYMER FEED UNIT 1 POLYMER PUMP IN REMOTE REMOTE LOCAL N/A EVENT N/A N/A N/A N/A NIA N 104 I-005 RTU-91 VDI DR91430MM POLYMER FEED UNIT 1 POLYMER PUMP RUNNING RUNNING OFF NIA EVENT N/A NIA N/A N/A 1 Y 105 1-005 RTU-91 VAI AR91012ST POLYMER FEED UNIT 1 POLYMER PUMP SPEED 100 0 % EVENT NIA N/A NIA NIA 1 Y 106 1-005 RTU-91 VDI DR91431QA POLYMER FEED UNIT 1 POLYMER PUMP FAIL FAIL NORMAL NIA ALARM N/A N/A N/A NIA NIA N 107 1-005 RTU-91 VDI DR914RQA POLYMER FEED UNIT 1 POLYMER PUMP COMMON ALARM FAIL NORMAL N/A ALARM N/A NIA N/A N/A N/A N 108 I-003 RTU-92 VDI DR92401YS ROTARY DRUM THICKENER TRAIN 92 REMOTE MODE REMOTE LOCAL NIA EVENT NIA N/A N/A N/A N/A N 109 I-003 RTU-92 VDI DR92403MM ROTARY DRUM THICKENER TRAIN #2 DRUM DRIVE RUNNING STATUS RUNNING OFF N/A EVENT N/A N/A N/A N/A 1 Y 110 1-003 RTU-92 VAO AT92201SC ROTARY DRUM THICKENER TRAIN #2 POLYMER DOSE SETPOINT xxx 0 GPM ALARM N/A NIA N/A N/A 1 Y 111 1-003 112 I-003 RTU-92 RTU-92 VDI VDI DR92403QA DR92404QA ROTARY DRUM THICKENER TRAIN #2 SLUDGE PUMP SHUTDOWN ROTARY DRUM THICKENER TRAIN #2 NPW BOOSTER FAIL FAIL FAIL NORMAL NORMAL N/A N/A ALARM ALARM N/A NIA N/A N/A N/A NIA N/A N/A N/A N/A N N 113 I-003 RTU-92 VDI DR92405PL ROTARY DRUM THICKENER TRAIN #2 SPRAY WATER LOW PRESSURE LOW PRESS NORMAL N/A ALARM N/A NIA N/A N/A N/A N '_14 I-003 RTU-92 VDI DR92406PH ROTARY DRUM THICKENER TRAIN #2 SPRAY WATER HIGH PRESSURE HIGH PRESS NORMAL NIA ALARM N/A N/A N/A N/A N/A N 115 I-003 RTU-92 VDO DT92601MN ROTARY DRUM THICKENER TRAIN 92 START/STOP COMMAND START STOP N/A EVENT NIA N/A N/A NIA N/A N 116 I-403 RTU-92 VAI AR9200ILT ROTARY DRUM THICKENER TRAIN #2 RDT LEVEL XXX 0 FT ALARM Y NIA NIA Y 1 Y 40 61 93A - Page 4 of 18 PCS Input/ Output List A 6 C D E F G H I i K L m N O p I-003 1-003 DC°UJR'I' U RTU-92 RTU-92 1 T!! VDI VDI 'rag No. &6 DR92407MM DR92410QA Description ROTARY DRUM THICKENER TRAIN 42 SYSTEM RUNNING ROTARY DRUM THICKENER TRAIN #2 SYSTEM FAIL Olt O ELI RmF e H -Lo RUNNING OFF FAIL NORMAL ELI N/A N/A Alarml Event EVENT ALARM �1lr�t�1�x ��eorr�Irrt�rl�u !�1 !#1 �� f.�34� NIA N/A NIA N/A N/A N/A L�) f. N/A NIA �fis r�r'i�'r;I Info2 I Update r.Itc Historical (sec.) Lagging 1 Y N/A N 3 4 117 118 119 1-003 RTU-92 VDI DR92411Q[ ROTARY DRUM THICKENER TRAIN 92 SYSTEM READY READY OFF N/A EVENT N/A N/A NIA N/A 1 Y 120 1-003 RTU-92 VDI DR92412YS ROTARY DRUM THICKENER TRAIN #2 FEED PUMP IN REMOTE REMOTE LOCAL N/A EVENT N/A N/A N/A NIA N/A N 121 122 1-003 I-003 RTU-92 RTU-92 VDI VAI DR92413MM AR92002ST ROTARY DRUM THICKENER TRAIN #2 FEED PUMP RUNNING ROTARY DRUM THICKENER TRAIN #2 FEED PUMP SPEED STATUS RUNNING 100 OFF 0 N/A % EVENT EVENT N/A N/A N/A NIA N/A N/A N/A N/A 1 1 Y Y 1231 I-003 RTU-92 VDI DR92415QA ROTARY DRUM THICKENER TRAIN #2 FEED PUMP FAIL FAIL NORMAL N/A ALARM N/A NIA N/A N/A N/A N 124 1-003 RTU-92 VAI AR92003FT ROTARY DRUM THICKENER TRAIN #2 SLUDGE FLOW XXX 0 GPM ALARM N/A NIA NIA N/A 1 Y 125 1-003 RTU-92 VDI DR92416MM ROTARY DRUM THICKENER TRAIN #2 WASTEWATER PUMP RUNNING RUNNING OFF N/A EVENT N/A N/A N/A N/A 1 Y 126 1-003 RTU-92 VDI DR92417QA ROTARY DRUM THICKENER TRAIN #2 WASTEWATER PUMP FAIL FAIL NORMAL NIA ALARM N/A N/A N/A N/A N/A N I27 1-003 RTU-92 VDI DR92418PL ROTARY DRUM THICKENER TRAIN #2 WASTEWATER LOW PRESSURE LOW PRESS NORMAL N/A ALARM N/A N/A NIA N/A N/A N 128 I-003 RTU-92 VDI DR92419ZD ROTARY DRUM THICKENER TRAIN #2 WASTEWATER VALVE OPENED OPENED TRANSITION N/A EVENT N/A NIA N/A N/A 1 Y 129 1-003 RTU-92 VDl DR92420ZB ROTARY DRUM THICKENER TRAIN #2 WASTEWATER VALVE CLOSED CLOSED TRANSITION NIA EVENT N/A N/A N/A N/A 1 Y 130 1-003 RTU-92 VDI DR92421ZD ROTARY DRUM THICKENER TRAIN #2 DRAIN VALVE OPENED OPENED TRANSITION N/A EVENT N/A N/A NIA N/A 1 Y 131 1-003 RTU-92 VDI DR92422ZB ROTARY DRUM THICKENER TRAIN #2 DRAIN VALVE CLOSED CLOSED TRANSITION NIA EVENT NIA N/A N/A N/A 1 Y 132 1-003 RTU-92 VDI DR92423YS ROTARY DRUM THICKENER TRAIN #2 THICKENED PUMP IN REMOTE REMOTE LOCAL N/A EVENT N/A N/A N/A N/A N/A N 133 1-003 RTU-92 VDI DR92424MM ROTARY DRUM THICKENER TRAIN #2 THICKENED PUMP RUNNING RUNNING OFF N/A EVENT N/A N/A N/A NIA 1 Y 134 135 1-003 1-003 RTU-92 RTU-92 VA[ VD[ AR92004ST DR92425QA ROTARY DRUM THICKENER TRAIN #2 THICKENED PUMP SPEED STATUS ROTARY DRUM THICKENER TRAIN #2 THICKENED PUMP FAIL 100 FAIL 0 NORMAL % N/A EVENT ALARM N/A N/A N/A N/A N/A NIA N/A NIA 1 N/A Y N 136 I-003 RTU-92 VAI AR9200SLT ROTARY DRUM THICKENER TRAIN 92 HOPPER LEVEL XXX 0 FT ALARM Y N/A N/A Y 1 Y 137 1-003 RTU-92 VAI AR92006PT ROTARY DRUM THICKENER TRAIN #2 THICKENED PUMP PRESSURE XXX 0 PS[G ALARM Y N/A N/A Y 1 Y 138 139 1-003 1-005 RTU-92 RTU-92 VAI VDI AR92007FT DR92427YS ROTARY DRUM THICKENER TRAIN #2 FLOW POLYMER FEED UNIT 2 REMOTE XXX REMOTE 0 LOCAL GPM N/A ALARM EVENT N/A N/A N/A NIA NIA N/A N/A N/A 1 N/A Y N 140 1-005 RTU-92 VDI DR92428MM POLYMER FEED UNIT 2 RUN STATUS RUNNING OFF NIA EVENT N/A N/A N/A N/A 1 Y �141 .42 I-005 1-005 RTU-92 RTU-92 VDO VAO DT92602MN AT92202SC POLYMER FEED UNIT 2 START/STOP COMMAND POLYMER FEED UNIT 2 SPEED COMMAND START 100 STOP 0 NIA % EVENT EVENT N/A N/A NIA N/A NIA N/A N/A NIA N/A 1 N Y 143 I-005 RTU-92 VAI AR92010ST POLYMER FEED UNIT 2 SPEED FEEDBACK 100 0 % EVENT NIA N/A N/A NIA 1 Y 1441 00 RTU 92 VAI ADO'1-JL01-1 -r1 POryn� ���E_i`_ �E FGOD-UNIT 2 POLVA EA rL o XXX 8 GPM A AR N/A NV WA NA } Y 40 61 93A - Page S of 18 PCS Input/ Output Dist A __B__ -C- - D E I F I G H 1 HlC-l-1 J I K I L I m I N C 2 P M 3 4 DC~IRT �I 10 J e Tag NO. Description On l:U R augf Hi Lo- ELI Alarml Event Alarm Info rmii tioii HI HI 111 I -ow LO 110 Historical Info tote Update Rate Historical (see) LikT�g1Wg 145 1-005 RTU 92 VAO nT922 3SC POLYMER r_vr_EEP r�nlrr'l� II(�l vnT�n nnc�icr n11T crmnnfnr r vxxv 0 GPM R4nnM Nd A N�A Nt N/A 1 � 146 I-005 RTU-92 VDI DR92429YS POLYMER FEED UNIT 2 POLYMER PUMP IN REMOTE REMOTE LOCAL NIA EVENT N/A N/A N/A N/A N/A N 147 I-005 RTU-92 VDI DR92430MM POLYMER FEED UNIT 2 POLYMER PUMP RUNNING RUNNING OFF NIA EVENT N/A N/A N/A N/A 1 Y 148 1-005 RTU-92 VAI AR92012ST POLYMER FEED UNIT 2 POLYMER PUMP SPEED 100 0 % EVENT NIA N/A N/A N/A 1 Y 14.9 I-005 RTU-92 VDI DR92431QA POLYMER FEED UNIT 2 POLYMER PUMP FAIL FAIL NORMAL NIA ALARM N/A N/A NIA N/A N/A N 150 I-005 RTU-92 VDI DR924320A POLYMER FEED UNIT 2 POLYMER PUMP COMMON ALARM FAIL NORMAL NIA ALARM NIA N/A NIA N/A N/A N 151 I-003 RTU-93 VDI DR93401YS ROTARY DRUM THICKENER TRAIN #3 REMOTE MODE REMOTE LOCAL N/A EVENT NIA N/A N/A N/A N/A N 152 1-003 RTU-93 VDI DR93403MM ROTARY DRUM THICKENER TRAIN #3 DRUM DRIVE RUNNING STATUS RUNNING OFF N/A EVENT N/A N/A N/A N/A 1 Y 153 1-003 RTU-93 VAO AT9320ISC ROTARY DRUM THICKENER TRAIN 43 POLYMER DOSE SETPOINT XXX 0 GPM ALARM N/A N/A N/A N/A 1 Y 154 1-003 RTU-93 VDI DR93403QA ROTARY DRUM THICKENER TRAIN #3 SLUDGE PUMP SHUTDOWN FAIL NORMAL N/A ALARM N/A N/A N/A NIA N/A N I\V lf1nI Vf\V lYl 1flll.f\G1VLll fl 11V-LVC VY LJV ,J 1 GR urklLL 1'h11L - I IVUKIVIAL I A/A I ALHKIVI I IN IA I NIA I NIA I NIA I N/A I N 156 I-003 RTU-93 VDI DR93405PL IROTARY DRUM THICKENER TRAIN 43 SPRAY WATER LOW PRESSURE LOW PRESS NORMAL NIA ALARM N/A NIA NIA N/A N/A N 157 I-003 RTU-93 VDI DR93406PH ROTARY DRUM THICKENER TRAIN #3 SPRAY WATER HIGH PRESSURE HIGH PRESS NORMAL N/A ALARM N/A N/A N/A NIA N/A N 158 1-003 RTU-93 VDO DT93601MN ROTARY DRUM THICKENER TRAIN #3 START/STOP COMMAND START STOP N/A EVENT N/A NIA NIA N/A N/A N 159 I-003 RTU-93 VAI AR93001LT ROTARY DRUM THICKENER TRAIN 93 RDT LEVEL XXX 0 FT ALARM Y N/A NIA Y 1 Y 160 I-003 RTU-93 VDI DR93407MM ROTARY DRUM THICKENER TRAIN #3 SYSTEM RUNNING RUNNING OFF N/A EVENT N/A N/A N/A N/A 1 Y 161 1-003 RTU-93 VDI DR93410QA ROTARY DRUM THICKENER TRAIN #3 SYSTEM FAIL FAIL NORMAL N/A ALARM N/A NIA NIA N/A N/A N 162 1-003 RTU-93 VDI DR934llQI ROTARY DRUM THICKENER TRAIN #3 SYSTEM READY READY OFF NIA EVENT N/A N/A NIA N/A 1 Y 163 I-003 RTU-93 VDI DR93412YS ROTARY DRUM THICKENER TRAIN #3 FEED PUMP IN REMOTE REMOTE LOCAL N/A EVENT NIA N/A N/A N/A NIA N 164 1-003 RTU-93 VDI DR93413MM ROTARY DRUM THICKENER TRAIN #3 FEED PUMP RUNNING RUNNING OFF N/A EVENT N/A NIA NIA N/A 1 Y 165 I-003 RTU-93 VAI AR93002ST ROTARY DRUM THICKENER TRAIN #3 FEED PUMP SPEED STATUS 100 0 % EVENT N/A N/A NIA N/A 1 Y 166 I-003 RTU-93 VDI DR93415QA ROTARY DRUM THICKENER TRAIN #3 FEED PUMP FAIL FAIL NORMAL N/A ALARM N/A N/A NIA N/A NIA N 167 I-003 RTU-93 VAI AR93003FT ROTARY DRUM THICKENER TRAIN #3 SLUDGE FLOW XXX 0 GPM ALARM NIA N/A N/A N/A 1 Y 168 I-003 RTU-93 VDI DR93416MM ROTARY DRUM THICKENER TRAIN #3 WASTEWATER PUMP RUNNING RUNNING OFF N/A EVENT N/A N/A NIA N/A 1 Y 169 1-003 RTU-93 VDI DR93417QA ROTARY DRUM THICKENER TRAIN #3 WASTEWATER PUMP FAIL FAIL NORMAL NIA ALARM NIA N/A N/A N/A NIA N L/U 1-UU3 Rl'U-93 VDL DR9341BFL RO'L'ARY DRUM'1'HICKENER'LRAIN #3 WASTEWATER LOW PRESSURE 171 I-003 RTU-93 VDI DR93419ZD ROTARY DRUM THICKENER TRAIN 93 WASTEWATER VALVE OPENED 172 1-003 RTU-93 VDI DR93420ZB ROTARY DRUM THICKENER TRAIN #3 WASTEWATER VALVE CLOSED LOW PRESS NORMAL 1 N/A ALARM NIA N/A N/A N/A OPENED TRANSITION N/A EVENT N/A NIA N/A NIA CLOSED TRANSITION NIA EVENT N/A N/A N/A NIA NIA N 1 Y 1 Y 40 61 93A - Page 6 of 10 PCS input/ Output List A 1 2 PT�? 3 4 B f}[,t�l1�T 11 C T� Type D Try No. E - - Description ROTARY DRUM THICKENER TRAIN #3 DRAIN VALVE OPENED F ETI Range OPENED G {7 La TRANSITION H !:'�� N/A I Event EVENT J f�l[tt`i'�T HT HT N/A K Tfi�r�J'�lteitfil7f;t HI N/A L LOW N/A M LO L O N/A I N Historical Update Rate (serf 1 O Info Historical Laggifog Y O rote 173 1-003 RTU-93 VDI DR93421ZD 174 1-003 RTU-93 VDI DR93422ZB ROTARY DRUM THICKENER TRAIN #3 DRAIN VALVE CLOSED CLOSED TRANSITION N/A EVENT N/A N/A N/A N/A I Y 175 I-003 RTU-93 VDI DR93423YS ROTARY DRUM THICKENER TRAIN 93 THICKENED PUMP IN REMOTE REMOTE LOCAL N/A EVENT N/A NIA N/A NIA N/A N 176 1-003 RTU-93 VDI DR93424MM ROTARY DRUM THICKENER TRAIN #3 THICKENED PUMP RUNNING RUNNING OFF N/A EVENT N/A N/A N/A N/A 1. Y 177 1-003 RTU-93 VAI AR93004ST ROTARY DRUM THICKENER TRAIN #3 THICKENED PUMP SPEED STATUS 100 0 % EVENT N/A N/A N/A N/A 1 Y 178 1-003 RTU-93 VDI DR93425QA ROTARY DRUM THICKENER TRAIN 93 THICKENED PUMP FAIL FAIL NORMAL N/A ALARM N/A N/A N/A NIA N/A N 179 1-003 RTU-93 VAI AR93005LT ROTARY DRUM THICKENER TRAIN #3 HOPPER LEVEL XXX 0 FT ALARM Y N/A N/A Y 1 Y 180 1-003 RTU-93 VAI AR93006PT ROTARY DRUM THICKENER TRAIN #3 THICKENED PUMP PRESSURE XXX 0 PSIG ALARM Y NIA NIA Y 1 Y 181 I-003 RTU-93 VAI AR93007FT ROTARY DRUM THICKENER TRAIN 93 FLOW XXX 0 GPM ALARM N/A N/A NIA N/A 1 Y 182 I-005 RTU-93 VDI DR93427YS POLYMER FEED UNIT 3 REMOTE REMOTE LOCAL N/A EVENT N/A N/A N/A N/A NIA N 183 I-005 RTU-93 VDI DR93428MM POLYMER FEED UNIT 3 RUN STATUS RUNNING OFF NIA EVENT N/A N/A N/A NIA 1 Y 184 I-005 RTU-93 VDO DT93602MN POLYMER FEED UNIT 3 START/STOP COMMAND START STOP N/A EVENT N/A N/A N/A NIA N/A N 185 I-005 RTU-93 VAO AT93202SC POLYMER FEED UNIT 3 SPEED COMMAND 100 0 % EVENT NIA N/A N/A N/A 1 Y 186 I-005 RTU-93 VAI AR93010ST POLYMER FEED UNIT 3 SPEED FEEDBACK 100 0 % EVENT N/A N/A NIA N/A 1 Y 187 1-00-5 er r n Dn Ti i rmi rm ��� M1A�D cL E rr rnFrT 3 POLYMER�_rFLOW V�Y G GpM ALARM NZ N/A WA} Y 188 1 005 RTU 93 \ran XP93`2N�` POLYMER FEED UNIT 3 nn"ME DOS F OW SETPA Pr Y xxx 0 GPM ALARM NkA NVA NI Y 189 I-005 RTU-93 VDI DR93429YS POLYMER FEED UNIT' 3 POLYMER PUMP IN REMOTE REMOTE LOCAL. NIA EVENT N/A NIA N/A -NIA47 N/A N/A N 190 1-005 RTU-93 VDI DR93430MM POLYMER FEED UNIT 3 POLYMER PUMP RUNNING RUNNING OFF NIA EVENT N/A N/A N/A N/A I Y 191 I-005 RTU-93 VAI AR93012ST POLYMER FEED UNIT 3 POLYMER PUMP SPEED 100 0 % EVENT N/A NIA NIA NIA 1 Y 192 1-005 193 I-005 RTU-93 RTU-93 VDI VDI DR93431QA DR93432QA POLYMER FEED UNIT 3 POLYMER PUMP FAIL POLYMER FEED UNIT 3 POLYMER PUMP COMMON ALARM FAIL FAIL NORMAL NORMAL N/A N/A ALARM ALARM N/A N/A N/A NIA N/A N/A N/A N/A N/A NIA N N 194 I-003 RTU-94 VDI DR94401YS ROTARY DRUM THICKENER TRAIN #4 REMOTE MODE REMOTE LOCAL N/A EVENT N/A N/A NIA N/A N/A N 195 I-003 RTU-94 VDI DR94403MM ROTARY DRUM THICKENER TRAIN 94 DRUM DRIVE RUNNING STATUS RUNNING OFF N/A EVENT N/A N/A NIA N/A 1 Y 196 1-003 RTU-94 VAO AT94201SC ROTARY DRUM THICKENER TRAIN 44 POLYMER DOSE SETPOINT XXX 0 GPM ALARM N/A N/A N/A N/A 1 Y 197 I-003 RTU-94 VDI DR94403QA ROTARY DRUM THICKENER TRAIN #4 SLUDGE PUMP SHUTDOWN FAIL NORMAL N/A ALARM N/A N/A NIA N/A N/A N 1_98 1-003 RTU-94 VDI IDR94404QA ROTARY DRUM THICKENER TRAIN #4 NPW BOOSTER FAIL FAIL NORMAL N/A ALARM N/A N/A NIA N/A N/A N 199 I-003 RTU-94 VDI DR94405PL ROTARY DRUM THICKENER TRAIN #4 SPRAY WATER LOW PRESSURE LOW PRESS NORMAL N/A ALARM N/A N/A N/A N/A N/A N 200 I-003 RTU-94 VDI DR94406PH ROTARY DRUM THICKENER TRAIN #4 SPRAY WATER HIGH PRESSURE HIGH PRESS NORMAL N/A ALARM N/A N/A N/A NIA N/A N 40 61 93A - Page 7 of 18 PCS input/ Output List A B G D E F I G H I J K I L 1M N 1 O O 1 2 P&ID 3 DCUIRT I El 10 Type Tag No. Description HIGH On off EU Range H Lo ELI Alr nnr Event Alarm hiformr?tion i H} H} I'll L (7 i� L O L O Historical Info No c Update Rate Historical (gee) Lo lr 201 1-003 IRTU-94 VDO DT9460IMN ROTARY DRUM THICKENER TRAIN #4 START/STOP COMMAND START STOP NIA EVENT N/A NIA N/A N/A N/A N 202 I-003 RTU-94 VAI AR9400lLT ROTARY DRUM THICKENER TRAIN #4 RDT LEVEL XXX 0 FT ALARM Y N/A N/A Y 1 Y 203 1-003 RTU-94 VDI DR94407MM ROTARY DRUM THICKENER TRAIN #4 SYSTEM RUNNING RUNNING OFF N/A EVENT N/A N/A N/A N/A 1 Y 204 1-003 RTU-94 VDI DR94410QA ROTARY DRUM THICKENER TRAIN 94 SYSTEM FAIL FAIL NORMAL N/A ALARM N/A NIA NIA N/A N/A N 205 f-003 RTU-94 VDI DR94411QI ROTARY DRUM THICKENER TRAIN #4 SYSTEM READY READY OFF N/A EVENT NIA N/A N/A N/A 1 Y 206 1-003 RTU-94 VDI DR94412YS ROTARY DRUM THICKENER TRAIN #4 FEED PUMP IN REMOTE REMOTE LOCAL NIA EVENT N/A N/A NIA N/A N/A N 207 I-003 RTU-94 VDI DR94413MM ROTARY DRUM THICKENER TRAIN #4 FEED PUMP RUNNING RUNNING OFF N/A EVENT NIA N/A N/A N/A 1 Y 208 I-003 RTU-94 VAI AR94002ST ROTARY DRUM THICKENER TRAIN#4 FEED PUMP SPEED STATUS 100 0 % EVENT NIA N/A N/A NIA 1 Y 209 I-003 RTiJ-94 V Di DR944154ty ROTARY DRUM THICKENER TRAIN #4 FEED PUMP FAIL FAIL NORMAL N/A ALARM N/A NIA NIA N/A N/A N 210 I-003 RTU-94 VAI AR94003FT ROTARY DRUM THICKENER TRAIN #4 SLUDGE FLOW XXX 0 GPM ALARM N/A N/A N/A N/A 1 Y 211 1-003 RTU-94 VDI DR94416MM ROTARY DRUM THICKENER TRAIN #4 WASTEWATER PUMP RUNNING RUNNING OFF N/A EVENT NIA N/A N/A N/A 1 Y 212 1-003 RTU-94 VDI ❑R94417QA ROTARY DRUM THICKENER TRAIN #4 WASTEWATER PUMP FAIL FAIL NORMAL N/A ALARM N/A N/A NIA N/A N/A N 213 1-003 RTU-94 VDI DR94418PL ROTARY DRUM THICKENER TRAIN #4 WASTEWATER LOW PRESSURE LOW PRESS NORMAL NIA ALARM N/A NIA N/A N/A N/A N 214 I-003 RTU-94 VDI DR94419ZD ROTARY DRUM THICKENER TRAIN #4 WASTEWATER VALVE OPENED OPENED TRANSITION N/A EVENT N/A N/A NIA N/A 1 Y 215 1-003 RTU-94 VDI DR94420ZB ROTARY DRUM THICKENER TRAIN 94 WASTEWATER VALVE CLOSED CLOSED TRANSITION NIA EVENT N/A N/A N/A N/A 1 Y 216 1-003 RTU-94 VDI DR94421ZD ROTARY DRUM THICKENER TRAIN #4 DRAIN VALVE OPENED OPENED TRANSITION NIA EVENT N/A NIA N/A N/A 1 Y 217 1-003 RTU-94 VDI DR94422ZB ROTARY DRUM THICKENERTRAIN #4 DRAIN VALVE CLOSED CLOSED TRANSITION N/A EVENT N/A N/A N/A N/A 1 Y 218 I-003 RTU-94 VDI DR94423YS ROTARY DRUM THICKENER TRAIN 94 THICKENED PUMP IN REMOTE REMOTE LOCAL NIA EVENT N/A N/A N/A NIA N/A N 219 I-003 RTU-94 VDI DR94424MM ROTARY DRUM THICKENER TRAIN #4 THICKENED PUMP RUNNING RUNNING OFF NIA EVENT N/A NIA N/A N/A 1 Y 220 1-003 RTU-94 VAI AR94004ST ROTARY DRUM THICKENER TRAIN #4 THICKENED PUMP SPEED STATUS 100 0 % EVENT NIA N/A NIA N/A 1 Y 221 1-003 RTU-94 VDI DR94425QA ROTARY DRUM THICKENERTRAW #4 THICKENED PUMP FAIL FAIL NORMAL NIA ALARM N/A N/A N/A N/A NIA N 222 1-003 RT'U-94 VAI AR94005LT ROTARY DRUM THICKENER TRAIN #4 HOPPER LEVEL XXX 0 FT ALARM Y N/A N/A Y 1 Y 223 1-003 RTU-94 VAI AR94006PT ROTARY DRUM THICKENER TRAIN #4 THICKENED PUMP PRESSURE XXX 0 PSIG ALARM Y NIA N/A Y 1 Y 224 1-003 RTU-94 VAI AR94007FT ROTARY DRUM THICKENER TRAIN #4 FLOW XXX 0 GPM ALARM N/A N/A N/A NIA i Y 225 1-005 RTU-94 VDI DR94427YS POLYMER FEED UNIT 4 REMOTE REMOTE LOCAL N/A EVENT N/A N/A N/A N/A N/A N ?26 I-005 RTU-94 VDI DR94428MM POLYMER FEED UNIT 4 RUN STATUS RUNNING OFF N/A EVENT N/A NIA N/A N/A 1 Y I-005 RTU-94 VDO DT94602MN POLYMER FEED UNIT 4 START/STOP COMMAND START STOP N/A EVENT N/A N/A N/A NIA N/A N L227 228 1-005 RTU-94 I VAO AT94202SC POLYMER FEED UNIT 4 SPEED COMMAND 100 0 % EVENT NIA NIA N/A NIA 1 Y 40 6193A - Page 8 of 13 E A I B C D 1 PCS Input/ Output List L F I G H 1 IU H Oil I off 3 1 K I L Ala"n ltxf c� rma Hon M I N 1 O Historica I Iis fb a a1 a 3 4 U T1j 7 A 116 s v %A. L }G: a 0- r 1 if 14 vrr Ell Rang' Lo I L� U �1lartrr! Eueut �. pt-late Rate (sec) fii fnrical Logging {I 229 1-005 RTU-94 VAI AR94010ST POLYMER FEED UNIT 4 SPEED FEEDBACK 100 0 % EVENT N/A NIA NIA NIA 1 Y 230 "05 $TU-94 VAT ARl tir~r POLYMER FEED UNIT n POLYMER F O XXX 0 GPM nrz_1L11_f1on r N�A N-kA NIA NIA k y- 231 1 00 nm tr nnnn VAO A7T94203SC cn DOSE/Ff.4W SE4PkHnrm xxx 0 GPA ALARM non NIA NfA WA T Y 232 I-005 RTU-94 VDI DR94429YS POLYMER FEED UNIT 4 POLYMER PUMP IN REMOTE REMOTE LOCAL N/A EVENT N/A NIA NIA NIA N/A N 233 I-005 RTU-94 VDI DR94430MM POLYMER FEED UNIT 4 POLYMER PUMP RUNNING RUNNING OFF N/A EVENT NIA N/A N/A N/A 1 Y 234 1-005 RTU-94 VAI AR940125T POLYMER FEED UNIT 4 POLYMER PUMP SPEED 100 0 % EVENT N/A N/A N/A N/A 1 Y 235 1-005 RTU-94 VDI DR94431QA POLYMER FEED UNIT 4 POLYMER PUMP FAIL FAIL NORMAL NIA ALARM N/A N/A NIA NIA N/A N 236 1-005 RTU-94 VDI DR94432QA POLYMER FEED UNIT 4 POLYMER PUMP COMMON ALARM FAIL NORMAL N/A ALARM N/A N/A N/A NIA N/A N 237 1-003 RTU-95 VDI DR95401YS ROTARY DRUM THICKENER TRAIN #5 REMOTE MODE RiLMOTE LOCAL N/A EVENT N/A NIA N/A N/A NIA N 238 I-003 RTU-95 VDI DR95403MM ROTARY DRUM THICKENER TRAIN 45 DRUM DRIVE RUNNING STATUS RUNNING OFF NIA EVENT N/A N/A NIA N/A 1 Y 939 I-003 RTU-95 VAO AT95201SC ROTARY DRUM THICKENER TRAIN #5 POLYMER DOSE SETPOINT XXX 0 GPM ALARM N/A N/A N/A NIA 1 Y 240 1-003 RTU-95 VDI DR95403QA ROTARY DRUM THICKENER TRAIN #5 SLUDGE PUMP SHUTDOWN FAIL NORMAL N/A ALARM N/A N/A NIA N/A N/A N 241 I-003 RTU-95 VDI DR95404QA ROTARY DRUM THICKENER TRAIN #5 NPW BOOSTER FAIL FAIL NORMAL NIA ALARM N/A N/A N/A N/A NIA N 242 I-003 RTU-95 VDI DR95405PL ROTARY DRUM THICKENER TRAIN #5 SPRAY WATER LOW PRESSURE LOW PRESS NORMAL N/A ALARM N/A N/A N/A N/A N/A N 243 1-003 RTU-95 VDI DR95406PH ROTARY DRUM THICKENER TRAIN #5 SPRAY WATER HIGH PRESSURE HIGH PRESS NORMAL N/A ALARM N/A N/A N/A N/A N/A N 244 I-003 RTU-95 VDO DT95601 MN ROTARY DRUM THICKENER TRAIN #5 START/STOP COMMAND START STOP N/A EVENT N/A NIA N/A N/A N/A N 245 1-003 RTU-95 VAI AR9500ILT ROTARY DRUM THICKENER TRAIN #5 RDT LEVEL XXX 0 FT ALARM Y N/A N/A Y 1 Y 246 1-003 RTU-95 VDI DR95407MM ROTARY DRUM THICKENER TRAIN #5 SYSTEM RUNNING RUNNING OFF N/A EVENT N/A N/A N/A NIA 1 Y 247 I-003 RTU-95 VDI DR95410QA ROTARY DRUM THICKENER TRAIN #5 SYSTEM FAIL FAIL NORMAL N/A ALARM N/A N/A N/A N/A N/A N 24B I-003 RTU-95 VDI DR95411QI ROTARY DRUM THICKENER TRAIN #5 SYSTEM READY READY OFF N/A EVENT NIA N/A N/A N/A 1 Y 249 1-003 RTU-95 VDI DR95412YS ROTARY DRUM THICKENER TRAIN #5 FEED PUMP IN REMOTE REMOTE LOCAL N/A EVENT N/A N/A N/A N/A N/A N 250 I-003 RTU-95 VDI DR95413MM ROTARY DRUM THICKENER TRAIN #5 FEED PUMP RUNNING RUNNING OFF NIA EVENT N/A N/A NIA NIA 1 Y 251 1-003 RTU-95 VAI AR95002ST ROTARY DRUM THICKENER TRAIN #5 FEED PUMP SPEED STATUS 100 0 % EVENT NIA NIA N/A NIA 1 Y 252 1-003 RTU-95 VDI DR95415QA ROTARY DRUM THICKENER TRAIN #5 FEED PUMP FAIL FAIL }NORMAL NIA ALARM NIA N/A NIA N/A N/A N 253 1-003 RTU-95 VA[ 1 AR95003FT ROTARY DRUM THICKENER TRAIN #5 SLUDGE FLOW XXX 0 GPM ALARM NIA N/A NIA N/A 1 Y ?54 i-003 RTU-95 VDI DR95416MM ROTARY DRUM THICKENER "TRAIN #5 WASTEWATER PUMP RUNNING RUNNING OFF NIA EVENT N/A N/A N/A N/A 1 Y 255 1-003 RTU-95 VDI DR95417QA ROTARY DRUM THICKENER TRAIN #5 WASTEWATER PUMP FAIL FAIL NORMAL NIA ALARM NIA N/A NIA NIA N/A N 12MI-003 RTU-95 VDI DR95418PL ROTARY DRUM THICKENER TRAIN #5 WASTEWATER LOW PRESSURE LOW PRESS NORMAL I N/A I ALARM NIA N/A NIA NIA NIA N 40 61 93A - Page 9 of 18 PCS Input/ Output List A B C D E F I G H I ,7 I K I L M N 1 O Q I f' !D DCLURT i1 10 Tillie Tag No. Description HIGH E ff Alarm Infi rma[ion Historical Info Nate 2 Oil I off 3 ELL Range Afarml F w,111 I I Update Rate. (see) Histarica1 Logging 4 .0,. 257 1-003 RTU-95 VDI DR95419ZD ROTARY DRUM THICKENER TRAIN #5 WASTEWATER VALVE OPENED OPENED TRANSITION N/A EVENT NIA NIA N/A N/A 1 Y 258 I-003 RTU-95 VDI DR95420ZB ROTARY DRUM THICKENER TRAIN #5 WASTEWATER VALVE CLOSED CLOSED TRANSITION N/A EVENT NIA N/A N/A N/A 1 Y 259 I-003 RTU-95 VDI DR95421ZD ROTARY DRUM THICKENER TRAIN #5 DRAIN VALVE OPENED OPENED TRANSITION N/A EVENT NIA NIA NIA N/A 1 Y 260 I-003 RTU-95 VDI DR95422ZB ROTARY DRUM THICKENER TRAIN 45 DRAIN VALVE CLOSED CLOSED TRANSITION N/A EVENT N/A N/A NIA NIA 1 Y 261 1-003 RTU-95 VDI DR95423YS ROTARY DRUM THICKENER TRAIN #5 THICKENED PUMP IN REMOTE REMOTE LOCAL N/A EVENT N/A N/A NIA N/A N/A N 262 1-003 RTU-95 VDI DR95424MM ROTARY DRUM THICKENER TRAIN #5 THICKENED PUMP RUNNING RUNNING OFF N/A EVENT N/A N/A N/A NIA 1 Y 263 1-003 RTU-95 VAI AR95004ST ROTARY DRUM THICKENER TRAIN #5 THICKENED PUMP SPEED STATUS 100 0 % EVENT N/A N/A NIA NIA I Y 264 1-003 RTU-95 VDI DR95425QA ROTARY DRUM THICKENER TRAIN #5 THICKENED PUMP FAIL FAIL NORMAL N/A ALARM N/A N/A NIA NIA N/A N 265 1-003 RTU-95 VAI AR95005LT ROTARY DRUM THICKENER TRAIN #5 HOPPER LEVEL XXX 0 FT' ALARM Y N/A N/A Y 1 Y 266 1-003 RTU-95 VAI AR95006PT ROTARY DRUM THICKENER TRAIN #5 THICKENED PUMP PRESSURE XXX 0 PSIG ALARM Y NIA N/A Y 1 Y 267 1-003 RTU-95 VAI AR95007FT ROTARY DRUM THICKENER TRAIN 95 FLOW XXX 0 GPM ALARM N/A N/A NIA N/A 1 Y 268 1-005 RTU-95 VDI DR95427YS POLYMER FEED UNIT 5 REMOTE REMOTE LOCAL N/A EVENT NIA N/A N/A N/A N/A N 269 1-005 RTU-95 VDI DR95428MM POLYMER FEED UNIT 5 RUN STATUS RUNNING OFF NIA EVENT N/A N/A N/A NIA 1 Y 270 1-005 RTU-95 VDO DT95602MN POLYMER FEED UNIT 5 START/STOP COMMAND START STOP NIA EVENT NIA N/A N/A N/A N/A N 271 I-005 RTU-95 VAO AT95202SC POLYMER FEED UNIT 5 SPEED COMMAND 100 0 % EVENT NIA NIA N/A NIA 1 Y 272 F005 RTU-95 VAI AR95010ST POLYMER FEED UNIT 5 SPEED FEEDBACK 100 0 % EVENT NIA NIA NIA N/A 1 Y 273 1-005 RTU-95 VAI n nnm_t_�5011�ti i F r POLYMER FEED UNIT 5 POLYMER FLOW xx 0 GPM ALARM NLA N A N/A WA I Y 2741005 RTU 95 YAO A-T452-r3SG POLYMER FEED r NfT c POLYMER DOSE/FLOW SETROWT XXX 0 n LAR R NFA PI/A tNEA 47 -k' 275 I-005 RTU-95 VDI DR95429YS POLYMER FEED UNIT 5 POLYMER PUMP IN REMOTE REMOTE LOCAL NIA EVENT N/A N/A N/A N/A N/A N 276 1-005 RTU-95 VDI DR95430MM POLYMER FEED UNIT 5 POLYMER PUMP RUNNING RUNNING OFF N/A EVENT N/A NIA NIA NIA I Y 277 1-005 RTU-95 VAI AR95012ST POLYMER FEED UNIT 5 POLYMER PUMP SPEED 100 0 % EVENT N/A NIA NIA NIA 1 Y 278 1-005 RTU-95 VDI DR95431QA POLYMER FEED UNIT 5 POLYMER PUMP FAIL FAIL NORMAL N/A ALARM N/A N/A N/A NIA N/A N 279 1-005 RTU-95 VDI DR954320A POLYMER FEED UNIT 5 POLYMER PUMP COMMON ALARM FAIL NORMAL NIA ALARM N/A N/A N/A NIA NIA N 280 1-003 RTU-96 VDI DR96401YS ROTARY DRUM THICKENER TRAIN 96 REMOTE MODE REMOTE LOCAL N/A EVENT NIA N/A N/A NIA N/A N 281 1-003 RTU-96 VDI DR96403MM ROTARY DRUM THICKENER TRAIN #6 DRUM DRIVE RUNNING STATUS RUNNING OFF NIA EVENT N/A NIA N/A NIA 1 Y 282 1-003 RTU-96 VAO AT96201SC ROTARY DRUM THICKENER TRAIN #6 POLYMER DOSE SETPOINT XXX 0 GPM ALARM N/A N/A N/A NIA 1 Y 1-003 RTU-96 VDI DR96403QA ROTARY DRUM THICKENER TRAIN #6 SLUDGE PUMP SHUTDOWN FAIL NORMAL N/A ALARM NIA N/A NIA N/A NIA N L284 1-003 RTU-96 I VDI DR96404QA ROTARY DRUM THICKENER TRAIN #6 NPW BOOSTER FAIL FAIL NORMAL NIA ALARM N/A N/A N/A N!A N/A N 40 61 93A - Page 10 of 10 B L PCS Input) Output List i F _ G 2 f'�rl�I� 3 4 r.�C�ilr�'T TOTr�,�lVr�. Type Descriptionr� �j EU Range 7 f o F. Aiawd Event I Afcrrrrr Information HT HJF f LOW .�.f I � LLJ r O 11isI rricilI fnfiv c�tl� L��r��ak Rate Historical (,qrr) Lgggit tV 285 1-003 RTU-96 VDI DR96405PL ROTARY ARUM THICKENER TRAIN 86 SPRAY WATER LOW PRESSURE LOW PRESS NORMAL NIA ALARM N/A N/A N/A N/A N/A N 286 I-003 RTU-96 VDI DR96406PH ROTARY DRUM THICKENER TRAIN #6 SPRAY WATER HIGH PRESSURE HIGH PRESS NORMAL NIA ALARM N/A N/A N/A N/A NIA N 287 I-003 RTU-96 VDO DT96601MN ROTARY DRUM THICKENER TRAIN #6 START/STOP COMMAND START STOP N/A EVENT N/A N/A N/A NIA NIA N 288 1-003 RTU-96 VAI AR9600lLT ROTARY DRUM THICKENER TRAIN #6 RDT LEVEL XXX 0 FT ALARM Y N/A N/A Y I Y 289 I-003 RTU-96 VDI DR96407MM ROTARY DRUM THICKENER TRAIN #6 SYSTEM RUNNING RUNNING OFF NIA EVENT N/A N/A N/A N/A I Y 290 I-003 RTU-96 VDI DR96410QA ROTARY DRUM THICKENER TRAIN #6 SYSTEM FAIL FAIL NORMAL N/A ALARM N/A N/A N/A NIA N/A N 291 I-003 RTU-96 VDI DR96411QI ROTARY DRUM THICKENER TRAIN #6 SYSTEM READY READY OFF N/A EVENT NIA N/A N/A N/A 1 Y 292 1-003 RTU-96 VDI DR96412YS ROTARY DRUM THICKENER TRAIN #6 FEED PUMP IN REMOTE REMOTE LOCAL NIA EVENT N/A NIA N/A N/A N/A N 293 I-003 RTU-96 ti Of DR96413MM ROTARY DRUM'IHICKENER TRAIN #6 FEED PUMP RUNNING RUNNING OFF N/A EVENT N/A N/A N/A NIA I Y 294 I-003 RTU-96 VAI AR96002ST ROTARY DRUM THICKENER TRAIN #6 FEED PUMP SPEED STATUS 100 0 % EVENT NIA N/A N/A N/A 1 Y ( -t9b 1-Mi K1 U-96 VL)l UR9641U1 A I KU'1ARY DRUMTHICKENER TRAIN f i FEED PUMP FAIL FAIL I NORMAL I N/A I ALARM I N/A I N/A I N/A I N/A I N/A I N 296 I-003 RTU-96 VAI AR96003FT IROTARY DRUM THICKENER TRAIN #6 SLUDGE FLOW XXX 0 GPM ALARM N/A N/A N/A N/A 1 Y 297 I-003 RTU-96 VDI DR96416MM ROTARY DRUM THICKENER TRAIN #6 WASTEWATER PUMP RUNNING RUNNING OFF N/A EVENT NIA N/A N/A N/A 1 Y 2981-003 RTU-96 VDI DR96417QA ROTARY DRUM THICKENER TRAIN #6 WASTEWATER PUMP FAIL FAIL NORMAL N/A ALARM N/A N/A N/A N/A N/A N 299 1-003 RTU-96 VDI DR96418PL ROTARY DRUM THICKENER TRAIN #6 WASTEWATER LOW PRESSURE LOW PRESS NORMAL N/A ALARM NIA N/A N/A N/A NIA N 300 I-003 RTU-96 VDI DR96419ZD ROTARY DRUM THICKENER TRAIN #6 WASTEWATER VALVE OPENED OPENED TRANSITION N/A EVENT N/A N/A N/A N/A 1 Y 3011-003 RTU-96 VDI DR96420ZB ROTARY DRUMTHICKENER TRAIN #6 WASTEWATER VALVE CLOSED CLOSED TRANSITION N/A EVENT N/A N/A N/A N/A 1 Y 302 I-003 RTU-96 VDI DR96421ZD ROTARY DRUM THICKENER TRAIN #6 DRAIN VALVE OPENED OPENED TRANSITION N/A EVENT N/A N/A N/A N/A 1 Y 303 1-003 RTU-96 VDI DR96422ZB ROTARY DRUM THICKENER TRAIN 96 DRAIN VALVE CLOSED CLOSED TRANSITION N/A EVENT N/A N/A NIA N/A 1 Y 304 f-003 RTU-96 VDI DR96423YS ROTARY DRUM THICKENER TRAIN #6 THICKENED PUMP IN REMOTE REMOTE LOCAL N/A EVENT N/A N/A N/A NIA N/A N 305 1-003 RTU-96 VDI DR96424MM ROTARY DRUM THICKENER TRAIN #6 THICKENED PUMP RUNNING RUNNING OFF N/A EVENT N/A N/A N/A N/A 1 Y 306 1-003 RTU-96 VAf AR96004ST ROTARY DRUM THICKENER TRAIN #6 THICKENED PUMP SPEED STATUS 100 0 % EVENT N/A N/A N/A N/A 1 Y 307 1-003 RTU-96 VDI DR96425QA ROTARY DRUM THICKENER TRAIN #6 THICKENED PUMP FAIL FAIL NORMAL N/A ALARM N/A N/A N/A N/A N/A N 308 I-003 RTU-96 VAI AR96005LT ROTARY DRUM THICKENER TRAIN #6 HOPPER LEVEL XXX 0 FT ALARM Y N/A N/A Y 1 Y 309 I-003 RTU-96 VAI AR96006PT ROTARY DRUM THICKENER TRAIN #6 THICKENED PUMP PRESSURE XXX 0 PSIG ALARM Y N/A NIA Y I Y ( 310 1-003 RTU-96 VAI AR96007FT ROTARY DRUM THICKENER TRAIN #6 FLOW XXX 0 GPM I ALARM N/A NIA N/A NIA 1 311 I-005 RTU-96 VDI ❑R96427YS POLYMER FEED UNIT 6 REMOTE REMOTE LOCAL N/A EVENT N/A N/A N/A N/A N/A 312 1-005 RTU-96 VDI DR96428MM POLYMER FEED UNIT 6 RUN STATUS RUNNING OFF N/A EVENT NIA N/A N/A N/A I Y N Y 40 6193A - Page 11 of 18 PPS Input/ Output List A B C D 7'rr No. E Description F G I-JU H On off ELI Range H EZI 1 Afarml 3 K I L Alaxm Infimtration III ILI TV TOW M LO LO N O Q Historical Info Note Update Rate: R sfor'ical { ec) Logging 1 �'�.��!] DCUIRT 10 U Type z 3 4 313 1-005 RTU-96 VDO DT96602MN POLYMER FEED UNIT 6 START/STOP COMMAND START STOP N/A EVENT N/A NIA N/A NIA NIA N 314 1-005 RTU-96 VAO AT96202SC POLYMER FEED UNIT 6 SPEED COMMAND 100 0 % EVENT N/A NIA NIA N/A 1 Y 315 I-005 RTU-96 VAI AR96010ST POLYMER FEED UNIT 6 SPEED FEEDBACK 100 0 % EVENT N/A NIA N/A NIA 1 Y 316 1-00-5 t"U nr_ �r�r nRW, i q nn��F--R-FEED UNIT 6 POLYMER F O xxx 0GPMALARM N/A N/A WA non 47 Y 3111005 RTU-96 VAO A-`F96203SC MR DO&&FLOW SETPOI T X-X-X 0 GPM Al A RA WA NIA NJA N/A 4 3F 318 I-005 RTU-96 VDI DR96429YS POLYMER FEED UNIT 6 POLYMER PUMP IN REMOTE REMOTE LOCAL N/A EVENT N/A N/A N/A NIA N/A N 319 1-005 RTU-96 VDI DR96430MM POLYMER FEED UNIT 6 POLYMER PUMP RUNNING RUNNING OFF NIA EVENT N/A N/A NIA N/A 1 Y 320 I-005 RTU-96 VAI AR96012ST POLYMER FEED UNIT 6 POLYMER PUMP SPEED 100 0 % EVENT N/A N/A N/A NIA 1 Y 321 1-005 RTU-96 VDI DR96431QA POLYMER FEED UNIT 6 POLYMER PUMP FAIL FAIL I4ORMriL N/A ALArcmi Iv/x N/A N/A N/A N/A N 322 1-005 RTU-96 VDI DR96432QA POLYMER FEED UNIT 6 POLYMER PUMP COMMON ALARM FAIL NORMAL NIA ALARM N/A NIA N/A N/A N/A N 323 1-003 RTU-97 VDI DR97401YS ROTARY DRUM THICKENER TRAIN #7 REMOTE MODE REMOTE LOCAL N/A EVENT N/A N/A N/A N/A NIA N 324 I-003 RTU-97 VDI DR97403MM ROTARY DRUM THICKENER TRAIN #7 DRUM DRIVE RUNNING STATUS RUNNING OFF N/A EVENT NIA N/A N/A N/A I Y 325 I-003 RTU-97 VAO AT97201SC ROTARY DRUM THICKENER TRAIN 47 POLYMER DOSE SETPOINT XXX 0 GPM ALARM N/A N/A NIA N/A 1 Y 326 1-003 RTU-97 VDI DR97403QA ROTARY DRUM THICKENER TRAIN #7 SLUDGE PUMP SHUTDOWN FAIL NORMAL N/A ALARM N/A N/A NIA NIA NIA N 327 I-003 RTU-97 VDI DR97404QA ROTARY DRUM THICKENER TRAIN #7 NPW BOOSTER FAIL FAIL NORMAL N/A ALARM N/A N/A N/A N/A N/A N 328 I-003 RTU-97 VDI DR97405PL ROTARY DRUM THICKENER TRAIN 47 SPRAY WATER LOW PRESSURE LOW PRESS NORMAL NIA ALARM N/A N/A NIA NIA N/A N 329 1-003 RTU-97 VDI DR97406PH ROTARY DRUM THICKENER TRAIN #7 SPRAY WATER HIGH PRESSURE HIGH PRESS NORMAL N/A ALARM N/A N/A N/A N/A NIA N 330 1-003 RTU-97 VDO DT97601MN ROTARY DRUM THICKENER TRAIN #7 START/STOP COMMAND START STOP N/A EVENT N/A N/A N/A N/A N/A N 331 1-003 RTU-97 VAI AR97001 LT ROTARY DRUM THICKENER TRAIN 97 RDT LEVEL XXX 0 FT ALARM Y N/A N/A Y 1 Y 332 I-003 RTU-97 VDI DR97407MM ROTARY DRUM THICKENER TRAIN #7 SYSTEM RUNNING RUNNING OFF N/A EVENT N/A N/A N/A N/A 1 Y 333 1-003 RTU-97 VDI DR97410QA ROTARY DRUM "THICKENER TRAIN #7 SYSTEM FAIL FAIL NORMAL N/A ALARM NIA N/A N/A N/A N/A N 334 I-003 RTU-97 VDI DR9741JQI ROTARY DRUM TIICKENER TRAIN 97 SYSTEM READY READY OFF NIA EVENT N/A N/A N/A N/A 1 Y 335 1-003 RTU-97 VDI DR97412YS ROTARY DRUM THICKENER TRAIN #7 FEED PUMP IN REMOTE REMOTE, LOCAL N/A EVENT N/A N/A N/A N/A N/A N 336 1-003 RTU-97 VDI DR97413MM ROTARY DRUM THICKENER TRAIN #7 FEED PUMP RUNNING RUNNING OFF N/A EVENT NIA N/A N/A N/A 1 Y 337 1-003 RTU-97 VAI AR97002ST ROTARY DRUM THICKENER TRAIN 97 FEED PUMP SPEED STATUS 100 0 % EVENT N/A N/A NIA N/A 1 Y 338 [-003 RTU-97 VDI DR97415QA ROTARY DRUM THICKENER TRAIN #7 FEED PUMP FAIL FAIL NORMAL N/A ALARM NIA NIA N/A N/A N/A N 339 1-003 RTU-97 VAI AR97003FT ROTARY DRUM THICKENER TRAIN #7 SLUDGE FLOW XXX 0 GPM ALARM NIA N/A N/A N/A 1 Y 340 1-003 RTU-97 VDI DR97416MM ROTARY DRUM THICKENER TRAIN #7 WASTEWATER PUMP RUNNING RUNNING OFF N/A EVENT N/A NIA N/A N/A 1 Y 40 61 93A - Page 12 of 18 PCS Input/ Output List A B C D E F I G H I J K L M N O O 1 2 f lL) 3 4 l ��.��1��!' RTU-97 ! .11P VDI Try o+ DR97417QA Description — ROTARY DRUM THICKENER TRAIN #7 WASTEWATER PUMP FAIL WCH bra ELL Rmige I!! FAIL C� Lo NORMAL ELtNov N/A Alrlrml Event ALARM tla"n hCl HI N/A hs.for•I�xat F{l N/A on LOW N/A Lf� LC? NIA lli tor"icaI111fa Uprhm, Rate NvO N/A Historical L09K419 N 341 1-003 342 1-003 RTU-97 VDI DP97418PL ROTARY DRUM THICKENER TRAIN #7 WASTEWATER LOW PRESSURE LOW PRESS NORMAL N/A ALARM NIA N/A N/A N/A NIA N 343 1-003 RTU-97 VDI DR97419ZD ROTARY DRUM THICKENER TRAIN 97 WASTEWATER VALVE OPENED OPENED TRANSITION N/A EVENT N/A NIA N/A N/A 1 Y 344 I-003 RTU-97 VDI DR97420ZB ROTARY DRUM THICKENER TRAIN #7 WASTEWATER VALVE CLOSED CLOSED TRANSITION N/A EVENT N/A N/A N/A N/A 1 Y 345 1-003 RTU-97 VDI DR97421ZD ROTARY DRUM THICKENER TRAIN #7 DRAIN VALVE OPENED OPENED TRANSITION N/A EVENT NIA N/A N/A N/A 1 Y 346 1-003 RTU-97 VDI DR97422ZB ROTARY DRUM THICKENER TRAIN #7 DRAIN VALVE CLOSED CLOSED TRANSITION N/A EVENT N/A N/A N/A N/A 1 Y 347 1-003 RTU-97 VDI DR97423YS ROTARY DRUM THICKENER TRAIN #7 THICKENED PUMP IN REMOTE REMOTE LOCAL NIA EVENT N/A N/A NIA N/A N/A N 348 1-003 RTU-97 VDI DR97424MM ROTARY DRUM THICKENER TRAIN #7 THICKENED PUMP RUNNING RUNNING OFF NIA EVENT N/A N/A NIA N/A 1 Y 349 1-003 RTU-97 VAI AR97004ST ROTARY DRUM THICKENER TRAIN #7 THICKENED PUMP SPEED STATUS 100 0 % EVENT N/A N/A N/A N/A 1 Y 350 I-003 RTU-97 VDI DR97425QA ROTARY DRUM THICKENER TRAIN 97 THICKENED PUMP FAIL FAIL NORMAL N/A ALARM N/A N/A NIA N/A N/A N 351 1-003 RTU-97 VAI AR97005LT ROTARY DRUM THICKENER TRAIN #7 HOPPER LEVEL XXX 0 FT ALARM Y N/A N/A Y 1 Y 352 I-003 RTU-97 VAI AR97006PT ROTARY DRUM THICKENER TRAIN #7 THICKENED PUMP PRESSURE XXX 0 PSIG ALARM Y N/A N/A Y 1 Y 353 1-003 RTU-97 VAI AR97007FT ROTARY DRUM THICKENER TRAIN 87 FLOW XXX 0 GPM ALARM N/A N/A N/A N/A I Y 354 I-005 RTU-97 VDI DR97427YS POLYMER FEED UNIT 7 REMOTE REMOTE LOCAL NIA EVENT N/A N/A N/A NIA N/A N 355 I-005 RTU-97 VDI DR97428MM POLYMER FEED UNIT 7 RUN STATUS RUNNING OFF N/A EVENT N/A N/A N/A N/A 1 Y 356 1-005 RTU-97 VDO DT97602MN POLYMER FEED UNIT 7 START/STOP COMMAND START STOP N/A EVENT N/A N/A N/A NIA N/A N 357 I-005 RTU-97 VAO AT97202SC POLYMER FEED UNIT 7 SPEED COMMAND 100 0 % EVENT N/A N/A N/A N/A I Y 359 1-005 RTU-97 VAI AR97010ST POLYMER FEED UNIT 7 SPEED FEEDBACK 100 0 % EVENT NIA N/A N/A N/A 1 Y 359 1440 ; oTU 97 V-A4 n R9 0 i t r nnr YM91 FRED r 011T- 7 POLYMER FLOW xx 0 GPM ALARM NIA nr�n nr�n nr/n y- 3601005 RTU-97 VAO n�ron_�_�_7Zo3SC {��YAAC�CL�nrrnrrr�nnrvnrcnnnec�GW-S •rn��_�_noI�-rnrT X-X-X 0 GPM ALARM 4WA NIA NIA N/A 1• Y 361 1-005 RTU-97 VDI DR97429YS POLYMER FEED UNIT 7 POLYMER PUMP IN REMOTE REMOTE LOCAL N/A EVENT N/A NIA N/A N/A N/A N 362 1-005 RTU-97 VDI DR97430MM POLYMER FEED UNIT 7 POLYMER PUMP RUNNING RUNNING OFF N/A EVENT N/A N/A NIA N/A 1 Y 363 I-005 RTU-97 VAI AR97012ST POLYMER FEED UNIT 7 POLYMER PUMP SPEED 100 0 % EVENT N/A N/A N/A N/A 1. Y 364 1-005 RTU-97 VDI DR97431QA POLYMER FEED UNIT 7 POLYMER PUMP FAIL FAIL NORMAL N/A ALARM N/A NIA N/A NIA N/A N 365 1-005 RTU-97 VDI DR974320A POLYMER FEED UNIT 7 POLYMER PUMP COMMON ALARM FAIL NORMAL NIA ALARM N/A NIA NIA N/A N/A N 366 I-003 RTU-98 VDI DR98401YS ROTARY DRUM THICKENER TRAIN #8 REMOTE MODE REMOTE LOCAL NIA EVENT N/A N/A N/A NIA N/A N 367 1003 RTU-98 VDI DR98403MM ROTARY DRUM THICKENER TRAIN 08 DRUM DRIVE RUNNING STATUS RUNNING OFF N/A EVENT NIA N/A N/A NIA 1 Y 368 I-003 RTU-98 VAO AT98201SC ROTARY DRUM THICKENER TRAIN 48 POLYMER DOSE SETPOINT XXX 0 GPM ALARM N/A NIA N/A N/A 1 Y 40 61 93A - Page 13 of 18 PCS Input/ Output List A B C D E f?escri��ticoll F G Oil �)1� ELl oage Hi H E��.f I Al a;rrmt Event J I K L Alai -in Info itlrxtion M N 1 O 0 Historical for a 7V��1• Update Rate. Historical (Sec) Logging �'�tf.I] F)CE RT" 10 tl Type Trig o. 2 3 4 369 1-003 RTU-98 VDI DR98403QA ROTARY DRUM THICKENER TRAIN #8 SLUDGE PUMP SHUTDOWN FAIL NORMAL NIA ALARM N/A N/A NIA N/A N/A N 370 I-003 RTU-98 VDI DR98404QA ROTARY DRUM THICKENER TRAIN #8 NPW BOOSTER FAIL FAIL NORMAL NIA ALARM N/A N/A N/A N/A NIA N 371 I-003 RTU-98 VDI DR98405PL ROTARY DRUM THICKENER TRAIN #8 SPRAY WATER LOW PRESSURE LOW PRESS NORMAL NIA ALARM NIA N/A NIA N/A N/A N 372 I-003 RTU-98 VDI DR98406PH ROTARY DRUM THICKENER TRAIN 98 SPRAY WATER HIGH PRESSURE HIGH PRESS NORMAL N/A ALARM N/A NIA NIA NIA N/A N 373 I-003 RTU-98 VOO DT9860IMN ROTARY DRUM THICKENER TRAIN #8 START/STOP COMMAND START STOP NIA EVENT N/A N/A N/A N/A N/A N 374 1-003 RTU-98 VAI AR98001LT ROTARY DRUM THICKENER TRAIN #8 RDT LEVEL XXX 0 PT ALARM Y N/A NIA Y 1 Y 375 1-003 RTU-98 VDI DR98407MM ROTARY DRUM THICKENER TRAIN 98 SYSTEM RUNNING RUNNING OFF NIA EVENT N/A NIA NIA NIA I Y 376 1-003 RTU-98 VDI DR98410QA ROTARY DRUM THICKENER TRAIN #8 SYSTEM FAIL FAIL NORMAL NIA ALARM N/A N/A N/A N/A N/A N 377 1-003 RTU-98 VDI DR98411QI ROTARY DRUM THICKENER TRAIN #8 SYSTEM READY READY OFF NIA EVENT N/A NIA N/A N/A 1 Y 378 1-003 RTU-98 VDI DR98412YS ROTARY DRUM THICKENER TRAIN 48 FEED PUMP IN REMOTE REMOTE LOCAL NIA EVENT N/A NIA N/A NIA N/A N 979 I-003 RTU-98 VDI DR98413MM ROTARY DRUM THICKENER TRAIN #8 FEED PUMP RUNNING RUNNING OFF N/A EVENT N/A N/A N/A N/A I Y 380 I-003 RTU-98 VAI AR98002ST ROTARY DRUM THICKENER TRAIN #8 FEED PUMP SPEED STATUS 100 0 %u EVENT N/A N/A N/A N/A 1 Y 381 I-003 RTU-98 VDI DR98415QA ROTARY DRUM THICKENER TRAIN #8 FEED PUMP FAIL FAIL NORMAL NIA ALARM N/A N/A N/A NIA N/A N 382 I-003 RTU-98 VAI AR98003FF ROTARY DRUM THICKENER TRAIN #8 SLUDGE FLOW XXX 0 GPM ALARM N/A NIA N/A N/A I Y 383 I-003 RTU-98 VDI DR98416MM ROTARY DRUM THICKENER TRAIN 98 WASTEWATER PUMP RUNNING RUNNING OFF N/A EVENT N/A N/A N/A NIA 1 Y 384 1-003 RTU-98 VDI DR98417QA ROTARY DRUM THICKENER TRAIN #8 WASTEWATER PUMP FAIL FAIL NORMAL NIA ALARM N/A NIA N/A NIA N/A N 385 I-003 RTU-98 VDI DR98418PL ROTARY DRUM THICKENER TRAIN #8 WASTEWATER LOW PRESSURE. LOW PRESS NORMAL N/A ALARM N/A NIA N/A N/A N/A N 386 I-003 RTU-98 VDI DR98419ZD ROTARY DRUM THICKENER TRAIN #8 WASTEWATER VALVE OPENED OPENED TRANSITION N/A EVENT NIA NIA N/A NIA 1 Y 387 I-003 RTU-98 VDI DR98420ZB ROTARY DRUM THICKENER TRAIN #8 WASTEWATER VALVE CLOSED CLOSED TRANSITION NIA EVENT N/A NIA N/A N/A 1 Y 388 1-003 RTU-98 VDI DR98421ZD ROTARY DRUM THICKENER TRAIN #8 DRAIN VALVE OPENED OPENED TRANSITION N/A EVENT N/A N/A NIA N/A 1 Y 389 I-003 RTU-98 VDI DR98422ZB ROTARY DRUM THICKENER TRAIN #8 DRAIN VALVE CLOSED CLOSED TRANSITION N/A EVENT N/A NIA N/A NIA 1 Y 390 I-003 RTU-98 VDI DR98423YS ROTARY DRUM THICKENER TRAIN #8 THICKENED PUMP IN REMOTE REMOTE LOCAL N/A EVENT N/A NIA N/A N/A N/A N 391 1-003 RTU-98 VDI DR98424MM ROTARY DRUM THICKENER TRAIN #8 THICKENED PUMP RUNNING RUNNING OFF N/A EVENT N/A N/A NIA NIA 1 Y 392 I-003 RTU-98 VAI AR98004ST ROTARY DRUM THICKENER TRAIN #8 THICKENED PUMP SPEED STATUS 100 0 % EVENT N/A NIA NIA NIA 1 Y 393 I-003 RTU-98 VDI DR98425QA ROTARY DRUM THICKENER TRAIN #8 THICKENED PUMP FAIL FAIL NORMAL N/A ALARM N/A N/A N/A N/A N/A N 394 1-003 RTU-98 VAI AR98005LT ROTARY DRUM THICKENER TRAIN #8 HOPPER LEVEL XXX 0 FT ALARM Y N/A NIA Y I Y 395 1003 RTU-98 VA[ AR98006PT ROTARY DRUM THICKENER TRAIN #8 THICKENED PUMP PRESSURE XXX 0 PSIG ALARM Y NIA N/A Y 1 I Y 396 [ 003 RTU-98 I VAI AR98007FT ROTARY DRUM THICKENER TRAIN #8 FLOW XXX 0 GPM ALARM N/A N/A N/A N/A 7 1 Y 40 61 93A - Page 14 of 18 PCS Input/ Output List A B C D E I G H I J I K I L M N 1 O Q P I-D IBC:UIRT U IO Tag No. Type Description Oil Off EURangc _ F-Ti LLr EU Alarm to rlrmation Historical Al0o Note Marini Update Rate Historical .€>�J FIB #��! Ltd L() f_O Evert (sev) Logging4 2 3 397 1-005 RTU-98 VDI DR98427YS POLYMER FEED UNIT 8 REMOTE REMOTE LOCAL N/A EVENT N/A NIA N/A N/A NIA N 398 I-005 RTU-98 VDI DR98428MM POLYMER FEED UNIT 8 RUN STATUS RUNNING OFF NIA EVENT N/A N/A NIA N/A 1 Y 399 1-005 RTU-98 VDO DT98602MN POLYMER FEED UNIT 8 START/STOP COMMAND START STOP N/A EVENT N/A NIA NIA NIA N/A N 400 I-005 RTU-98 VAO AT98202SC POLYMER FEED UNIT 8 SPEED COMMAND 100 0 % EVENT NIA N/A N/A N/A 1 Y 401 1-005 RTU-98 VAI AR98010ST POLYMER FEED UNIT 8 SPEED FEEDBACK 100 0 % EVENT N/A NIA NIA NIA 1 Y 402 1 005 -R U nono Vrm AR98B31 T nnr vnREn FEED UNIT 8 nnr vnnvn Er nw Syr 0 GPM ALARNr N/A N/A NA N/A 1 Y 403 1-005 RTU-98 z--� 2o3-n�S VA e �'r'oo POLYMER FEED UNIT o POLYMER DOSS/cr OW-SETPGINT 8 nr A4t i }MCA N/A N A NIA I -Y 404 1-005 RTU-98 VDI DR98429YS POLYMER FEED UNIT 8 POLYMER PUMP IN REMOTE REMOTE LOCAL N/A EVENT N/A N/A N/A N/A N/A N 405 1-005 RTU-98 VDI DR98430MM POLYMER FEED UNIT 8 POLYMER PUMP RUNNING RUNNING OFF N/A EVENT N/A N/A N/A N/A 1 Y 406 I-005 RTU-98 VAT AR98012ST POLYMER FEED UNIT 8 POLYMER PUMP SPEED 100 0 % EVENT N/A N/A N/A N/A 1 Y 407 1-005 RTU-98 VDI DR98431QA POLYMER FEED UNIT 8 POLYMER PUMP FAIL FAIL NORMAL NIA ALARM N/A NIA NIA N/A NIA N 408 I-005 RTU-98 VDI DR98432DA POLYMER FEED UNIT 8 POLYMER PUMP COMMON ALARM FAIL NORMAL N/A ALARM N/A N/A N/A N/A N/A N 409 1-003 RTU-99 VDI DR99401YS ROTARY DRUM THICKENER TRAIN #9 REMOTE MODE REMOTE LOCAL N/A EVENT N/A NIA N/A N/A N/A N 410 1-003 RTU-99 VDI DR99403MM ROTARY DRUM THICKENER TRAIN #9 DRUM DRIVE RUNNING STATUS RUNNING OFF N/A EVENT N/A NIA N/A NIA 1. Y 411 I-003 RTU-99 VAO AT99201SC ROTARY DRUM THICKENERTRAIN #9 POLYMER DOSE SETPOINT XXX 0 GPM ALARM N/A NIA N/A NIA 1 Y 412 1-003 RTU-99 VDI DR99403QA ROTARY DRUM THICKENER TRAIN #9 SLUDGE PUMP SHUTDOWN FAIL NORMAL N/A ALARM N/A NIA NIA NIA N/A N 413 1-003 RTU-99 VDI DR99404QA ROTARY DRUM THICKENER TRAIN #9 NPW BOOSTER FAIL FAIL NORMAL NIA ALARM N/A NIA NIA N/A NIA N 414 1-003 RTU-99 VDI DR99405PL ROTARY DRUM THICKENER TRAIN #9 SPRAY WATER LOW PRESSURE LOW PRESS NORMAL N/A ALARM N/A N/A N/A N/A N/A N 415 1-003 RTU-99 VI)f DR99406PH ROTARY DRUM THICKENER TRAIN 99 SPRAY WATER HIGH PRESSURE HIGH PRESS NORMAL NIA ALARM N/A N/A N/A N/A N/A N 416 1-003 RTU-99 VDO DT9960IMN ROTARY DRUM THICKENER TRAIN #9 START/STOP COMMAND START STOP N/A EVENT NIA N/A N/A NIA NIA N 417 I-003 RTU-99 VAT AR99001LT ROTARY DRUM THICKENER TRAIN #9 RDT LEVEL XXX 0 FT ALARM Y N/A N/A Y 1 Y 418 1-003 RTU-99 VDI DR99407MM ROTARY DRUM THICKENER TRAIN 49 SYSTEM RUNNING RUNNING OFF N/A EVENT N/A N/A N/A NIA 1 Y 419 I-003 RTU-99 VDI DR99410QA ROTARY DRUM THICKENER TRAIN #9 SYSTEM FAIL FAIL NORMAL NIA ALARM NIA N/A NIA N/A N/A N 420 I-003 RTU-99 VDI DR99411QI ROTARY DRUM THICKENER TRAIN #9 SYSTEM READY READY OFF N/A EVENT NIA N/A N/A NIA 1 Y 421 I-003 RTU-99 VDI DR99412YS ROTARY DRUM THICKENER TRAIN 49 FEED PUMP IN REMOTE REMOTE LOCAL N/A EVENT N/A N/A N/A N/A N/A N 122 1-003 RTU-99 VDI DR99413MM ROTARY DRUM THICKENER TRAIN #9 FEED PUMP RUNNING RUNNING OFF N/A EVENT NIA NIA N/A N/A I Y 423 1003 RTU-99 VAT AR99002ST ROTARY DRUM THICKENER TRAIN #9 FEED PUMP SPEED STATUS i00 0 % EVENT N/A N/A N/A NIA 1 Y 424 I-003 RTU-99 VDI DR99415QA ROTARY DRUM THICKENER TRAIN #9 FEED PUMP FAIL FAIL NORMAL N/A ALARM NIA N/A N/A NIA N/A N 40 61 93A - Page 15 of 18 PCS Input/ Output List A B C D E F G I H I J K L M N O 1 DCUIRT U TO FyPe 'rag No. Aiarm Information H�.5torical Info On off ELI Note Description ECC Ran a Alarmi t Update. Rn t1? Historical L t? ��V t.O I. C� EL Hi Lo Event (Sec) Logging ROTARY DRUM THICKENER TRAIN #9 SLUDGE FLOW XXX 0 GPM ALARM N/A N/A N/A N/A I Y 3 4 425 1-003 RTU-99 VAI AR99003FT 426 I-003 RTU-99 VDI DR99416MM ROTARY DRUM THICKENER TRAIN #9 WASTEWATER PUMP RUNNING RUNNING OFF N/A EVENT NIA NIA N/A N/A 1 Y 427 1-003 RTU-99 VDI DR99417QA ROTARY DRUM THICKENER TRAIN #9 WASTEWATER PUMP FAIL FAIL NORMAL N/A ALARM N/A N/A NIA N/A NIA N 428 1-003 RTU-99 VDI DR9941HPL ROTARY DRUM THICKENER TRAIN #9 WASTEWATER LOW PRESSURE LOW PRESS NORMAL N/A ALARM N/A N/A N/A NIA NIA N 429 I-003 RTU-99 VDI DR99419ZD ROTARY DRUM THICKENER TRAIN #9 WASTEWATER VALVE OPENED OPENED TRANSITION N/A EVENT NIA N/A N/A N/A 1 Y 430 I-003 RTU-99 VDI DR99420ZB ROTARY DRUM THICKENER TRAIN #9 WASTEWATER VALVE CLOSED CLOSED TRANSITION N/A EVENT N/A N/A NIA N/A 1 Y 431 1-003 RTU-99 VDI DR99421 ZD ROTARY DRUM THICKENER TRAIN #9 DRAIN VALVE OPENED OPENED TRANSITION NIA EVENT N/A N/A N/A N/A I Y 432 1-003 RTU-99 VDI DR99422ZB ROTARY DRUM THICKENER TRAIN #9 DRAIN VALVE CLOSED CLOSED TRANSITION N/A EVENT N/A N/A N/A N/A 1 Y 433 1--003 RTU-99 VDI DR99423YS ROTARY DRUM THICKENER TRAIN #9 THICKENED PUMP IN REMOTE REMOTE LOCAL N/A EVENT Iv/n i-VA N/A N/A N/A N 434 1-003 RTU-99 VDI DR99424MM ROTARY DRUM THICKENER TRAIN #9 THICKENED PUMP RUNNING RUNNING OFF N/A EVENT N/A N/A N/A N/A I Y 135 1-003 RTU-99 VAI AR99004ST ROTARY DRUM THICKENER TRAIN #9 THICKENED PUMP SPEED STATUS 100 0 % EVENT N/A N/A N/A N/A 1 Y 436 I-003 RTU-99 VDI DR99425QA ROTARY DRUM THICKENER TRAIN 99 THICKENED PUMP FAIL FAIL NORMAL N/A ALARM N/A N/A N/A N/A N/A N 437 1-003 RTU-99 VAI AR99005U[' ROTARY DRUM THICKENER TRAIN #9 HOPPER LEVEL XXX 0 FT ALARM Y N/A N/A Y 1 Y 438 1-003 RTU-99 VAI AR99006PT ROTARY DRUM THICKENER TRAIN #9 THICKENED PUMP PRESSURE XXX 0 PSIG ALARM Y NIA N/A Y 1 Y 439 1-003 RTU-99 VAI AR99007FT ROTARY DRUM THICKENER TRAIN 49 FLOW XXX 0 GPM ALARM N/A N/A P NIA N/A 1 Y 440 1-005 RTU-99 VDI DR99427YS POLYMER FEED UNIT 9 REMOTE REMOTE LOCAL NIA EVENT N/A N/A N/A N/A N/A N 441 I-005 RTU-99 VDI DR99428MM POLYMER FEED UNIT 9 RUN STATUS RUNNING OFF NIA EVENT NIA N/A N/A N/A I Y 442 I-005 RTU-99 VDO DT99602MN POLYMER FEED UNIT 9 START/STOP COMMAND START STOP N/A EVENT N/A NIA N/A N/A N/A N 443 I-005 RTU-99 VAO AT99202SC POLYMER FEED UNIT 9 SPEED COMMAND 100 0 % EVENT N/A N/A N/A N/A 1 Y 444 I-005 RTU-99 VAI AR9901.OST POLYMER FEED UNIT 9 SPEED FEEDBACK 100 0 % EVENT N/A N/A NIA NIA I Y 4451005 RTU-99 er r n Daonz�901_1� � POLYMER FEED UNIT 9 POLYMER FLOW XX 0 GPM ALARM N/A NAA nr�n NIA -1 Ar 446 1-005 nTtJ nnnn V-A T-99203SC POLYMER FEED UNIT n POLYMER nC)SE/F�ASETPOIT xxx 9 GRM ALARM N/A 1 r NtA N/h 4 y- 447 I-005 RTU-99 VDI DR99429YS POLYMER FEED UNIT 9 POLYMER PUMP IN REMOTE REMOTE LOCAL N/A EVENT N/A N/A N/A N/A N/A N 448 1-005 RTU-99 VDI DR99430MM POLYMER FEED UNIT 9 POLYMER PUMP RUNNING RUNNING OFF N/A EVENT N/A NIA NIA NIA 1 Y 449 1-005 RTU-99 VAI AR99012ST POLYMER FEED UNIT 9 POLYMER PUMP SPEED 100 0 % EVENT NIA N/A N/A N/A 1 Y 150 1-005 RTU-99 VDI DR99431QA POLYMER FEED UNIT 9 POLYMER PUMP FAIL FAIL NORMAL NIA ALARM N/A N/A NIA N/A N/A N 451 I-005 RTU-99 VDI DR99432QA POLYMER FEED UNIT 9 POLYMER PUMP COMMON ALARM FAIL NORMAL N/A ALARM N/A NIA N/A N/A N/A N 452 1004 DROP-8/58 Al AR19001FT THICKENED PRIMARY SLUDGE FLOW XXX 0 GPM ALARM N/A NIA N/A N/A 1 Y 40 61 93A - Page 16 of 18 PCS Input/ Output List A B C D F F I G H I .] I K I L I M N 1 O Q 1 &ID 17�:`�11123' U 1�) Type Ti N17. Description HI17 �r� Off ELI Range Th ILo EUf Alm -pod Event ,4lr mrs Inftlrigg-Hov if Ff] HI LOIN' LO LO Histarical Info Naie Update Rate I-lisforical (sec) Logging 2 3 4 453 I-004 DROP-B/58 Al AR19002FT THICKENED SLUDGEfFHICKENED WAS FLOW 1 XXX 0 GPM ALARM N/A N/A NIA N/A 1 X 454 F004 DROP-8158 Al AR19003FT THICKENED SLUDGE/ THICKENED WAS FLOW 2 XXX 0 GPM ALARM N/A N/A N/A N/A l Y 455 I-005 DROP-8/58 DI DR19401MM POLYMER RECIRCULATION PUMP I RUN STATUS RUNNING OFF N/A EVENT N/A N/A N/A NIA 1 Y 456 I-005 DROP-8/58 DI DR19403QA POLYMER RECIRCULATION PUMP 1 FAIL FAIL NORMAL NIA ALARM NIA NIA NIA N/A N/A N 457 1-005 DROP-B/58 DI DR19405LH POLYMER STORAGE TANK 1 LEVEL HIGH ALARM HIGH LEVEL NORMAL N/A EVENT NIA N/A NIA N/A NIA N 458 I-005 DROP-8/58 At AR19006LT POLYMER STORAGE TANK 1 LEVEL XXX 0 FT ALARM Y N/A NIA Y 1 Y 459 I-005 DROP-8/58 DI DR19402MM POLYMER RECIRCULATION PUMP 2 RUN STATUS RUNNING OFF N/A EVENT N/A NIA NIA N/A 1 Y 460 I-005 DROP-8/58 DI DR19404QA POLYMER RECIRCULATION PUMP 2 FAIL FAIL NORMAL NIA ALARM NIA N/A NIA NIA N/A N 461 1-005 DROP-8/58 DI DR194061,11 POLYMER STORAGE TANK 2 LEVEL HIGH ALARM HIGH LEVEL NORMrtu N/A EVEtvi N/A N/A N/A N/A N/A N 462 1-005 DROP-8/58 Al AR19007LT POLYMER STORAGE TANK 2 LEVEL XXX 0 FT ALARM Y NIA NIA Y 1 Y 463 I-009 DROP-8/58 DI DR19407LL THICKENER FEED PUMP WET WELL LEVEL LOW ALARM LOW LEVEL NORMAL NIA ALARM N/A NIA N/A NIA N/A N 464 1-009 DROP-8/58 Al AR19009FT WAS HOLDING TANK NO.1 INLET AIR FLOW XXX 0 XXX ALARM Y NIA N/A Y I Y 465 1-009 DROP-8/58 Al AR19010FT WAS HOLDING TANK NO.2 INLET AIR FLOW XXX 0 XXX ALARM Y N/A NIA Y 1 Y 466 I-010 DROP-8/58 DI DR19408MM WAS HOLDING TANK BLOWER 1 RUN STATUS RUNNING OFF NIA EVENT N/A N/A NIA N/A 1 Y 467 1-010 DROP-8/5B DI DR19410QA WAS HOLDING TANK BLOWER I FAIL FAIL, NORMAL N/A ALARM NIA N/A NIA N/A N/A N 468 1-010 DROP-8/58 DI DR19409MM WAS HOLDING TANK BLOWER 2 RUN STATUS RUNNING OFF NIA EVENT N/A NIA N/A N/A 1 Y 469 1-010 DROP-8/58 DI DR19411QA WAS HOLDING TANK BLOWER 2 FAIL FAIL NORMAL N/A ALARM N/A N/A N/A N/A N/A N 470 I-010 DROP-8/58 A[ AR19011PT WAS HOLDING TANK BLOWERS PRESSURE XXX 0 PSIG ALARM NIA N/A N/A N/A I Y 471 [-013 DROP-8/58 DI DR19451QA MAKEUP AIR UNIT MUA-1 FAIL FAIL NORMAL NIA ALARM N/A N/A N/A N/A N/A N 472 1-013 DROP-8/58 DI DR19452QA MAKEUP AIR UNIT MUA-2 FAIL FAIL NORMAL NIA ALARM NIA N/A N/A N/A NIA N 473 1-013 DROP-8/58 DI DR19453QA MAKEUP AIR UNIT MUA-3 FAIL FAIL NORMAL N/A ALARM NIA N/A N/A NIA N/A N 474 1-013 DROP-8158 DI DR19454QA MAKEUP AIR UNIT MUA-4 FAIL FAIL NORMAL NIA ALARM N/A N/A N/A N/A N/A N 475 I-013 DROP-8/5B DI DR19455QA EXHAUST FAN EF-1 FAIL FAIL NORMAL NIA ALARM N/A N/A NIA NIA N/A N 476 I-013 DROP-8/58 DI DR].9456QA EXHAUST FAN EF-2 FAIL FAIL NORMAL NIA ALARM NIA NIA NIA NIA N/A N 477 1-013 DROP-8/58 DI DR19457QA EXHAUST FAN EF-3 FAIL FAIL NORMAL NIA ALARM N/A N/A N/A N/A N/A N 118 I-013 DROP-8/58 DI DR19458QA EXHAUST FAN EF-4 FAIL FAIL NORMAL N/A ALARM NIA N/A NIA N/A N/A N DROP-8/58 DI DR19459QA EXHAUST FAN EF-5 FAIL FAIL NORMAL N/A ALARM N/A N/A NIA NIA N/A N LSoI-013 1-013 DROP-8/58 DI DR19461AA H2S ALARM ZONE I H2S ALARM NORMAL N/A ALARM N/A N/A NIA N/A NIA N 40 61 93A - Page 17 of 18 PCS Input/ Output List A B C D F F I G I HI 1 I 7 1 K L M N O Q HIGH I Alarm Information His tor'>'ca1140 2 DCUIRT 10 1s Off �y}yam' �y P&ID aIV o. Tag 3 s+ ` yr io / Description F/} �r r 3 U TxPe ELTRaf�ve Alarm/ IL! 111 1-11 LOW 1�p LO 11pd to 1�ate Histor cal f�f� i cr Evemr.t (SCO Logging 4 481 I-013 IDROP-8/58 DI DR19462AA I42S ALARM ZONE 2 H2S ALARM NORMAL NIA ALARM N/A NIA N/A N/A N/A N 482 1-013 DROP-8/58 DI DR19463AA H2S ALARM ZONE 3 H2S ALARM NORMAL N/A ALARM NIA N/A NIA N/A N/A N 483 F013 DROP-8/58 DI DR19464AA H2S ALARM ZONE 4 H2S ALARM NORMAL N/A ALARM N/A N/A N/A N/A N/A N 40 61 93A - Page 10 of 18 40 61 96 PROCESS CONTROL AND INSTRUMENTATION SYSTEMS — CONTROL DESCRIPTIONS 1.00 GENERAL 1.01 SCOPE OF WORK A. This Specification section provides detailed control loop descriptions for the programming of the Process Control System by the ASP. 1.02 RELATED WORK A. Refer to Division 40 Section, Process Control and Instrumentation Systems — General Provisions. B. Refer to Division 40 Section, Process Control and Instrumentation Systems — Applications Engineering Services, for ASP requirements. 1.03 SUBMITTAL REQUIREMENTS A. General: 1. Refer to Division 01 for general submittal requirements. 2. Refer to Division 40 Section, Process Control and Instrumentation Systems— General Provisions. 1.04 COORDINATION MEETINGS A. Refer to Division 40 Section, Process Control and Instrumentation Systems— General Provisions. 1.05 REFERENCE STANDARDS A. Refer to Division 40 Section, Process Control and Instrumentation Systems — General Provisions. 1.06 QUALITY ASSURANCE A. Refer to Division 40 Section, Process Control and Instrumentation Systems — General Provisions. 1.07 DELIVERY, STORAGE, AND HANDLING A. Refer to Division 40 Section, Process Control and Instrumentation Systems —General Provisions, Project/Site requirements. 1.08 NOMENCLATURE AND IDENTIFICATION A. Refer to Division 40 Section, Process Control and Instrumentation Systems — General Provisions. 1.09 WARRANTY Process Control and Instrumentation Systems —Control Descriptions FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 406196-1 A. Refer to Division 40 Section, Process Control and Instrumentation Systems —General Provisions. 1.10 PROJECT/SITE REQUIREMENTS A. Refer to Division 40 Section, Process Control and Instrumentation Systems —General Provisions. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION 3.01 GENERAL A. Decommission all DCS/RTU 1/O points for demolished equipment as indicated on the drawings and specifications. Decommissioned 1/O points shall be reused as needed for new 1/0 added by this project. B. All new DCS or OCC-100 (Drop 8/58) programming shall adhere to existing Village Creek WRF programming standards and conventions. C. The following loop descriptions are broken into areas. D. Utilize Plant standards and Ovation modules for monitoring and controls functionality to meet requirements set forth herein. It is not the intent to create custom modules where existing standard modules can provide similar functionality and match plant DCS programming standards. E. The control descriptions are sorted by loop number and/or process area. Each loop is associated with a specific DCU, vendor PLC, or RTU cabinet to which it shall communicate. F. The loop descriptions are broken into a hierarchical layer concept. There may be one layer or multiple layers per loop, depending upon that loop. An example of a multiple layered loop is follows: 1. Local: The lowest layer of control, Local control, is at that piece of equipment or that piece of equipment's panel or drive. 2. The second layer of control is at an intermediate control panel between the equipment and the process controller 1/O card. 3. The third layer would be at the vendor's PLC or Operator Interface Terminal (OIT). (Note: An OIT is considered a Remote Control device even if it is physically installed with the vendor PLC.) 4. The highest layer of control is at the Plant Control System's Distributed Control System (DCS) with its associated HMI in the main control room, remote office locations, and local or satellite location OITs. a. Remote Manual —The Operator issues direct control to devices through the Plant HMI or the OIT via the vendor PLC or RTU(Position Based). b. Remote Auto —The operator enters a process setpoint and the DCS actively controls the equipment to achieve that setpoint (Process Based). Process Control and Instrumentation Systems — Control Descriptions FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 406196-2 3.02 CONTROL FUNCTION DEFINITIONS AND GENERAL CRITERIA A. The following control loop narratives shall be used in conjunction with all project drawings. Logic control descriptions and functional diagrams are provided for both the HMI, PLC, and DCS software required under this Contract. B. All alarm and control setpoints shall be adjustable by the Operator at the HMI unless specifically stated otherwise, even if not shown on the drawings. These setpoints shall be password protected to allow access by only the Operators who are given clearance by the Owner. C. Preclusion logic shall be added to all applicable alarms. This logic will prevent secondary alarms that are a direct result of a primary alarm from being annunciated. For example, station power failure should not cause a circuit breaker -tripped alarm to be annunciated. D. All software adjustable alarm setpoints accessible from the HMI shall have adjustable deadbands unless specifically noted otherwise. E. Plant personnel must acknowledge all alarms before they can be cleared. No alarm shall clear automatically until it has been acknowledged. F. Command Fault (Discrepancy) and Failure Alarms: 1. For all controlled devices such as pumps, valves, etc., if the device is commanded to Start or Stop (or Open or Close) by the PLC/DCU and the device feedback state does not match the commanded state within a pre-set time, a Command Fault Alarm is generated by the PLC for display and alarming at the HMI (valves shall remain in the last state). 2. If a duty pump, or system, is commanded to start and does not start within the pre-set time, an alarm shall be generated by the PLC for display and alarming at the HMI and the standby pump shall start without operator intervention. 3. If a device feedback state does not match the commanded state at anytime, excluding the Command Fault Alarm described above, an Uncommanded Change of State (Deviation) Alarm is generated by the PLC/DCU for display and alarming at the HMI. 4. After a Command Fault Alarm occurs, the device cannot be started again until the Operator at the HMI has issued a Reset. All controlled devices with feedback shall generate failure alarms at the PLC/DCU for display and alarming at the associated process graphic displays, even if not shown on the Drawings. G. Analog Alarms: 1. All analog alarms shall be generated at the HMI level as follows with the exceptions of bad value processing and deviation alarms; if the analog point's value exceeds or drops below the alarm limit value and set time delay has been passed, then an alarm shall be generated at the HMI for display and alarming. To eliminate excessive alarm reporting, the analog point shall remain in alarm until the analog point's value returns beyond the limit set by the analog limit deadband. 2. All process analog inputs are displayed, historically collected, and trended. Low -low, low, high, and high -high alarms shall be calculated at the HMI for display and alarming. Nuisance alarms, such as low turbidity, shall be inhibited. When a valve is closed or a pump is not running, the analog flow signal associated with that valve or pump shall not generate a low flow alarm, and it shall be forced to a zero value. Process Control and Instrumentation Systems — Control Descriptions FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 406196-3 3. Manual Override: a. This capability is implemented within the PLC/DCU controller. Since scaling is processed at the controller, the manual override value (operator -entered at the HMI) will be in engineering units, not raw counts. When a point is placed in manual override mode, the point's associated data quality is forced to be "Good" as well. Providing this capability in the controller allows the rest of the logic to operate in the manual override mode. 4. Data Quality: A key attribute of every analog input is its associated data quality. This is a simple Boolean value that indicates if the analog reading can be trusted. The value is reset when the value is good, and it is set when it is bad. There are several checks done on the value before it is declared as "Good". 5. Bad Value Processing: If the value is not in Manual Override, then the raw value needs to be processed further before it is converted into its engineering units. The first check is to make sure the raw reading is within the limits of the instrument. These limits are specified on an individual point basis. Normally the limits need to check over or under -range (open -loop) values, such as the raw count readings for 3-21 mA on a 4-20 mA instrument. Depending upon the process being monitored, it may require the range to be narrowed further. For example, a temperature instrument may have a range from 0° F to 200' F. If the process being measured is water temperature, then the readings should never get outside 40' F to 100' F. By specifying this set of limits, any reading outside this range would indicate an instrument problem. If the raw reading is outside these limits, the point's data quality would be set to "Bad". The controller will not maintain the last good reading; values will be presented as processed by the controller. 6. Deviation Alarms: For all variable speed pumps, if the pump is commanded to run at a specific speed and the speed feedback signal deviates from the commanded speed by a pre-set deadband for a pre-set time period, a Speed Deviation alarm is generated by the PLC/DCU for display and alarming at the HMI. b. For all modulating valves, if the valve is commanded to a specific position and the position feedback signal deviates from the requested position by a pre-set deadband for a pre-set time period, a Position Deviation alarm is generated by the PLC/DCU for display and alarming at the HMI. c. For all controlled setpoints (i.e., level, flow, etc.), if a process is requested to a specific setpoint and the control variable feedback signal deviates from the requested setpoint by a pre-set deadband for a pre-set time period, a Setpoint Deviation alarm is generated by the PLC/DCU for display and alarming at the HMI. H. Equipment Runtime and Starts: 1. In an effort to support routine maintenance functions, all motorized equipment (pumps, motors, motorized gates, etc.) will have its runtime, number of starts, and number of failed starts monitored. Unless specified otherwise, the runtime will be monitored in Process Control and Instrumentation Systems — Control Descriptions FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 406196-4 tenths of an hour increment (every six minutes). Both the runtime and number of starts will continue to be collected until reset by an operator. When reset, both values will be set to zero, and the date/time when it was reset will be noted. 2. Two runtime parameters shall be provided for equipment: a. Accumulated Runtime —Accumulates for the life of the equipment. b. Resettable Runtime — Runtime with reset capabilities. 3. RUNTIME -Accumulate Runtime and Starts for information on retaining stored runtime data. Equipment Out Of Service tag (005) Command: 1. All controllable equipment is provided with the ability to have an operational tag applied to it. Upon receiving an Out Of Service tag command from the operator, the control logic will inhibit all remote controls of the equipment. Flow Totalization: Every reading that monitors the flow of the main water flow needs to be totalized daily. Only values with a good value status are totalized. All flow totals will be maintained in millions of gallons (MG) for MGD rates. Flow rates and flow totals shall be indicated and recorded at the HMI. When a valve is closed or a pump is not running, the flow totalizer shall not accumulate values caused by noise or errors in calibration. The running total starts at the beginning of the day and totalizes the volume throughout the day. At the end of the day it resets that total and starts over. Before the total is reset, it is stored for examination throughout the next day. Therefore, the flow total consists of two values: previous day's total, and the total for this day since midnight. For example: The total reading is calculated by integrating the minutely average of the MGD readings every minute. The minutely average needs to be scaled to millions of gallons per minute before it is -totalized. While MGD units is used in this example, flow totalization may be for other volumetric flow units such as gallons per minute (gpm), standard cubic feet per minute (scfm), etc. ASP shall provide flow totalization in the base units of the flow signal being totalized, unless stated otherwise in the specifications. K. Communication Alarms: Provide specific communication status(es) for all Peer -to -Peer data communications. Provide heartbeat communications link monitoring programming such that upon a Peer - to -Peer communication failure, a communication failure alarm shall be generated at each PLC/DCU for display and alarming at the HMI. This communication failure alarm shall also be utilized for the associated control strategy and the appropriate failure action be followed by each controller participating in the communications link. L. Control Mode Transition: Process Control and Instrumentation Systems —Control Descriptions FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 40 61 96 - S Programming at the PLC/DCU shall be such that switching between manual and automatic control modes results in a smooth transition without upsetting the process or inadvertently changing equipment states. Equipment running in Local manual mode shall be tracked by the PLC/DCU code such that the PLC/DCU maintains the running status and speed setpoint when switching the equipment's Hand -Off -Auto (or Local -Remote) switch from Hand to Auto (or Local to Remote). When switching equipment directly into an Automatic PID or sequence type control function, the PLC/DCU shall use the tracking values (running status and speed) as initial values. 3. If equipment tracking is via peer -to -peer communications (rather than hardwired interface) and communications link goes down, the PLC/DCU shall be programmed to re -verify equipment running and speed status before allowing the switch to Remote control mode. This is intended to prevent PLC/DCU code from inadvertently shutting down equipment when communications are restored. M. PID Tuning Parameters: 1. All tuning parameters for each PLC/DCU software PID controller are entered at the HMI. Tuning trends are provided to tune and monitor each PID operation. Tuning parameters settings are password protected. 3.03 ATTACHMENTS A. The following Section Attachments are included to provide further details and requirements for the Applications Development work. 1. ATTACHMENT A -CONTROL LOOP DESCRIPTIONS. END OF SECTION Process Control and Instrumentation Systems —Control Descriptions FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 406196-6 40 61 96A CONTROL DESCRIPTIONS ATTACHMENT A — CONTROL LOOP DESCRIPTIONS 1.00 GENERAL 1.01 CONTROL DESCRIPTIONS A. Primary Sludge Holding Tanks land 2 Mixing System and Level Control (P&ID 1-007): RW Equiprnent T_- Equipment No. RTU-7 Recirculation Pump 1 RCP-7010 RTU-7 Recirculation Pump 2 RCP-7020 RTU-7 Recirculation Pump 3 RCP-7030 RTU-7 Primary Sludge Holding Tank 1 Level LE/I_IT-7100 RTU-7 Primary Sludge Holding Tank 1 Level Low Alarm LSL-7100 RTU-7 Primary Sludge Holding Tank 2 Level LE/LIT-7200 RTU-7 Primary Sludge Holding Tank 2 Level Low Alarm LSL-7200 RTU-7 Primary Sludge Tank Recirc Pump 1 Discharge Pressure Switch High PSH-7012 RTU-7 Primary Sludge Tank Recirc Pump 2 Discharge Pressure Switch High PSH-7022 RTU-7 Primary Sludge Tank Recirc Pump 3 Discharge Pressure Switch High PSH-7032 1. Overview a. Three Recirculation Pumps will mix Primary Sludge Holding Tanks 1 and 2. Each Recirculation Pump will have a pump starter panel and that will send the discrete inputs RUN and FAIL to the DCS system, via RTU-7. b. Level on Primary Sludge Holding Tanks 1& 2 will be measured. In order to maintain a certain level setpoint, a flow rate will be calculated and sent to RDT systems in AUTO mode. 2. Local Manual Control a. Recirculation pumps will be controlled via their respective pump starter panels in the field. 3. Local Automatic Control a. There is no local automatic control 4. Remote Manual Control a. There is no remote manual control 5. Remote Automatic Control a. There is no remote automatic control for recirculation pumps b. When Automatic Level control mode selected at the HMI: Level on Primary Sludge Holding Tanks 1& 2 will be measured by LE/LIT-7100 and 7200 respectively. A selector switch on HM I will be provided to select LIT-7100 or LIT-7200 as the primary level signal for automatic control. The level setpoints of Primary Sludge Tanks 1 & 2 will be determined by the operator via HMI. In order to maintain those Control Descriptions —Attachment A — Control Loop Descriptions 40 6196A -1 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 certain level setpoints, Drop 8/58 will calculate a flow rate and will send that flow rate to all RDT systems operating and in AUTO mode. Those RDT systems will modulate their speeds to maintain that desired level setpoint. 6. Software Permissives a. None. 7. Hardwired Interlocks a. VFD fail. b. Pumps high discharge pressure will shutdown the associated pump. c. Motor high temperature. d. Primary Sludge Tank Low Level. 8. Calculated Alarms and Variables a. The DCU shall calculated "Additional RDT unit needed" when RDT units in Remote Auto are running at maximum speed/flow and primary sludge level is above the setpoint deadband for a period of time. b. The DCU shall calculate "Less RDT unit needed" when RDT units in Remote Auto are running at minimum speed/flow and primary sludge level is below the setpoint deadband for a period of time. c. Primary Sludge Tank High Level. 9. PCS Inputs and Outputs a. Refer to the P&ID Drawings and Division 40 Input/Output List for field and digital input/output points associated with this strategy. B. Rotary Drum Thickeners (P&ID 1-003): RTU Equ iprnent — --�— In -Line Static Mixer * (1-9) Equipment No. ISM-3*00 RTU-9* (1-9) RTU-9* (1-9) Rotary Drum Thickener * (1-9) RDT-3*00 RTU-9* (1-9) Washwater Booster Pump * (1-9) WBP-3*00 RTU-9* (1-9) Thickened Primary Sludge Pump * (1-9) TSP-3*00 RTU-9* (1-9) RDT Feed Pump * (1-9) RFP-3*00 RTU-9* (1-9) RDT Influent Flow FIT-3*00 RTU-9* (1-9) RDT Level LIT-3*00 RTU-9* (1-9) Thickened Primary Sludge Pump Effluent Pressure Switch High PSH-3*00 1. Overview a. Primary Sludge is thickened using rotary drum thickeners (RDTs) before being pumped to the Sludge Blend Tank. RDT system includes PLC controls for its associated equipment such as a variable speed rotating drum, discharge hopper, RDT feed pump, washwater booster pump, and thickened primary sludge pump (TSP). RDT will be controlled locally from the RDT PLC control panel. When RDT is in the Remote Automatic Mode, the plant control system will send the WAS flow and TSP level control set points to vary the speed of the sludge feed pumps. RDT Control Descriptions — Attachment A — Control Loop Descriptions 40 61 96A - 2 FTW17498—VCWRF Sludge Thickening Improvements City Project No. CO2647 start/stop control from plant control system is not available and will be performed manually when the plant control system alarms that additional or less RDT units are needed. Refer to the RDT OIT Control Panel Sequence of Operation by RDT system supplier for a detailed description of the RDT control from RDT PLC/OIT. b. The operator desired level setpoints in Primary Sludge Tanks 1 & 2 are controlled by a sludge feed flow rate calculated at Drop 8/58. Drop 8/58 will then send out that calculated flow rate to all RDT systems running in AUTO. RDT systems in AUTO will maintain that flow rate by modulating the speed of the RDT feed pumps to maintain the primary sludge level setpoint. 2. Local Control a. In Local Mode, the RDT control panel provides all RDT controls interface for automatic startup, shutdown, and sludge processing controls. When the Hand/Off/Auto selector switch at the LCP is in Hand, the drum drive, NPW booster pump and spray water solenoid valve can be controlled by the individual Start/Stop and Open/Close pushbuttons for each component. The drum drive speed, RDT Feed pump, and Thickened Primary Sludge Pump can be controlled with their respective potentiometers. c. The vendor package controller runs the following sequences: 1). RDT Startup 2). Individual RDT Washdown 3). Interlock Stop All RDT Washdown 4). Individual RDT Shutdown/Washdown Cycle 5). Emergency Shutdown d. Thickened Primary Sludge Pumps are also controlled by the vendor package controller for both manual and automatic level control. The following operator HMI setpoints will be required for automatic level control: 1). Hopper Maintain level setpoint in feet (operator adjustable 0 to 12 ft above level sensor, default 4 ft). 2). Hopper Shutdown level setpoint in feet (operator adjustable 0 to 12 ft above level sensor, default 1 ft) 3. Remote Manual Control When the RDT system is on Remote Mode and Manual Mode is selected at the DCS HMI, the following setpoints are available from the Plant Control System to the RDT: 1). Speed control setpoint for RDT Feed Pump b. Startup, shutdown, polymer dosage, and hopper level setpoints are only available at the RDT control panel. The plant operator can only adjust the sludge feed rate from the plant control system in Remote Mode. 4. Remote Automatic Control Control Descriptions —Attachment A— Control Loop Descriptions 40 6196A - 3 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 a. When the RDT system is on Remote Mode and Automatic Mode is selected at the DCS HMI, the plant control system shall modulate the sludge feed flow/speed to maintain a primary sludge level setpoint. All RDT units operating in remote automatic will ramp their flow/speed together to maintain level. 5. Software Permissives a. Refer to RDT equipment specification. 6. Hardwired Interlocks a. High discharge pressure and thermal overload will shut down the feed pump b. High discharge pressure and thermal overload will shutdown the Thickened primary sludge pump c. Refer to the RDT OIT Control Panel Sequence of Operation by the RDT system supplier for a detailed description of the RDT interlocks at the vendor packaged controller/OIT. 7. Calculated Alarms and Variables a. Refer to RDT equipment specification. 8. PCS Inputs and Outputs a. Refer to the MID Drawings and Division 40 Input/Output List for field and digital input/output points associated with this strategy. Refer to the Process Equipment Specification for requirements of the Vendor PLC system. Coordinate with Vendor for Modbus TCP/IP tag interface to provide functionality requirements listed herein. Tag names and quantities listed herein and on the drawings are subject to changes based on the vendor system provided and functionality requirements. C. Polymer Storage Tanks and Recirculation Pumps (P&ID 1-005). T RTU� Drop 8/58 — -- EquipmentL Polymer Recirculation Pump 1 Equipment Na. PRP-5100 Drop 8/58 Polymer Recirculation Pump 1 Pressure Switch High PSH-5100 Drop 8/58 Polymer Storage Tank 1 Level LIT-5100 Drop 8/58 Polymer Storage Tank 1 Level Switch High -Nigh LSHH-5100 Drop 8/58 Polymer Recirculation Pump 2 PRP-5200 Drop 8/58 Polymer Recirculation Pump 2 Pressure Switch High PSH-5200 Drop 8/58 Polymer Storage Tank 2 Level LIT-5200 Drop 8/58 Polymer Storage Tank 2 Level Switch High -High LSHH-5200 1. Overview a. There are two polymer storage tanks that provide polymer to the RDT and GBT polymer feed skids. Each tank is equipped with a polymer recirculation pump that recirculates "neat" polymer stored within the polymer storage tanks to minimize separation within the tank. 2. Local Manual Control Control Descriptions — Attachment A — Control Loop Descriptions 40 61 96A - 4 FTW17498 —VCWRF Sludge Thickening Improvements City Project No. CO2647 a. With the Hand/Off/Auto selector switch in Hand, the pump will be controlled from the local pump control panel 3. Local Automatic Control a. With the Hand/Off/Auto selector switch in Auto, the pump starts and runs for a setpoint recirculation time per hour (operator adjustable 0 to 60 minutes, default 15 minutes). 4. Remote Manual Control a. There is no remote manual control 5. Remote Automatic Control a. There is no remote automatic control 6. Software Permissives a. None. 7. Hardwired Interlocks - The pump shall shutdown in all modes of operation for the following conditions. When the pump is shutdown, it shall not start until the alarm conditions are cleared and the Reset pushbutton is pressed: a. Pump high discharge pressure b. Motor high temperature c. Stator high temperature d. The pump shall shutdown or be prevented from starting I the level in the Polymer Storage Tank drops below low -low level setpoint. 8. Calculated Alarms and Variables a. Alarm when recirculation pump has gone 1 hour without being cycled. 9. PCS Inputs and Outputs a. Refer to the P&ID Drawings and Division 40 Input/Output List for field and digital input/output points associated with this strategy. D. Dewatering Polymer System (P&ID 1-005): HTU Equipment - I Equipment Nm -- RTU-9* (0-9) Polymer Feed Unit * (0-9) PFU-5**0 1. Overview a. Ten vendor -supplied polymer feed systems provide polymer to the new gravity belt thickener and nine rotary drum thickeners. Polymer is mixed into the gravity belt thickener and rotary drum thickener sludge feed lines via a static mixer assembly. b. The Dewatering Polymer System utilizes a vendor control panel for operation and controls of the polymer totes, mixing units, and feed pumps. The Dewatering Polymer Systems are hardwired to the thickener system (RDT/GBT) vendor PLCs. The plant control system monitors the polymer feed systems via Modbus TCP/IP from the vendor (RDT/GBT) PLCs using DCS controller Drop 8/58 (OCC-100). Control Descriptions - AttachmentA- Control Loop Descriptions 406196A-5 FTW17498 - VCWRF Sludge Thickening Improvements City Project No. CO2647 2. Local Manual/Automatic Control a. In Local Mode, the Dewatering Polymer system control panel provides all controls for the system. 3. Remote Manual/Automatic Control a. In Remote Mode, the Dewatering Polymer system is started, stopped and speed controlled from the associated (RDT/GBT) via hardwired signals. 4. Software Permissives a. The polymer system will shut down if the associated (RDT/GBT) system is shut down. 5. Hardwired Interlocks a. Refer to the polymer equipment specification for hardwired interlocks. 6. Calculated Alarms and Variables a. No additional calculated alarms or variables are required. 7. PCS Inputs and Outputs a. Refer to the P&ID Drawings and Division 40 Input/Output List for field and digital input/output points associated with this strategy. b. Refer to the Process Equipment Specification for requirements of the Vendor system. E. WAS Holding Tank Blowers (P&ID 1-010): RTV Equipment Equipment No. Drop 8/58 WAS Holding Tank Blower 1 WTB-10100 Drop 8/58 Differential Pressure Switch 1 High DPSH-10100 Drop 8/58 Temperature Switch 1 High TSH-10102 Drop 8/58 Pressure Switch 1 High PSH-10102 Drop 8/58 WAS Holding Tank Blower 2 WTB-10200 Drop 8/58 Differential Pressure Switch 2 High DPSH-10200 Drop 8/58 Temperature Switch 2 High TSH-10202 Drop 8/58 Pressure Switch 2 High PSH-10202 1. Overview a. The new Holding Tank will be mixed using coarse bubble diffusers supplied with air from positive displacement (rotary lobe style) blowers. The blowers will have fixed speed motors that operate in a duty/standby configuration with the duty blower alternating based on an operator specified schedule and manual rotation of operations. 2. Local Manual control a. With the Hand/Off/Auto selector switch in Hand, the blower will be controlled from the local Start/Stop pushbuttons. 3. Local Automatic control Control Descriptions —Attachment A— Control Loop Descriptions 40 61 96A - 6 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 a. There is no local automatic control 1 4. Remote Manual/Automatic control a. There is no remote manual or automatic controls for this equipment 5. Software Permissives a. None. 6. Hardwired Interlocks a. Refer to the equipment specification. 7. Calculated Alarms and Variables a. Provide an alarm at the HMI if no blowers are running. 8. PCS Inputs and Outputs a. Refer to the P&ID Drawings and Division 40 Input/Output List for field and digital input/output points associated with this strategy. F. Sludge Blend Tank Mixing System (P&ID 1-012): RTU RTU-40 Equipment Equipment No. Gas Mix Chopper Pump 1 GMS-12100 RTU-40 Gas Mix Chopper Pump 2 GMS-12200 RTU-40 Sludge Blend Tank level LIT-12000 RTU-40 Gas Mix System 1 Gate Valve 1 MGV-12101 RTU-40 Gas Mix System 1 Gate Valve 2 MGV-12102 RTU-40 Gas Mix System 2 Gate Valve 1 MGV-12201 RTU-40 Gas Mix System 2 Gate Valve 2 MGV-12202 1. Overview a. Each GasMix system consists of a dry -installed 48.9 HP Landia chopper pump, 3 manual, and 2 automatic electrically actuated gate valves. 2. Local Manual Control a. With the Hand/Off/Auto selector switch in Hand, the pump and valves can be controlled manually from the Gas Mix control panel. 3. Local Automatic Control a. When the system is in Auto Mode, the vendor PLC shall control the associated Gas Mix system and the local OIT screen provide monitoring and controls. b. Each system is equipped with a local PLC control panel that runs the system in three different sequences. Alternation between these sequences takes place according to predefined time period setpoints entered by the operating staff at the plant. Initially, the following operating time setpoints will be used: 1). Sequence 1: Mixing nozzle — bottom MS line valve opened, ALS valve closed, and pump running (approx. 15 min) 2). Sequence 2: Gas Ejector— ALS line opened, MS valve closed, and pump running (approx. 15 min) Control Descriptions— Attachment A — Control Loop Descriptions 40 61 96A - 7 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 3). Sequence 3: Pause —with both valves closed and pump off (approx. 30 min) c. Both gas mix systems will run together in the same sequence. The above time intervals are only preliminary recommendations, which can be used for system startup. Running the system continuously (i.e. without sequence 3) for the first 2-3 days after initial startup, prior to adjusting the timers is recommended. Time setpoints for each sequence shall allow for zero time (skip sequence) or any integer value up to the maximum time (in minutes), such that operators can optimize the system after observing how the mixing systems actually perform overtime. 4. Remote Control a. There is no remote manual or automatic control of the Gas Mix systems. 5. Software Permissives a. There are no additional software Permissives for these systems. 6. Hardwired Interlocks a. A low suction pressure switch is used to shutdown the Gas Mix pumps to protect against low tank level or clogged suction. 7. Calculated Alarms and Variables a. Alarm when chopper pump has gone 1 hour without being cycled. 8. PCS Inputs and Outputs a. Refer to the P&ID Drawings and Division 40 Input/Output List for field and digital input/output points associated with this strategy. G. Gravity Belt Thickener System (P&ID 1-004): RTU Eclulipment —�_ _ Gravity Belt Thickener Equlipmevrt No. GBT-4400 RTU-90 RTU-90 Gravity Belt Thickener Feed Pump GFP-4400 RTU-90 GBT In -Line Static Mixer ISM-4400 RTU-90 GBT Washwater Booster Pump WBP-4400 RTU-90 TWAS Pump TWP-4400 RTU-90 GBT Influent Flow FIT-4400 RTU-90 GBT Level LIT-4430 RTU-90 TWAS Pump Effluent Pressure Switch High PSH-4400 RTU-90 Thickened Sludge to Blend Tank Flow 1 FIT-4001 RTU-90 Thickened Sludge to Blend Tank Flow 2 FIT-4002 1. Overview GBT system includes controls for its associated equipment such as GBT feed pump, washwater booster pump, and thickened waste activated sludge pump (TWAS). GBT will be controlled locally from the GBT control panel PLC. When GBT is in the Remote Automatic Mode, the plant control system will manually vary the speed of the sludge feed pump. GBT start/stop control from plant control system is not available. GBT start and stop is only available from the local GBT control panel. Refer to the GBT OIT Control Panel Sequence of Operation by GBT system supplier for a detailed description of the GBT control from GBT PLC/OIT. Control Descriptions — Attachment A — Control Loop Descriptions 40 61 96A - 8 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 2. Local Control a. In Local Mode, the GBT control panel provides all GBT controls interface for automatic startup, shutdown, and sludge processing controls. 3. Remote Manual Control a. When the GBT system is in Remote Mode, the plant control system can vary the speed of the sludge feed pump from the HMI. 4, Remote Automatic Control a. There is no remote automatic control of the GBT system. 5. Software Permissives a. There are no software permissives associated with this control strategy. 6. Hardwired Interlocks a. High discharge pressure and thermal overload will shut down the feed pump b. High discharge pressure and thermal overload will shut down the TWAS pump c. Refer to the GBT OIT Control Panel Sequence of Operation by the GBT system supplier for a detailed description of the GBT interlocks at the vendor packaged controller/OIT. 7. Calculated Alarms and Variables a. No additional calculated alarms or variables are required. 8. PCS Inputs and Outputs a. Refer to the P&ID Drawings and Division 40 Input/Output List for field and digital input/output points associated with this strategy. b. Refer to the Process Equipment Specification for requirements of the Vendor PLC system. Coordinate with Vendor for Modbus TCP/IP tag interface to provide functionality requirements listed herein. Tag names and quantiles listed herein and on the drawings are subject to changes based on the vendor system provided and functionality requirements. 2.00 PRODUCT (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Control Descriptions — Attachment A— Control Loop Descriptions 40 6196A - 9 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 THIS PAGE INTENTIONALLY BLANK 40 63 00 CONTROL UNIT HARDWARE AND SOFTWARE 1.00 GENERAL 1.01 SCOPE OF WORK A. This Section specifies requirements for the process control system including human -machine interfaces (HMIs) for both local and/or remote control of process equipment, process - oriented machinery, and process systems. B. The attached schedule provides details for the replacement systems at each project site. The quantities shown are to be provided at a minimum, but understanding that additional hardware may be required and deviations from the hardware quantities listed may be required because of space restrictions or other unforeseen installation constraints. 1.02 RELATED WORK A. Refer to Section 40 6100, Process Control and Instrumentation Systems — General Provisions. B. Refer to Section 40 67 00, Process Control and Instrumentation Systems — Control Panels and Components. C. Refer to Section 40 67 63, Process Control and Instrumentation Systems — Uninterruptible Power Supplies. 1.03 SUBMITTALS A. Refer to Division 01 for general submittal requirements. B. Refer to Section 40 6100, Process Control and Instrumentation Systems - General Provisions. C. Product Data. For each system component, include dimensions, mounting arrangements, and weights. Also, include Manufacturer's technical data on features, performance, electrical ratings, characteristics, and terminal connections. D. Operation and Maintenance Data. Provide literature detailing routine maintenance requirements (if any) for each system component including the following. 1. System specifications. 2. Electrical power requirements. 3. Application considerations. 4. Assembly and installation procedures. 5. Power -up procedures. 6. Programming procedures. 7. Explanation of internal fault diagnostics. 8. Shutdown procedures. 9. Recommended spare parts list. 1.04 REFERENCE STANDARDS A. National Electrical Safety Code (NESC). B. Occupational Safety and Health Administration (OSHA). Control Unit Hardware and Software 40 63 00 -1 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 C. Code of Federal Regulations (CFR) Title 47: Telecommunication, Part 18: Industrial, Scientific and Medical Equipment— RF Disturbance (European EN 55011 (formerly CISPR 11)). D. IEC 60068-2-1 Test Ab: Cold Heat. E. IEC 60068-2-2 Test Bb: Dry Heat. F. IEC 60068-2-6 Test Fc: Vibration Immunity. G. IEC 60068-2-14 Test Na: Temperature Withstand. H. IEC 60068-2-14 Test Nb: Temperature Immunity. I. IEC 60068-2-27 Test Ea: Shock Immunity. J. IEC 60068-2-30 Test Db: Cyclic (12+12) Damp Heat. K. IEC 61000-4-2: Electrostatic discharge immunity test. L. IEC 61000-4-3: Radiated, radio -frequency, electromagnetic field immunity test. M. IEC 61000-4-4: Electrical fast transient/burst immunity test. N. IEC 61000-4-5: Surge immunity test. O. IEC 61000-4-6: Immunity to conducted disturbances, induced by radio -frequency fields. P. IEC 801-3: RFI Immunity. Q. IEC 801-5: Ground Continuity. R. IEC 801-2: Electrostatic Discharge. S. EN55011 Class A: Conducted and radiated Emissions. T. IEC 61131-3: Programmable Controllers - Part 3: Programming Languages. U. National Fire Protection Association (NFPA). V. NFPA 70 National Electrical Code (NEC). W. National Electrical Manufacturers Association (NEMA). 1.05 QUALITY ASSURANCE A. Manufacturer Qualifications. A qualified manufacturer shall be capable of providing training, parts, and coordination of emergency maintenance and repairs. B. The Manufacturer of this equipment shall have produced similar equipment for a minimum period of five years. When requested by the OWNER/ENGINEER, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. C. The Manufacturer shall have a local office within one hundred (100) miles of the City of Fort Worth or have technicians available on -site within four hours of emergency notification. D. The Manufacturer shall have a local full-time staff of employees that have developed and commissioned a minimum of three new Ovation -based systems within the past 12 months. Must have a minimum five years' experience designing, installing, and commissioning SCADA systems. E. The Manufacturer shall have a minimum of three full-time employees qualified to perform the SCADA system configuration work. Control Unit Hardware and Software 40 63 00 - 2 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 F. The programmable controller and all corresponding components within the family of controller products shall be manufactured by a company who regularly manufactures and services this type of equipment. G. The Manufacturer shall comply with ISO 9001:2000 standards for "Quality Systems- Model for Quality Assurance in Design/Development, Production, installation, and Servicing." H. The Manufacturer shall provide complete technical support for all of the products. This shall include factory or on -site training, regional application centers, local or factory technical assistance, and a 24/7/365 technical support phone service. 1.06 DELIVERY, STORAGE, AND HANDLING A. Deliver system components in packaging designed to prevent damage from static electricity and physical damage. B. Store system equipment according to Manufacturer requirements. At a minimum, store indoors in clean, dry space with uniform temperature to prevent condensation. Protect system components from exposure to dirt, fumes, water, corrosive substances, and physical damage. Also, protect system components from all forms of electrical and magnetic energy that could reasonably cause damage. 1.07 NOMENCLATURE AND IDENTIFICATION DEFINITIONS A. Al: Analog Input. B. AO: Analog Output. C. Control Unit: An assembly consisting of a CPU, 1/0 and a power supply with related switches, fuses, breakers, etc., as needed to control a process or part of a process. D. Fixed 1/0: A CONTROL UNIT style consisting of a fixed number of 1/0, a processor, and a power supply all in one enclosure. Some fixed CONTROL UNITS have limited expansion ability. E. CPU: Central Processing Unit; the "processor" or "controller" of a Control Unit. F. DI: Discrete Input. G. Distributed 1/0: Hardware specially designed to function as Remote 1/0. H. DO: Discrete Output. I. HMI: Human -Machine Interface. Typically, a video display, often with keyboard and mouse input capability. J. 1/0: Input and/or Output. K. Modular 1/0: A PLC -style arrangement featuring the ability to customize the quantities and types of 1/0 modules associated with a CPU. Typically, these modules are inserted into a chassis or base. L. Master/Slave: A style of communication between devices in which one device, the master, controls all communications. The other devices, the slaves, respond only when queried or polled by the master. Typically used in a Remote 1/0 application. M. Peer -to -Peer: A style of communication between two or more devices, typically Control Units, in which each device can initiate a communication exchange. N. PID: Control action, proportional plus integral plus derivative. 0. PLC: Programmable Logic Controller. Control Unit Hardware and Software 40 63 00 - 3 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 P. Remote 1/0- 1/0 that is located remotely from the CPU. Remote 1/0 can communicate with a CPU using a variety of communication protocols and can use standard rack based 1/0, or special Remote 1/0 hardware referred to as Distributed 1/0. Q. SCADA: Supervisory Control and Data Acquisition; the style of control system required for this application. 1.08 WARRANTY A. Provide warranty per Division 01, Warranties and Bonds, and as specified herein. B. The Manufacturer shall warrant the equipment to be free from defects in material and workmanship for two years from date of acceptance of the equipment containing the items specified in this Section. Within such period of warranty, the Manufacturer shall promptly furnish all material and labor necessary to return the equipment to new operating condition. Any warranty work requiring shipping or transporting of the equipment shall be performed by the CONTRACTOR at no expense to the OWNER. 1.09 SPARE PARTS A. Refer to Section 40 6100, Process Control and Instrumentation Systems - General Provisions, SPARE PARTS, B. All spare parts shall be packaged to prevent damage during long-term storage. Identify all packages with indelible markings on the exterior describing contents. C. Provide complete ordering information including Manufacturer, part number, part name, hardware and software revision levels, and equipment for which the part is to be used. 1.10 SPARE 1/O A. Each 1/0 drop and 1/0 location are sized to include at least 20 percent (minimum of four) points of each type required (AI, AO, DI, and DO) for future use. 1. Refer to Section 40 6193, Process Control and Instrumentation Systems — In List for summaries of 1/0 type quantities for each Control Unit. 2. Spare output points that require the use of an external relay shall include provision of that external relay. B. Regardless of the spare requirement, all installed unused points on all 1/0 modules shall be wired to terminal blocks in the order that they occur on the 1/0 modules. Unwired spares shall not be acceptable. 2.00 PRODUCTS 2.01 GENERAL A. Provide control equipment with a minimum of 256 MB of memory for functional capacity (logic programming) to perform the specified sequence of operation with the scheduled input and output points. Control Units shall include processor, memory cards, power supplies, input/output modules, communication modules, redundancy modules, and remote interface modules as required to satisfy project requirements. 1. Provide memory cards for all CPUs provided on this project. Control Unit Hardware and Software FTW17498— VCWRF Sludge Thickening Improvements 406300-4 City Project No. CO2647 C. All equipment supplied shall be compliant with the applicable sections of the Reference Standards identified in Section 40 63 00 1.04. D. All equipment and devices, furnished here under, shall be designed for continuous industrial service in water and wastewater treatment applications and environments. The system shall contain products of a single manufacturer, in so far as possible, and shall consist of equipment models that are currently in production. E. The system shall be constructed so that human Operators located in a control center, using Operator workstations (HMIs), will be able to automatically and conveniently interact with each Control Unit, enabling complete control of the process. All equipment furnished shall be designed and constructed so that in the event of power interruption the systems shall go through an orderly shutdown with no loss of memory and shall resume normal operation without requiring a manual reset when power is restored. The Control Unit shall be capable of stand-alone operation in the event of failure of the communication link to the control center. G. Remote Input/Output Units shall include input/output modules, interface modules, communication modules, and power supply to meet system input and output requirements. H. Agency and Environmental Specifications 1. Electrical supply voltage to the Control Unit shall be 85 to 264 VAC, 43 to 67 Hz. System power supplies shall be overload protected. 2. Vibration: 3.5mm (5 <= f < 9 Hz), 1.0g (9 </= f < 150Hz), 1 octave/min., 10 sweep cycles on each 3 mutually perpendicular. The method of testing is to be based upon IEC 60068-2-6 test Fc, for vibration immunity. 3. Shock: Half -Sine 15g, 11mS, 3 shocks on 3 mutually perpendicular axes, Operational test. The method of testing is to be based upon IEC 68-2-27 Test Ea for shock immunity. The system is to be operational during and after testing. 4. Temperature: All Control hardware shall operate at a maximum ambient temperature of 0 to +60 degrees C (+32 to +140 degrees F), with a storage ambient temperature rating of 0 to +70 degrees C +32 to +160 degrees F). 5. Relative Humidity: The Programmable Controller hardware shall function continuously in the relative humidity range of 0 percent to 95 percent non -condensing. 6. Noise Immunity: The Programmable Controller system shall be designed and tested to operate in the high electrical noise environment of an industrial plant as governed by the IEC 801 regulations. 7. Altitude a. Operation: 0-6,500 feet. b. Storage: 0-9,800 feet. 8. Degree of protection: NEMA 1 (IP20). 9. All products shall have conformal coating (Controllers & Modules). All major assemblies and sub -assemblies, circuit boards, and devices shall be identified using permanent labels or markings indicating: 1. Modules product type such as analog or digital. 2. Modules catalog number. Control Unit Hardware and Software 40 63 00 - 5 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 3. Modules major revision number. 4. Modules minor revision number. 5. Module Manufacturer vendor. 6. Module serial number. J. All necessary cables shall be included. All cables and connectors shall be as specified by the Manufacturer. Cables shall be assembled and installed per the Manufacturer's recommendations. 2.02 MANUFACTURERS A. Provide all Control Unit components and HMI software from a single manufacturer. If the control system's Manufacturer has authorized third -party vendors to provide modules that are compatible with their platforms, then products manufactured by these authorized third - party vendors will be acceptable. B. Provide the control system by one of the following; no others approved: 1. Emerson Process Management Power and Water Solutions Inc. C. The following table lists Approved CONTROL UNIT components. There will be NO SUBSTITUTION5. Description Manufacturer Part Number Controller (OCC-100) Emerson 5XO0820 32 Channel Digital Input Emerson 5XO0499 Module 32 Channel Digital Emerson 5XO0500 Output Module 16 Channel Digital Emerson 1C31122 Output w/Relay 8 Channel Analog Input Emerson 5X00106 Module 8 Channel Analog Emerson 5X00062 Output Module Left End Emerson 113300231-101 Cap/Terminator Right End Emerson 113300231-102 Cap/Terminator Standard 2-Slot 1/0 Base Emerson 1B30035 Hi -Density 4-Slot 1/0 Emerson 5XO0497 Base Control Unit Hardware and Software 40 63 00 - 6 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 D. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features, and functions. 2.03 PROCESSOR A. The CPU shall be, at a minimum, a 32-bit microprocessor that provides system timing and is responsible for scheduling 1/0 updates, with no user programming required to ensure discrete or analog update. It shall execute user logic programs, communicate with intelligent 1/0 modules, and perform on-line diagnostics. The CPU shall consist of a single module that solves application logic, stores the application program, stores numerical values related to the application processes and logic, and interfaces to the 1/0. B. The CPU shall sample all the discrete and analog inputs and outputs including internal coils and registers, and service special function modules every scan. The CPU shall process the 1/0 with user program(s) stored in memory, then control the outputs based on the results of the logic operation. C. Supply redundant CPU. D. Supply the CPU with a battery -backed time of day clock and calendar. E. The CPU family shall allow for user program transportability from one CPU model to another. F. Diagnostics 1. The CPU shall perform on-line diagnostics that monitor the internal operation of the Control Unit. If a failure is detected, the CPU shall initiate system shutdown. The following, at a minimum, shall be monitored: memory failure, memory battery low, and general fault, communications port failure, scan time over run, 1/0 failure, and analog or special function 1/0 module failure. 2. All diagnostic information shall be accessible to the host communications interfaces and to the controller program. 3. The Controllers shall have indicators and onboard status area to indicate the following conditions: a. CPU run. b. CPU error or fault. c. 1/0 failure or configuration fault. d. Battery good. e. Communications indicator. G. Memory 1. The user program and data shall be contained in non-volatile battery backed memory. CPU shall be provided with maximum available memory for logic programming storage, including on -board CPU memory and provision of available separate memory card modules. 2. Type: CMOS RAM program memory. Memory Backup: Lithium battery backup or flash memory system capable of retaining all memory for a minimum of three months. Control Unit Hardware and Software 40 63 00 - 7 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 4. Backup Battery: The backup battery shall be capable of being replaced without disrupting memory integrity. Provide a visual indication of low battery voltage and a low battery alarm contact. 5. Flash Memory: Upon power loss, the Control Unit shall transfer internal memory to flash memory before the Control Unit powers down. 6. The Operator should be able to backup volatile memory, including data and program logic onto a personal computer storage disk. 7. The operating system shall be contained in non-volatile firmware. The memory containing the operating system shall be field updateable via a separate update tool. H. Programming Environment 1. Programming port: The Control Unit shall utilize a serial USB or Ethernet port for programming. 2. On -Line programming: Application programs may be modified or stored while the CPU is running with minimal impact on the scan time. 3. Online programming including runtime editing. 4. IEC 61131-3 programming languages supported: Ladder logic, function block, sequential function chart, and structure text. 5. Supply all hardware and software necessary to program the CPU in these languages. I. Communication Ports 1. The CPU shall be expandable and supplied with additional modules to support the required communication interfaces. J. Remote 1/0 Communications 1. The CPU shall be capable of communicating with up to 12 remote base locations at a combined distance of 2500 feet. The CPU shall automatically sample and update all local and remote 1/0 modules each scan cycle of the CPU. 2. The communication link between the CPU and any RIO chassis shall be as recommended by the Control Unit Manufacturer. For racks located on a link of less than 2500 cable feet, the speed of the communications link shall be greater than 230 K baud with RIO scan rate of less than 5 milliseconds per RIO. 3. Diagnostic and equipment status information shall be available from each RIO. 4. It shall be possible to communicate with remote 1/0 racks or other Control Units via fiber optic cable. The remote 1/0 system shall have available a remote input/output arrangement capable of operation at locations physically separated from the Control Unit CPU by up to 5,000 feet as detailed on the drawings. Communication with the remote 1/0 arrangement shall be through cable as recommended by the Control Unit Manufacturer and provided by the control system supplier under this specification section. 2.04 POWER SUPPLIES A. The Control Unit shall have chassis -mounted power supplies to power the chassis backplane and provide power for the processor and applicable modules. Power supplies shall have a clearly visible LED to indicate that the incoming power is acceptable, and the output voltage is Control Unit Hardware and Software 40 63 00 - 8 FTW17498— VCWRF Sludge Thickening Improvements City Project No. CO2647 present. Power supplies shall feature over -current and over -voltage protection and should be designed to operate in most industrial environments without the need for isolation transformers. B. Power supplies shall be sized to accommodate the anticipated load plus 30 percent. C. DC power supplies shall be capable of handling ripple up to 2.4V peak to peak. D. AC Line Voltage rating of 85 to 265 VAC, 43-67 Hz. E. The power supplies shall allow for brown outs of at least 1/2 of a cycle, a harmonic rate of 10 percent, and will sustain continuous operation through momentary interruptions of AC line voltage of 10 ms or less. F. Automatically shut down the Programmable Controller system whenever its output power is detected as exceeding 125 percent of its rated power. G. Provide surge protection, isolation, and outage carry-over up to two cycles of the AC line. 2.05 CONTROL UNIT/RIO CHASSIS A. All system and signal power to the CPU and support modules shall be distributed on the backplane. No interconnecting wiring between these modules via plug -terminated jumpers shall be acceptable. B. All system modules, main and expansion chassis shall be designed to provide for free air flow convection cooling. No internal fans or other means of cooling, except heat sinks, shall be permitted. C. All system modules, including the processor, shall be hot-swappable. Each module shall be removable from the chassis or inserted into the chassis while power is being supplied to the chassis without faulting the processor, interrupting communication with any of the other installed modules, or damaging the modules. D. Modules shall be designed to plug into a chassis and to be keyed to allow installation in only one direction. The design must prohibit upside down insertion of the modules as well as safeguard against the insertion of a module into the wrong slot or chassis via an electronic method for identifying a module. Electronic keying shall perform an electronic check to ensure that the physical module is consistent with what was configured. 2.06 DISCRETE 1/0 MODULES A. General 1. For existing system replacements, selection of discrete input and output module types shall be based on maintaining functionality and connection to existing Control Unit/RIO signals. For new systems, selection of discrete input and output module types shall be per OWNER/ENGINEER requirements included in this specification Section. 2. Digital input and output modules shall provide ON/OFF detection and actuation. 3. The 1/0 count and type shall be as required to implement the functions specified plus an allowance for active spares, as noted below. 4. Modules shall have indicators to display the status of communication, module health, and input/output devices. 5. Each module shall have the following status indicators: a. The On/Off state of the field device. Control Unit Hardware and Software 40 63 00 - 9 FTW17498 -- VCWRF Sludge Thickening Improvements City Project No. CO2647 b. The module's communication status. 6. 1/0 modules shall contain a maximum of 32 points per module. 7. Discrete output modules shall be configurable to hold the last value, turn on, or turn off upon failure or fault state. B. Discrete Module Specifications 1. Digital Input a. 16 or 32 digital input points. b. 24 VDC Sink/Source. c. Opto-isolated input points. d. Time -lagged messages. e. On --board communications and functional firmware. f. On -board voltage regulation. g. LEDs for power, receive data, transmit data, input status, and fault. h. Surge protected (non-destructive). i. Removable without disturbing field wiring. j. No on -board adjustments, switches or straps (self -configuring). 2. Digital Output a. 16 or 32 output points. b. 24 VDC Source. c. Opto-isolated input/output points. d. Outputs may be solid-state or mechanical relay. e. Time -tagged messages. f. On -board communications and functional firmware. g. On -board voltage regulation. h. LEDs for power, receive data, transmit data, input status, and fault. i. Surge protected (non-destructive). j. Removable without disturbing field wiring. k. No on -board adjustments, switches, or straps (self -configuring). I. Keyed to prevent damage. 2.07 ANALOG 1/0 MODULES A. General 1. For existing system replacements, selection of analog input and output module types shall be based on maintaining functionality and connection to existing Control Unit/RIO signals. For new systems, selection of analog input and output module types shall be per OWNER/ENGINEER requirements included in this Specification Section. Control Unit Hardware and Software 40 63 00 -10 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 2. Analog input modules shall convert an analog signal that is connected to the module's screw terminals into a digital value. The digital value representing the magnitude of the analog signal shall be transmitted on the backplane. Analog output modules shall convert a digital value that is delivered to the module via the backplane into an analog signal on the module's screw terminals. 3. The 1/0 count and type shall be as required to implement the functions specified plus an allowance for active spares, as noted below. 4. Modules shall have indicators to display the status of communication, module health, and input/output devices. Each analog module shall provide both hardware and software indication when a module fault has occurred. Each module shall have an LED fault indicator and the programming software shall display the fault information. 5. Analog modules shall be software configurable through the 1/0 configuration portion of the programming software. 6. The following status shall be capable of being examined in programming logic: a. Module Fault Word —Provides fault summary reporting. b. Channel Fault Word — Provides under -range, over -range, and communications fault reporting. c. Channel Status Words— Provides individual channel under -range and over -range fault reporting for process alarm, rate alarms, and calibration faults. 7. The 24 VDC power for analog instrument loops shall be provided as a part of the system. The 24 VDC power supply shall be derived from the 120 VAC input power circuit to the Control Unit. The field side of the 24 VDC power sources(s) shall have individual or grouped (of logically associated circuits) fusing and be provided with a readily visible, labeled blown fuse indicator. B. Analog Module Specifications 1. Analog Input a. Eight single -ended analog input points (maximum). b. Analog inputs will be 4-20 mA and use Shielded Cable. c. HART capable. d. 16-bit Resolution. e. 24 VDC isolated power source. f. Time -tagged messages. g. On -board communications and functional firmware. h. On -board voltage regulation. i. LEDs for power, receive data, transmit data, CPU failure, and digital input status. j. Surge protected (non-destructive). k. Removable without disturbing field wiring. 1. No on -board adjustments, switches, or straps (self -configuring). m. Keyed to prevent damage. 2. Analog Output Control Unit Hardware and Software FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 406300-11 a. Eight analog output points (maximum). b. 12-bit digital -to -analog converter. c. HART capable. d. Time -tagged messages. e. On -board communications and functional firmware. f. On -board voltage regulation. g. LEDs for power, receive data, transmit data, and CPU failure. h. Surge protected (non-destructive). L Removable without disturbing field wiring. j. No on -board adjustments, switches or straps (self -configuring). k. Keyed to prevent damage. 2.08 COMMUNICATION INTERFACES A. The Control Unit will be capable of the following communication protocols: 1. 10BASE-T/100BASE-TX Ethernet communication. 2. Asynchronous serial link capable of communicating up to 19.2Kbps. B. When required, provide a Communications Interface Module mounted in the chassis or the equivalent port directly on the CPU. 2.09 CONTROLLER SOFTWARE A. The PCSI shall utilize its own Control Unit configuration and application development software to perform the work associated with this project. The ASP shall provide developmental software licensed to the City of Fort Worth for all controllers associated with this project. B. The software package shall allow on-line/off-line program development, annotation, monitoring, debugging, uploading, and downloading of programs from the control room to the Control Units. C. All required hardware (including cables, cable adapters, etc.) for connection to Control Units shall be furnished. D. All software licenses required to achieve the functionality described in the Specifications shall be provided. E. The software provided shall be capable of the following JEC 61131-3 functions: 1. Ladder logic. 2. Function block. 3. Sequential function chart. 4. Structure text. F. In addition to the above editors, an add -on instruction editor shall work with any of the above -mentioned editors to create custom reusable function blocks. This software shall allow any of the derived function blocks to be modified on-line. Control Unit Hardware and Software 40 63 00 - 12 FTW17498 — VCW RF Sludge Thickening Improvements City Project No. CO2647 G. The software shall be Microsoft Windows -based and run on the Owner's existing Engineering Workstation computers. H. The software shall include a security feature to prevent unauthorized personnel from modifying and downloading the programs. I. The software shall include an 1/0 simulator that allows the Control Unit application load program to be tested on a PC with simulated analog and digital inputs and outputs, allowing 1/0 testing and debugging to be performed in a safe, isolated environment without the need for running the Controller CPU and process 1/0 boards. 3.00 EXECUTION 3.01 GENERAL INSTALLATION A. Maintain area free of dirt and dust during and after installation of programmable controller products. B. Anchor Control Unit components within enclosures as recommended by the control system Manufacturer. C. Ventilation slots shall not be blocked or obstructed by any means. D. Examine areas, surfaces, and substrates to receive Control Units for compliance with requirements, installation tolerances, and other conditions affecting performance. Proceed with installation only after unsatisfactory conditions have been corrected. E. Install in accordance with Manufacturer's instructions. F. Unload, unpack, and transport equipment with care to prevent damage or loss. G. Replace damaged components as directed by ENGINEER. 3.02 PANEL LAYOUT A. Coordinate size and configuration of enclosure to meet project requirements. Drawings indicate maximum dimensions for Control Unit minimum clearance between Control Units, adjacent surface, and other items. B. Comply with indicated maximum dimensions and clearances, or with Control Unit vendor's required distances if they are greater than the distances indicated. C. Provide spacing around Control Unit as required by the Control Unit Manufacturer to insure adequate cooling. Insure that the air surrounding the Control Unit has been conditioned to maintain the required temperature and humidity range. D. Wires entering and exiting Control Unit components shall be sized to comply with the Control Unit Manufacturer's requirements. Doors on all components shall be able to be fully closed when all the wires are installed. For chassis -mounted Control Units, no wiring, wire ducts, or other devices shall obstruct the removal of cards from the rack. F. Control Unit lights, keys, communication ports, and memory card slots shall be accessible at all times. Lights shall be visible at all times when enclosure door is opened. G. Control panel designer shall provide independent line fuses or circuit breakers, per the Control Unit Manufacturer recommendation, for each power supply, input module, output module, and other modules with separately derived power requirements. Control Unit Hardware and Software 40 63 00 - 13 FTW17498 -- VCWRF Sludge Thickening Improvements City Project No. CO2647 H. Control panel designer shall insure that communication signals, 4-20 mA signals (including those with embedded HART), are properly conditioned for the Control Unit and protected from all sources of radiated energy or harmonics. Each Control Unit (including all 1/0) shall be powered from a UPS power conditioning system. Where multiple mechanical components are provided for process redundancy, their field connections to 1/0 modules shall be arranged such that the failure of a single module will not disable all mechanical components associated with the process redundancy (e.g., inputs and outputs for redundancy device 1 shall reside on different modules than the inputs and outputs for redundancy device 2, etc.), irrespective of the number of used points resulting from this configuration. K. Provide all required cables, cords, and connective devices for interface with other control system components. END OF SECTION Control Unit Hardware and Software 40 63 00 - 14 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 40 66 00 NETWORK EQUIPMENT 1.00 GENERAL 1.01 SCOPE OF WORK A. This Section includes network equipment used in process control networks including: 1. Network switches (ASP). 2. Media converters (PCSI). 3. Patch panels and other data network hardware (PCSI). 4. Ethernet Remote 1/0 (ASP). 5. Related accessories (ASP & PCSI). 6. Network Cabling systems and components (PCSI). B. The Process Control System Integrator (PCSI) shall furnish the labor and materials required to install and bring into operation the control and data network, complete as shown on the Drawings and specified herein. C. The ASP shall furnish the following network equipment. Minimum sizing is based upon initial engineering design and needs to be confirmed prior to equipment procurement. It is the responsibility of the Contractor or ASP to design and size the network equipment systems. D. The network shall be capable of supporting communications between all servers, operator workstations, PLCs, RTUs, DCUs and other communication devices as shown on the system architecture block diagram(s). The PCSI shall furnish all necessary cables, face plates, connectors, modems, transceivers, repeaters, modules, splice kits, etc., required for a complete and operational network. The system architecture diagram(s) are for network understanding only. Some communication devices maybe required for network operation, which may not be explicitly shown on the Drawings. The system shall be designed to accommodate an increased bandwidth equal to an additional 100 percent of network nodes. E. The control and data network shall include all nodes on the network. Communication between nodes maybe via Ethernet, serial, field bus, or other method as specified. 1.02 RELATED WORK A. Refer to Division 40 Section, Process Control and Instrumentation Systems —General Provisions. B. Refer to Division 40 Section, Process Control and Instrumentation Systems-- Control Panels and Components. C. Refer to Division 40 Section, Process Control and Instrumentation Systems —Fiber Optic Equipment. 1.03 SUBMITTAL REQUIREMENTS Network Equipment 40 66 00 - 1 FTW17498 — VCWRF Sludge Thickening Improvements CITY PROJECT NO. CO2647 A. Refer to Division 01 for general submittal requirements. B. Refer to Division 40 Section, Process Control and Instrumentation Systems — General Provisions. C. Operation and Maintenance Data: Provide literature detailing all custom configured parameters and backup/restore procedures for each network component. 1.04 REFERENCE STANDARDS A. Institute of Electrical and Electronics Engineers (IEEE): 1. 802.3 — Ethernet. 2. 802.11 —Wireless LANs. 1.05 DELIVERY, STORAGE, AND HANDLING A. Deliver network components in packaging designed to prevent damage from static electricity and physical damage. B. Store network equipment according to manufacturer requirements. At a minimum, store indoors in clean, dry space with uniform temperature to prevent condensation. Protect network components from exposure to dirt, fumes, water, corrosive substances, and physical damage. Also, protect from all forms of electrical and magnetic energy that could reasonably cause damage. 2.00 PRODUCTS 2.01 GENERAL A. All cabling required to interconnect all components of the network system shall be provided by the PCSI and/or Contractor. B. The network equipment shall be suitable for installation at the location as shown on the drawings. C. Ethernet Network Switches will be programmed by the ASP in coordination with the Owner. D. As a minimum, installation of each component includes rack mounting, supplying power, installing modules, installing patch cords. 2.02 NETWORK PANEL ETHERNET SWITCH (ASP) A. General 1. Provide Ethernet Switch for connection to the existing DCS network backbone as shown in the Drawings and specified herein. 2. Connection ports shall match those shown on the Drawings to provide a fully functional communication system. B. Function 1. Base Modules shall be equipped with at least 2 x dual purpose ports: 1 x 10/100/1000BASE-TX port and 1 x SFP port (1 active) and support up to 2 expansion modules Network Equipment 40 66 00 - 2 FTW17498 - VCWRF Sludge Thickening Improvements CITY PROJECT NO. CO2647 2. 1000BASE-T/TX, Fast Copper Ethernet support (IEEE 802.3u) 100BASE-TX, 10-Mbps copper Ethernet support (IEEE 802.3i) 10BASE-T as required for full connectivity functionality. 3. Firmware Type: IP Services feature Set 4. IPv4 routing, Port -Security, 802.1x, QoS, IEEE 1588 PTPv2, SNMP, Virtual Route Forwarding (VRF) 5. Switches shall support auto negotiation of duplex mode, auto negotiation of speed for copper Ethernet: 10/100/1000. 6. Input Power: 100-240 VAC. 7. Fiber Uplinks: 16 x 100BA5E-FX ports, minimum. 8. Copper Ports: 8 x 10/100BASE-TX ports, minimum. 9. Operating Temperature: 0 to 50 degrees C. 10. Indication: LED status display. C. Physical 1. Enclosure: rack mount (1U). 2. Switch Dimensions: 1.75"H x 17.5"W x 14.0"D 3. Industrially hardened for extended temperature, shock, vibration, and surge ratings. D. Options/ 1. Provide SFP Modules and Expansion Modules as required to meet Accessories connectivity requirements. 2. Extended service agreement with Next Business Day response. Full access to vendor device images, technical support and warranty. E. Manufacturer 1. Cisco IE-3010 2. Approved Equal. 2.03 CABLING AND CONNECTORS A. Ethernet 10/100/1000 BASE-T/TX Cable 1. The unshielded twisted pair cable shall be designed for use with a high speed (10/100/1000 Mbps) Ethernet 10/100/1000 BASE-T/TX communications network. 2. The twisted pair cable shall have a nominal impedance 100 Ohms at one MHz, a maximum attenuation of 8 dB per 1000 feet at one MHz. The twisted pair cable must have frequency tested up to 600 MHz or more. Network Equipment 40 66 00 - 3 FTW17498 — VCWRF Sludge Thickening Improvements CITY PROJECT NO. CO2647 3. The twisted pair cable shall be plenum rated and shall have a minimum of four 23 AWG solid copper conductor pairs. 4. All 10/100/1000 BASE-T/TX (11J-45) terminations on the twisted pair cable shall be done in a professional and workmanlike manner. Terminations shall provide for proper strain relief on the cable jacket. Strain relief on the wire and/or wire insulation shall not be acceptable. 2.04 ETHERNET PATCH PANELS AND HUBS (ASP) A. CAT6 Patch Panel 1. General a. Provide CAT 6 patch panels as shown on the Drawings and specified herein. 2. Physical Features: a. RJ45 ports: 96 x 10/100 TX RJ45 ports, minimum b. Operating temperature: 32 to 130 degrees F c. Enclosure: 19-inch Rack mountable 3. Acceptable Manufacturers: a. Belden AX103253 b. Approved Equal 2.05 GENERAL NETWORK ENCLOSURE REQUIREMENTS A. Unless otherwise specified in the Contract Documents, indoor enclosures containing network components are to be NEMA 12. B. Screws, bolts, fasteners etc., are to be corrosion -resistant stainless steel. C. All wall -mounted panels are to be separated from the wall by stainless steel spacers or galvanized steel struts. D. Doors are to have continuous hinges with removable pin and oil -resistant cellular neoprene gasket secured by gasket retainers. E. Cable bundles are to be neatly laced, run in ducting or approved cable managers, and secured to 19-inch rack or mounting back -panel. F. All enclosure doors shall open through 180 degrees without restriction. G. Front rails of enclosures shall be recessed to provide adequate room for patch cables and cable managers. H. Enclosure layout and equipment spacing shall be constructed to allow for device removal, calibration, and maintenance without disassembly of adjacent devices. I. All enclosures shall have sufficient structural reinforcements to ensure a limited plane surface vibration and to provide rigidity during shipment, installation, and operation without distortion or damage to the enclosure, mounting panel, or mounted instruments. Network Equipment 40 66 00 - 4 FTW17498 — VCWRF Sludge Thickening Improvements CITY PROJECT NO. CO2647 J. All enclosure seams shall be continuously welded and ground smooth to be undetectable after painting. K. Devices shall be installed on the enclosure back -panel or 19-inch rack. 2.06 NETWORK PANEL (ASP) A. Provide Network Panels in locations identified in the Contract Drawings. Construct Network Panels to support the termination of cables (CAT5e UTP, power, fiber optic) and the installation of Ethernet Switches. B. Enclosures shall meet or exceed the following minimum requirements 1. Outside dimensions of 36 inch H x 24 inch W x 20 inch D. 2. EIA 19" Racking Rails, 12 Rack Units (RU) 3. Stainless Steel Door Hinge 4. Three Point Padlocking Handles 5. NEMA 12 rating. 6. Wall Mountable C. Network Panels shall be Hoffman or approved equal. D. Provide a 19U, 19-inch rack for the mounting of 19-inch rack -mountable components. The front of the 19-inch rack is to be recessed from the front of the enclosure. E. Provide a rack mount Grounding Busbar. Busbar shall be manufactured from 1/4 inch electrolytic tough pitch copper alloy 110. Grounding Busbar shall be Harger part number RGBH14119.25, or approved equal. F. Bond 19-inch rack to ground. G. The Network Panel is to be mounted on stainless steel separators or struts to ensure a minimum 3/4-inch separation from the wall. The Broadband Network Panel shall be levelled against the wall using the separators. H. The Network Panels are to be installed between a minimum height of 48 inches and a maximum height of 60 inches above finished floor. I. Provide the enclosure electrical distribution. I. The Network Panel will be powered by one 15 A, 120 VAC. The Utility Supply is to be powered from the panel UPS for critical equipment. 2. CONTRACTOR will provide the 120 VAC Utility supply from the UPS board. 3. Provide rigid conduit and wiring to provide the 15 A, 120 VAC Supply. 4. Electrical distribution components are to be mounted on a rear or side of panel. Network Equipment 40 66 00 - 5 FTW17498 — VCWRF Sludge Thickening Improvements CITY PROJECT NO. CO2647 3.00 EXECUTION 3.01 GENERAL INSTALLATION A. Install and connect the equipment in accordance with the manufacturer's instructions. B. Build/Modify and install the new Spur Switches as shown on contract drawing 1-002. 3.02 INSTALLATION AND CONFIGURATION A. Install and configure new and existing managed Ethernet switches. Configure Ethernet switch network for a complete, functioning plant control system as indicated on the Drawings and as specified herein: 1. Refer to Network block diagram for all new network connections. 2. Provide configuration for all managed Ethernet switches and other components, including but not limited to VLAN (virtual local area network), additional Plant PLC communication cards, DCUs, and separate managed Ethernet switches as required, such that there is isolation of the following networks: a. Field and PLC/DCU 1/0 network: This includes the connections between the Plant PLC/DCU and: 1). Expansion racks. 2). Remote 1/0 (RIO) racks. 3). Field Networks. 4). HMI(s)/DCS part of a Plant PLC/DCU. 5). Power Monitoring Control System (FMCS). 6). Vendor -furnished Ethernet network components. b. Process Control network: This includes the connections between the various Process Control equipment including but not limited to servers, workstations, PLCs, DCUs, FMCS, PMCS equipment, and printers. 3. The process floor managed Ethernet switches for the process control network shall be configured and programmed for rapid fail over protection. B. Managed Ethernet Switches 1. Configure switches to prevent broadcast storms. 2. Install Velcro wrap on all cable bundles within the network rack/enclosure. 3. All cables and equipment shall be installed in strict conformance with the manufacturer's recommendations: a. Cables shall be installed avoiding sharp bends. b. Install cable using lubricant designed for cable pulling. c. Cable ties or other cable supports shall be installed without crimping the LAN cables. d. Install LAN cables without splices. Network Equipment 40 66 00 - 6 FTW17498-- VCWRF Sludge Thickening Improvements CITY PROJECT NO. CO2647 e. Installed bend radii shall not exceed 4 times the cable diameter. f. Terminate all pairs at the jack and the patch panel. 4. Install cables a minimum of 40 inches away from electrical motors and transformers. 5. Install cables a minimum of 12 inches away from fluorescent lighting. 6. Individual pairs will be untwisted less than 1/2-inch at termination points. 3.03 LABELING A. All cables and terminations shall be labeled with cable designations as specified in Section 26 05 53. B. Each data port shall be individually labeled with its patch panel/switch port ID: 1. Labeling must be printed; no handwritten labels will be allowed. C. At the completion of the wiring installation, provide the following documentation: 1. A plan -view of the premises) showing the jack numbering scheme. 2. A printed certification report for the entire wiring installation showing compliance with all EIA/TIA specifications for data cable. D. Reports such as those generated by Fluke DSP cable certification equipment meet this requirement. E. Each device with a unique IP address shall be individually labeled with its IP address. The labeling must be printed; handwritten labels will not be allowed. 3.04 DEMONSTRATION AND TRAINING A. As specified in Division 40 Section, Process Control System — Training. B. After completion of the cable system tests and before placing the system in operation, power up all devices installed on the LAN and verify communication between the devices. C. Verify that all equipment is operable on the network simultaneously. Confirm that all network device communications settings are properly configured. END OF SECTION Network Equipment 40 66 00 - 7 FTW17498 — VCWRF Sludge Thickening Improvements CITY PROJECT NO. CO2647 THIS PAGE INTENTIONALLY BLANK 40 67 00 CONTROL PANELS AND COMPONENTS 1.00 GENERAL 1.01 SCOPE OF WORK A. Refer to Division 40 Section, Process Control and Instrumentation Systems —General Provisions. B. All new panel components shall match existing equipment makes and models wherever possible, so that system additions can be most easily integrated with respect to operation and maintenance training, spare parts inventory, and service contracts. Even when exact matches are not possible, equipment furnished must be fully compatible with the existing system. C. Each panel shall be supplied with full sub -panels and side panels as required. Minimum dimensions are scalable from or as indicated on the Drawings and are based upon manufacturer's non -certified information. It is the responsibility of the Supplier to design and size all panels: 1. Size panels to provide space for all equipment, wiring, terminations, and other items inside and outside of the panel, including space for future build out. 2. Panel sizes that substantially deviate (within 6 inches in any dimension) from the sizes indicated on the Drawings must be approved by the Engineer. 3. Maximum panel depth: 30 inches, unless otherwise indicated. Panel Tag/ Minimum Maximum Enclosure Rating, Type, Provider Facility/Area Designation Panel Size Space and Other Requirements (WxDxH) (WxDxH) ASP Thickening Drop 8/58 NEMA 12 Free Standing 48"x18"x60" 60"x24"x90" Electrical Room Panel with 3 point latch PCSI Thickening NEMA U Wall Mount Building H2S - 36"x12"x60" Field Verify with 12" Legs and 3 point Alarm Panel 13000 3000 latch. D. Structural Design: 1. Completed and installed panel work shall safely withstand seismic requirements at the project site as specified in Division 01. Enclosures and internal equipment shall be braced to prevent damage from specified forces. 1.02 RELATED WORK A. Refer to Division 40 Section, Process Control and Instrumentation Systems — General Provisions. Control Panels and Components 40 67 00 -1 FTW17498—VCWRF Sludge Thickening Improvements City Project No. CO2647 1.03 SUBMITTAL REQUIREMENTS A. Refer to Division 01 for general submittal requirements. B. Refer to Division 40 Section, Process Control and Instrumentation Systems— General Provisions. 1.04 REFERENCE STANDARDS A. Refer to Division 40 Section, Process Control and Instrumentation Systems — General Provisions. B. Underwriters Laboratories Inc. (UL): 1. 508C—Standard for Industrial Control Equipment. 2. 1283 —Standard for Electromagnetic Interference Filters. 3. 1449 —Standard for Surge Protective Devices. 1.05 QUALITY ASSURANCE A. Refer to Division 40 Section, Process Control and Instrumentation Systems — General Provisions. B. Assemble panels, enclosures, and rack systems along with all internal and external devices, wiring, equipment, and materials in a facility that is recognized by UL to assemble and certify UL-labeled control panels: 1. Provide all components and equipment with UL 508 listing. 2. All control panels shall be UL 508A labeled, unless the equipment in the panel and the design in the Contract Documents cannot be reasonably modified to meet the requirements for UL 508A labeling. 3. Provide fuses for all equipment that is not UL or UR listed. 1.06 DELIVERY, STORAGE, AND HANDLING A. Refer to Division 40 Section, Process Control and Instrumentation Systems — General Provisions. 2.00 PRODUCTS 2.01 GENERAL A. Refer to Division 40 Section, Process Control and Instrumentation Systems — General Provisions. 2.02 LIGHTNING/SURGE PROTECTION A. Refer to Division 40 Section, Process Control and Instrumentation Systems — General Provisions. Control Panels and Components 40 67 00 - 2 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 2.03 CONTROL PANEL GENERAL REQUIREMENTS A. The dimensions within this Section and on the drawings are for general reference only. Ensure that final enclosure sizing and panel arrangements accommodate all required equipment for a fully integrated and operational system, as specified herein and in the Drawings. B. Each control panel and terminal cabinet shall bear the UL label. The UL label shall apply to the enclosure, the specific equipment supplied with the enclosure, and the installation and wiring of the equipment within and on the enclosure. If required for UL labeling, provide ground fault protective devices, isolation transformers, fuses, and any other equipment necessary to achieve compliance with UL 508 requirement. C. All panel doors shall have a lock installed in the door handle, or a hasp and staple for padlocking. Locks for all panels provided under this Contract shall be keyed alike. Provide door security/interlock switches as specified in this section. D. The devices designated for rear -of -panel mounting shall be arranged within the panel according to respective panel drawings, and in a manner to allow for ease of maintenance and adjustment. Heat -generating devices such as power supplies shall be located at or near the top of the panel. The panels shall be completely fabricated, instruments and devices installed and wired at the Process Control System Integrator (PCSI)'s or Applications System Provider (ASP)'s facility. F. All components shall be mounted in a manner that shall permit servicing, adjustment, testing, and removal without disconnecting, moving, or removing any other component. Components mounted on the inside of panels shall be mounted on removable plates and not directly to the enclosure. Mounting shall be rigid and stable unless shock mounting is required otherwise by the manufacturer to protect equipment from vibration. G. Component mounting shall be oriented in accordance with manufacturer's recommendations. The internal components shall be identified with suitable plastic or metal engraved nametags mounted adjacent to (not on) each component identifying the component in accordance with the drawing, specifications, and PCSI/ASP's data. H. All exterior panel mounted equipment shall be installed with suitable gaskets, faceplates, etc., required to maintain the NEMA rating of the panel. Provide nameplates as specified in this Section. Mounting Elevations: 1. ISA Recommended Practice RP60.3 shall be used as a guide in layout and arrangement of panels and panel -mounted components. Dimensions shall account for all housekeeping pads that panels will sit on once they are installed. 2. Centerline of indicators and controllers shall be located no lower than 48 inches or higher than 66 inches above the floor or the grade level on a panel face. 3. Centerline of lights, selector switches, and pushbuttons shall be located no lower than 32 inches or higher than 70 inches above the floor or grade level on a panel face. Control Panels and Components 40 67 00 - 3 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 4. Tops of annunciators shall be located no higher than 86 inches above the floor or grade level on a panel face. 5. Installation of panel components shall conform to component manufacturers' guidelines. 2.04 PANEL MATERIALS AND CONSTRUCTION A. Structure and Enclosure: 1. Panels shall be of continuous welded -steel or FRP construction as shown on the Panel Schedule in Part 1 of this section. For panels larger than 4 feet, provide angle stiffeners as required on the back of the panel face to prevent panel deflection under instrument loading or operation. Internally, the panels shall be supplied with a structural framework for instrument support purposes and panel bracing. The internal framework shall permit panel lifting without racking or distortion. Provide removable lifting rings designed to facilitate simple, safe rigging and lifting of the control panels during installation. 2. Each panel shall be provided with full height, fully gasketed access doors where shown. Doors shall be provided with a three-point stainless steel latch and heavy duty stainless steel locking handle. Panel access doors shall be provided with full length, continuous, piano type stainless steel hinges with stainless steel pins. Front access doors with mounted instruments or control devices shall be of sufficient width to permit door opening without interference from rear projection of flush -mounted instruments. 3. The panels, including component parts, shall be free from sharp edges and welding flaws. Wiring shall be free from kinks and sharp bends and shall be routed for easy access to other components for maintenance and inspection purposes. 4. The panel shall be suitable for top and bottom conduit entry as required by the Electrical Drawings. For top -mounted conduit entry, the panel top shall be provided with nominal 1-foot-square removable access plates, which may be drilled to accommodate conduit and cable penetrations. All conduit and cable penetrations shall be provided with ground bushings, hubs, gasketed locknuts, and other accessories as required to maintain the NEMA rating of the panel and electrical rating of the conduit system. 5. All panels in indoor, dry, non -corrosive environments shall be NEMA 12 unless otherwise noted. All panels in outdoor, wet, and non -chemically corrosive environments shall be NEMA 4 unless otherwise noted. Panels in chemically corrosive environments shall be NEMA 4X unless otherwise noted. All panels located in a hazardous location shall be rated for the type of hazard (e.g., NEMA 7 for Class 1, Division 1). B. Freestanding and Floor -Mounted Vertical Panels: 1. Freestanding and floor -mounted vertical panels shall meet the NEMA classification as shown on the drawings or specified herein. The panels shall be constructed of 12 gauge sheet steel, suitably braced internally for structural rigidity and strength. All NEMA 4X rated panels shall be constructed of Type 316 stainless steel unless otherwise noted. Front panels or panels containing instruments shall be not less than 10 gauge stretcher leveled sheet steel, reinforced to prevent warping or distortion. C. Wall and Unistrut Mounted Panels: Control Panels and Components 40 67 00 - 4 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 All wall and Unistrut mounted panels shall meet the NEMA classification as shown on the drawings or specified herein. The panels shall be constructed of not less than USS 14 gauge steel, suitably braced internally for structural rigidity and strength. All NEMA 4X rated wall -mounted panels shall be constructed of Type 316 stainless steel unless otherwise noted. D. Finish Requirements: 1. All sections shall be descaled, degreased, filled, ground, and finished. The enclosure, when fabricated of steel, shall be finished with two rust -resistant phosphate prime coats and two coats of enamel, polyurethane, or lacquer finish which shall be applied by either the hot air spray or conventional cold spray methods. 2. The panels shall have edges ground smooth and shall be sandblasted and then cleaned with a solvent. Surface voids shall be filled and ground smooth. 3. Immediately after cleaning, one coat of a rust -inhibiting primer shall be applied inside and outside, followed by an exterior intermediate and top coat of a two -component type epoxy enamel. A final sanding shall be applied to the intermediate exterior coat before top coating. 4. Apply a minimum of two coats of flat white lacquer on the panel interior after priming. 5. Unless otherwise noted, the finish exterior colors shall be ANSI 61 gray with a textured finish. Enclosures that will be installed outdoors shall have a painted white exterior finish. E. Where required on the Panel Schedule, a folding shelf shall be provided on the inside of the door on all freestanding and floor -mounted panels as specified herein. 2.05 ENVIRONMENTAL CONTROL A. All panels shall be provided with louvers, sun shields, heat sinks, forced air ventilation, or air conditioning units as required to prevent temperature buildup inside of panel. The internal temperature of all panels shall be regulated to a range of 45 degrees F to 104 degrees F under all conditions. Under no circumstances shall the panel cooling or heating equipment compromise the NEMA rating of the panel. B. PCSI shall submit heat dissipation calculations for every control panel. C. Except for panels mounted with their backs directly adjacent to a wall, louvers shall be in the rear of the panels, top and bottom, and shall be stamped sheet metal construction. D. For panels mounted with their backs directly adjacent to a wall, louvers shall be on the sides. E. Forced air ventilation fans, where used, shall provide a positive internal pressure within the panel, and shall be provided with washable or replaceable filters. Fan motors shall operate on 120-volt, 60-Hz power. F. For panels with internal heat that cannot be adequately dissipated with natural convection and heat sinks, or forced air ventilation, an air conditioner shall be provided. Control Panels and Components 40 67 00 - 5 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 G. Where required on the panel schedule, provide custom -fabricated sun shields for all outdoor panels as specified herein. Outdoor panels shall be painted white and satisfy all other panel fabrication and installation guidelines. H. All outdoor enclosures and enclosures located in unheated areas indoors or in areas subject to humidity and moisture shall be provided with an integral heater, fan, and adjustable thermostat to reduce condensation and maintain the minimum internal panel temperature. Mount the unit near the bottom of the enclosure with discharge away from heat -sensitive equipment. 2.06 CONTROL PANEL - INTERNAL CONSTRUCTION A. Internal Electrical Wiring: All interconnecting wiring shall be stranded, tinned, type MTW, and shall have 600 volt insulation and be rated for not less than 90 degrees Celsius. Wiring for systems operating at voltages in excess of 120 VAC shall be segregated from other panel wiring either in a separate section of a multi -section panel or behind a removable Plexiglas or similar dielectric barrier. Panel layout shall be developed such that technicians shall have complete access to 120 VAC and lower voltage wiring systems without direct exposure to higher voltages. 2. Power distribution wiring on the line side of fuses or breakers shall be 12 AWG minimum. Control wiring on the secondary side of fuses shall be 16 AWG minimum. In all cases, the wire size shall meet or exceed the NEC. Electronic analog circuits shall utilize 18 AWG shielded, twisted pair, tinned, cable insulated for not less than 600 volts. 3. Power and low voltage DC wiring systems shall be routed in separate wireways. Crossing of different system wires shall be at right angles. Different system wires routed parallel to each other shall be separated by at least 6 inches. Different wiring systems shall terminate on separate terminal blocks. Wiring troughs shall not be filled to more than 60 percent visible fill. 4. Terminations: a. All wiring shall terminate onto single tier terminal blocks, where each terminal is uniquely and sequentially numbered. Direct wiring between field equipment and panel components is not acceptable. Terminal blocks shall be as specified herein. Multi -level terminal blocks or strips are not acceptable. c. Terminal blocks shall be arranged in vertical rows and separated into groups (power, AC control, DC signal). Each group of terminal blocks shall have a minimum of 25 percent spares. d. Discrete inputs and outputs (DI and DO) shall have two terminals per point with adjacent terminal assignments. All active and spare PLC and controller points shall be wired to terminal blocks. e. Analog inputs and outputs (Aland AO) shall have three terminals per shielded pair connection with adjacent terminal assignments for each point. The third terminal is for shielded ground connection for cable pairs. Ground the shielded signal cable at Control Panels and Components 40 67 00 - 6 FTW17498—VCWRF Sludge Thickening Improvements City Project No. CO2647 the PLC cabinet. All active and spare PLC and controller points shall be wired to terminal blocks. f. Wire and tube markers shall be the sleeve type with heat impressed letters and numbers. g. Only one side of a terminal block row shall be used for internal wiring. The field wiring side of the terminal shall not be within 6 inches of the side panel or adjacent terminal or within 8 inches of the bottom of freestanding panels, or within 3 inches of stanchion -mounted panels, or 3 inches of adjacent wireway. h. Circuit power from the SCADA cabinet out to field devices (switches, dry contacts, etc.) that are used as discrete inputs to the PLC input cards shall be isolated with an isolating switch terminal block with flip cover that is supplied with a dummy fuse. One isolating switch terminal block per loop numbered piece of equipment and one per spare 1/0 point is acceptable. All PLC discrete outputs to the field shall be isolated with an isolating fuse switch terminal block with a flip cover and a neon blown fuse indicator. All wiring to hand switches and other devices, which are live circuits independent of the panel's normal circuit breaker protection, shall be clearly identified as such. 6. All wiring shall be clearly tagged and color coded. All tag numbers and color coding shall correspond to the panel wiring diagrams and loop drawings prepared by the PCSI. All power wiring, control wiring, grounding, and DC wiring shall utilize different color insulation for each wiring system used. The color coding scheme shall be: a. Incoming 120 VAC Hot — Black. b. 120 VAC Hot wiring downstream of panel circuit breaker— Red. c. 120 VAC Hot wiring derived from a UPS system — Red with Black stripe. d. Three-phase power — Brown, Orange, Yellow, and Green ground or as specified in Division 26 for Electrical. e. 120 VAC neutral —White. f. Ground — Green. g. DC power or control wiring— Blue. h. DC analog signal wiring— Black (+), White (-) or Black (+), Red (-). Foreign voltage —Yellow. 7. Provide surge protectors on all incoming power supply lines at each panel per the requirements of Division 40 Section, Process Control and Instrumentation Systems — General Provisions. 8. Each field instrument furnished under Division 40 and shown on the Drawings as deriving input power from the control panel(s) shall have a separate power distribution circuit with a circuit breaker or fuse and blown fuse indication. All instruments requiring 120 VAC power shall be powered from the UPS source in the panel where the instrument signals lands as indicated on the drawings and/or instrument schedule. Control Panels and Components 40 67 00 - 7 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 9. Provide 24 VDC power supplies to power field instruments and panel devices. 24 VDC power supplies shall be as specified in this Section. 10. Use of adhesive backed cable tie mounts is not acceptable. Cable ties shall be permanently fixed to the panel structure, as needed for controlling cable routing within the panel. 11. Wiring trough for supporting internal wiring shall be plastic type with snap -on covers. The side walls shall be open top type to permit wire changing without disconnecting:. Trough shall be supported to the subpanel by stainless steel screws. Trough shall not be bonded to the panel with glue or adhesives. 12. Each panel shall be equipped with switched light fixture(s) as specified in this Section. 13. Each panel shall have a specification grade duplex convenience receptacle with ground fault interrupter, mounted internally within a stamped steel device box with appropriate cover. Convenience receptacle shall not be powered from a UPS and shall be protected by a dedicated fuse or circuit breaker. 14. Each panel shall be provided with an isolated copper grounding bus for all signal and shield ground connections. Shield grounding shall be in accordance with the instrumentation manufacturer's recommendations. 15. Each panel shall be provided with a separate copper power grounding bus (safety) in accordance with the requirements of the National Electrical Code. 16. Each panel shall have control, signal, and communication line surge suppression in accordance with Division 40 Section, Process Control and Instrumentation Systems — General Provisions. 17. All microprocessor -based electronic devices in the panel that are powered by 120 VAC shall be powered by the UPS. 18. Each panel shall be provided with a circuit breaker to interrupt incoming power. Provide a minimum of two spare 20-amp breakers. 19. Additional electrical components including transformers, motor starters, switches, circuit breakers, etc., shall be in compliance with the requirements of Division 26. B. Pneumatic Tubing: 1. Refer to Division 40 Section, Process Control and Instrumentation Systems — General Provisions. 2. Pneumatic tubing shall be a minimum of 1/4-inch O.D. 316 stainless steel with compression fittings. All tubing shall be rigidly supported and run in horizontal or vertical planes. 3. All pneumatic equipment shall be provided with separate shut-off valves. Flexible polyethylene tubing shall be used on all devices mounted on hinged doors, etc. 4. A screened vent shall be provided on all enclosures using pneumatic instruments. 5. All pneumatic tubing shall be routed in separate bundles or wireways, and shall be separated from all electrical wiring by a minimum of 3 inches. Control Panels and Components 40 67 00 - 8 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 C. Relays not provided under Division 26 and required for properly completing the control function specified in Division 40, Division 26, or shown on the Drawings shall be provided under this Section. D. The orientation of all devices including PLC and I/O when installed shall be per the manufacturer's recommendations. No vertical orientation of PLC racks shall be allowed unless specifically indicated by the manufacturer as an acceptable mounting alternative and also approved by the Engineer. E. Purge system for enclosures located in hazardous areas in accordance with the National Fire Protection Association (NFPA). 2.07 GROUNDING A. Provide grounding straps between each enclosure door and the enclosure. B. Provide equipment grounding conductor terminals. C. Provide equipment ground bus with lugs for connection of all equipment grounding wires. D. Multi -section panels shall be bonded together with an equipment grounding conductor or an equivalent grounding bus. E. Identify equipment grounding conductor terminals with the word "GROUND," the letters "GND" or the letter "G," or the color green. F. Signal (24 VDC) Grounding: Terminate each drain wire of a signal (shielded) cable to a unique grounding terminal block, or common ground bus at the end of the cable as shown on the Loop Drawings. G. Ensure the continuity of the equipment grounding system by effective connections through conductors or structural members. H. Design so that removing a device does not interrupt the continuity of the equipment grounding circuit. I. Provide an equipment -grounding terminal for each incoming power circuit, near the phase conductor terminal. J. Size ground wires in accordance with NEC and UL Standards, unless noted otherwise. K. Connect all exposed, noncurrent -carrying conductive parts, devices, and equipment to the equipment grounding circuit. L. Connect the door stud on the enclosures to an equipment -grounding terminal within the enclosure using an equipment -bonding jumper. M. Bond together all control panels both remote and local, processor racks, and conductive enclosures of power supplies and connect to the equipment grounding circuit to provide a common ground reference. 2.08 ACCESSORIES A. Corrosion Control: 1. Panels shall be protected from internal corrosion by the use of corrosion -inhibiting vapor capsules VC by Zerust, AHCI by Hoffman, or equal. Control Panels and Components 40 67 00 - 9 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 B. Emergency Alarm Beacons: 1. LED type beacon alarm lights shall be rated for the location and area classification in which it will be installed. Provide NEMA 4X for non -hazardous installations and NEMA 7 for hazardous areas. Lens color shall be Red unless specified otherwise on the drawings or specifications. 2. Beacons shall be by Federal Signal, Edwards, or Equal. C. Emergency Alarm Horns: Alarm horns shall be electromechanical type rated for at least 80dB at 10 feet. Provide NEMA 4X for non -hazardous installations and NEMA 7 for hazardous areas. 2. Alarm horns shall be 350 or 31X series by Federal Signal, 878EX by Edwards, or Equal. D. Folding Shelf: The shelf shall be suitable for a laptop computer and shall be placed such that an open laptop computer does not interfere with any door -mounted devices. It shall not interfere with any internal panel components when the door is closed and shall automatically lock in the horizontal position when raised. The folding shelf shall be approximately 18-inches wide by-12 inches deep and shall have a minimum distributed load rating of 100 pounds. All parts shall be made of heavy gauge steel and shall be painted white or finished to match the interior panel color. E. Light Fixtures: 1. Each panel shall have a single tube, fluorescent or LED light fixture with a minimum of 450 lumens light output rating, mounted permanently to the interior ceiling of the enclosure. Light fixtures shall be 120 VAC switched and shall be complete with the lamp. 2. Multiple door enclosures shall have a light fixture and switch at each door and wired in parallel to a single circuit. F. Nameplates: 1. All panels and panel devices shall be supplied with suitable nameplates, which identify the panel and individual devices as required. Unless otherwise indicated, each device nameplate shall include up to three lines with the first line containing the device tag number as shown on the drawings, the second line containing a functional description (e.g., Raw Water Pump No. 1), and the third line containing a functional control description (e.g., Start). 2. Unless escutcheon plates are specified or unless otherwise noted on the Drawings, nameplates shall be 3/32-inch thick, black and white, lamicoid with engraved inscriptions. The letters shall be white against a black background unless otherwise noted. Edges of the nameplates shall be beveled and smooth. Nameplates with chipped or rough edges will not be acceptable. 3. Nameplate fasteners and mounting shall be epoxy adhesive or stainless steel screws for cabinet -mounted nameplates. 4. For every panel, provide a panel nameplate with a minimum of 1-inch-high letters. Provide legend plates or 1-inch by 3-inch engraved nameplates with 1/4-inch lettering for identification of door -mounted control devices, pilot lights, and meters. Control Panels and Components 40 67 00 - 10 FTW 17498 — VCW RF Sludge Thickening Improvements City Project No. CO2647 5. Single lamicoid nameplates with multiple legends shall be used for grouping of devices such as selector switches and pilot lights that relate to one function. G. Print Storage Pockets: 1. Print storage pockets shall be provided on the inside of each panel. The storage pockets shall be steel, welded on to the door, and finished to match the interior panel color. The storage pocket shall be sufficient to hold all of the prints required to service the equipment, and to accommodate 8 1/2-inch by 11-inch documents without folding. H. Receptacles: Provide Specification grade, industrial duplex receptacles with ground fault interrupter within a stamped steel device box/cover. UPS powered receptacles shall be clearly labelled and color coded to distinguish them from general powered receptacles. I. Sun Shields: 1. Sun shields shall be fabricated from minimum 12 gauge aluminum. Units shall be designed, fabricated, installed, and supported to fully cover and shade the top, sides, and back of the enclosure; and to partially shade the front panel of the enclosure from direct exposure to sunlight from sunrise to sunset. Depending on overall size, sun shields may be fabricated in single or multiple segments for attachment to the enclosure support framing or to separate freestanding framing around the enclosure. 3. Sun shields shall not be attached directly to the enclosure by drilling holes through, or welding studs to, the enclosure surfaces; and shall be designed and mounted to provide a minimum 3-inch air gap all around the enclosure for air circulation and heat dissipation. 4. The top section of all sun shields shall be sloped at a minimum angle of 5 degrees from horizontal. For wall -mounted enclosures, the top section shall slope downward away from the wall and towards the front of the enclosure. For freestanding, floor -mounted and frame -mounted enclosures, the top section shall slope downward towards the back side of the enclosure. 5. The front edge of the top section of all sun shields shall incorporate a narrow and more steeply sloped drip shield segment which sheds water away from the front of the enclosure and prevents it from dripping or running directly onto the front panel of the enclosure. 6. All seam welds used in sun shield fabrication shall be continuous and shall be ground smooth. 7. All exposed corners, edges, and projections shall be smooth rounded or chamfered to prevent injury. J. Terminal Blocks: 1. Terminal blocks shall be DIN rail mounted, compression type, fused, unfused, or switched as shown on the drawings or specified elsewhere in Division 40. Terminal blocks shall be rated for at least 15 amps at 600 volts, and have terminals suitably sized Control Panels and Components FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 406700-11 for the AWG of connecting wires. Terminal blocks shall be 1492 series by Allen Bradley, UK5 series by Phoenix Contact, or Equal. 2. Isolating switch terminal blocks shall have a flip cover that is supplied with a dummy fuse and neon blown fuse indicator. Isolating switch terminal blocks shall be Model 1492-H4 and 1492-H5 as manufactured by Allen Bradley, or Equal with blown fuse indication of AC and DC circuits, respectively. 3. Multi -level terminal blocks or strips are not acceptable. 4. Provide a minimum of 25 percent spare terminal blocks. K. Wireway: 1. Provide flame-retardant plastic wiring duct, slotted with dust cover, by Panduit or Equal. 2.09 ELECTRICAL COMPONENTS A. General: 1. Refer to Division 26, Electrical. 2. The control panel shall be provided with a main power circuit breaker and individual fuses for each 120 VAC and 24 VDC logical circuit, unless otherwise indicated on Drawings. 3. All operating control devices and instruments shall be securely mounted on the exterior door. All controls shall be clearly labeled to indicate function and shall be in accordance with the electrical area classification indicated on the Drawings. 4. The control panel shall be provided with a lightning and surge protection unit on the line side of the main circuit breaker. Unit shall be 600 Volt, three-phase, General Electric "TranquelI" Series, or equal. B. 24 VDC Power Supplies: 1. General a. Provide a 24 VDC power supply in the control panel to power field instruments, panel devices, etc., as required. Equip the power supply with a power on/off circuit breaker. b. Size the 24 VDC power supply to accommodate the design load plus a minimum 25 percent spare capacity. c. Mount the 24 VDC power supply such that dissipated heat does not adversely affect other panel components. 2. Function a. Input Power: 115 VAC, plus or minus 10 percent at 60 Hz. b. Output Voltage: 24 VDC. c. Line Regulation: 0.05 percent for 10 volt line change. Control Panels and Components 40 67 00 - 12 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 d. Load Regulation: 0.15 percent from 0-100 percent loading. e. Ripple: 3 mV RMS. f. Operating Temperature: 0 to 50 degrees C. g. Indication: LED status display. h. Alarm Outputs: Relay contacts for status of on/off and alarm. 3. Physical a. Din -Rail mounting. 4. Options/ a. Provide output overvoltage and overcurrent protective Accessories devices with the power supply to protect instruments from damage due to power supply failure and to protect the power supply from damage due to external failure. b. Redundant power supply units and switching diodes shall be provided if specifically noted on the drawings or specifications. 5. Manufacturer a. Allen Bradley 1606 Series. b. IDEC. c. Phoenix Contact — Quint Series. d. PULS Dimension Q Series. e. TDK-Lambda DLP Series. f. SOLA g. Equal. C. Control Panels and Components 40 67 00 - 13 FTW17498 -- VCWRF Sludge Thickening Improvements City Project No. CO2647 D. Digital Panel Meter. 1. General a. Electronic, 3.5-digit, 0.56-inch high efficiency LED display. b. Display shall accept 4-20 mA DC input signal and provide indication in Engineering Units of measured variable. c. Display rating shall be compliant with the hazardous area classification in which the unit is installed. 2. Function a. Power: 115 VAC or 24 VDC. b. Input: 4-20 mA DC into 100 Ohms. c. Indication: Minimum of 0.56-inch-high LED display. d. Performance: Linear input accuracy plus or minus 0.05 percent of calibrated span, plus or minus 1 count. e. Operating Temperature: 0 to 50 degrees C. f. Alarm Outputs: Relay contacts for status of on/off and alarm. 3. Physical a. Case size: Nominal 2 1/2-inch-high by 5-inch-wide by 6-inch- deep. b. Case type: Watertight and dust -tight (NEMA 4X). c. Mounting: Flush panel suitable for high density mounting arrangements. 4. Options/ a. None. Accessories 5. Manufacturer a. Omron. b. Precision Digital. c. Red Lion. d. Equal. Control Panels and Components 40 67 00 - 14 FTW17498—VCWRF Sludge Thickening Improvements City Project No. CO2647 I E. Intrinsic Safe Relays, Switch Amplifiers and.Solenoid Drivers: 1. General a. Solid state electronic type used to isolate and transfer digital signals from a hazardous area to a safe area. Intrinsic Safety is used to protect and allow safe operation of electrical equipment within hazardous areas by limiting the energy available for ignition. b. Intrinsic safety device rating shall be compliant with the hazardous area classification in which the protected field device is installed. 2. Function a. Relays shall match power supply provided. b. Relays shall be located in non -hazardous areas. c. Operating Temperature: 0 to 50 degrees C (minimum). d. Input: 1 or 2 channels. e. Output: 1 or 2 output channels. f. Power: Loop or externally powered per application requirements. 3. Physical a. Din -Rail mounting. 4. Options/ a. Provide all needed power supplies and accessories for Accessories proper barrier operation. 5. Manufacturer a. Allen Bradley 937 Series. b. PepperL+Fuchs WE -System or K-System. c. Weidmuller ACT20x Series. d. Equal. F. Intrinsic Safety Barriers (Analog and Temperature Signals) 1. General a. Intrinsic safety barriers shall be passive devices requiring no external voltage supply and supplied with series resistors, series fuse, and shunt zener diodes to limit the transfer of energy to levels required by intrinsically safe protection between safe and hazardous locations. b. Intrinsic safety device rating shall be compliant with the hazardous area classification in which the protected field device is installed. Control Panels and Components FTW17498—VCWRF Sludge Thickening Improvements City Project No. CO2647 406700-15 2. Function a. Barriers shall be located in non -hazardous areas. b. Operating Temperature: 0 to 50 degrees C (minimum). c. Input: 1 or 2 channels. d. Output: 1 or 2 output channels. e. Power: Loop or externally powered per application requirements. 3. Physical a. Din -Rail mounting. 4. Options/ a. Provide all needed power supplies and accessories for Accessories proper barrier operation. 5. Manufacturer a. Allen Bradley 937 Series. b. PepperL+Fuchs WE -System or K-System. c. Weidmuller ACT20x Series. d. Equal. G. Pilot Type Indicating Lights: 1. General a. Energy efficient Solid State LED Lamps. b. Unit rating shall be compliant with the hazardous area classification in which the unit will be installed. 2. Function a. Units shall be provided with low voltage LED lamps suitable for the voltage supplied. b. Lamps shall be replaceable from the front of the unit. 3. Physical a. Lights supplied with 120, 240, or 480 VAC power shall have integral reduced voltage transformers. b. Lens caps shall be approximately 30 mm diameter with a minimum rating of NEMA 4X. c. Lens cap color: 1). Running, on, open — Red. 2). Stopped, off, closed -- Green. 3). Alarm —Amber. Control Panels and Components 40 67 00 - 16 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 A 4). White - Power on. 5). Blue - All other status indications not covered by the above. 4. Options/ a. Provide legend faceplates engraved to indicate the required Accessories function of each device. b. Provide Push -to -Test lamp test option. 5. Manufacturer a. Allen Bradley 800 Series. b. Eaton. c. General Electric. d. Square D. e. Crouse Hinds (NEMA 7). f. Equal. H. Potentiometers: 1. General a. Potentiometers shall be heavy-duty oil tight type sized at least 30 mm in diameter. b. Potentiometer rating shall be compliant with the hazardous area classification in which the unit will be installed. 2. Function a. At least 270-degree dial turn range. 3. Physical a. Suitable for panel mounting. b. Potentiometers shall have knob or wing lever operators. c. Minimum of 300 VAC/VDC voltage rating. d. Minimum resistive element rating of 1,000 Ohms. e. Potentiometers shall be approximately 30 mm diameter with a minimum rating of NEMA 4X. 4. Options/ a. Provide legend plate denoting potentiometer function. Accessories 5. Manufacturer a. Allen Bradley 800 Series. b. Eaton. Control Panels and Components FTW17498--VCWRF Sludge Thickening Improvements City Project No. CO2647 406700-17 c. General Electric. d. Schneider Electric. e. Equal. I. Selector Switches and Pushbuttons: 1. General a. Control devices shall be heavy-duty oil tight type with stackable contact blocks. b. Control device rating shall be compliant with the hazardous area classification in which the unit will be installed. 2. Function a. Provide contact arrangement and switching action as required for the control system specified. 3. Physical a. For 120 VAC service, provide contacts rated 10 amps at 120 VAC; for 24 VDC service, provide silver sliding contacts rated 5 amps at 125 VDC; for electronic (millivolt/miIlia mp) switching, provide contacts rated 1 amp at 28 VDC. b. Selector switches shall have knob or wing lever operators. c. Pushbuttons shall have flush type operators with color as listed below, unless noted as otherwise: 1). Start or Open — Red. 2). Stop or Close — Green. 3). Alarm Reset — Black. d. Control devices shall be approximately 30 mm diameter with a minimum rating of NEMA U. 4. Options/ a. Provide legend plates denoting switch/pushbutton Accessories position/function. b. Provide guard rings for all E-Stop, mushroom type pushbuttons. 5. Manufacturer a. Allen Bradley. b. Eaton. c. General Electric. Control Panels and Components 40 67 00 -18 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 d. Square D. e. Crouse Hinds (NEMA 7). f. Equal. J. General Purpose Relays and Time Delays: 1. General a. General purpose plug-in type, magnetic control relays. Provide surge protection across the coil of 120 VAC relays and free- wheeling diodes across the coil of 24 VDC relays. b. New PLC and RIO cabinet discrete 1/0 rating shall be 24 VDC. Provide interposing relays for all discrete input and output signals that enter the PLC/RIO cabinet with 120 VAC rating. c. Provide additional relays when the number or type of contacts shown exceeds the contact capacity of the specified relays, or when higher contact rating is required to interface with starter circuits or other equipment. d. For off -delay, use true power -off time -delay relays where the required timing range exceeds capability of the off -delay relay. Use signal off -delay where power loss will not cause undesirable operation or pneumatic time -delay relays. 2. Function a. Contact arrangement/function shall be as required to meet the specified control function. Mechanical life expectancy shall be in excess of 10 million. Duty cycle shall be rated for continuous operation. Units shall be provided with integral indicating light to indicate if relay is energized. c. Solid state time delays shall be provided with polarity protection (DC units) and transient protection. d. Time -delay units shall be adjustable and available in ranges from 0.1 second to 4.5 hours, as required for the application. 3. Physical a. For 120 VAC service, provide contacts rated 10 amps at 120 VAC; for 24 VDC service, provide contacts rated 5 amps at 28 VDC; for electronic (milliamp/millivolt) switching applicator, provide gold-plated contacts rated for electronic service. b. Relays shall support DIN rail mounting and be equipped with dust- and moisture -resistant covers. Control Panels and Components 40 67 00 -19 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 4. Options/ a. Provide mounting sockets with pressure type terminal blocks Accessories rated 300 volt and 10 amps. b. Provide mounting rails/holders as required. 5. Manufacturer a. Allen Bradley. b. IDEC. c. Potter & Brumfield. d. Square D. e. Equal. K. Signal Relay Switches (Current Limit Alarms) 1. General a. Solid state, ASIC technology, electronic type. 2. Function a. Input: 4-20 mA. b. Output: Isolated contact output, double pole double throw, rated 5 amps at 120 VAC. c. Accuracy: 0.1 percent. d. Protection: RFI. e. Deadband: Adjustable between 0.1 and 5.0 percent of span. f. Setpoint Adjustment: Single Point alarms shall be adjustable to trip on rising or falling input signal; dual point alarms shall be adjustable to trip on rising and falling input signals. g. Repeatability: Trip point repeatability shall be at least 0.1 percent of span. 3. Physical a. Din -Rail mounting. 4. Options/ a. Provide Single -Trip, DPDT or Dual -Trip, SPDT outputs as Accessories required by application. 5. Manufacturer a. Schneider Electric/Eurotherm ActionPak or Ultra Slimpak. b. Acromag. c. PepperL+Fuchs. Control Panels and Components 40 67 00 - 20 FTW17498 — VCWRF Sledge Thickening Improvements City Project No. CO2647 d. Equal. r L. Signallsolators/Boosters/Converters: 1. General a. Solid state, ASIC technology, electronic type. 2. Function a. Input: Current, voltage, frequency, temperature, or resistance as required. b. Output: Current or voltage as required. c. Accuracy: 0.15 percent. d. Protection: RFI. e. Isolation: Complete isolation between input channels, output channels, and power supply. f. Adjustments: Zero and span. 3. Physical a. Din -Rail mounting. 4. Options/ a. Provide Single -Trip, DPDT or Dual -Trip, SPDT outputs as Accessories required by application. 5. Manufacturer a. Schneider Electric/Eurotherm ActionPak or Ultra Slimpak. b. Acromag. c. Equal. M. Signal Selectors, Computation, and Conditioning Relays 1. General a. Solid state, ASIC technology, electronic type. 2. Function a. Inputs: 4-20 mA. b. Outputs: 4-20 mA. c. Accuracy: 0.35 percent of span. d. Protection: RFI. e. Isolation: Complete isolation between input channels, output channels, and power supply. f. Adjustments: Multi -turn potentiometer for zero, span, scaling, and biasing. Control Panels and Components 40 67 00 - 21 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 g. Operation: The relay shall multiply, add, subtract, select, extract the square root, or perform the specified conditioning/computation function required. All inputs shall be able to be individually rescaled and biased as required. 3. Physical a. Din -Rail mounting. 4. Options/ a. Provide Single -Trip, DPDT or Dual -Trip, SPDT outputs as Accessories required by application. 5. Manufacturer a. Schneider Electric/Eurotherm ActionPak or Ultra Slimpak. b. Acromag. c. Equal. N. Panel Intrusion Door Activate Switch 1. General a. Internal door switch with electrical contact output activated when door is opened and deactivated when closed. 2. Function a. One normally closed 120/250 VAC Rated switch with pushbutton rod activator and mounting plate. 3. Physical a. Suitable for door mounting within control panel. b. 14 gauge steel mounting plate. 4. Options/ a. Provide all necessary mounting hardware and wiring. Accessories 5. Manufacturer a. Hoffman. b. Equal. 3.00 EXECUTION 3.01 GENERAL A. Refer to Division 40 Section, Process Control and Instrumentation Systems — General Provisions. END OF SECTION Control Panels and Components 40 67 00 - 22 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 40 67 63 UNINTERRUPTIBLE POWER SUPPLIES 1.00 GENERAL 1.01 SCOPE OF WORK A. This Section includes single-phase, double conversion uninterruptible power supply (UPS) systems to be supplied by Process Control System Integrator (PCSI). The provided UPS shall provide power for the Drop 8/58 panel, network panel, and all vendor package controllers and instrumentation associated with the rotary drum thickener systems, gravity belt thickener systems, and polymer feed systems that will occupy the thickener building. B. PCSI shall provide labor, equipment, supervision, and materials for the installation, testing and start-up of the Lithium Ion Battery type Uninterruptible Power Supply (UPS) as shown on the Drawings and as specified herein. C. Provide complete, factory -assembled, wired and tested, on-line double conversion UPS power system. UPS system(s) shall include, at a minimum, a rectifier, DC bus, inverter, battery charger, batteries, internal automatic bypass switch, external make -before -break maintenance bypass switch, and ancillary components as specified herein and as indicated on the drawings. D. Submit UPS sizing and runtime calculations as part of the submittal requirements of Section 40 6100, Process Control and Instrumentation Systems _ General Provisions. E. Furnish the following UPS system. Minimum sizing requirement shall be one and a half times (1.5) the expected load. Exact sizing shall be calculated by the PCSI and calculations shall be submitted to the ENGINEER for review and approval prior to equipment procurement. UPS Tag/ Designation Minimum Size Minimum Runtime (100 percent load) Input Power Connection Output Power Connection UPS -TB 30kVA 1 hour 208VAC 208/120VAC F. The UPS systems shall consist of the following major components: 1. Rectifier and battery charger. 2. Inverter. 3. Sealed maintenance -free Lithium Ion and battery disconnect switch. 4. Automatic static bypass switch. 5. Maintenance bypass switch. 6. Integral control and monitoring panel. 7. SNMP Ethernet card. 8. Accessories needed for installation and electrical connections. 9. Other features as described in this specification and as indicated on the Drawings. 1.02 RELATED DOCUMENTS A. Refer to Section 40 6100, Process Control and Instrumentation Systems - General Provisions. B. Refer to Section 40 67 00, Process Control System — Control Panels and Components. Uninterruptible Power Supplies 40 67 63 - 1 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 1.03 QUALITY ASSURANCE A. The manufacturer shall comply with ISO 9001 standards for "Quality Systems- Model for Quality Assurance in Design/Development, Production, Installation, and Servicing." B. UPS systems shall utilize a field -proven design. The UPS manufacturer shall demonstrate at least 10 years of continuous field operating experience with equipment of similar size and design. C. A factory -authorized service and parts organization shall be located within 300 miles of the project location. Submit the name and address of the factory -authorized service and parts organization. The manufacturer shall have a complete selection of service options that may include on -site service by factory -employed service engineers and factory depot quick - return service plan options. D. Equipment shall be UL or ETL labeled. E. The system shall meet or exceed the following theoretical Mean -Time -Between -Failures (MTBF): 1. Single module UPS operation (represents UPS module operation only): 140,000 MTBF hours. F. The UPS shall be manufactured by one of the following: 1. Tripp Lite 2. Eaton 3. Liebert 4. APC 1.04 SUBMITTALS A. Referto Division 01 for general submittal requirements. B. Refer to Section 40 6100, Process Control and Instrumentation Systems -General Provisions. C. Product Data: For each type of UPS, include shop drawings and product data for the following: 1. Product brochure. 2. Bill of materials listing all components provided. 3. Deviation list indicating all proposed exceptions. 4. Power single -line and control schematics drawings. All external connections and their terminal block locations shall be fully detailed. All internal wiring shall include terminal numbers and color coding. 5. UPS performance specifications as follow: a. kVA rating. b. Input and output voltage and phase. c. Run time at full and half load. d. Voltage (output regulation, input tolerance, unbalance, transfer/retransfer voltage, etc.). Uninterruptible Power Supplies 40 67 63 - 2 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 e. Heat rejection. 6. Instruction and replacement parts manuals. 7. Name, address, and telephone number of the nearest service facility. 8. Battery specifications and warranty. 9. Battery sizing calculations. D. Operation and Maintenance Data: Provide literature detailing routine maintenance requirements (if any) for each UPS system. 1. System specifications. 2. Electrical power requirements. 3. Application considerations. 4. Assembly and installation procedures. 5. Power -up procedures. 6. Programming procedures. 7. Explanation of internal fault diagnostics. 8. Shut -down procedures. 9. Recommended spare parts list. 1.05 JOB CONDITIONS A. Not used. 1.06 DELIVERY, STORAGE, AND HANDLING A. Deliver UPS components in packaging designed to prevent damage from static electricity and physical damage. B. Store UPS equipment according to manufacturer requirements. At a minimum, store indoors in clean, dry space with uniform temperature to prevent condensation. Protect UPSs from exposure to dirt, fumes, water, corrosive substances, moisture, chemicals, and physical damage. Also, protect the UPS from all forms of electrical and magnetic energy that could reasonably cause damage. Do not install the equipment in its final location until the facilities are permanently weather tight. Furnish, install, and wire temporary electric space heaters in the equipment until the permanent heating equipment is operational. 1.07 WARRANTY A. Battery: In addition to the basic warranty, the UPS manufacturer shall warrant the batteries for a period of 36 months from the date of equipment start-up or 42 months from date of receipt by end user, whichever occurs first. 1.08 REFERENCE STANDARDS A. American National Standards Institute (ANSI) 1. C62.41/IEEE 587 -Surge Voltages In Low -voltage AC Power Circuits. B. Federal Communications Commission (FCC) Uninterruptible Power Supplies 40 67 63 - 3 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 1. FCC Part 15, Class A. 2. FCC Part 15, Class B. C. International Electrotechnical Commission (IEC) 1. IEC 62040-1. General and safety requirements for UPS. 2. [EC 62040-2. Electromagnetic compatibility (EMC) requirements. 3. IEC 62040-3: Method of specifying the performance and test requirements. 4. EN 60529: Equipment Protection, D. Institute of Electrical and Electronic Engineers (IEEE) 1. 519 — IEEE Recommended Practices and Requirements for Harmonic Control in Electrical Power Systems. 2. 1184— IEEE Guide for Batteries for Uninterruptible Power Supply Systems. 3. C62.41— IEEE Recommended Practice for Surge Voltages in Low -Voltage AC Power Circuits. E. International Organization for Organization (ISO) 1. ISO 9001: Quality Management. F. National Fire Protection Association (NFPA) 1. National Electric Code (NFPA-70). G. Underwriters Laboratories, Inc. (UL) 1. UL 1778 — Standard for Uninterruptible Power Supply Systems and Equipment. 2.00 PRODUCTS 2.01 GENERAL A. External Battery Enclosure: A separate enclosure shall be provided for housing the additional batteries required to provide the minimum run time as specified. The battery enclosure shall match the main UPS enclosure in style and color. B. All cabling required to interconnect all components of the UPS system (including but not limited to the MBP, external battery enclosure, etc.) shall be provided. C. Battery protection shall be provided an internal circuit breaker disconnect. Battery cabinets shall be protected by an internal circuit breaker. D. Current limiting circuitry shall protect the inverter output under any load condition. High speed semiconductor fusing shall protect the static bypass in the event of an output short circuit. E. The AC output neutral shall be electrically isolated from the UPS chassis. The UPS chassis shall have an equipment ground terminal. Provisions for installation of a bonding connector shall be provided. F. The UPS shall be suitable for installation at the location as shown on the Drawings. Uninterruptible Power Supplies 40 67 63 - 4 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 2.02 AC DOUBLE CONVERSION UPS A. Performance Requirements 1. Ratings a. Output power: 120 VAC. b. Battery runtime: Minimum of two hours at 100 percent connected load, unless listed otherwise on the UPS schedule. 2. The UPS shall comply with the following requirements: a. Environment 1). Ambient temperature: 0 to 50 degrees C. 2), Elevation: Up to 500 feet above mean sea level. 3). Relative humidity: 0 to 95 percent non -condensing. 4). All UPS equipment shall be housed in a freestanding NEMA 1 enciosure(s). The enclosures shall line up and match in style and appearance. 5). UPS shall be equipped with a forced air cooling fan system. b. System Input-- Primary Source 1). Single input: 208 VAC as listed in the UPS schedule. 2). Frequency: 60 Hertz plus or minus 5 percent. 3). Input Power Factor: 0.96 lag minimum, 50 to 100 percent load. 4). Input Current Total Harmonic Distortion (THD): <33 percent. 5). Input Surge Withstandability: Per IEEE 587/ANSI C62.41. Category A and B, (6 kV). 6). Crest Factor: 3:1. c. System Output 1). 208/120 VAC, 60 Hertz plus or minus 3 Hertz. 2). AC output voltage distortion: Maximum 2 percent @ 100 percent linear load; maximum 5 percent @ 100 percent non -linear load. 3). AC output static voltage regulation: +/-1 percent. 4). AC output dynamic voltage regulation: +/- 8 percent maximum for 100 percent load step at less than 10 ms recovery time. 5). Overload Rating: a). Online: 105 percent - infinite; 125 percent - 1 minute; 150 percent - 30 seconds. b). In bypass: Overload is limited by the UPS input circuit breaker. 6). Output Power Factor Rating: 0.2-1.0 lagging, nominal: 0.7 lagging. 7). Unless hardwired output connections are required by the UPS schedule or shown on the drawings, provide the following output receptacles (at a minimum): Uninterruptible Power Supplies 40 67 63 - 5 FTW17498— VCWRF Sludge Thickening Improvements City Project No. CO2647 a). 700-2,500 VA units: Provide a minimum of four NEMA Type 5-15R or Type 5- 20R receptacles. b). 3,000 VA units: Provide a minimum of four NEMA Type 5-20R receptacles. Provide at least one NEMA Type L5-30R receptacle. c). Greater than 3,000 VA units: Provide a minimum of four NEMA Type 5-20R receptacles. Provide at least one NEMA Type L14-30R receptacle. 8). Acoustical Noise: Noise generated by the UPS under normal operation shall not exceed 65 dBA (60 dBA typical) at 1 meter from any surface, measured at 25 degrees C (77 degrees F) and full load. 9). EMI Suppression: The UPS shall meet FCC Rules and Regulation 47, Part 15, Subpart J, for Class A devices. 3. Controls a. UPS shall be equipped with the following minimum front -panel control pushbuttons: 1). UPS startup, shutdown, and manual bypass (for automatic bypass). 2). Testing. 3). Visual/audible alarms reset. b. Locally displayed system indicators shall include the following audible alarms during abnormal conditions: 1). UPS fault or overload condition. 2). Battery on. 3). Low battery. 4). Automatic bypass on/off. 5). Input power on. 6). Battery testing mode. B. Modes of Operation 1. The UPS shall operate as a double conversion on-line, fully automatic system in the following modes: a. Normal: The critical load shall be continuously supplied with filtered and regulated AC power by the inverter. The rectifier/battery chargers shall derive power from the preferred AC source and supply DC power to the inverter while simultaneously floats charging the batteries. b. Emergency: Upon failure of the preferred AC power source, the critical load shall continue to be supplied by the inverter. Inverter power shall be supplied without switching from the storage battery. There shall be no interruption to the critical load upon failure or restoration of the preferred AC sources. If neither AC source can be restored before the battery discharges to its low voltage dropout value, the UPS shall automatically shut itself down in an orderly manner. c. Recharge: Upon restoration of the preferred AC source, the rectifier/battery charger shall power the inverter and simultaneously recharges the batteries. This shall be an automatic function causing no interruption to the critical load. Uninterruptible Power Supplies 40 67 63 - 6 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 d. Bypass Mode: The automatic bypass shall transfer the critical load to the commercial AC source, bypassing the UPS' inverter/rectifier, in the case of an overload, load fault, or internal failure. e. Downgrade: If the batteries alone are taken out of service, they shall be disconnected by battery circuit breakers. The UPS shall continue to function and meet all of the performance criteria specified herein, except for the reserve time capability. C. Components 1. Rectifier/Charger a. The rectifier/charger shall recharge batteries to 90 percent in less than six hours. b. The term rectifier/charger shall denote the solid-state equipment and controls necessary to convert incoming AC power to regulated DC power for input to the inverter and for battery charging. The rectifier/charger shall be a solid-state 5CR/IGBT power transistor type with constant voltage/current limiting control circuitry 2. Inverter a. The pulse -width AC output voltage shall be maintained to within plus or minus 4 percent. b. The inverter shall include all solid-state equipment and controls to convert DC power from the rectifier/charger or battery to a regulated AC power for powering the critical load. The inverter shall use Insulated Gate Bipolar Transistors (IGBTs) in a phase -controlled, pulse width modulated (PWM) design capable of providing the specified AC output. c. The inverter shall be capable of supplying current and voltage for overloads exceeding 100 percent. The inverter is to provide 150 percent of full load for 1 second, 125 percent of full load for 10 seconds, and 110 percent of full load for two minutes. The UPS shall transfer the load to bypass when overload capacity is exceeded. The output voltage total harmonic distortion shall not be greater than 5 percent for all loads. For 100 percent rated load of 3:1 crest factor nonlinear loads, the output voltage total harmonic distortion shall not be greater than 4 percent. The output rating shall not be derated in kVA or kW due to the 100 percent nonlinear load with 3:1 crest factor. The inverter shall use software control to adjust the output voltage from plus or minus 5 percent of the nominal value. 3. Batteries and Runtime The batteries shall be Lithium -ion, sealed, maintenance -free, high -rate discharge, suitable for use indoors with no off gas emissions or water addition requirements. Batteries shall not require special ventilation. The battery shall consist of one or more battery banks with the number of cells required to meet the requirements of the rest of these specifications. b. Battery Design Life: Ten years. Uninterruptible Power Supplies 40 67 63 - 7 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 c. Run time operation of the UPS shall be accomplished using batteries mounted within the UPS enclosure and supplemented as required with an external battery enclosure to provide the battery runtime specified. 4. Remote Alarms and Connectivity a. Remote alarm and status indication: Isolated SPDT Form C dry contacts shall be provided to indicate UPS status for remote monitoring. Contacts shall be rated for 250 VAC @ 5 A or 30 VDC @ 5 A. Individual contacts shall be provided for separate annunciation of the following alarm and status conditions: 1). UPS On Battery Power. 2). UPS Malfunction Alarm. 3). UPS Low Battery Alarm. b. Provide Ethernet port for remote monitoring and configuration. D. Static Transfer Switch 1. A static transfer switch and bypass circuit shall be provided as an integral part of the UPS. The static switch shall be a naturally commutated high-speed static (SCR -type) device rated to conduct full load current continuously. The switch shall have an overload rating adequate to clear a 20-ampere load branch circuit breaker. 2. The static transfer switch control logic shall contain an automatic transfer control circuit that senses the status of the inverter logic signals and operating and alarm conditions. This control circuit shall provide an uninterrupted transfer of the load to an alternate bypass source, without exceeding the transient limits specified herein, when an overload or malfunction occurs within the UPS, or for bypassing the UPS for maintenance. 3. The transfer control logic shall automatically turn on the static transfer switch, transferring the critical AC load to the bypass source, after the transfer logic senses any of the following conditions: a. Inverter overload. b. Critical AC load over voltage or under voltage. C. Battery protection period expired. d. UPS fault condition. 4. The transfer control logic shall inhibit an automatic transfer of the critical load to the bypass source if any of the following conditions is present: a. Inverter/bypass voltage difference exceeding pre-set limits. b. Bypass frequency out of limits. c. Bypass out -of -synchronization range with inverter output. 5. Retransfer of the critical AC load from the bypass source to the inverter output shall be automatically initiated unless inhibited by manual control. The transfer control logic shall inhibit an automatic retransfer of the critical load to the inverter if one of the following conditions exists: a. Bypass out of synchronization range with inverter output. b. Inverter/bypass voltage difference exceeding pre-set limits. Uninterruptible Power Supplies 40 57 63 - 8 FTW17498— VCWRF Sludge Thickening Improvements City Project No. CO2647 c. Overload condition exists in excess of inverter full load rating. d. UPS fault condition present. E. Maintenance Bypass Switch (MBPS) A three -position manual maintenance bypass switch shall be provided. The MBPS switch shall be used for UPS maintenance and test purposes. The switch shall include "UPS", "Bypass", and "Test" positions to ensure that the switch can properly bypass the loads, while performing maintenance on the UPS and battery modules. The switch shall be closed transition (Make -Before -Break) to allow bypassing, without removing power from the critical load. 2. Internal Maintenance Bypass Switch a. A manually operated maintenance bypass switch shall be incorporated into the UPS cabinet to directly connect the critical load to the bypass AC input power source, bypassing the rectifier/charger, inverter, and static transfer switch. All energized terminals shall be shielded to ensure that maintenance personnel do not inadvertently come in contact with energized parts or terminals. A means to de - energize the static switch shall be provided when the UPS is in the maintenance bypass mode of operation. c. With the critical load powered from the maintenance bypass circuit, it shall be possible to check out the operation of the rectifier/charger, inverter, battery, and static transfer switch. 3. External Maintenance Bypass Switch a. A matching external maintenance bypass switch installed in a separate cabinet shall be provided to enable the UPS module to be completely isolated from the electrical system while the critical load is powered through the external maintenance bypass line. b. This maintenance bypass switch shall provide make -before -break operation for transfers to and from the external maintenance bypass line with a single rotary switch. c. The following components shall be included: input and output circuit breakers, single rotary switch with auxiliary contacts, inter -cabinet wiring, casters, and leveling feet. Voltage matching transformers and isolation transformers shall be included as required for proper system operation. This matching cabinet shall bolt to the side of the UPS module with a barrier shield to separate the two cabinets. Only front access shall be required for installation and service. 2.03 UPS DIGITAL COMMUNICATIONS AND SYSTEM SOFTWARE A. Remote monitoring and computer system shutdown software shall be included as part of the UPS system. This software will allow display of UPS status on RJ45 Ethernet connected computer equipment. This software shall also provide minimal unit control functions. This software shall be suitable for use with the Microsoft Windows operating systems. SNMP software shall also be provided to allow network -connected systems using SNMP to communicate to the UPS system. Uninterruptible Power Supplies 40 67 63 - 9 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 B. All internal UPS communication hardware shall be furnished to connect the UPS to an SNMP Network. SNMP adapters shall provide a communications interface between the UPS module and SNMP-compatible network management systems. This capability shall allow the unit to be monitored remotely over an Ethernet network. C. A communication method to allow the user to view UPS information via a standard Web Browser shall be provided. This capability shall allow the unit to be monitored remotely over the Internet. D. Asa minimum, the UPS Digital Communications network and software shall provide complete functionality of all control, metering, diagnostic alarming, and remote status and alarming functions listed above. 3.00 EXECUTION 3.01 GENERAL INSTALLATION A. Install and connect the equipment in accordance with the manufacturer's instructions. B. Remove temporary lifting angles, lugs, and shipping braces. C. Touch up damaged paint finishes. D. Do not utilize extension cords, adapters, or other electrical connectors for UPS input. 3.02 FIELD TESTING A. Perform the following minimum test and checks before the manufacturer's field service technician is called for testing and adjustment: 1. Verify that all connections are completed in accordance with shop drawings. 2. Verify supply voltage and phase sequence are correct. 3. Check mechanical interlocks for proper operation. 4. Test ground connections for continuity and resistance. 5. Check control circuit interlocking and continuity. B. Submit the test plan for review and approval. C. In the event of an equipment fault, notify the ENGINEER and OWNER immediately. After the cause of the fault has been identified and corrected, a joint inspection of the equipment shall be conducted by the PCSI, the Construction Manager and the equipment manufacturer's factory service technician. Repair or replace the equipment as directed by the Construction Administrator. 3.03 ADJUSTMENT A. Make all UPS adjustments necessary for manual and automatic operation of the entire system. 3.04 CLEANING A. Remove all rubbish and debris from inside and around the equipment. Remove dirt, dust, or concrete spatter from the interior and exterior of the equipment using brushes, vacuum cleaner, or clean, lint -free rags. Do not use compressed air. Uninterruptible Power Supplies 40 67 63 -10 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 3.05 TRAINING A. Provide two-hour operation and maintenance training session by Manufacturer's representative with at least 5 years of experience with UPS system provided. END OF SECTION Uninterruptible Power Supplies 40 67 63 -11 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 THIS PAGE INTENTIONALLY BLANK 406800 APPLICATIONS ENGINEERING SERVICES 1.00 GENERAL 1.01 SCOPE OF WORK A. The ASP shall furnish all Process Control System (PCS) programming work required to achieve a fully integrated and operational system as specified herein and in other Division 40 Specification Sections. B. Provide all PLC and DCU process controller programming, Distributed Control System (DCS) configuration, and Human Machine Interface (HMI) system configuration including database(s), control logic programs, graphics, communications links, and historical archiving as specified in the project scope of work. Provide control programming, Historian programming, DCS/HMI graphics and control popup screens to include all DCS monitoring and controls associated with the modifications within this project. This shall include rebuild of the DCS database as needed to complete the system and provide functionality required herein. C. All Manufacturer/Vendor control system programming will be provided by the associated system supplier. ASP shall coordinate with each Manufacturer PLC system supplier for DCS/HMI programming standards, DCS/HMI communications, Manufacturer controller memory maps, Manufacturer DCS/HMI graphics, and any other items to achieve a fully functional plant DCS and PCS system. D. The ASP shall perform programming on a developmental system for proofing and testing prior to the porting of control sheets into the existing Emerson Ovation system at VCRWF. No live "on the fly" programming of the Ovation system will be permitted. E. Auxiliary and accessory programming structures necessary for proper system operation and performance shall be included whether or not they are shown on the Drawings. All equipment shall be controlled in full conformity with the Contract Drawings, process control descriptions, specifications, engineering data, instructions, and recommendations of the equipment manufacturer. 2. All work shall be coordinated with plant operating personnel to minimize impacts on daily operation. Delays caused by any reason shall be noted and formally submitted to the Owner/Engineer in the form of a letter. B. To facilitate the Owner's future operation and maintenance, all applications programming shall utilize system software standards and conventions as agreed upon by the Owner/Engineer. 4. The ASP shall comply with all Owner Cyber Security requirements for programming, testing, and network access. F. The ASP is responsible for the following: 1. Configuration of HMI system software and drivers. 2. Configuration of the SCADA Historian Software including configuration of offsite data transfer to the office -wide network. Applications Engineering Services 40 68 00 - 1 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 3. Decommission all DCS/RTU 1/0 points for demolished equipment. Delete abandoned and demolished control strategies and control sheets. Rebuild database and update O&M as necessary. Reuse equipment modules from abandoned equipment where applicable. 4. Provide for and test communications and functionality between all connected devices such as PLCs, DCUs, RTUs, and the HMI/DCS software packages as depicted on the system architecture drawings. 5. Configure and test data collection and interactivity between all software packages, PCs, UPS units, and SNMP devices in order to provide a comprehensive working system of data collection and storage. 6. The PCSI and ASP shall coordinate and schedule all testing procedures with the General Contractor, Owner's Representative, and Owner. 7. The PCSI and ASP shall coordinate and schedule all testing procedures forthe PLC, DCU and SCADA HMI/DCS of existing facilities with the Owner. 8. All other work specified herein. G. Provide all process controller programming and HMI/DCS configuration including development/modification of control programs, tag database configuration, graphic screens, communication links, and historical archiving as specified herein (see Paragraph 1.1.C). The process control system specified herein shall perform the following generalized functions: 1. Provide PLC, DCU and HMI/DCS tags for new equipment including PCS identifier, equipment identifier, and loop numbers as shown in the Drawings. 2. Perform real-time process control, including proportional integral derivative (PID) control action, sequencing, process calculations, etc. 3. Collect and store accurate, reliable operating information for present and future uses. 4. Assist remote site operating personnel by noting and communicating off -normal operating conditions and equipment failures. 5. Accumulate and store equipment running times for use in preventive maintenance. 6. Provide color graphic displays and reports for use by the system operating and supervisory personnel. 7. Provide trending for all analog values. 8. Provide control system diagnostics. 9. All process control functions including PID, calculations, sequencing, timing, etc., shall be done in the process controller. The HMI software shall perform the real-time database, report generation, graphic screens, program development, setpoint modification, data archiving, etc. 10. The system shall allow the Operator to manually control (by keyboard entry and mouse type pointing device) the status of pumps, valves, etc. (i.e., on/off, open/close, setpoint value, etc.) when viewing the appropriate graphic screen on the HMI. Applications Engineering Services 40 68 00 - 2 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 H. Operator Interface 1. The quantity of graphic displays to be provided or modified shall be as required to depict all monitoring and control requirements defined herein and in the contract documents. All processes and equipment shown on the P&IDs shall be shown on the graphic displays in a similar manner, and as specified herein. The graphic displays shall represent all process flow paths and all associated equipment units, pumps, meters, valves, gates, feed systems, and auxiliary systems. At a minimum, the following graphic displays and types shall be provided as new or modified versions of existing: a. Process Detail Displays b. Alarm Summary Display c. Control Strategy Setup Displays d. Equipment Control Popup Displays e. Trend Displays 1.02 RELATED DOCUMENTS A. Refer to Section 40 6100, Process Control System - General Provisions, for additional submittal, meeting, coordination, and functional requirements. B. Refer to Section 40 6196, Process Control System — Control Descriptions, for programming requirements of the ASP (Application Service Provider). C. Refer to Section 40 61 93A, Process Control System -- Input/Output List, for a list of controller 1/0 and Modbus TCP/IP signal requirements. D. Refer to Section 40 6121, Process Control System — Testing, for testing requirements of the ASP and PCSI. E. Refer to Section 40 6126, Process Control System —Training, for training requirements of the ASP and PCSI. F. Refer to Section 40 66 00, Process Control System — Network Equipment, for requirements of network equipment to be provided by the ASP and PCSI. G. Refer to Section 40 67 00, Process Control System — Control Panels, for control and network panels to be provided by the PCSI and ASP. 1.03 DEFINITIONS A. ASP —Application Services Provider B. DCU — Distributed Control Unit C. DCS — Distributed Control System D. PCSI — Process Control System Integrator E. PDD — Programming Design Document F. HMI— Human Machine Interface (Plant HMI, HVAC, PMCS, OIT) G. 1/0—Input/Output Applications Engineering Services 40 68 00 - 3 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 H. ICS - Industrial Control System 1. IP - Internet Protocol J. MAC - Media Access Control K. OIT - Operator Interface Terminal L. PCS - Process Control System M. PID-Proportional, Integral, Derivative. N. P&ID -Piping and Instrumentation Diagram O. PLC - Programmable Logic Controller P. RTU - Remote Telemetry Unit Q. SCADA - Supervisory Control and Data Acquisition R. VLAN -Virtual Local Area Network 1.04 SUBMITTAL REQUIREMENTS A. General 1. Refer to Division 01 for general submittal requirements. 2. Refer to Division 40, Section 40 6100, Process Control and Instrumentation Systems - General Provisions. B. Submittal List: Separate submittals shall be supplied as listed below. - Iterxl - Submittal Submittal Title Number Specification Number 1. ASP Project Plan Submittal 40 68 00-01 40 68 00 2. 1/0 List Submittal 40 68 00-01 40 68 00 3. Process Graphics and Detailed Control Narratives 40 68 00-02 40 68 00 4. Controller Program 40 68 00-03 40 68 00 5. ASP Testing Plan 40 68 00-02 40 68 00 6. ASP Training Plan 40 68 00-03 40 68 00 7. Historical Data 40 68 00-04 40 68 00 8. Software Maintenance Documentation 40 68 00-05 40 68 00 9. Coordination Meeting/Workshop Minutes 40 68 00-** 40 68 00 ** Refer to indicated specification section or associated paragraph in this section for details of submittal requirements and quantities. C. ASP Project Plan Submittal Applications Engineering Services 40 68 00 - 4 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 The ASP Project Plan submittal shall be submitted prior to scheduling the Kickoff Meeting. The Owner/Engineer will not accept subsequent submittals until the ASP Project Plan submittal is approved. 2. The Project Plan submittal shall include, at a minimum: a. Overview of the project and details of the ASP approach. b. ASP project task and deliverables list including meetings, milestones, submittals, procurement, fabrication, shipment, installation, testing, commissioning, training and other related work tasks. The anticipated schedule dates and durations for all tasks and deliverables shall be coordinated with the General Contractor and PCSI, and provided in the Project Plan Submittal. ASP project organization chart including list of key personnel (project manager, engineer, lead technician, quality assurance reviewer, etc.), project roles, and contact information. List of Exceptions to the Specifications and Drawings, based on a paragraph by paragraph and Drawing by Drawing review of the Contract Documents and Specifications. ASP shall state their acceptance of all contractual Specification and Drawing requirements outside of any Exceptions listed. If there is no statement by the ASP, then it is acknowledged that no exceptions are taken. D. 1/0 List Submittal 1. The ASP generates a detailed 1/0 List using the 1/0 List template to be submitted to the Engineer for review and approval. a. Database Tag Name —PLC, DCU, and HMI/DCS tag names shall be the same. b. Database Tag Name Description. c. PLC/DCU and HMI Address. d. Engineer shall provide engineering ranges. 1). The ASP CANNOT progress in the PLC development process before receiving official approval of this submittal. 2). Engineer shall verify naming convention conforms with PLC, DCU and HMI/DCS Procedures. 3). The 1/0 List shall follow the 1/0 List format and be submitted as a Microsoft Excel electronic document and 8 1/2-inch by 11-inch hard copy. 4). The 1/0 List shall include all active points and spare points for the system, and have a separate 1/0 List sheet for each PLC, DCU, RTU, or control panel system. 5). This process should not exceed three iterations to get approval. 6). The 1/0 List shall be arranged such that each control panel has a dedicated worksheet. At a minimum, 1/0 worksheet tables shall include the following information: a). Tag name(s): The identifier assigned to a device that performs a function in the control system. As part of this information, the loop number of the tag shall be broken out to allow for sorting by loop. Applications Engineering Services 40 68 00 - 5 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 b). Description: A description of the function of the device (text that includes signal source, control function, etc.) Include the text "Spare Points" for all 1/0 module points that are not connected to equipment. c). Data Format d). Engineering Range/State: The range in engineering units corresponding to an analog 4-20 mA signal, or, the state at which the value of the discrete points are "1." e). Engineering Units: The engineering units associated with the Analog 1/0. f). Alarm Limits: Include alarm limits based on the control descriptions and the drawings. g). Alarm State h). Alarm Priority: Include alarm priority based on Owner's preference. i). HMI Update Rate j). Historical Logging k). Modbus Address: The Modbus address for peer -to -peer data points. 1). PLC Address m). Wiring Information: The physical wiring termination points at the PLC, DCU, and RTU designated by rack, slot and channel. n). Signal Type: use DO - Discrete Output, DI - Discrete Input, AO - Analog Output, Al - Analog Input, PI - Pulse Input, or PO — Pulse Output. o). Instrument Limits p). State Text: Designation of the "on" and "off" state values for discrete points. q). Output Type E. Detailed Control Narratives Submittal: 1. This submittal shall cover all of the application programs developed to implement the control functions specified herein and in the contract documents. 2. The process control schemes shall be developed based on information from the specifications. This submittal shall include the following, as a minimum: a. A brief scope of the control function. b. List of all scanned inputs to the control function. c. A short narrative of the control strategy. d. Any assumptions made in developing the program. e. 1/0 database list showing all inputs and outputs (i.e., Al, DI, AO, DO), calculated points and pseudo points associated with the control function. f. PLC communication and hardware monitoring. g. List of all operator inputs/outputs to and from the control function. A description of the operation of any panels shall be described as it relates to the control function. Applications Engineering Services 40 68 Q0 - 6 FTWI-7498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 h. All anticipated failure contingencies shall be described in detail. All applications programs shall be developed in a structured manner and shall follow an intuitive arrangement. Programs shall utilize standard program templates or subroutines for repetitive logic such as equipment control, flow total calculations, and equipment runtime calculations. All applications programs shall be submitted in 8 %-inch x 11-inch format. All programs shall be fully annotated throughout to facilitate diagnosis by instrumentation technicians with basic programming knowledge. This submittal shall also include copies of the PLC and DCU 1/0 configuration tables and 1/0 reference usage table. In addition, any special switch settings or hardware configuration requirements, such as communications port configurations, shall be described in detail and submitted. F. Process Graphics Submittal: 1. Submit all proposed graphic displays, trends, and logs to support the control strategy narratives. 2. Submitted graphic displays and trends shall be no less than 8 1/2-inch x 11-inch full - color prints. The quantity of graphic displays to be provided shall be as required to depict all monitoring and control requirements defined herein and in the contract documents. All processes and equipment shown on the drawings shall be shown in a similar manner. The graphic displays shall represent all process flow paths and all associated equipment units, pumps, meters, valves, gates, feed systems, and auxiliary systems whether monitored or not. 4. Predefined trend displays shall be developed for easy recall using index display or standard display recall buttons. Predefined trends shall be developed for all analog inputs. Grouping of analog inputs shall be as defined by the Owner/Engineer. A maximum of eight points shall be assigned to a trend. 5. For graphics that will be duplicated several times for similar equipment or purposes, submit a typical display for only the first equipment. 6. Each NMI process operation function, such as operation button and alarm acknowledgement functions, shall be configured with the proper security privileges to prevent unauthorized operation. 7. ASP shall configure the security areas and functions to points and displays. G. Controller Program Submittal 1. Submit software logic and documentation for the application engineering effort. 2. Program documentation shall include individual rung, network, and/or command descriptions with abundant comments to clearly identify function and intent of each code segment. Link between "coil" and "contact" shall be clearly presented, the function of each timer described, the purpose of each subroutine call labeled and defined, etc. Program documentation shall be sufficiently clear to allow determination of compliance with the process control requirements included in the Process Control Loop Descriptions. Applications Engineering Services 40 68 00 - 7 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 The submittal shall demonstrate that all logic provided under this project follows the same structure and format and reflects a common programming approach. Any custom subroutines or function blocks shall be described in detail and include all inputs with allowable ranges, outputs, and internal logic of the block. 4. Submit details of control system communication. Submit hardware and software configuration information in sufficient detail to verify performance of the communication system as detailed herein and on the drawings. Include descriptions of drivers and the impact of drivers on controller memory configuration. Any specific communication block memory addresses shall be defined. 5. Submit a memory usage report for the controller. This report shall indicate both used and unused memory addresses. Include constant and variable memory assignment records that tabulate area, location, number, and description of each numeric constant or variable stored in memory. 6. Submit method and logic for special housekeeping programs and routines including redundancy, clock synchronization, value scaling, alarm handling, archiving, etc. Submit information for all digital systems including controllers and HMI equipment. 7. Submit cross reference index of 1/0 allocation, controller memory address, HMI graphic systems address, and HMI graphic screen where the 1/0 point will appear. Every physical 1/0 point as well as calculated or virtual 1/0 required for the implementation of the process scheme shall be included. 8. Create Ovation control sheets for new control narratives that are to be viewed via Ovation Signal Diagram. ASP shall follow existing VCRWF programming standards and conventions and update the existing Ovation O&M manual as needed. The ASP shall refer to the VCRWF programming standards and conventions for control sheet creation located in the Ovation O&M. 9. Make additional changes to the software configuration, beyond those identified in the initial draft submittal, based on comments during the factory and field tests and during the commissioning process as required. H. ASP Testing Plan Submittal ASP Testing Plan shall be incorporated into the Section 40 6100 Testing & Training Plan Submittal. 2. Refer to Division 40, Section 40 6121. This submittal will outline the approach to testing the various components of the system to validate the HMI and PLC programming meets the requirements. In addition, sample test forms and procedures will be included to allow the Owner/Engineer an opportunity to comment on format and content prior to the ASP developing the detailed test procedures. Additional components of this submittal shall include test approval and punch list procedures. 4. Test Procedure: Submit the procedures proposed to be followed for each test. Procedures shall include test descriptions, forms, and checklists to be used to control and document the required tests. Include sign -off forms for each testing phase or loop with sign -off areas for the ASP and Owner/Engineer. Refer to PART 3 for specific testing requirements, and submit separate procedures for each specified test phase. Applications Engineering Services 40 68 00 - 8 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 I. ASP Training Plan Submittal: 1. ASP Training Plan shall be incorporated into the Section 40 6100 Testing & Training Plan Submittal. 2. Refer to Division 40, Section 40 6126. 3. This submittal shall provide an overview of the proposed ASP training for the Owner's operations and maintenance staff. The training program shall be coordinated with the Owner's staff so that the schedule and content meets their needs. The approved submittal shall be used as the basis for development of training manuals that will be provided to all attendees. 4. Submit outlines of the specific training, resumes of trainers, prerequisite requirements for each class, and general samples of handouts for review. The training plan shall also include: 5. Definitions of each course. 6. Specific course attendance. 7. Schedule of training courses including dates, duration, and locations of each class. 8. Complete copy of all proposed handouts and training materials. Training information shall be logically arranged in a three-ring binder with all materials reduced to a maximum size of 11 x 17 inches, then folded to 8 1/2 x 11 inches for inclusion into the binder. 9. Refer to PART 3 for specific training requirements. J. Historical Data 1. ASP shall provide a Historical Data submittal including the following: 2. List of existing equipment tags to be modified by this Contract shall be submitted. 3. List of all signals to be historically collected and stored, including sampling rate and duration for which data will be immediately accessible through the system. K. Software 0&M Manual Submittal 1. At the conclusion of the commissioning activities but prior to final acceptance of the system, operations and maintenance manuals covering all operations and maintenance procedures for the applications software and system configuration shall be furnished. 2. All software applications, programs, and configuration files shall be provided on electronic media disks independent of computer hard disk files. Files shall be provided on machine-loadable media capable of being used by a technician to restore the installed software using the existing hardware and software programs. 3. The manuals shall contain operating and maintenance data written specifically for this project. 4. At a minimum, the following information shall be provided in the manuals: a. A comprehensive index b. All documentation from previous submittals updated to reflect the as -built system Applications Engineering Services 40 68 00 - 9 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 c. Detailed service, maintenance, and operation instructions for each item supplied, including procedures for backing up files and archiving historical data d. List of personnel to be contacted for warranty and emergency services, including name, address, telephone number, pager or cell phone number, fax number, and email address e. Printouts of every graphic display with all dynamic points referenced f. Printouts of all configuration files g. Printouts of all documented PLC programs h. Electronic media disks containing all HMI, PLC, DCU, and other custom -configured files used on the Project i. Final PID Loop Tuning Parameters for ail associated control loops L. Coordination Meeting/Workshop Minutes 1. ASP shall submit, within five business days of the conclusion of each meeting conducted by the ASP, meeting minutes for all coordination meetings/workshops. The minutes shall include copies of all handouts presented and shall document all discussions and decisions from the meeting. The SDP shall provide the Owner a 15-day period to review and comment on the minutes. 2. The minutes shall include, at a minimum, the following information: a. List of attendees b. Location, date, and time of meeting c. Numbered paragraphs of all discussion items with all decisions shown in BOLD text d. List of all action items, including name of firm responsible for completing and the date by which the action item should be resolved e. Copies of all handouts presented during the meeting 1.05 COORDINATION MEETINGS A. Refer to Division 01 for general requirements for Project Meetings and Project Coordination. B. Refer to Division 40, Section 40 6100, Process Control and Instrumentation Systems — General Provisions, C. Project Kickoff Meeting: 1. The ASP shall include the following during and in addition to the PCSI kickoff meeting requirements of Division 40, Section 40 610Q-16 2. The ASP shall submit an itemized list of information required to create a draft submittal of HMI display screens and control narratives. Owner/Engineer will review the following with the ASP: a. Project Schedule (milestones and deliverables) b. Supporting Documents (Owner/Engineer provides integrator with latest HMI configuration files, existing PLC and DCU programs, etc.) Applications Engineering Services 40 68 00 - 10 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 3. This meeting will last up to two hours D. Control Narrative and Preliminary Graphics Display Workshop: 1. Owner/Engineer meets with the ASP to discuss control strategy and answer questions pertaining to control narratives. Owner/Engineer meets with the ASP to discuss basic display layout and answer questions pertaining to graphic displays. The ASP shall produce a basic set of displays showing overall layouts and display hierarchy. These displays will consist primarily of major pieces of equipment and how they will be arranged. This allows Owner/Engineer an opportunity to confirm the information can be displayed as requested and to make adjustments. 3. This meeting will last up to two hours. E. Graphics Display and Historical Data Workshop: 1. After submittal of the Preliminary Graphic Displays, Owner/Engineer meets with the ASP to discuss final display layouts and answer questions pertaining to graphic displays. The ASP shall lead discussions to finalize displays. This meeting shall allow Owner/Engineer an opportunity to confirm the information can be displayed as requested and to make adjustments. ASP shall discuss with Owner and Engineer the historical data and reports required for this Project. 1.06 REFERENCE STANDARDS A. Refer to Division 40, Section 40 6100, Process Control and Instrumentation Systems — General Provisions. 1.07 QUALITY A55U RANCE A. In addition to the quality control requirements of Division 40, Section 40 6100, Process Control and Instrumentation Systems — General Provisions, the following requirements are required of the ASP for Application System Programming work. B. The ASP shall perform all work necessary to configure, customize, debug, install, connect, and place into operation all HMI and PLC software specified within Division 40 and other related Divisions. C. The ASP shall comply with the following: 1. Hold an adequate Certificate of Insurance for the project work specified herein and in other related Sections. 2. Employ personnel who have completed and hold certificates for required training. 3. Submit a team organization chart, resumes, and training certifications. 4. Employ personnel who have previously completed five projects of this size or larger in dollar value and complexity. PLC, DCU, OIT, and HMI/DCS programmers must be from the same firm. Applications Engineering Services 40 68 00 - 11 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 5. Employ personnel who can demonstrate five years of experience working on projects in the water/wastewater industry. Provide project references including project name, client name, scope of work, date of work executed, and reference contacts. 6. Staff proposed shall have certifications for the following: a. Emerson Ovation DCS programming b. Emerson OCC-100 (Drop 8/58) programming c. Certifications and training credentials of all individuals working on Owner's systems must be submitted and approved prior to commencing work. 7. ASP shall have an Electrical or Control Systems Professional Engineer, licensed in the State of Texas, on staff or under Contract for this Project. 8. ASP shall provide a 24-hour service contract for the length of the warranty period. 9. The service contract requirements shall include telephone support as far as possible. If necessary, ASP shall provide on -site support for correction of any errors and/or omissions in order to fully meet all requirements of the Contract Documents. 10. ASP shall be familiar with and comply with Owner Cyber Security requirements for programming, testing, and network access. 11. Actual installation of the system shall be performed by the ASP employees as named in the bid documents. Substitutions shall have been approved by the Owner/Engineer, in writing, in advance of any work. PLC, DCS and HMI programmers must be from the same firm. 12. Owner will have total discretion in evaluating whether the ASP is properly qualified. 13. If the ASP has worked with Owner, provide a list of projects previously completed. The ASP may be rejected based on past performance on Owner projects and may not use rejection to claim additional compensation or time. D. Any proposed ASP not shown on the above prequalified list must be identified and submitted a minimum of ten days prior to bid opening and must be approved by the Owner staff attorney. Owner will announce via the addendum process a minimum of 5 days prior to Bid if the proposed ASP has been accepted. Owner reserves the right to accept or reject any firm based on Owner's evaluation of qualifications, past performance, or experience (or lack thereof) with Owner. 1.08 DELIVERY, STORAGE, AND HANDLING A. Referto Division 40, Section 40 6100, Process Control and Instrumentation Systems — General Provisions for Project/Site requirements. 1.09 NOMENCLATURE AND IDENTIFICATION A. Refer to Division 40, Section 40 6100, Process Control and Instrumentation Systems — General Provisions. Applications Engineering Services 40 68 00 - 12 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 1.10 WARRANTY A. Refer to Division 40, Section 40 6100, Process Control and Instrumentation Systems — General Provisions. B. All application engineering software programming provided to accomplish the requirements of the contract documents shall be warranted in accordance with Division 01. In the event of a warranty claim, the ASP shall meet the following response requirements: C. The ASP shall provide telephone technical support within two hours of warranty claim. If failure cannot be resolved by telephone, ASP shall provide on -site technical support within 24 hours of warranty claim. 1.11 PROJECT/SITE REQUIREMENTS A. Refer to Division 40, Section 40 6100, Process Control and Instrumentation Systems — General Provisions. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION 3.01 GENERAL A. The ASP shall support the Contractor and suppliers to aid in the installation requirements of the Process Control System defined in Division 40. B. The ASP shall coordinate the overall implementation of the control system components defined within the Contract Documents. C. The ASP shall be familiarwith the existing HMI/DCS configuration and configuration standards before start of NMI/DCS configuration detail design. D. All HMI/DCS configurations including main screens, popup screens, screen displays, equipment dynamos, screen navigation, alarm and event configurations, security, database, screen scripts, 1/0 drivers, and historian shall conform to the existing HMI/DCS configuration without any exception. E. The ASP is responsible for providing all applications programming and configuration services to accomplish the control and monitoring functions as described herein and in the Contract Documents. 3.02 DISPLAY LAYOUT A. The ASP shall not change the HMI display layout or screen Navigation Toolbar. B. Graphic Displays - General C. All displays shall contain and continuously update the displayed process variables, date, and time of day. All process values shall be displayed in engineering units. All displays shall incorporate references to both instrumentation tag numbers and plant equipment numbers. D. The system shall allow the operator to control equipment such as pumps and valves as defined in the control loop drawings and control loop descriptions. All control actions require a two-step action. Applications Engineering Services 40 68 00 -13 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 E. Unless specifically noted, all timers, setpoints, alarm actuation levels, etc., shall be adjustable from the operator interface. F. Hierarchical Structure: 1. Contractor shall not change graphic display hierarchical structure. 2. ASP shall use standard HMI displays and equipment faceplates for instruments and equipment. 3. All developed HMI displays and equipment shall be in compliance with existing HMI/DCS color conventions and animations. G. Security: 1. Each HMI process operation function, such as operation button and alarm acknowledgement functions, shall be configured with operation security to prevent unauthorized operation. ASP shall configure the security areas and functions to points and displays. 3.03 ASP TESTING A. Referto Division 40, Section 40 6121, Process Control and Instrumentation Systems — Testing, for testing requirements for the PCSI and ASP. B. At a minimum, ASP testing shall include the following: 1. Unwitnessed Factory Test (U FT) 2. Witnessed Factory Test (WFT) 3. Operational Readiness Test (ORT) 4. Functional Demonstration Test (FDT) 5. 30-day Site Acceptance Test (SAT) 3.04 ASP TRAINING A. General 1. Refer to Division 40, Section 40 6126, Process Control and Instrumentation Systems — Training. 2. The cost of the training programs shall be included in the Contract price. The training and instruction shall be directly related to the system being supplied. The training program shall represent a comprehensive program covering all aspects of the operation and maintenance of the system. 3. All training schedules shall be coordinated with and at the convenience of the Owner. Shift training may be required to correspond to the Owner's working schedule. 4. All on -site instructors must be intimately familiar with the operation and control of the Owner's facilities. 5. Provide detailed training manuals to supplement the training courses. The manuals shall include specific details of equipment supplied and operations specific to the project. A Applications Engineering Services 40 68 00 - 14 FTW17498-VCWRF Sludge Thickening Improvements City Project No. CO2647 hard copy of the manuals shall be provided for each student. Provide an electronic copy of each training manual in PDF format for Owner's future use. 6. The trainer shall make use of teaching aids, manuals, slide/video presentations, etc. After the training services, all training materials shall be delivered to Owner. 7. The Owner reserves the right to videotape all custom training sessions. All training tapes shall become the sole property of the Owner. 8. The system supplier shall be retained to provide operation and maintenance training for all plant monitoring and control system equipment as specified herein. B. For equipment items not manufactured by the system supplier, on -site training shall be provided by an authorized representative of the equipment manufacturer. The manufacturer's representative shall be fully knowledgeable in the operation and maintenance of the equipment. C. Furnish training as specified herein. The training courses below shall be taught by the Applications Programming development team: Session Number Quantity of Duration Atttndirlg a SessIons (Hours) Session 1. On -site Training a Operator Control System 2 4 10 Prior to/at startup b Operator Control System 2 4 10 After startup D. Operator Control System Training: 1. Operator classes shall cover plant operation with the control system and use of the HMI/DCS display screens, including at a minimum all the following items: a. Basics of HMI control, settings, and navigation. b. Alarming, events, and interlocks. c. Auto functionality of automated processes and HMI control. d. Failure modes of SCADA equipment and operator responses. 2. Training personnel shall be intimately familiar with both the control system and the plant process. The ASP shall provide trainers that are familiar with the designed operations of the plant and how the control system executes the operation. 3. Plant Operator field training shall be held at the convenience of the Owner. The ASP shall be prepared to hold this training during the day, late at night, or very early in the morning to accommodate the Owner's shift schedule. 4. Plant Operator field training shall be structured specifically for operations type personnel. Training personnel shall be prepared to show the operators how to operate the plant from the control panel level in the event of control room equipment failure. 5. The ASP shall, at a minimum, have the following teaching aids available for distribution during Plant Operator field training sessions: Applications Engineering Services 40 68 00 - 15 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 a. Preliminary 0&M Manuals (pre -startup); Final 0&M Manuals (post -startup). Process, Mechanical, and Instrumentation Diagrams as presented in the Contract documents. c. Training Session Agenda. Fifty percent of all Plant operator field training shall be "hands-on" utilizing the installed control system to the fullest extent possible. The ASP shall ascertain the operability of the control system before commencing training. Training performed using a non- functioning control system shall be rejected and repeated. E. Historical Data 1. Tags for the equipment added or modified under this Contract shall be identified in the Historian. 2. Each point within the system shall have the capability to be historically collected and logged, or deleted at any time. 3. All analog signals, flow totals, flow sums (multiple analog points' instantaneous values added together), and runtime calculations shall be collected and stored in the Historian. 4. Historical data shall be capable of manual modifications by personnel with the proper security access level. 5. Data quality flag tolerances shall be configured and data quality status stored within the Historian. 6. The Historian shall have the capability to accept manually entered data that is not directly accessible to the process control system. Manually entered data entry shall require a two-step verification process. END OF SECTION Applications Engineering Services 40 68 00 - 16 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 40 70 00 FIELD INSTRUMENTS 1.00 GENERAL 1.01 SCOPE OF WORK A. This Section includes instrumentation used in process control system. Refer to Attachment A of this Section for the Instrumentation Schedule. B. The PCSI shall furnish the labor and materials required to install and bring into operation all new instrumentation, complete as shown on the Drawings and specified herein. 1.02 RELATED WORK A. Refer to Division 40, Section 40 6100, Process Control and Instrumentation Systems — General Provisions. 1.03 SUBMITTAL REQUIREMENTS A. Refer to Division 01 for general submittal requirements. B. Refer to Division 40, Section 40 6100, Process Control and Instrumentation Systems — General Provisions for spare parts, submittal, and other additional requirements. PCSI shall submit any deviations of submitted instruments from the requirements of this specification within a line -by-line table of compliance. The deviations will be reviewed by the Owner/Engineer for consideration of approval. C. Operation and Maintenance Data: Provide literature detailing all custom configured parameters and back-up/restore procedures for each network component. 1.04 REFERENCE STANDARDS A. Refer to Division 40, Section 40 6100, Process Control and Instrumentation Systems — General Provisions. 1.05 DELIVERY, STORAGE, AND HANDLING A. Refer to Division 40, Section 40 6100, Process Control and Instrumentation Systems — General Provisions. B. Deliver instrumentation in packaging designed to prevent damage from static electricity and physical damage. C. Store instrumentation according to manufacturer requirements. At a minimum, store indoors in clean, dry space with uniform temperature to prevent condensation. Protect instrumentation from exposure to dirt, fumes, water, corrosive substances, and physical damage. Also, protect from all forms of electrical and magnetic energy that could reasonably cause damage. Field Instruments 40 70 00 - 1 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 1.06 APPROVALS/CERTIFICATIONS A. Instruments intended for installation within hazardous locations shall have Factory Mutual (FM), Canadian Standards Association (CSA), and CENELEC approvals and certifications at or beyond the hazardous area classification in which they are to be installed. 1.07 DEVIATIONS A. No deviations from the specification requirements will be allowed except those listed in the table of compliance that are reviewed and approved by the Owner/Engineer. 2.00 PRODUCTS 2.01 GENERAL A. All cabling, mounting hardware, and accessories required to install all components of the instrumentation system shall be provided by the PCSI and/or Contractor. B. Instrumentation shall be suitable for installation at the location as shown on the drawings. C. To the furthest extent possible, instruments of similar types shall be by the same manufacturer and match Owner's existing installation base and Owner's preferences for types of instruments. 2.02 SPARE PARTS A. Refer to Division 40, Section 40 6100, Process Control and Instrumentation Systems -- General Provisions. 2.03 WARRANTY A. Provide a minimum of two-year manufacturer warranty for all supplied instrumentation and equipment from the date of final completion of the project. 2.04 FLOW METER - ELECTROMAGNETIC TYPE — FLANGED A. General I. Pulsed DC electromagnetic induction type providing a signal which is linear to the flow rate of a conductive liquid in a full pipe. Use of insert flow meters or multiple single point probes inserted into a spool piece is unacceptable. 2. Measure flow of liquids with a minimum conductivity of 5 microS/cm and for demineralized water with a minimum conductivity of 20 microS/cm. B. Function 1. Input Power: 120 VAC to flow transmitter. 2. Accuracy: +/- 0.5% of rate for velocities of 1 to 30 fps. Sufficient straight -pipe runs shall be provided upstream and downstream of flow meter to meet or exceed specified accuracy. 3. Turndown: 10:1 minimum, at flow rates above 1 fps. Field Instruments 40 70 00 - 2 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 e 4. Process Temperature: up to 60 degrees C, unless otherwise noted. 5. Ambient Temperature: -10 to 70 degrees C. 6. Provide RFI Protection and zero stability feature. 7. Operating Temperature: -100 to 350 degrees F. 8. Outputs: One Isolated 4-20 mA HART analog output as indicated in the instrument schedule and one pulse, empty pipe alarm and serial communication output, unless otherwise noted. 9. Display: LCD, two-line Digital indicator scalable to flow rate engineering units or 0-100 percent. 10 Stability: Combined temperature effects shall be less than 0.2 percent of maximum span per 50' F temperature change. Effect on accuracy, due to static pressure changes, shall be negligible. 11 Drift: 0.10 percent per six months for 4-20 mA output. C. Physical 1. Meter Tube: Carbon steel with 304 Stainless steel interior and NEMA 4X rated. 2. Flanges: ANSI Class 125 or AWWA Gass D epoxy -coated carbon steel flanges as required to match the associated piping system. Minimum AWWA 150# Flange. 3. Tube Electrodes: ANSI 316 stainless steel or Hastelloy C, bullet nosed or elliptical self-cleaning type unless otherwise noted. 4. Liner: Hard Rubber or Polyurethane. 5. Transmitter: NEMA 4X. Where hazardous areas are indicated on the Drawings, the equipment shall be rated for that area. 6. Hazardous Area Rating: Class 1 Div 2 as indicated on the Drawings. 7. Transmitter Mounting: Integral to meter tube as indicated on the Drawings and Instrument Schedule. 8. Painting: All external surfaces shall be painted with a chemical and corrosion resistant epoxy finish. D. Options/ 1. Provide all cables, connectors, mounting hardware, and tubing required for Accessories a fully operational instrument system. 2. Provide keypad or remote device where required for transmitter configuration depending on area classification. Field Instruments FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 407000-3 3. Factory calibration: All meters shall be factory calibrated. A copy of the report shall be included in the O&M manual. 4. Grounding: Meter shall be grounded in accordance with the manufacturer's recommendation. Provide ground rings, ground wires, gaskets, etc. for all flow meters. All materials shall be suitable for the liquid being measured. 5. Sunshade with necessary stainless steel mounting hardware, fitting, and conduits for protecting transmitter display, preventing display from temperature changes caused by solar radiation, and providing partial protection from falling objects, rain, snow, and windblown sand. (See detail drawings.) Sunshade for integral transmitter flow meters shall be AMS Pipe Mount by Accurate Measurement Systems, Inc. or Approved Equal. Angled louvers shall be provided for vertically mounted flow meters to provide additional shading of the transmitter unit. E. Manufacturer 1. Endress + Hauser, 400 series. 2. Khrone, Optiflux 2000 or 4000 series. 3. Siemens, Magflo FM series. 4. ABB, Process Master FEP series 5. Approved Equal. 2.05 FLOW METER —THERMAL MASS TYPE— INSERTION TYPE A. General 1. Insertion type thermal dispersion flow meter with integral or remote electronics enclosure 2. Factory calibration to NISI -traceable standards 3. Turndown ratio: up to 1000:1, 100:1 typical B. Function 1. Input Power: 24VDC 4-wire power supply. 2. Accuracy: ±2% reading +0.5% of calibrated full scale 3. Repeatability: ±0.2% of full scale 4. Response Time: 1 second 5. Temperature Accuracy: +/- 1 degF 6. Range: 0.75-400 sfps 7. Operating Temperature: -100 to 350 degF S. Outputs: One 4-20mA HART analog output and one pulse or serial communication output 9. Display: LCD, 2-line Digital indicator scaleable to flow rate engineering units or 0-100% Field Instruments 40 70 00 - 4 FTW17498— VCWRF Sludge Thickening Improvements City Project No. CO2647 C. Physical 1. Enclosure: NEMA 4X epoxy coated aluminum 2. Wetted Parts: 316 SS, 1-inch male NPT 3. Gas Pressure: 300 psig, maximum 4. Sensor: -40 to 250 degF; 0 to 90% RH, maximum 5. Mounting. Suitable for pipe or stand mounting indoors or outdoors as indicated on the Drawings 6. Hazardous Area Rating: Class 1 Div 2 fClass 1 Div 11 as indicated on the Drawings D. Options/ 1. Provide all cables, connectors, mounting hardware, and tubing Accessories required for a fully operational instrument system. 2. Provide a factory calibration device for verifying the instrument's calibration and functionality. 3. Provide ball valve and cable restraint system, or high pressure hot -tap assembly option as required by the application. p E. Manufacturer 1. Fluid Components International, Model ST-50/51 2 Pox Th r na1, nnedel FTC Kurz, Model 454re 3. Sieffa InstF ,m ents, Model 6405 Endress + Hauser. Model Proline 651 4. Approved equal. 2.06 PRESSURE SWITCH A. General 1. Diaphragm actuated pressure switch with one alarm output. B. Function 1. Setpoint: Field adjustable and set between 30 and 70 percent of the adjustable range. 2. Repeatability: Better than 1 percent of full scale. 3. Dead Band: Adjustable. 4. Reset: Automatic reset type. 5. Over Range Protection: 150 percent of the maximum process line pressure. 6. Output: Single pole double throw (SPDT). 7. Switch Rating: 120 VAC at 10 amps; and 30 VDC at 5 amps. C. Physical 1. Housing: NEMA 4X. Field Instruments 40 70 00 - 5 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 2. Hazardous Area Rating: Class 1 Div 2 as indicated on the Drawings. 3. Switch Assemblies: Hermitically sealed switches. 4. Wetted Parts: 316 Stainless Steel Alloy, Hastelloy C or Monel diaphragm, viton seals, stainless steel connection port as confirmed compatible with the process fluid by the manufacturer. S. Connection Size: %-inch NPT D. Options/ 1. If noted, provide 316 stainless steel snubber for pulsation dampening. Accessories 2 Protection: See section 2.07. E. Manufacturer 1. Ashcroft Type GP -Series. 2. Static-O-Ring (SOR). 3. Mercoid. 4. Barksdale E1H Series. 5. Approved Equal. 2.07 PRESSURE GAUGE A. General 1. 2. 3. Type: Direct reading pressure gauge. Rating: Equal to or greater than pipe rating. Pressure element: 316 Stainless steel Bourdon tube actuated dial face pressure gauge. B. Function 1. Range: As indicated in Section 40 70 OOA, Attachment A - Instruments. 2. Over range protection: capable of withstanding over -pressure up to 1.3 times the maximum pressure range. 3. Accuracy: +/- 0.5 percent of span or better (ASME B40.100 Grade 2A). C. Physical 1. Case: 316 stainless steel NEMA 4X (IP65). 2. Gauge size: Minimum 4 inches, viewable. 3. Dial Material/Color: Aluminum/White background with black lettering. 4. Scale: Dual Barg/Psig. 5. Window: Shatterproof glass. 6. Ring Type: Screw. Field Instruments 40 70 00 - 6 FTW17498—VCWRF Sludge Thickening Improvements City Project No. CO2647 7. Process connection: 1/2-inch NPTM. 8. Pointer: Micrometer adjustable. 9. Point travel• Not less than 200 degrees, not more than 270 degrees arc. 10. Protection: Solid front/Blow out disc. 11. Sensor Fill Fluid: Silicone/Glycerin at the manufacturer's factory. D. Options/ 1. Provide a 316 stainless steel two -valve manifold. Accessories 2 Pulsation dampeners and snubbers, as needed. 3. Protection: See section 2.07. E. Manufacturer 1. Winters Instrument. 2. Ashcroft. 3. Dwyer. 4. Approved Equal. 2.08 DIAPHRAGM SEAL -THREADED A. General 1. Diaphragm Seal with flushing connection. 2. Rating: Equal to or greater than pipe rating. Diaphragm seal/tubing/instrument assembly shall be assembled, filled, calibrated, tested, and certified in a NIST traceable ISO 9001 certified calibration facility prior to shipping to project site. B. Function 1. Type: Thread attached, Welded Metal Diaphragm. 2. Exposed Surfaces: 316 stainless steel. 3. Filling Screw: Include on all units. 4. Pressure Limit: 1,000 PSI. 5 Flushing Connection: Include on all units. 6 Tubing as required to connect with associated instrument; 1/4-inch inner diameter minimum flexible stainless steel. 7. Accuracy: +/- 0.5 percent of span or better (ASME B40.100 Grade 2A). Field Instruments 40 70 00 - 7 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 C. Physical 1. Protect pressure switch and pressure gauge from the process medium. 2. Process connection: Minimum 1/4- inch NPT. 3. Top housing: Carbon steel, cadmium plated. 4. Diaphragm: 316 ELC stainless steel. 5. Exposed surfaces: 316 stainless steel. 6, Sensing Sleeve: Buna-N. 7. Bolts, nuts, and plugs: 18-8 stainless steel or 316 stainless steel. D. Options/ 1. Provide one set of spare gaskets. Accessories E. Manufacturer 1. Ashcroft. 2. Red Valve Company, Inc. 3. Approved Equal. 2.09 PRESSURE TRANSMITTER — GAUGE AND ABSOLUTE TYPE A. General 1. Microprocessor -based, intelligent type to measure pressure. B. Function 1. Range: As indicated in Section 40 73 00, Process Control and Instrumentation Systems - Pressure Instrument, Attachment A. Transmitter range shall be standard and as close as possible such that the pressure range to be measured is set at 80 percent of the manufacturer's standard range. 2. Over range protection: Capable of withstanding over -pressure up to 1.5 times the maximum pressure range without damage. 3. Accuracy: +/- 0.1 percent of calibrated span for 15:1 rangeability. (includes effects of linearity, repeatability and hysteresis) 4. Stability: ±0.2% of upper range limit for 12 months 5. Ambient Operating Temperature: -4 to 176 degrees F. 6. Temperature Effect: Combined effects shall be less than 0.2 percent of maximum span per 82.4 degrees F temperature change. 7. Static Pressure Effect: Effect on accuracy due to static pressure changes shall be negligible. 8. Output: 4-20 mA DC with HART protocol. 9. Stability: 0.2 percent of upper range limit for one year. 10. Power: 24 VDC loop powered. 11. Damping: Adjustable between 0 and 60 seconds. Field Instruments 40 70 00 - 8 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 0 C. Physical 1. Housing: NEMA 4X (IP66), epoxy -coated aluminum. 2. Wetted Metallic Parts: 316 stainless steel and Teflon coated if available. 3. Wetted Seals: Teflon. 4. Sensor Fill Fluid: 1). Utilize halocarbon fill for process applications involving strong oxidizing agents. a). Agents include but are not limited to: Cl2, KMN04, FeCI, NaOH, and NaOCI. 2). Utilize manufacturer's standard fill for other applications. a). Ensure fill is suitable for application temperatures 5. Display: LCD displaying Pressure in engineering units. 6. Process Connection: 0.5-inch FNPT. 7. Housing: NEMA 4X (I1366), epoxy -coated aluminum. D. Options/ 1. Provide 316 stainless steel instrument tubing, isolation valve(s), and Accessories mounting bracket as required. 2. Provide a 316 stainless steel or Hastelloy C two -valve manifold suitable for application. E. Manufacturer 1. Foxboro IGP25. 2. Rosemount 3051S. 3. Endress+Hauser PMP71. 4. Approved Equal. 2.10 LEVEL SWITCH — FLOAT TYPE — SUSPENDED OR FIXED MOUNT A. General 1. Direct acting mercury -free float with enclosed switch and integral cable. Ball or cylindrical type selected based on application. 2. For water and wastewater service, unless otherwise noted. B. Function 1. Activation: up to 8-inch differential. 2. Switch Rating: 150 VDC/VAC and 1 Amp, 25 W maximum. 3. Switch Type: Totally encapsulated, form-C (NO/NC), non -inductive contact. C. Physical 1. Float: 316 stainless steel Teflon -coated, PVC or ABS. Up to 5-1/2 inch diameter. 2. Heavy-duty, PVC -jacketed integral to float. Field Instruments FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 407000-9 3. Mounting: Suitable for internal weight, pipe, or cable mounting. D. Options/ 1. Provide all cables, connectors, SS mounting hardware, and tubing Accessories required for a fully operational instrument system. 2. Cable length shall be sufficient so that no splice or junction box is required in the vault or hazardous area. 3. Provide cast -aluminum weatherproof junction box outside vault or hazardous area with terminals for all floats and tapped for conduit connections. E. Manufacturer 1. Siemens Water Technologies, Model 9G-EF. 2. Contegra FS-90. 3. Magnetrol, model T-10. 4. Gems, Series M. 5. Approved Equal, 2.11 LEVEL TRANSMITTER — RADAR A. General 1. 2. Non -contacting continues wave or pulsed radar to measure level of a liquid or a solid material. Single electronic unit connected directly to an antenna with integral level display panel. B. Function 1. For thru-air applications, the antenna system shall be either a 316 stainless steel horn or a PVDF encapsulated sensor with a drip -off design or flush -mounted PEEK type, supporting distances up to 31 feet. 2. Level measurement shall be unaffected by high humidity and/or high condensation between the antenna and the process fluid. 3. Level measurement shall be capable of accuracy of 0.10 inches or better. 4. An adjustment for empty and full vessel shall be done using either HART or Bluetooth. Field Instruments 40 70 00 - 10 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 C. Physical 1. Transmitter Mounting as indicated in instrument schedule and detail drawings 2. Transmitter shall be 24 VDC loop powered and support HART communication on top of a standard 4-20 mA signal. 3. Transmitter shall be microprocessor based and shall include a remote digital display capable of showing level in feet and inches when required. D. Options/ 1. Remote display capable of showing level in feet and inches, accepting Accessories 120 VAC power, and supplying 24 VDC power to level transmitter unit. Remote display shall accept 4-20 mA input and provide 4-20 mA output. E. Manufacturer 1. Endress+Hauser, Micropilot FMR Series. 2. Emerson, Rosemount, 5408. 3. Approved Equal. 2.12 LEVEL SWITCH — CAPACITANCE/CONDUCTANCE TYPE — MULTI -POINT A. General 1. Direct acting capacitance or conductance probe sensor with multiple 2. switching points, electronics housing and ground rod, or ground reference. Suitable for operation in non-metallic Alum slurry storage tank. B. Function 1. Sensitivity: 0.5 pF (Capacitance), 1000-1001<0 (Conductance) 2. Repeatability: 1 percent 3. Outputs: Minimum of two (2) DPDT programmable contact outputs, with adjustable switching time delay. 4. Switch rating: 30VDC/120VAC and 3 amp. 5. Switch Type: Hermetically sealed magnetic reed, isolated NO or NC contact rated at 0.5 Amp with isolated. 6. Ambient Temperature: -40 to 140 degF. 7. Process Temperature: up to 450 degF. 8. Process Pressure: up to 3000 psig 9. Power: 4-wire 120 VAC or 24VDC. Field Instruments 40 70 00 -11 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 C. Physical 1. Housing: NEMA4X epoxy coated aluminum with PVC electrode holder (Conductance) 2. Sensor Connection: 1"-2" ANSI Flange or 1"-1.5"NPT ANSI Threaded 3, Wetted Parts: 316 stainless steel with Teflon coating or sheath 4. Mounting: Integral or remote up to 50FTfrom sensing probe. D. Options/ 1. Provide all cables, cable glands, connectors, SS mounting hardware and Accessories tubing required for a fully operational instrument system.. E. Manufacturer 1. SOR 660 Series 2. Drexelbrook 506-3100 or 6012/6013 series 3. Endress+Hauser Liquidpoint FTW31 series 2.13 LEVEL SWITCH — FLOAT TYPE — BILGE STYLE A. General 1. Direct acting mercury -free float activated by buoyancy of weighted displacers. 2. For water, wastewater, or chemical sump service, unless otherwise noted. B. Function 1. Activation: 1 inch differential. 2. Switch Rating: 150 VDC/VAC and 1 Amp, 25 W maximum. 3. Switch Type: normally open contact. C. Physical 1. Float: Buna-N, cylindrical shape with 304 stainless steel stem and mount. 2. Cable: Neoprene with waterproof connection. Field Instruments 40 70 00 - 12 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 D. Options/ 1. Provide all cables, connectors, SS mounting hardware and tubing 1 Accessories required for a fully operational instrument system. 2. Cable length shall be sufficient so that no splice or junction box is required in the vault or hazardous area. 3. Provide weatherproof junction box outside vault or hazardous area with terminals for all floats and tapped for conduit connections. 4. Provide intrinsically safe relays when wiring between hazardous areas and safe areas. E. Manufacturer 1. 2. GEMS, LS-1700 Series. Approved Equal. 2.14 GAS DETECTOR —SENSOR — HYDROGEN SULFIDE A. General 1. Electrochemical sensor for detecting hydrogen sulfide. B. Function 1. Range: 0 to 100 ppm. 2. Accuracy: +/- 0.5 percent of full scale. 3. Temperature: -40 to 104 degrees F. 4. Lower Detectable Limit (LEL): 2 percent full scale. 5. Humidity: 0-95 percent non -condensing. 6. Response Time: T90 < 45 Seconds. 7. Output: 4-20 mA DC. 8. Power: 24 VDC loop powered from multi -channel controller. C. Physical 1. Housing: NEMA 4X (IP66) Class 1 Division 2 Rated, 316SS. 2. Sensor: 316 stainless. Field Instruments 40 70 00 -13 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 D. Options/ 1. Mounting as indicated in instrument schedule and detail drawings. Accessories 2. Cable: Sufficient as recommended by the manufacturer for installation between sensor and multi -channel controller. 3. Sensor shall be fitted with a splash guard to prevent accidental wetting. 4. One calibration kit including calibrator, fitting, hoses, and other components required for detector calibration. E. Manufacturer 1. MSA Safety Incorporated Ultima X5000 2. Approved Equal 2.15 GAS DETECTOR —ALARM PANELAND CONTROLLER —MULTI -CHANNEL A. General 1. Provide a single gas detector alarm panel to house alarm controllers, display alarm controller concentrations and alarms, house control relays for building and remote alarming, and provide termination and power supply for connection of remote gas sensors. 2. The gas detector controllers shall be multi -channel wall -mounted microprocessor -based controller for gas detection as indicated in instrument schedule. 3. The alarm panel and controller system functionality shall be tested in accordance with Division 40 requirements for Unwitnessed / Witnessed Factory Testing, Operational Readiness Testing, Functional Demonstration testing and 30-day testing. 4. Provide operational and maintenance training in accordance with Division 40 requirements. B. Function 1. The gas detector controller shall have 4-20 mA input signals for LEL, Oxygen, and H2S gas sensors of type and quantity indicated in instrument schedule. The gas detectors shall connect to gas sensors located in four zones within the thickening building (Al, A2, B1, 132). 2. The gas detector controller shall create alarms based on high and high -high H25 gas alarm setpoints for each gas sensor. The individual alarms shall include a time delay, and be combined by sensor location to produce three alarm relay outputs for each of the four zones within the thickening building Field Instruments 40 70 00 - 14 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 (Al, A2, 131, 132). This can be accomplished by the gas detector controller or by relay logic within the gas detector alarm panel. 3. The gas detector controller shall have visual LED indication for all channel alarms and concentration readings. The gas detector alarm panel shall be equipped with clear glass window or other means to allow observation of controller indications and readings without opening the panel. 4. The high alarm relay output for each zone within the thickening building shall be used to drive strobe units within the building zones and remotely alarm as shown on the Drawings (2-3 units per zone). Power and activation circuits for each of the strobe units shall be provided from the gas detector alarm panel. A "Test Strobe" pushbutton shall be provided to test strobe functionality without activating the high alarm relay. 5. The high -high alarm relay output for each zone within the thickening building shall be used to drive horn units within the building zones and remotely alarm as shown on the Drawings (at each strobe location). Power and activation circuits for each of the horn units shall be provided from the gas detector alarm panel. A "Test Horn" pushbutton shall be provided to test strobe functionality without activating the high -high alarm relay. An "Alarm Silence" pushbutton shall be provided to silence an active high -high alarm. C. Physical 1. Panel a) The panel shall be NEMA 4X, 316 SS, wall mounted with 12" stands, UL Labeled, with a minimum size of 36"W x 60"H x 12"D. b) Panel shall require 120VAC, 50/60 Hz power c) All wiring shall comply with local and National Electrical Code in open bundles wired to numbered terminals d) Panel enclosure and components shall comply with Section 13330 requirements 2. Visual alarm strobe units shall be provided with the following minimum features: a) 120VAC powered b) Dimensions: 5 inches high and 6.2 inches diameter c) Flashing light lamp d) Red, high -impact constructed lens e) NEMA 4X, Class 1 Division 2 rated f) Strobe shall be remotely mounted from the alarm panel. Each strobe location shall be field verified (up to 15 feet above grade) Field Instruments 40 70 00 - 15 FTW17498—VCWRF Sludge Thickening Improvements City Project No. CO2647 such that operations staff can easily view an alarm condition in plain sight while making rounds or working within building zones. 3. Alarm horn units shall be provided with the following minimum features: a) 120VAC powered b) 78 to 103 decibels on continuous sound c) Surface mountable d) NEMA 4X, Class 1 Division 2 rated e) Horn units shall be remotely mounted from the alarm panel. Each location shall be field verified (up to 15 feet above grade) such that operations staff can easily hear an alarm condition while making rounds or working within building zones. 4. Conduit Connection: 3/4 inch NPT conduit hubs as required for sensor wiring and power and relay wiring. 5. Mounting as indicated in instrument schedule and detail drawings. D. Options/ 1. Provide conduit, wiring, and stainless -steel mounting hardware for all Accessories panel, sensor, strobe and horn units provided. E. Manufacturer 1. Gas detector controller: MSA Safety Incorporated GasGard XL Controller, or Equal 2. Visual alarm strobe: Cooper/Wheelock AC -MARS or Equal 3. Alarm horn: Edwards Signaling 876-N5, Federal Signal, or Equal 2.16 PRESSURE DIFFERENTIAL TRANSMITTER A. General 1. Function: Measure differential pressure and transmit signal proportional to differential pressure, flowrate or level. 2. Type: a) Electronic variable capacitance. b) Two -wire transmitter. 3 Parts: Transmitter and accessories. B. Performance 1. Range: As noted. a) Select transmitter's factory upper range limit (URL) such that upper boundary of noted range is as close as possible to 80 percent of factory URL, but does not exceed it. Field Instruments 40 70 00 -16 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 2. Accuracy: Plus or minus 0.075 percent of span for most factory ranges. 3. Ambient Operating Temperature: Minus 40 degrees F to plus 176 degrees F, with integral meter. 4. Process Operating Temperature: Minus 13 degrees F to plus 257 degrees F. 5. Humidity: 0 to 100 percent relative humidity. 6. Hazardous Location Certifications: a) FM approved explosion -proof. b) Others: As noted. C. Features 1. Adjustable damping. 2. LCD indicator, unless otherwise noted. a) Display in percent. b) Square Root Display: If unit designated as "FIT", or if noted. 3. Wetted Metallic Parts: Type 316 stainless steel, unless otherwise noted. a) Includes drain/vent valves; process flanges and adapters, and process isolating diaphragm. 4. Wetted O Rings: Viton, unless otherwise noted. 5. Bolts and Nuts (if required): Type 316 stainless steel, unless otherwise noted. 6. Fill Fluid: Silicone, unless otherwise noted. D. Process 1. Cable specifications: Connections a) Twisted, shielded four -wire cables b) Terminals for core cross -sections 0.5 to 2.5 mm2 (20 to 14 AWG) c) The cable outer diameter depends on the cable entry used. 2. Connection Type: Thread. 3. Direct/remote Diaphragm Seal: If, and as noted. E. Signal 1. 4 20 mA do output with digital signal based on HART protocol. Interface a) Square -root Extracted: If unit designated as "FT" or "FIT", or if noted. Field Instruments 40 70 00 - 17 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 2. Loop Resistance: a) Nominal Maximum Loop Resistance with External 24V do Power Supply: 500 ohms. F. Enclosure 1. Type: NEMA 4X. 2. Materials: Coated aluminum, unless otherwise noted. 3. Mounting bracket, unless otherwise noted. a) Bracket and Accessories: Type 316 stainless steel bolts, suitable for mounting transmitter to 2 inch pipe. G. Options/ 1. Three -valve manifold. Accessories a) Furnish, unless otherwise noted. b) Materials: Type 316 stainless steel. 2. Twisted, shielded four -wire manufacturer's cable for data connection between remote transmitter and smart sensors. 3. Provide NEMA 4X outdoor rated red strobe light and associated cable/conduit for alarm indication outside of building door as shown on the electrical drawings. H. Manufacturer 1. Endress + Hauser Deltabar FMD71 2. Rosemount 30515 3. Approved Equal 2.17 FLOW METER —AVERAGING PITOTTUBE TYPE A. Type I. Differential pressure, velocity averaging flow sensor. B. Function 1. Accuracy. Pius/minus 1.0% of flow coefficient. 2. Repeatability: Plus/minus 0.1 % of the reading. 3. Pressure Range: 720 psig at 100 degrees F (50 barg at 37.8 degrees C), and 425 psig at 750 degrees F (29.3 barg at 400 degrees Q. 4. Operating Temperature: 0 to 400 degrees C. Field Instruments 40 70 00 - 18 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2547 C. Physical 1. The element shall be 316L stainless steel. 2. The sensor shall be mounted with a threaded coupling assembly installed in a welded fitting on the pipe that will lock the sensor in place and allow easy removal. 3. Unless otherwise indicated on the Drawings, the sensor shall be installed within an 80o arc of the bottom of the pipe for liquids, and a 120o arc of the top of the pipe for gases. D. Options/ 1. The sensor shall include an integral valve head for sensor isolation. Accessories 2. Where required by the length of the sensor, sensor orientation, or flowrate in the pipe, a support shall be installed on the pipe wall opposite the insertion point. E. Manufacturer 1. Rosemount Annubar 3051 . 2. Veris Verabar 3. Approved Equal. 2.18 TEMPERATURE TRANSMITTER -- ROOM A. General 1. Wall -mounted, room temperature. B. Function 1. Range: 0 to 130 deg F. 2. Accuracy: Greater than +/- 0.5 deg F. 3. Ambient Temperature Limit: -40 to 185 deg F. C. Physical 1. Output:4-20mA. 2. Stability: ±0.12%, for one year for RTDs. 3. Power: 24 VDC loop powered. 4. Housing: Wall Box. Mounting on surface or on a flush -mounted box. 5. Display: LCD displaying Temperature in engineering units. Field Instruments 40 70 00 - 19 FTW 17498 — VCW RF Sludge Thickening Improvements City Project No. CO2647 D. Options/ 1. 316SS Wall Mounting Bracket, Mounting plates, angles. Accessories E. Manufacturer 1. Endress + Hauser, TMT82 / TH11 2. Approved Equal. 2.19 DIAPHRAGM SEAL —ANNULAR FLANGE MOUNTED A. Type 1. Line mounted between two flanges B. Function 1. Pressure Limit: Correspond to flange ratings. Performance 2. Inside diameter shall conform to the dimensions of the pipe where the seal is installed. 3. ANSI or DIN flange class shall beequivalent to the flange class of the piping where the seal is installed. Bolting dimensions shall conform to ANSI or DIN drilling specifications as required by the installation. C. Physical 1. Body material: 316 Stainless steel. 2. Flange material: Carbon steel. 3. Process connection: 1/4 inch NPT. 4. Sensing Sleeve: Buna N. 5. Sensing Liquid: Silicone Oil. E. Manufacturer 1. Red Valve Comijam Inc. 2. Ashcroft 3. Wika 4. Approved equal. 3.00 EXECUTION 3.01 GENERAL INSTALLATION A. Install and connect the equipment in accordance with the manufacturer's instructions. B. Each instrument shall be supplied with a stainless steel tag identifying the instrument tag number as shown on the Drawings and specified herein. 3.02 STARTUP AND TRAINING Field Instruments FTW77498—VCWRF Sludge Thickening Improvements City Project No. CO2647 407000-20 A. As specified in Division 40, Section 40 6126, Process Control and Instrumentation Systems — Training. B. If indicated in the instrumentation paragraphs above, the instrument manufacturer or manufacturer's certified service representative shall provide start-up and training services. This work shall not be done by the PCSI or ASP contractor. C. The start-up services shall be to calibrate, oversee the installations of the sensor, and start up the sensor/transmitter in order to provide reliable measurement at the instrument and to a remote system. The vendor shall work with the PCSI and ASP to verify the transmitter sends correct information to the remote system (i.e., that the scaling and units are the same at the instrument and on the remote operator interface). END OF SECTION Field Instruments 40 70 00 - 21 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 THIS PAGE INTENTIONALLY BLANK 6 C Ll E F K L 1 z P&ID Drop/ RTU No T fpe Loop No Tag No. Instrument Desq I set Pointl Range Notes 6013 DROP 8/53 AE 13001 AE13001 'THICKENING BUILDI nt at 1 foot above finished floor 0-100 PI'M 3 1-013 DROP 8/58 AE 13002 AEI3002 TI IICKENING BUILDI mt at 1 foot above finished floor 0-100 PPM 4 1-013 DROP 6158 AE 13003 AE13003 THICKENING BUILD[ int at 1 foot above finished floor 0-1 Go PPM 5 I-013 DROP 8158 AE 13004 AL13004 TI ACKENTNG BUILDI mt at 1 foot above finished floor 0-100 PPM 6 I-013 DROP 8/58 AE 13005 AE13005 THICKENING BUILDI mt at 1 foot above finished floor 0-100 PPM 7 I-013 DROP 8/58 AE 13006 AE13906 'THICKENING BUILDI mt at 1 foot above finished floor 0-100 11111vi 6 1-013 DROP 8/58 AE 13011 AE13011 TI-IICKENING BUILDIku1t at 1 foot above finished floor 0--100 PPtvl 9 I-013 DROP 9/58 AE 13012 AF13012 THICKENING BUILDI mt at L foot above finished floor 0-1011 PPM 10 I-013 DROP 8/58 AF 13013 AL13013 THICKENING BUILDI(int at 1 foot above finished floor 0-100 PPM 11 1-013 DROP 8/58 All 13014 AE13014 THICKENING BUILDI nt at I Foot above finished floor 0-100 PPM 12 6013 DROP 8I58 ATT 13000 AIT13000 ]e relay output for each sensor input, 'I'1-IICKRNINC BUILD13 Irelayoutputq. NIA 14 1-013 DROPSJ58 AIT 13010 A[T13010 THICKENING BUILDI le lay output for each sensor input, re relay outputs. N/A -018 IYITJ-52 DP11' 102-01 1JPIT[02-01 BCOFII,TERFAN RIFF LESS STEEL N EMA 4X (11'65) HOUSING 0 - 20 in H2O REPLACEExISrINc 15 1-018 RTU-52 DPIT 102-02 DPITI02-02 BIOFILTER FAN DIFI' LESSsTLELNFMA4X(TP65)HOUSING U-20inH2O REPLACE EXISTING. 16 1-018 RTU-52 DFIT 102-03 DPTT102-03 BIOFILTER FAN DIFF LESS STEEL NEMA 4X (tP65)1-IOUSING p _ 20 in H2O REPLACR EXIS'11NG 17 1-003 RTU-91 FIT 3100 17IT3100 RLTI' FGRD 1 INPLUENjF[. FLANGES 0100 gpm 18 1-003 RTU-92 PIT 3200 Fft3200 RDT FEED 2INFLUEN61, FLANGE'S 0-700 gpm 19 1-003 RTU-93 HT 3300 FTT3300 RDT FEED 31NFLUFN{EL FLANGES 0-700 gpm 20 I-0o3 R1'U-94 FIT 3400 FTF3400 RUT FEED 4 INFLUENTFT, FLANGES 0-700 gpm 21 1-UO3 RTU-95 FIT 35DO FFF3500 RDT FELD5INFLUENIELFT.ANGES 0-700gpn' 22 1-003 RTU-96 FFF 3600 PIT3600 RDT FEED 6INPT.UFN('EL.FLANGES, 0-700gpm 23 T-003 RTU-97 FIT 3700 FfT3700 RDT FLED 7INFLUENtEI.FLANGES 0-700gpm 24 1-003 RTU-98 FIT 3800 FIT3800 RDT FELL) 8 INFLUEN�EL FLANGES 0-700 gpm 25 1-003 RTU-99 FIT 3900 FIT3900 RDT FEED 9INFLUEN�ELPLANC:ES 0-700gpm 26 � I-004 DROP 8/58 FIT 4000 Ffr4000 T111CKFNF.D PRIMAR F.T. FLANGES 0-1500 gpm 27 I. DROP 8/58 FIT 4001 FIT4001 THICKENEDSLUDGE$ELFLANGES ii 0-1500gpm 2s fff I-UU4 DROP 8/58 FIT 4002 FIT4002 'THICKENED SLUDGE[EL FLANGES 0-1500 gpm 29 I-004 R1U-90 FIT 4400 FIT4400 GB'F FEED 4 INFLURN TREL FLANGFS 0-100 gpm 30 I no,/ RTU-7 PIT 7000 FIT701J0 PRIMARY SLUDGE T EEL FLANGES 0-2000 gpm 31 1-007 RTU-7 FIT 7001 FIT7001 PRIMARY SLUDGE FR EEL FLANGES 0-7000 gpm 32 1 Op7 RTU-7 FIT 7002 F1'T7o02 PRIMARY SLUDGE FR}FFI. FLANGES 0-7000 gpm 33 1-009 DROP 8158 FI'F 90111 FMOOI WAS HOLDING TANICII 0-20OU SCFD-I 34 I-OU9 DROP8/58 FIT 9002 rM002 WASHOLDINGTANIC 0-2000SCFM 35 36 I-019 RTU-52 FIT 1D4 FF1104 STEEL NEMA 4X (11'65) HOUSING AND ODO RCONTROLFLOI 0-20,000CFM REPLACEEXISTINc 37 1-019 RTU-52 FIT XXX FITXXX I GBTBTOFIL"I'ERTOTAME' FI-AW'WS 0-40,0110CFM REPLACE ExIS'11NC ERNa1251z56 40 70 OOA - Page 1 of 6 C D E F K L e Set Pointl 1 P&ID Dropl RTU T Loop Tag No. , Instrument Descri Range Notes No fpe No I 2 I-005 DROP 8l58 T_E 5100 L15100 POLYMER STORAGE TA�'lOUTPUT. NFMA 4X 0-19 FT 38 UROP 8158 Ll 9200 L15200 POLYMER STORAGE T /OUTPUT. NEh1A 4X 0-19 FT 1-005 39 DROP 8153 LIT 5100 LrT51U0 POLYMER STORAGE TAt, INSTRUMFN'T STAND, REMOTE 0-19 FT 1-005 40 INSTRUMENTSTAND, RFMO'fG p_l9 PT 1-005 DROP 8158 LIT 5200 LIT620U POLYMER STORAGE. T 41 LIT7100 PRIMARY SLUDGE HCAI 2, 316S5 5UNSHTELU 0-17 FTI HIGH ALARM cv 8.9 measuring only sidewall it be 0 - 13 FT I-007 RTU-7 LIT 7100 } F would 42 LIT 7200 LIT724JU PRIMARY SLUDGE 1-1011V 2, 316SS SUNSI I[ELD 0-17 FT 1 HIGH ALARM (Q 8.9 FT measuring only sidewall it would be U - 13 FT I-007 RTU-7 43 ` 'THICKENER FEEL) PUMP DIV 2, 31f,SS SUNSI-FIELD 0-19 FT 1-009 DROP 8158 LIT 9100 LT1`9100 44 DROP8158 LSH 13101 LSH13101 T111CKENINGOU[LDLN� 1"AFF 1-013 45 1-013 DROP 8/58 LSTI 13102 LSH13102 THICKENING BuILDIN 1^AFT 46 LSH 13103 LSH13103 THICKENING BUILDIN� VAFF 1-013 DROP 3158 47 LS1-I11 5100 LSHIT51 UU POLYMER STORAGE TA- 9 FT 1-005 DROP 8158 48 9 F'1' 1-005 DROP 8158 LSHH 5200 EST LH5200 POLYMER STORAGE TFi. 49 RTU-7 LSE 7100 LST.71f1U PRIMARY 5LUDGF IIOL, 3.5 FT Tfmmom of side wall 1-007 50Iom ofsidewall 1-007 RTU-7 EST. 72110 LSL7200 PRIMARY SLUDGE rTOO 3.5 PT 51 PION, CLA5S i DIV 2, 316SS 4.5 FT 1-009 DROP 8158 LSL 9100 LSL9100 T111CKFNER FEED 1'UM�- 52 RDT 1 THICKENED SLUII,ESS STEEL WF.TTLD PARTS 1-003 RTU-91 PE 31U0 PE3100 RDT FEED PUMP 1INFL E95S'TEFLWETTEDPARIS WELLED 53 RTU-91 3111 PE31I I T-003 54 RTU-91 FPF 3112 PE3112 RDT FEED PU1vIP 1 EFFL ES.S STEEL WE'1TED PARTS WELDED 1-003 55 RDT2'['HICKENEDSLU"ESSSTF.ELWRTTEDPAR'TS L-003 RIU-92 3200 PE3200 56 YF 3211 PE3211 RDT FEED PUMP 21NFL FSS STEEL W ETTED PARTS 4VFLDED 1-003 RTU-92 57 PE 3212 PE3212 RDT FERD PUMP 2 EFFL '.ESSSTEEL WE-1'TEDPARTS, WEEDED 1-003 RTU-92 50 1-003 RTU-93 PE 33UU pr.3300 RDT 3'TH[CKENED SLU .E5.S STEEL WETTED PAK ' E551, 1'EFLWETTFDPARTSWELDED RUT FEED PUT4P 3 LNFL 59 RTU-93 PE 3311 PE3311 I-003 so RTU-93 PE 3312 PE3312 ESSSTEEL WETTED PARTS WELDED RDT FEED PU41P 3 EF'FL I-003 61 I-003 IYTU-94 PF 360U PE3400 RDT 4-I'[-IICKENEDSLU.,FSSSTEEL -WETTED PARTS .ESSS'l'EEI. WETTED PART',WELDED RDT FEED PU0F 41NFL 62 RTU-94 PE 3411 PE3411 1-003 63 PE 3412 PF3412 ESSSTEEL WE1-TRD PARTS 11VELDEU RDT PEED PUNIP 4 FITE 1003 RTU-94 64 I-003 RTU-95 PE 35U0 11F3500 RDT .5 THICKENED SLU ,FSS STEEL WETTED PARTS ESS S'1'um. WETTED PARTS WELDED RUT FEED PUMP 5 LNFL 65 RTU-95 PE 3511 PE3511 1-003 66 RTU-95 PE 3512 PE3512 LESS STEEL WE'1TED PARTS WELDED RDT FEED PUMP 5 EFFI. T-003 67 1-003 XTU-96 PF. 3600 I'L3600 RDT6TL-IICKENEDSLU E5SSTF.F[.IN rEDPAR'CS _ ESSS'1EET,WETTEDPARTS WELDED RDT FEED PUMP 61NFL 69 PE 3611 PE3611 1-0U3 RTU-96 fig ,ESSSTEEL WETFEDPARTS 4VFLDF.0 I-003 RTU-96 PE 3612 1T3612 RDT FEED PUMP 6 EFFL 70 I-003 RTU-97 PE 3700 PE3700 RDT7-I ICKFNEDSLU ESS STEEL WETTED PARTS 71 RTU-97 PE 3711 PE3711 ESS STEEL WELTED PARTS WELDED RD-F FEED PUMP 7INFL [- I3 72 40 70 QOA - Page 2 of 6 B C D E F K L 1 2 PF�ID Dropl RTLT No. `Type Loop No. Tag No. Instrmneszt Desc Set Point/ Range Notes .ESS STEEL_ WETTED PALUS WELDED 1-003 RTU-97 PE 3712 PE3712 RDT FEED PUMI' 7 EFF 73 RTU-98 PE 38DO PLs3800 RDT8THICKENED 5I, ESS STEEL WETTED PARTS 74E-003 E55STEELWVrFEDPARTS WELDED 1-003 RTU-98 PE 3811 PE3811 RD'fFEEDPUMP8INF 75 ESS STFEI, WF,TTFD PARTS, 4VFLDED I-003 KFU-98 PE 3812 PF3812 RDT FEED PUMP 8 EFF I-003 RTU-99 PE 3900 PE3900 RDT 9THICKENED SLII�ESSSTEEL WETTED PARTS 77 .E5S STEEL. WETTED PARTS WELDED 1-003 R'FU-99 PE 3911 PF.3911 RDT FEED PUMP 91NF 78 E5';srEEL WETTED PARTS WELDED 1-003 RTU-99 PE 3912 PE3912 RDT FEET) PUMP 9 FFF 79 1-004 RTU-90 PE 11400 PE4400 GBT4'1'111CKLNEDSL.F55STEEL WETTEDPAR 'I'S 80 T-005 DROP 9158 PE 5100 PE5100 POLYMER RECIRCUI- ESS STEEL WETTED PARTS 81 1-005 DROP8158 PE 5200 PE5200 POLYMERRL'CIRCUL .FSSSTEEL WETTED PAR TS 82 _ESS STEEL WETTED PARTS, WELDED 1-007 R'I'U-7 PE 7011 PE7011 PRIMARYSLUDGETA 83 ESS-TELL WETI•ED PARTS WELDED I-007 RTU-7 PE7012 ['E7U72 1'RI�1rWRYSLUDGE TA as F55STEEL WETTED PARTS, WELDED I-0D7 K'I'U-7 PE V021 PF7021 PRIMARY SLUDGE'1'A 85 LESS 5'1'EEL WETTED PARTS WELDED 1-007 RTU-7 PE 7022 PE7622 PRIMARY SLUDGE TA 86 F.S5 STEEL WETTED PAR'P5 —WELDED 1-007 RTU-7 PE 7031 PF7031 PRIMARY SLUDGE TA 87 4007 R7U-7 PE 7632 PE7032 PRIMARY SLUDGE TA L'SSSTEELWETTFDPARTS WELUEU .RSS STEEL VVETI'ED PARTS WELDED I4)09 RTU-90 PF. 4411 FE4411 GBT 4 FEED PUMP INF 89 ESS STFF.T, WETTED PARTS, WELDED_ I-W9 R'l'U-90 PE 4412 PF.9412 G679 FEED FUMY L'FP 90 — .'" I-012 RTU-40 PF 12101 PE12101 MIX SYSTEM NO.1 IN ESS STEEL WETTED PARTS 91 1-012 ETU-40 PF. 12102 PE12TO2 MIX SYSTEM NO.1 FFt.F.5S STEEL W ETTED PAR'15 92 1-012 R1 U-40 PE 12201 PF12201 MIX SYSTEM NO.2 ii,,jl LLss STEF,L WETTED PARTS 93 1-012 RTU-40 PE 12202 IT12202 MIX SYSTEM NO2 EF ESS STEEL WE'1 lED PARTS 94 .E55 STEEL WETTED PARTS WELDED I-018 RTU-52 PH102-01A PE102-OIA BLOFLL'1'ERFAN DIFFF. 95 1-018 KFU-52 PE 102-OIR PE102-0111 BIOF[LTER FAN D1FPE LESS STEEL WETTED PARTS, WELDED 96 LESS 51-LELWE'1"1'EDPARTS, WELDED I-01B RTU-52 PE 102-02A PE102-02A BIOFILTER FAN DIFFE 97 ESS STEEL WETTED PAR75 WELDED 1-078 RTU-52 PF 102-02B PE102-028 1310F1L'I'ER1>ANDIFFF. 98 I-018 RTU-52 FL 102-03A PB102-03A BIOFILTER FAN DIF'PE ESS STEEL WETTED PARTS, WELDEIJ_ --'-' 99 .ESS STEEL WETTED PARTS WELDED 1-018 RTU-52 PE 102-03B YE102-0313 BIOFILTER FAN T]IFFE L00 1-003 RTU-91 Pi 3700 PI3100 RDT 1'1'14[CKENED ST. ESS STEEL NEMA 4X (IP65) HOUSING 0-100 PSI 101 102 1 003 ICFU-91 P1 3111 PI3l l L RDT FEED PUMP 1 1N ,'ESS 1 STEEL NEMA 4X (IP65) HOUSING Compound gauge 30" Hg/15 psi I-003 RTU-91 PI 3112 P13112 RDT FEUD PUMP 1 FFF 1' ESS STEEL NEMA 4X (IP65) HOUSING II-30 PSl 103 1 I-003 RTU-91 P[ 31 l3 PI37 73 RDT FEED PUMPI SEt{ ESS STEEL NF•N[A .IX (IP65) I IOUSING 0-30 PSI 104 RTU-91 PI 3121 1113121 WASHWATER BOOST ESS STELL NEMA 4X (IP65) HOUSING 0-100 PSI 1051-003 1-(K)3 RTU-91 PI 3131 P13131 RDT I TI IICKFNED S4E55 STEEL NEMA 4X (IP65) HOUSING 0130 p5[ 106 I-003 H'1'UA2 I'[ 320U P13200 ESS STEEL NEMA 4X (IP65) HOUSING RDT 2 THICKENED SL • 6-I00 PSI 107 ' 40 70 OOA - Page 3 of 6 B c D E F K L 1 FEND iDropIRTU Type Loop Tag No. Instrument Dese) Set Pofntl Notes No No Rana g 2 FSS STEEL NEMA 4X (IP(,5) l IOUSING Compound gauge 30" Hg115 1-003 RTU-92 PI 3211 11I3211 RDT FEED PUMP 2 IMF 108 Psi ESS STEEL NEMA 4X (IP65) HOUSING 1-003 RTU-92 PI 3212 PI3212 RDT FEED PUMP 2 EFP D3D PSI 109 ESS STEEL NEMA 4X (IP65) HOUSING I-003 RTU-92 I'l 3213 P13713 RDT FEED PUMP 2 SE 0-36 PST 110 ESS STEEL NEMA 4X (IP65) MOUSING I-003 RTU-92 PI 3221 P13221 WASHWATER BOOST 0-1W PSI x1x I 1 1 ESS STEEL. NEMA 4X (IP65) HOU51NC I-003 RTU-92 PI 3231 P13231 RDT 2 THICKLNED SL 0-30 PSI 112 L ESS STEEL N EMA 4X (IP65) HOUSING I-003 RTU-93 PI 3300 PI3300 RDT3TH€CKF.NEDSL 0-100I'S1 113 'FSS STEEL NEMA 4X (IP65) HOUSING Compocmd gauge 30" 1-1gII5 1-0U3 lt'1'U-93 PI 331 [ P[3311 RDT FEED PUMP 3 LNF 114 psi ESS STEEL NEMA 4X (IP65) HOUSING 1-003 RTU-93 Pi 3312 PI3312 RDT FEED PUMP 9 Ej 0-10 PSI 115 STEEL NEMA 4X (IP65) HOUSING 1-003 RTU-93 PI 3313 P13313 RUTFSS FEED PUMP 3 SEA 0-30 PSI 116 'ESS STF.RT. NEMA 4X (IP65) HOUSING 1-003 RTU-93 ['[ 3321 PT3321 WAS[ [4VA"TER BOOS']'E 0-100 PSI 117 ESS STEEL NEMA 4X (IP65) ] LOUSING I-003 RTU-93 PI 3331 IT3331 RDT3 THICKENED SL 030 PST 118 STEEL. NEMA4X([P65)HOUSING I-003 1ZTU-94 111 3400 P13400 RDT4TI-IICKENEDSLLGSS 0-I00PSI H9 ESS STEEL NEMA 4X (IP65) I LOUSING Compound gauge 30" Hgl15 1-003 RTU-94 PI 3411 P13411 RDT FEED PUMP 4 INF 120 psi STEEL NEMA 4X (IP65) HOUSING 1-003 RTU-94 PI 3412 PI3412 RD'l' PEED PUMP 4 P.FFfF.SS 0-30 PSI 121 ESS STEEL NEMA 4X (IP65) HOUSING 1-003 RTU-94 Pi 3413 PI3413 RDT FEED PUMP 4 SEA 0-30 PSI 122 ESX ( 5 STEEL NEMA 4TP65) I IOUSING I-003 RTU-94 PI 342T P1342I WASHWATER BOOST 0-100 PSI 123 IIrrESS STEEL NEMA 4X (IP65) HOUSING 1-003 R'1'UI)9 1'1 3431 PI343I RD"1' 4 "1'HICK£NED SLIF 0-30 PS[ 124 ESS STEEL NEMA 4X (IP65) HOUSING 1-003 RTU-95 PI 3500 P13500 RDT 5 THICKENED SL 0-100 PSI 125 STEEL NEMA 4X (IP65) HOUSING Compound gauge 30" L-Tgl15 I-003 RTU-95 PT 3.511 P 13511 RDT FEED PUMP 5 INF�'FSS 1261 psi ESS STFFt. NEMA 4X (IP65) HOUSING 1-003 R'['U-95 1'[ 3512 PT3512 RDT FEED PUMPS GPF 0-30 PST 127 ESS STEEL NEMA 4X (IP65) HOUSING I-003 RTU-95 PI 3513 1,13513 RDT FRED PUMP 5 SEA 0-30 PST 128 tFi�'-�,SSTFEL NEMA 4X (IP65) HOUSING 1-003 RTU-95 PT 3521 P13521 WASHWATER BOOST 0-100 PSI 129 ESS STEEL NEMA 4X (11'65) HOUSING 1-0U3 R'I'U-95 11I 3531 P13531 RDT 5TIBCK£N L'D SL 0-30 P51 130 ESS STEEL NEMA 4X (IP65) HOUSING 1-003 RTU-96 Pi 3600 1113600 RDT 6 THICKENED SL 0-100 L'SI 131 STEEL NEMA 4X (IP65) HOUSING Compound gauge 30" 1 Igf15 1-003 RTU-96 PI 3611 P[3611 RDT FEED PUMP 6INF.'F5S 132 psi ESS STFF..T. NEMA 4X (IP65) HOUSING 1-003 RTU-96 111 3612 PI3612 RDT FEED PUMP 6 L'FF 0-30 PSI x33 1 ESS STEEL NEMA 4X (11"65) I LOUSING I-D03 RTU-96 PI 3613 1'13613 RDT FFED PUMP 6 SEA 0-30 PSI 134 F.55 STEEL NEMA 4X (IP65) HOUSING I-QD3 RTU-H6 PI 3621 PI3621 WASI14YAfL'.RBOOST' 0-I OD PS[ 135 ESS STEEL, NEMA 4X (11165) HOUSING 1-003 lkTU-96 L'l 3631 P13631 RDT 6 THICKENED SLI 0-30 PSI 136 ESS STEEL NEMA 4X (IP65) I LOUSING I-003 RTU-97 PI 370I1 P1370R RDT 7 THICKENED SLL o-loo I'SI 137 ESS STEEL NEMA 4X (IP65) HOUSING Compound gauge 30' I-Igi-l5 1-003 RTU-97 PI 3711 PI3711 RD"€' FEEU PUMP 7 INN 138 1psi ESS STEET, NEMA 4X (IP65) HOUSING 14J03 RTU-97 P1 3712 P13712 RDT FEED PUMP 7 EFF 0-30 PSI 139 -ESS STEEL NLNIA 4X (IP65) ]-LOUSING 1-003 RTU-97 PT 3713 P13713 RUT FEED PUMP 7 SEA 0 30 PSI Ina IESS STEEL NEMA 4X (IP65) HOUSING I-003 RTU-97 111 3721 P13721 WA14IWNFERBOOSTEr 0-100PSI tat 1 ES55TEELNEMA4X(IP65)HOUSING 1-003 RTU-97 PI 3731 P13731 RDT7THICKENEDSL&I 0-30 PSI 142 40 70 OOA - Page 4 of 6 13 C D E F fC L 1 Dropl RTU Loop Set Pointl P£�ID Type Tag No. Instrument Des Range Notes 2 No. No. BLESS STEEL NEMA 4X (11'65) HOUSING 1-003 RTU-98 PI 3800 P13800 RDT S THIJ CKF.NED 51 0-100 P51 143 LESS STEEL NEMA 4X (IP65) I-IOUSINC Compound gauge 30` Hg/15 I-003 R'IU-98 PI 3511 P13$11 RDT FEED PUMP B IN 144 psi )ILESS STEEL NFMA 4X (IP65) HOUSING 1-003 RTU-98 PI 3812 P13812 RDT FEED PUMP 8 EFJ 0-30 PSI 145 STEEL NEMA 4X (IP65) HOUSING 1-003 RTU-98 PI 3813 P13813 RDT FEED PUMP 8 SF'ILESS 0_30 PSI 14s ` ILESS STEEL NEMA 4X (IF65) I IOUSTNC-9$ I-003 RTU 1'I 3$21 P[3S2] WASHWATER BOOS 0-100 ['SI 147 'S5 STEEL NEMA 4X (IP65) HOUSING 1-003 RTU-98 PI 3831 PI3931 RDT8 THICKENFD 5 0-30 PSI 148 LESS STEEL NEMA 4X (IP65)1-IOUSTNC I-003 R'IU-99 PI 3900 P13900 RDT 9 THICKENED ST 0-10011SI 149 LESS51TEL NEMA4X(IP65) HOUSING Compound gauge 30"Hgll5 1-003 RTU-99 PI 3911 P1391j RDT FEED PUMP 9 IN lsa ps` LESS STEEL NEMA 4X (IP65) HOUSING 1-003 RTU-99 PI 3912 P13912 RDT FEUD PUMP 9 FF 0-30 PSI 151 LFSS STEEL NEMA 4X (IP65) I IOUSINC 1-003 RTD-99 Pi 3913 P[3913 RDT FF.RD PUMP 9 SE 0-30 PSI 152 LESS STEEL NEMA 4X (I1'65) HOUSING I-003 RTU-99 PI 3921 Pf3921 WASHWATER BOOS' 0-100 PSI 153 LESS STEEL NEMA 4X (IP65)11 If 0USWG I-003 R'1'UIJ9 l'[ 3931 P13931 RDT 9 TE-I[CKENGD S71 0-30 PSI iS4 LFSS'AEEL NEMA 4X (fP65) HOUSING I-0U4 RTU-90 P[ 4400 PI4400 CB1'4THICKENEUS U-100 PSI 155 'LESS STEEL NEMA 4X ([P65) HOUSING I-004 IZ'I'U-90 PI 4421 P14421 WASF[4YA"1'ER8005 0-100 PSI 156 STEEL NFMA 4X HOUSING 1-004 RTU-90 PI 4431 PI4431 ]LFSS (IP65) GBT 4 TWA9 PLJ vMP S>j 0-30 PSI 157 NEMA 4X (f['6'a) HOUSING 1-005 DROP 8159 PI 5001 1'15001 PI.AN'1' SERVTCF FVA'{I4LES55TEEL 0-100 PSI 158 1 L]s555TEEL NEMA 4X (IP65)1-IOU5ING T-005 DROP 8158 PI 51}02 P15002 PLANT SERVICE WAS 0-100 PSI 159 LESS STEEL NEMA 4X (IP65) HOUSING 1-005 DROP 8158 Pi 5100 P15100 POLYMER RECIRCU 0-100 PSI 160 LESS STEEL NEMA 4X (11,65) HOUSING 1-005 DROP 8158 PI 5200 P15200 POLYMER RECIRCU 0-100 PSI 161 1L.ESS STF.EL NEMA 4X (IP65) HOUSING Compound gauge 30" Hgll5 1621T 007 RTU-7 11I 7037 P17011 PRIivTpRY SLUDGE T psi LESS STEEL NEMA 4X (IP65) HOUSING�0-3D 1-U07RTU-7 Pl 7072 Pi7012 PRIMARY ST.UDGE T PSE d LESS STEEL NEMA 4X (11'65) HOUSING Compound gauge 30" Hg115 I-U07 RTU-7 PT 7021 P17021 PRIMARY SLUDGE'1' psi LESS STF.F.L NEMA 4X (IP65) HOUSING I-007 Rl'U-7 1'I 7022 117022 PRIMARY SLUDGE T 0-30 PSi 165 ILESS S'FEEL NFMA 4X (IP65) HOUSING Compound gauge 30" 1-Lg115 1-007 RTU-7 PI 7031 PI7031 PRIMARY SLUDGE T 166 psi LESS STEEL NEMA 4X (IP65) HOUSING I-007 RTU-7 PT 7032 P17032 PRIMARY SLUDGE'1' 0-30 PSI 167 LESS STEEL NEMA 4X (IP65) I IOUSTNG Compound gauge 30" Hg/15 166 [009 Rw-90 PI 44H PI44tt GET FEED PUMP 41N psi STEEL NRMA 4X (IP65) HOUSING I-009 RTU-90 PI 4412 PI4912 GB'1' FEED PUMPLESS 4 EF 0-30 PS[ 169 LF.55 STEEL NEMA 4X (11165) HOUSING Compound gauge 30" Hg/15 I-012 RTU-40 PT 12101 PI12101 GAS MLX SYSIFM N 170 psi I012 R'['U-40 PT 12102 PU 2102 CAS MIX SYSTIiM NO LESS STEEL NEMA 4X (IP65) I1OUSING + 0-20 PS[ 171 LESS STEEL NEMA 4X (IP65) HOUSING Compound gauge 30" 11g115 I-012 RTU-40 PI 12201 PI12201 C'AS MIX SYSTEM NO 172 psi LESS STEEL NEMA 4X (IP65) HOUSING 1-012 RTU-40 PI 12202 P112202 GAS V0X SYSTEM NC 0-20 PSI 173 STEEL NEMA 4X (IP65) [ IOUSING I-010 DROP 8158 PIT 10000 PIT10000 WASTE SLUDGE H04TLESS 0-15 PS[ 174 EM STL'E.L NEMA 4X (IP65) HOUSING 1-003 RTU-91 PSH 3100 ['SH3700 R671'L'1[ICKFNEU PyIL 90 PST 175 STEEL NEMA 4X (IP65) HOUSING I-003 RTU-92 PSH 3200 P51-13200 RDT 2 THICKENED PLILES5 90 PSI 176 aLESS STEEL NEMA 4X (IP65) HOUSING I-003 RTU-94 PSI1 3300 PSH3300 RDTB'fHICKFNEDPF 90 PSI 177 40 70 OOA - Page 5 of 6 B C D E F K L 1 Dropl RTU Loop Set Point/ P£�TD Type Tag No. Irlstrll7nent Descj Notes No. No. } Range z LESS STEET. NFMA 4X (IP65) L IOUSING 1-003 RTU-94 PSH 340D PSH34011 RDT 4 THICKENED PIt 90 PSI 17B LF.55 STEEL NEMA 4X (IP65) HOUSING 1-003 RTU-95 1'SH 3500 1'SH3500 RDT 5 THICKENED I 90 PSI 179 LLSSSTEFL NEMA 4X (IP65) HOUSING 1-003 ]L"L'U-9G PSF[ 3600 PS[[36W RDT 6 THICKENED PR 90 PSI 18Q LE SS STEEL NFIvIA 4X (IP65) i-IOUSING I-003 RTU-97 PSH 3700 PSH3700 RDT 7ICKENED PI 1'H 90 PSI 181 L.L55 STEEL NEMA,IX (IP65) HOUSING 1-003 RTU-98 PSH 3800 PSH3800 RDT 8 THWKI ENL'D P1 90 PSI 182 LL•SSSTEFT. NEMA 4X (IP65)1-LOUSING I-003 RTU-99 PSH 39DO PSH3900 RDT 9 THICKENED PR 90 PSI 193 I'F'SS S€'EEL NEMA 4X (IP65) HOUSING 1-004 RTU-90 PSH 4400 PSH4400 GIST 4 EFFLUENT PR 90 PSI 184 LLSS 5TEFL NEMA 4X (IP65) HOUSING 1-005 DROP 8/58 P511 5100 PSI-15100 POLYMER RFCIRCUL 90 PSI 185 LESS SCELL NEMA 4X (IP65) HOUSING 1-005 DROP 8/58 PSH 52110 PSH5200 POLYMER RE.CIRCUL 90 PSI 186 LESS STEEL NEMA 4X (IP65y HOUSING 1-0117 RTU-7 PSI1 7012 PSI I7012 PRIMARY SLUDGE TA 30 PSI 187 STEEL. NEMA 4X (IP65) I LOUSING 1-007 RTU-7 PSH 7D22 PSH7022 PRIMARY SLUDGE. TA fLISS 30 PSI las LESS STEEL NEMA 4X (IP65) HOUSING I-007 RTU-7 PSH 7032 PSH7032 PRIMARY SLUDGE TA 30 PSI 189 LL'SS 5TF,F.,T. NEMA 4X (IP65) HOUSING 50 PSI 190 I-012 RTU-40 PSH 12102 PSH12102 GAS MIX SYSTEM NO-; f LESS STLLL NEMA 4X (1l'65) HOUSING I-012 RTU-40 PSH 12202 l'SH12202 GAS MIX SYSTEM NO. 50 PSI 191 I-014 DROP 8/58 TIT 4500 TIT4500 ELECTRICAL.. BUILDI KGT, 4-20MA 0-13T1 DEC P 192 40 70 OOA - Page 6 of 6 DIVISION 41 MATERIAL PROCESSING & HANDLING EQUIPMENT THIS PAGE INTENTIONALLY BLANK f 4122 13.13 BRIDGE CRANES 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install a bridge crane and hoist assembly in the Sludge Thickening Facility. 1.02 QUALITY ASSURANCE A. Acceptable Manufacturers, subject to limitations indicated in this Section and the Drawings: 1. Ace industries, Inc. 2. Konecra nes, Inc. 3. OMi Crane Systems Inc. 4. ProservCrane Group. 5. Or approved equal. B. Design Criteria: 1. Crane design, including stress limitations, factors of safety, bearing life and contactor rating, shall be in accordance with the latest editions of CMAA 70 and 74 specifications as applicable. j a. Duty Classification: Class C (moderate service). 1). Tolley and Hoist: H3. b. Service Environment: Interior 2. Equipment shall be in accordance with all safety features required by OSHA standards. 3. Components of each bridge crane shall be designed for not less than the rated capacity indicated on drawings and specified herein. C. Factory Test: Equipment shall be fully assembled, subjected to no-load running tests and dismantled only as required to facilitate shipment. D. Manufacturer's Representative for Startup and Testing: The services of the Manufacturer's technical representative shall be provided for pre -startup installation checks, startup assistance, training of Owner's operating personnel, troubleshooting and other services as required in Section 0175 00 "Starting and Adjusting." 1.03 WARRANTY A. Manufacturer shall warrant the equipment and materials furnished under this Section against defects in materials and workmanship for a period of two (2) years from the date of Final Acceptance in accordance with the General Conditions. Bridge Cranes FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 4122 13.13 - 1 1.04 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00 "Submittals" and shall include: 1. Product Data: Data sheets for miscellaneous equipment. Data sheets shall clearly indicate the model number being provided. Including disconnect, fuses, cable, pushbutton station, etc. 2. Shop Drawings, including: a. Bridge crane cut sheets. b. Project specific electrical equipment wiring diagrams. 3. Operation and Maintenance Manuals: a. Shall be prepared by the bridge crane manufacturer and shall contain the final certified shop drawings, product data submittals, list of manufacturer recommended spare parts, schematics, and maintenance procedures. b. All field changes made during startup and testing shall be included. c. Shall include warranty information, including: 1). Warranty start and end date. 2). Contact information for service. 4. May be manufacturer's standard instructions, but shall be supplemented as necessary to cover any special feature not included on standard models. 1.05 STANDARDS A. The applicable provisions of the following standards shall apply as if written here in their entirety: AGMA American Gear Manufacturer's Association ANSI / ASME 830.11 Monorails and Underhung Cranes ANSI / ASME B30.16 Overhead Hoists (Underhung) ANSI / ASME B30.17 Cranes and Monorails (With Underhung Trolley or Bridge) ANSI / ASME B30.2 Overhead and Gantry Cranes (Top Running Bridge, Single or Multiple Girder, Top Running Trolley Hoist) ASTM American Society of Testing and Materials AWS American Welding Society Crane Manufacturers Association of America, Inc. — CMAA 70 Specifications for Top Running Bridge & Gantry Type Multiple Girder Electric Overhead Traveling Cranes Crane Manufacturers Association of America, Inc. — CMAA 74 Specifications for Top Running Bridge & Under Running Single Girder Electric Traveling Cranes Utilizing Under Running Trolley Hoist NEC National Electrical Code Bridge Cranes 4122 13.13 - 2 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 NEMA National Electrical Manufacturers Association OSHA Part 1910.179 Occupational Safety and Health Administration - Overhead and Gantry Cranes OSHA Part 1926.554 Occupational Safety and Health Administration - Overhead Hoists 2.00 PRODUCTS 2.01 GENERAL A. All components shall be designed and constructed to meet or exceed specified duty class. B. Wheels shall be hardened. 280 Brinell or better. C. Tapered or flat tread design as required by the construction documents or referenced specifications. D. Bearings shall be combined radial and thrust type, double -row, spherical ball bearings, anti - friction type, either pre -lubricated and sealed, or fitted for pressure lubrication. E. Pressure lubrication fittings shall be located in accessible locations for ease of maintenance. 1. Bearing assemblies shall ensure correct wheel alignment. F. Heat treated alloy steel axles or pinions shall be supported on each side of the supporting frame. When rotating axles are used, wheels shall be mounted on axles with a press fit and keys, or with keys alone. ' G. Gears shall be made from rolled or cast steel, with machine cut teeth. Truck reductions within reach of personnel are to be guarded. H. Provide electrically operated shoe or disc brakes. I. The crane manufacturer shall furnish and assemble all electrical equipment and items on the bridge crane in accordance with applicable requirements of the latest edition of the National Electrical Code (NEC), Article 610. 2.02 BRIDGE GIRDER A. Construction shall either be of rolled structural shapes, full reinforced, or fabricated box type sections with diaphragms as required to maintain girder stiffness. B. The girders shall be either unnotched or notched at each end to meet design requirements. C. End trucks shall be of welded construction and shall provide: 1. Centrally locate wheels in each truck to distribute equal loading to each truck side. 2. Energy absorbing rubber bumpers at each end to operate against runway stops. 3. Rail sweeps in front of bridge wheels. 4. Brakes shall have a 75 percent torque rating and be adjustable. 2.03 TROLLEY A. Frame shall be of welded construction. Bridge Cranes 4122 13.13 - 3 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 B. Brakes shall have a 50 percent torque rating and be adjustable. 2.04 HOIST A. Hoists shall be electric, wire rope type, as specified herein. B. The hoisting machinery shall consist of a rope drum, driven through suitable gear reductions by an electric motor operator, load blocks, hooks, hoisting rope, sheaves, and hoist braking. C. Hoist gearing shall be enclosed in an oil tight gear case. Bearings and gears shall be splash lubricated and bearings selected to provide a L-10 life or greater. D. Gear case shall be provided with a bolt -on cover for full access to bearings and gears. E. The hoist drum shall be cast or welded steel, grooved to take the full length of each cable in one layer. 1. At least two wraps of rope shall remain on the drum when the bottom block is in the lowest position. F. Hooks shall have: 1. Sufficient ductility to open noticeably before hook failure as a result of overload. 2. Equip hooks with safety latch. G. Load hook shall be free to rotate 360 degrees with rated load, and shall be positively held in place with locknuts, collars, or other suitable devices. H. Hoist brake shall be capable of holding the load when power to the hoist motor is off. 2.05 ELECTRICAL EQUIPMENT A. The Crane Manufacturer shall furnish and install on the bridge crane: 1. All electrical equipment, including but not limited to, motors, motor starters, pendant control, and conduits, in accordance with Article 610 of NEC, latest issue. B. All wiring, as much as practical for shipment, in accordance with Section 26 05 00 "Common Work Results for Electrical." 1. Bridge conductors may be removed for shipment. C. Refer to scheduled electrical power requirements in table below and power supply from a non -fused disconnect switch. If larger ampacity is provided as an alternate, then provide, at no cost to the Owner, all required electrical system modifications servicing the bridge crane. This includes disconnects, feeders to the equipment, feeders from the switchboard, circuit breaker at switch board, etc. 1. All modifications required shall be tracked for incorporation into Record Drawings. D. Motors shall be 460V, 30, squirrel -cage type and shall be built in accordance with NEMA Standards, Design D. E. Bridge conductors shall be of the enclosed tinned -copper bus bar or festooned cable type as indicated herein, and trolley conductors shall be of festooned cable type, as hereinafter specified. Bridge Cranes 4122 13.13 - 4 FTW17498 -- VCWRF Sludge Thickening Improvements City Project No. CO2647 F. Festooned flat, multi -conductor cables shall be, supported by lubricated bearing systems that will dispense and retrieve the flexible conductor cable during trolley travel without twisting, tangling, or causing sharp bends. Provide 20 percent spare conductors in each cable assembly. G. Controls shall be fully magnetic of the plain reversing type: 1. Housed in NEMA Type 12 enclosure. 2. Logically arranged and neat wiring, secured at each end. 3. Fully marked terminal strips at the bottom of each panel for all external wiring connections. 4. Provide a block operated, upper limit switch. 5. Supply 120 volts AC to the controls. H. Pushbuttons for control of the entire bridge crane and an ON/OFF switch. 1. Festooned and suspended from a track running the full length of the bridge permitting operation from any point along the span independent of trolley location. I. Pendant control having momentary contact pushbuttons, and shall be provided with a device which will disconnect motors from the line on failure of power and will not permit any motor to be restarted until the controller handle is brought to the OFF position, or a reset switch or button is operated. 2.06 CRANE INTERCONNECTION WIRING A. Bridge crane shall be wired in accordance with NEC, Article 610, latest issue. Wiring shall be enclosed in galvanized steel conduit or steel raceway. B. On cranes which must be disassembled for shipment, conduit runs shall be furnished and made up, wires cut to proper length and tagged. Junction boxes shall be provided at all places where electrical reconnections must be made in the field. 2.07 ACCESSORIES A. Equipment Identification Plates: Stainless steel identification plates shall be securely mounted on the equipment in a readily -visible locations. The plate shall bear the 1/4-inch die -stamped equipment identification number indicated in the specification and/or shown on the drawings. The equipment identification number shall be mounted on each of the separate components of the equipment to facilitate assembly in the field. B. Equipment weighing over 100 pounds shall be equipped with lifting lugs. 3.00 EXECUTION 3.01 PREPARATION A. Prepare steel substrates to not less than SSPC-SP6. B. Three -Coat Epoxy System: Manufacturer's standard epoxy system with an inorganic zinc rich primer. Minimum 10 mil total DFT. Bridge Cranes 4122 13.13 - 5 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 C. Finish coat of Manufacturer's standard colors. 3.02 INSTALLATION A. Carefully handle and install the bridge crane in strict accordance with the Manufacturer's recommendations and as indicated on the plans. B. The crane shall be provided with the necessary lubrication fittings and lubrication. Before initial startup at final installation, lubricate bearings, gears, etc., in accordance with the Manufacturer's recommendations. 3.03 FIELD QUALITY CONTROL A. Conduct field tests with the equipment in its installed position. Tests shall include a load test in compliance with OSHA requirements and demonstration to the Owner's Representative that underthis load condition, the equipment shall perform satisfactorily throughout the complete range of operation. The unit shall be checked for excessive noise, vibration, alignment, speeds, and general operation. The unit must perform in a manner acceptable to the Owner's Representative before final acceptance will be made by the Owner. 3.04 SCHEDULES Location: Sludge Thickening Facility Equipment No.: Payload: 4 Tons Runway Beam: Existing Electrical Voltage 460V-30-6OHz (VAC). - Bridge Speed: 100 FPM, maximum Trolley Speed: 80 FPM, maximum Hoist Speed: 20 FPM, maximum Hook Elevation Raised: 486.00 (minimum)" Lowered: 464.5 Existing Runway Beams: Length: 148'-7.5' Span (Centered on I -Beams): 38'-2.5" "when fully raised, the bottom of the hook elevation must be at a minimum elevation of 486.00. Manufacturer's that cannot achieve this will not be acceptable. END OF SECTION Bridge Cranes 4122 13.13 - 6 FTW17498— VCWRF Sludge Thickening Improvements City Project No. CO2647 J 4122 13.20 FLOOR CRANES 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to furnish a floor crane for the sludge Thickening Facility basement. The floor crane shall be fully assembled and include a frame, dolly assembly, wheels, manual hydraulic pump, boom assembly, and chain assembly. 1.02 QUALITY ASSURANCE A. Acceptable Manufacturers: 1. OTC Tools 2. Approved equal 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00 "Submittals" and shall include: 1. Shop Drawings a. Materials of construction b. Layout drawings include plan, sections, dimensions, and details. c. Product literature necessary to demonstrate equipment complies with design criteria. 2. Operation and Maintenance Manuals. 1.04 WARRANTY A. Manufacturer shall warrant the equipment and materials furnished under this Section against defects in materials and workmanship for a period of two (2) years from the date of Final Acceptance in accordance with the General Conditions, 2.00 PRODUCTS 2.01 FLOOR CRANE A. Provide one (1) mobile floor crane with hydraulic hand pump, capable of lifting equipment without the use of additional tools or power. Floor crane shall include a 16-7/8" lifting chain, adjustable leg spread, and telescoping boom extension for added reach. B. Capacity 1. Boom retracted: 2,200 Ibs 2. Boom extended: 1,650 Ibs C. All components to be furnished by the same manufacturer. D. Maximum Dimensions: Floor Crane FTW17498 —Village Creek WRF Thickening Improvements City Project No. CO2647 4122 13.20 - 1 1. Width: 30 inches 2. Length: 38 inches 3: Height: 80 inches 3.00 EXECUTION 3.01 SHOP PAINTING A. Shop painting shall be per manufacturer's standards. END OF SECTION Floor Crane 4122 13.20 - 2 FTW17498 — Village Creek WRF Thickening Improvements City Project No. CO2647 DIVISION 43 PROCESS GAS & LIQUID HANDLING THIS PAGE INTENTIONAUY BLANk 431133 ROTARY LOBE POSITIVE DISPLACEMENT BLOWERS 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install positive displacement blowers as specified herein. Blowers shall be furnished complete with all parts and appurtenances required to make the systems operative. B. The blowers shall provide air for Waste Sludge Holding Tank mixing as shown in the Contract plans. 1.02 QUALITY ASSURANCE A. Acceptable Manufacturers: 1. Universal Blower Pac 2. Aerzen 3. Spencer Blowers 4. Robuschi by Gardner Denver B. Design Criteria: Each blower furnished under this Section shall be rotary positive displacement, tri-lobe or hybrid tri-lobe type. Each blower shall supply enough air to meet performance requirements listed below, and shall be designed to operate continuously without overheating, or overloading motor at any operating discharge pressure up to and including maximum discharge pressure specified below. The blower maximum brake horsepower requirement shall be guaranteed with an allowable tolerance of plus or minus 4 percent when the blower is operating under the maximum performance conditions designated. Motor nameplate horsepower shall be adequate to drive each blower at maximum designated operating conditions when inlet air temperature is at any point within the specified conditions. Motors running into the service factor will not be permitted. C. Performance Requirements: Each blower shall be capable of continuous operation with the following performance and conditions: --- - — — — — - — - - Design Criteria Number of Units 2 (1 duty, 1 standby) Equipment Identification Number Mass airflow per Unit (scfm) 2,520 Design Capacity per Unit (acfm) 3,045 Discharge Pressure (prig) 6.75 Approx. Blower Elevation (ft MSEL) 480 Maximum Inlet Temperature (F) 104F Minimum Inlet Temperature (F) 0 Relative Humidity (%) 80 Maximum Motor Power per Unit (HP) 125 System Noise Level at 1 m (d8A) 80 Rotary lobe Positive Displacement Blowers 43 1133 - 1 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 D. Factory Testing: The entire blower packaged system shall undergo a factory test to assure mechanical integrity and insure conformance to the specified performance characteristics. A certified report of the ISO 1217 blower stage package shall also be provided. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00 "Document Management" and shall include: 1. Shop Drawings. 2. Operation and Maintenance Manuals. 3. Attenuation Curves. 4. Certified Performance Curves. Prior tests on identical blowers will be acceptable for establishing performance curves. 5. Project Specific Wiring Diagrams. 2.00 PRODUCTS 2.01 SOUND ENCLOSURE A. Each blower shall be supplied with a sound enclosure covering the entire blower package including the drive motor. The sound enclosure shall be designed for easy inspection and maintenance of all blower package components. Panels shall be made of powder coated steel sheet, internally and externally powder coated. Panels over 50 lb must be provided with hinged doors. Sound enclosure acoustic material shall comply with UL 94 — HF1 forfire- retardant, self -extinguishing, non -dripping materials. The enclosure shall provide suitable protection for outdoor installation under site conditions applicable to the specified site. A high efficiency blower or ventilation fan shall provide ventilation and cooling integral to the sound enclosure. 2.02 BLOWER CONSTRUCTION A. Each blower shall be mounted on the Blower Manufacturer's fabricated steel baseplate, extended to receive the driving motor, which will drive the blower through heavy duty V- belts. The V-belt drive shall be provided with interchangeable sheaves and a removable belt guard fabricated to conform to all applicable safety codes and OSHA requirements. Blower shall be foot -mounted with a cast iron case with ASA 125 flanges and one shaft extended for drive. B. The impellers shall be the straight tri-lobe or hybrid -lobe involute type made from a gray iron casting and shall operate without rubbing or liquid seals, or lubrications, and shall be positively timed by a pair of accurately machined steel, spur tooth or helical, timing gears. Each impeller shall be press fit mounted on a carbon steel shaft and be supported by two double row anti -friction bearings. Provide a positive oil seal at each bearing, designed to prevent lubricant from leaking into the air stream. Further provision shall be made to vent the impeller side of the oil seal to atmosphere to eliminate all possible carry-over of lubricant into the airstream. Rotary Lobe Positive Displacement Blowers 43 11 33 - 2 FTW17498— VCWRF Sludge Thickening Improvements City Project No. CO2647 C. The drive -end bearings shall be oil splash lubricated. Bearings shall be Cylindrical Roller bearings for a calculated operating life of 100,000 hours at the maximum design speed and pressure conditions. The timing gears and the gear -end bearings shall be oil lubricated by splash from the gears dipping in oil. D. Each blower shall be fitted with horizontal connections to facilitate piping to inlet and discharge silencers. Sizes and orientation of all blower inlet and outlet ports, as well as all connected piping and in -line appurtenances, shall be as designated on the drawings. Use of reducing fittings or oversized flange to achieve connection of dissimilar pipe and/or component port sizes in an attempt to comply with this requirement shall not be an acceptable substitute for appropriately sized connections. E. Each blower shall be capable of operating in 1047, in direct sun, with a Relative Humidity of 80%. 2.03 FILTERS AND SILENCERS A. Each blower shall be furnished with an inlet filter silencer located inside the enclosure. External inlet filters will not be allowed. Filter elements shall be washable dry type. Each blower shall be supplied with a welded steel intake silencer consisting of an arrangement of multiple ported tubes and snubbing chambers within a single cylindrical housing, complete with inlet and outlet ports arranged to suit the installation. Each silencer shall be complete with suitable mounting brackets, legs or other means appropriate for stable support. C. Each blower shall be supplied with a welded steel discharge silencer/base assembly and acoustic enclosure and shall be designed to reduce the sound pressure level emitted by the blower package over the entire range of operation qualified as per ISO 3745/6. 2.04 2.04 MOTORS A. Motor shall be a squirrel cage induction type for 460--V, 3-phase, 60-Hz operation. Each motor shall be totally enclosed fan -cooled with a 1.15 service factor. Motors shall be designed in accordance with applicable provisions of the NEMA Standard Publication for Motors and Generators, MG1 latest edition. Motor shall be rated for inverter duty use. B. Rotors shall be balanced within an amplitude peak to peak of 0.003 inch in any direction. C. Motor windings shall be full Class F insulated. Insulation shall receive an epoxy resin coating, which may be applied by spraying or other suitable methods. Motors shall operate continuously at rated voltage and frequency at 50 C ambient temperature, with a temperature rise of not to exceed 90 C measured by resistance when operating at 115 percent of the rated horsepower. D. If motor must exceed the indicated horsepower to meet the performance requirements, the Contractor shall coordinate the associated electrical work and supply appropriately sized and rated components to accommodate increased motor horsepower, at no increase in contract price. E. Motors shall comply with requirements of Section 0160 00 "Product Requirements" except as modified herein. Rotary Lobe Positive Displacement Blowers 43 1133 - 3 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 2.05 ACCESSORIES A. Pressure Relief Valve: Provide a combination relief and unloading valve on each blower discharge line. Valve shall be spring -loaded type pressure relief valve rated to relieve system pressure in excess of the setpoint. B. Check Valve: Check valves shall be provided on the discharge of each blower unit within the acoustic enclosure. Check valve shall be of the full -bore low pressure drop, flapper type design with a steel body and steel flap embedded in EPDM with full contact seal all suitable for 300°F. C. Expansion Joints: Provide elastomeric expansion joints for each blower inlet and discharge. Expansion joints shall be suitable for designated operating conditions, including discharge temperature up to 300 F, and shall be furnished complete with split retaining rings. D. Provide temperature and pressure gauges on each blower discharge line. E. Provide vacuum gauges on each blower inlet line. F. Provide manufacturer installed control panel mounted to sound enclosure. Control panel shall provide LOR switch, Start/Stop Push Buttons, and Running/Stop PTT Lights. Manufacturer installed LCD/LED HMI interfaces shall be acceptable as well. Reference Contract Plans for additional information and requirements. G. Provide manufacturer installed high temperature switch suitable for discharge air temperatures up to 300 degrees F on each blower discharge line. The switch shall be automatic trip on temperature rise, manual reset after temperature fall. H. Provide manufacturer installed differential pressure switch across the inlet filter/silencer to measure pressure drop on each blower inlet line. The switch shall be automatic trip on differential pressure rise, manual reset after differential pressure fall. 2.06 COATINGS A. Equipment shall be factory painted with a coating system suitable for the temperature conditions to be expected. Coating system shall be sufficient to protect equipment from corrosive atmosphere. Apply final coat after installation per the Manufacturer's recommendations and in accordance with Section 09 96 00.01 "High -Performance Coatings." 2.07 SPARE PARTS A. Provide the following spare parts: 1. Two inlet filters for each blower. 2. Lubricants for one year of operation. 3. One set of belts for each blower. 3.00 EXECUTION 3.01 INSTALLATION Rotary Lobe Positive Displacement Blowers FTW17498— VCWRF Sludge Thickening Improvements City Project No. CO2647 43 1133 - 4 A. The blowers and related equipment shall be installed in strict accordance with the Manufacturer's recommendations. B. Manufacturer's Representative for Startup and Testing: The services of the Manufacturer's technical representative shall be provided for pre -startup installation checks, startup assistance, training of Owner's operating personnel, troubleshooting and other services as required in Section 0175 00 "Starting and Adjusting." C. If the blowers are installed within 10' of exterior face of wetted walls of holding tanks, blowers will be within Class 1 Division 2 space and shall be properly equipped. 3.02 FIELD QUALITY CONTROL A. After each blower unit and its accessories have been completely installed and the electrical connections have been made, it shall be subjected to field tests conducted by the Contractor and witnessed by the Engineer to determine if blower package is free from all objectionable vibration, bearing heating, noise, or other defects. Each blower package shall be subjected to running tests under actual operating conditions when Manufacturer's technical representative determines blower has warmed up completely. The unit must perform in a manner acceptable to the Engineer before final acceptance will be made by the Owner. B. Each blower shall be tested for noise, with one unit running, in accordance with ISO 2151. Certified dBA noise level test results shall be submitted. END OF SECTION Rotary Lobe Positive Displacement Blowers 43 it 33 - 5 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 THIS PAGE INTENTIONALLY BLANK 431143 GAS -HANDLING VENTURI JET MIXING SYSTEM 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals to install gas -handling venturi jet mixing system including chopper pumps, mixing nozzles, gas ejectors, valves, piping, controls and appurtenances as specified herein and shown on the Contract drawings. B. The gas -handling venturi jet mixing system shall mix and homogenize thickened primary sludge and thickened waste activated sludge (WAS) within the Blend Tank. 1.02 QUALITY ASSURANCE A. Acceptable Manufacturers 1. Landia, Inc. 2. No approved equal. 1.03 SYSTEM DESCRIPTION A. The gas -handling venturi jet mixing systems shall be installed at the Blend Tank. B. The gas -handling venturi jet mixing system shall be designed to pump, using a macerating chopper pump, the sludge specified herein. The suction piping will draw solids from near the Blend Tank's floor. The chopper pump's discharge flow will alternate between two different locations, as controlled by SCADA. The discharge locations represent two different modes of operation as describe below: 1. Gas mix mode - Macerated solids from the chopper pump will be directed to a venturi ejector located near the top of the Blend Tank. The venturi ejector will be connected to piping installed at the top -most portion of the Blend Tank's cover, effectively causing biogas from the Blend Tank's headspace to be mixed with solids from the chopper pump via vacuum induction. The blended biogas and macerated solids will evacuate into the Blend Tank through a jet nozzle to mix and breakup solids in the upper portions of the Blend Tank. 2. Liquid mix mode — Macerated solids from the chopper pump will evacuate directly into the Blend Tank through a jet nozzle located at the tank's midpoint. C. One manufacturer shall provide all equipment in this section. 1.04 DESIGN REQUIREMENTS A. The gas -handling venturi jet mixing system shall meet the following design requirements: Gas -Handling Venturi Jet Mixing System 43 1143 - 1 FTW17498 — VCWRF Sludge Thickening Modifications City Project No. CO2647 I Design Requirements — Number of Tank 1 Tank Dimensions 70 FT inner diameter, 28 FT side water depth Number of Mix Systems per Tank 2 Feed Types Thickened municipal primary sludge Thickened municipal WAS Feed Solids 3% - 5% total dry solids Feed Flow Rate 0.6 — 0.75 MGD annual ADF 0.7 — 0.85 MGD maximum month ADF Chopper Pump Motor Size (per Mix System) 48.9 HP Power Supply 3ph / 460V / 60Hz Number of nozzles (per Mix System) 1 mixing nozzle and 1 gas ejector nozzle assembly 1.05 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00 "Submittal Procedures" and shall include: 1. Shop drawings: Complete assembly, foundation, and installation drawings, together with detailed specifications and data covering materials used, power drive assembly, parts, instrumentation devices and other accessories forming a part of the system furnished shall be submitted for review. The following information shall also be submitted with shop drawings. a. List any exceptions or deviations from the contact documents. b. Drawings showing the equipment dimensions, weights, loadings, and other information necessary to install the equipment. c. Drawings and details of chopper pump. d. Drawings and details of venturi biogas ejector assembly. e. Drawings and details of the discharge jet nozzles. f. Drawings and details of isolation valves. g. Nameplate data of each electric motor proposed to be furnished with the gas - handling venturi jet mix system. h. List of spare parts to be furnished. i. Warranties. 2. Complete electrical and instrumentation wiring diagrams to be furnished, including, but not limited to the following items: a. Complete system interconnection diagrams between power supply, control panels, drive motor, secondary drive motor, and all ancillary equipment connected to control system, including terminal number connection points. Gas -Handling Venturi Jet Mixing System 43 1143 - 2 FTW17498 — VCWRF Sludge Thickening Modifications City Project No. CO2647 0 b. Complete electrical schematics with power wiring and control wiring in accordance with current standards, schematics shall include all component ratings. c. Control component itemized information and data. d. Details of electrical components including enclosures and machine mounted components. e. Elevation of local control panel and operator control station showing panel mounted devices. Provide details of power distribution and full load current draw of panel. Provide list of all terminations required to receive inputs or a transmit inputs from the local control panel. 3. Instrumentation & Controls submittals: a. P&IDs and Process Flow Diagrams b. Instrument specifications in ISA Format with catalogue cut sheets c. Instrument list with Tag Names, flanges, Alarm set points, & Manufacturer contact information d. System control philosophy provided in both written and schematic form. List component identification on schematic diagrams. Identify all input/outputs to controls. Description of control system in written form including functions monitored, controlled, and alarmed. Include sequence of operation and interface requirements. e. PLC Submittals: 1). First Submittal (Furnish as one single submittal) a). PLC Input/Output List b). PLC Hardware specifications with catalogue cut sheets c). Control panel Layout with overall dimensions, Panel NEMA rating, Panel exterior color, and layout of external and internal mounted components. d). Loop Diagrams e). Interconnection wiring diagrams f). PLC Soft link Input/Output List (Made available in Contiguous Registers) for Control/Owner's HMI. 2). Second Submittal (Furnish as one single submittal) a). Hard copy of the PLC Application program (Programming software manual) with explanation of conventions used. b). Soft Copy of the PLC Application program with comments on c). CD-ROM. d). Hard copy of Color graphics, alarm lists, reports & trends. 4. Operations and maintenance information and equipment maintenance summary sheets shall be furnished for the equipment specified herein. Gas -Handling Venturi Jet Mixing System 43 1143 - 3 FTW17498 — VCWRF Sludge Thickening Modifications City Project No. CO2647 1.06 WARRANTY A. The equipment supplier shall furnish a warranty for all equipment provided by the equipment supplier for a period of two (2) years from date of Owner's final acceptance of the project. All equipment shall be guaranteed against defects in material and workmanship to the effect that any defective equipment shall be repaired or replaced without cost or obligation to the Owner. C. During the warranty period the Owner will do a performance test in the Blend Tank to evaluate the performance of the gas -handling venturi jet mixing system. Performance Test shall be in accordance with Paragraph 3.0313 of this Section. 2.00 PRODUCTS 2.01 CHOPPER PUMP A. Pump Casing 1. Casing shall be of gray cast iron AISI A48-40B with all water passages to be smooth, and free of blowholes and imperfections that inhibit good flow characteristics. Fabricated casings shall not be accepted. 2. Front and back suction plates shall be machined such that all solids are directed away from the seal area. In addition, back pump out vanes on the impeller shall eliminate debris from collecting around the seal area. 3. An anti -clog bar shall be mounted on the pump volute in conjunction with the stationary knives. The impeller shall incorporate a raised vane tip, which, in conjunction with the anti -clog bar, will eliminate stringy material from clogging at the impeller eye. Pump designs that require a cleanout plug in the pump casing shall not be accepted. B. Pump Assembly All mating surfaces where watertight sealing is required shall be machined and fitted with Nitrile rubber O-rings. Fitting shall be such that sealing is accomplished by metal - to -metal contact between machined surfaces, resulting in compression of the O-rings without requiring specific torque limit. No secondary sealing compounds, rectangular gaskets, elliptical 0-rings, grease, or other devices shall be used. C. Chopping System 1. Chopping/maceration of solids shall be accomplished by the action of two rotating knives moving across one fixed knife alternatively three fixed knives mounted by the pump inlet external of the pump casing. The chopping system shall be designed to prevent the pump inlet from clogging. Rotating and fixed knives shall be easily replaceable without the use of special tools or requirement of pump disassembly. Fixed and rotating knives shall be of steel AISI A570 Gr.36 and heat treated to 60 Rockwell C Hardness. D. Impeller Gas -Handling Venturi Jet Mixing System FTW17498 — VCWRF Sludge Thickening Modifications 431143-4 City Project No. CO2647 Impeller shall be open type cast iron AISI A48-40B or EN-GJS-700 and dynamically balanced. The impeller shall be rigidly held in place with an impeller bolt and have no axial adjustments and no set screws. Fabricated impellers will not be accepted. 2. The impeller shall not be required to assist in any chopping/macerating function. Pump designs that require the impeller to chop solids will not be accepted. E. Motor The pump motor shall be of the squirrel -cage asynchronous speed type. The motor shall be Totally Enclosed Fan Cooled type and equipped with closed terminal board for electrical connection. The stator winding shall be insulated with moisture resistant Class F insulation, which shall resist temperatures of 315°F. The stator shall be dipped and baked three times in Class F varnish. The motor shall be designed for continuous -duty, capable of sustaining a maximum of 10 evenly spaced starts per hour. The rotor bars and short circuit rings shall be made of aluminum. The motor shaft, delivered with the rotor as an integral part, shall be shafting steel AISI 4340. The stator housing shall be of gray cast iron AISI A48-4013. Motors shall be IEC Class N. F. Seals Each pump shall be provided with a double mechanical seal system, each containing one stationary silicon carbide ring and one rotating silicon carbide part running in the oil for cooling and lubrication. They shall be mounted on the motor shaft to isolate the oil chamber from the dry motor stator housing and the medium from the oil chamber. The impeller and pump casing back plate design, both having pump out vanes to reduce seal area pressure and to prevent any build-up of solids between impeller and pump casing, shall protect the outer mechanical seal. 2. Each pump shall be provided with an oil chamber for the shaft sealing system. Drains and inspection plugs shall be provided with positive anti -leak seal and shall be accessible from the outside. 3. Mechanical seals shall not require a lubrication monitoring system to ensure reliability. G. Shaft and bearings 1. The pump motor shaft shall rotate on two permanently lubricated bearings. The inner and outer bearing shall be single row, deep -groove ball bearings calculated for an L-10 life of 100,000 hours at full load. 2. The motor shaft shall be Alloy Steel AISI 4340. The impeller shall be mounted directly on the motor shaft. No shaft coupling shall be required. 2.02 PUMP FRAME A. The pump shall be provided with a hot dip galvanized frame for fixation. The frame shall have bolt holes suitable for chemical anchors or expansion bolts. 2.03 GAS EJECTORS AND MIXING NOZZLES A. One gas venturi ejector and one sludge -only mixing nozzle shall be furnished for each pump. The gas ejector and sludge -only mixing nozzle shall be constructed of 304 stainless steel. Gas -Handling Venturi Jet Mixing System FTW17498 — VCWRF Sludge Thickening Modifications 43 1143 - 5 City Project No. CO2647 Gas recirculation shall be accomplished by means of gas induction through a venturi gas ejector, which penetrates through the tank wall. A venturi nozzle shall provide the negative pressure in the mixing chamber, by which the gas is aspirated down through the gas suction pipe and the gas/sludge mixture is injected into the tank. C. Sludge -only recirculation shall be accomplished by means of a sludge -only mixing nozzle, which penetrates through the tank wall. 2.04 VALVES A. The gas -handling venturi jet mixing system manufacturer shall provide the following valves per mixing system: 1. Two electrically actuated knife gate valves, one for chopper pump discharge piping to the gas ejector and one for the chopper pump discharge piping to the sludge -only mixing nozzle. 2. Three manually operated knife gate valves, one for the suction pipe, one for the biogas supply piping upstream of the gas ejector, and one downstream of the venturi gas ejector. The GasMix manufacturer supplies these valves. B. Each valve shall consist of a cast iron body with a stainless -steel gate. The knife gate valves shall be manufactured by Dezurik, WEY or an approved equal. 2.05 SLUDGE PIPING A. The Contractor shall supply the suction pipe and the stainless -steel piping to the mixing nozzles and gas ejectors, as per the plans and drawings. 2.06 GAS SUCTION PIPE A. The Contractor shall supply sufficient length of stainless -steel pipe for gas suction. The pipe shall be attached to the gas venturi ejector assembly. 2.07 FASTENERS A. All fasteners shall be included as necessary. Fasteners shall be 316 stainless steel. 2.08 ELECTRICAL REQUIREMENTS A. General Each gas -handling venturi jet mixing system shall be provided with a Gas Mixing Control Panel (GMCP-1 and GMCP-2) located within the electrical room as indicated on the Drawings. The GMCP shall house the programmable logic controller (PLC) and all motor starters, VFDs, motor controls and system control equipment required to completely monitor and control the gas -handling venturi jet mixing systems and auxiliary equipment. 2. Provide all necessary conduit and wiring from the GMCP to the associated motors. 3. Additionally, provide all necessary conduits and wiring from the GMCP to all local limit switches, valves, motors, and miscellaneous electrical monitoring and control devices. This work shall be required for all the power, control, and communications wiring to Gas -Handling Venturi Jet Mixing System FTW17498 — VCWRF Sludge Thickening Modifications 43 1143 - 6 City Project No. CO2647 make a complete and functional system. All wiring shall be in conduit and in conformance with Division 26 requirements for raceways and wiring. All electrical work shall be performed in accordance with the UL and NEC. The completed control panels shall meet UL 508 and associated UL requirements and shall be UL labeled as a final control assembly. 4. A control transformer will be provided in the GMCP or as necessary to provide a 120- volt, single phase power source for motor starter coils, lights, relays, timers, controllers, local operating panel and other related items. An external UPS circuit shall provide power to the MCP control equipment (e.g. PLC, OIT, power supplies, Ethernet switch, etc.). All devices within the GMCP shall be permanently identified. Nameplates shall be provided on the face of the panel or on the individual devices as required. Nameplates shall be made of laminated phenolic materials with a white face and a black core. 6. The GMCP shall be provided with terminal blocks for power wiring to and from the panel. The incoming terminal blocks shall be provided as necessary with a single magnetic circuit breaker disconnect switch. The panel will be designed to communicate back to the main plant DCS system. B. Gas Mixer Control Panels (GMCP-1 and GMCP-2) 1. The GMCP enclosure shall be NEMA 4X constructed of 316 stainless steel. All electrical work shall be performed in accordance with applicable local and national electric codes. The GMCP shall accept a 460-VAC, 60-hertz, 3-phase power input. A main disconnect circuit breaker and operator mechanism shall be included. When the disconnect is in the open position, all power shall be removed from the control system. NEMA rated motor starters shall be provided. IEC rated starters and equipment will not be considered equal to NEMA rated equipment. Short circuit protection for each motor shall be accomplished utilizing thermal magnetic circuit breakers. Individual thermal overload protection shall be provided. 3. All logic functions for the system shall be performed by a PLC. 4. The GMCP shall include an PLC capable of communicating via the Ethernet data highway. The PLC Ethernet communications port itself shall support Modbus TCP/IP protocol. All electrical work shall be performed in accordance with applicable local and national electric codes. The specifics of what shall appear on each OIT screen and what calculations are required to support them shall be developed and submitted in final printed (color) form for approval during the shop drawing phase. The PLC shall be provided with a network card equipped with Ethernet ports for connection to the plant DCS Ethernet network. The PLC Ethernet communications port itself shall support Modbus TCP/IP protocol, or if not compatible, the supplying vendor shall provide necessary hardware/software required to provide Modbus TCP/IP communications. Provide a managed Ethernet switch in compliance with Section 40 66 00 requirements and equipped with sufficient ports for communication cables to the PLC, OIT and DCS network as shown on the drawings. b. Signals associated with the equipment to be controlled shall be wired directly to the PLC. All PLC discrete outputs shall drive interposing relays to provide a dry contact Gas -Handling Venturi Jet Mixing System FTW17498 — VCWRF Sludge Thickening Modifications 43 1143 - 7 City Project No. CO2647 to interface with the motor starters located in the GMCP, external skid mounted devices, plant motor control center (furnished by others), or other external drive systems (furnished by others). c. All monitoring functions available on the gas -handling venturi jet mixing system, including monitoring of operator -input control variables, shall be available to the plant DCS system as shown on the Contract Drawings. The gas -handling venturi jet mixing system Manufacturer/Supplier shall be responsible for coordinating with the Division 40 Process Control System Integrator (PCSI) and Applications System Programmer (ASP) regarding DCS requirements, and shall provide PLC memory map for Owner approval as part of the shop drawing submittal. C. Sequence of Operation 1. The following sequence of operation is provided to establish a basic level of detail and complexity for the system. Individual manufacturer's recommendations for their specific system settings will be taken into consideration during the shop drawing review process. To operate the system in manual mode, the operator will place the HAND/OFF/AUTO selector switch in the HAND position on the OIT. The HAND MODE indicator will be illuminated on the OIT. The operator will control system equipment manually via pushbuttons on the OIT. The system may be operated in the automatic mode by placing the HAND/OFF/AUTO selector switch within the OIT in the AUTO position. a. The AUTO START indicator will illuminate and the operator will press the AUTO START pushbutton at the OIT. Once started the PLC will control the gas -handling venturi jet mixing system based on operator setpoints for mixing valve operation and sequence timing. The pump will operate continuously. Pressing the AUTO STOP pushbutton on the OIT will de energize the pump and close the valves. 4. The gas -handling venturi jet mixing system shall continue to operate unless the Blend Tank Level falls below a low setpoint. (The Blend Tank level transmitter will provide two 4-20mA outputs to be directly monitored by each GMCP). If the system is in AUTO and shuts down due to low level, the PLC will initiate AUTO START once the Blend Tank level rises above the low setpoint for a set period of time. D. Wiring 1. AU power and control wiring shall be 600-volt, type THHN/THWN insulation stranded copper and shall be sized for the required load, 14-AWG minimum. E. Circuit Breakers The circuit breaker for the main disconnect shall be thermal magnetic molded case units. The circuit breaker shall be Square D, Class 650, Type FAL, or equal. F. Motor Starters 1. See Division 26 requirements. G. Selector Switches Gas -Handling Venturi Jet Mixing System 43 1143 - 8 FTW17498 VCWRF Sludge Thickening Modifications City Project No. CO2647 1. All selector switches shall be heavy duty, oil tight/watertight, corrosion resistant units rated for NEMA 4X service. Contact blocks shall be rated for 10-ampere continuous service. Selector switches shall be Square D, Type SK or equal. H. Pushbuttons 1. All pushbuttons shall be heavy duty, oil tight/watertight, corrosion resistant units rated for NEMA 4X service. Contact blocks shall be rated for 10-ampere continuous service. 2. Pushbuttons shall be Square D, Type SK or equal. I. Pilot Lights 1. Pilot lights shall be heavy duty, oil tight/watertight, corrosion resistant units rated for NEMA 4X service. Units shall be 120-VAC transformer type. Pilot lights shall be Square D, Type SK LED's with push -to -test feature or approved equal. J. Terminal Blocks 1. Terminal blocks shall be high density, solderless box lug style, with 600-volt rating. 2. Terminal blocks shall be Square D, Class 9080, Type M, or equal. 3.00 EXECUTION 3.01 INSTALLATION A. The gas -handling venturi jet mixing systems and control panels shall be installed in complete accordance with the Manufacturer's recommendations. B. Manufacturer's Representative for Startup and Testing: The services of the Manufacturer's technical representative shall be provided for pre -startup installation checks, startup assistance, training of Owner's operating personnel, troubleshooting and other services as required in Section 0175 00 "Starting and Adjusting." 3.02 FACTORY TESTS A. The system manufacturer shall perform the following inspections and tests on each pump before shipment from the factory: 1. Balancing of the motor (rotor). 2. Dry run pump test to verify correct rotation and mechanical integrity. The entire unit is checked for vibration. 3. Full Load Motor Test (run dry for 5 minutes at full load) to verify electrical data measurements. All electrical data shall be registered as part of documentation. 4. Motor insulation test for moisture content and insulation defects. 5. Final inspection of impeller, motor rating, and electrical connections for compliance with purchase order. 6. All inspections and tests shall be executed under ISO 9001 certification. B. GMCP Factory testing shall consist of an Unwitnessed Factory Test (UFT). 1. Examples of testing sections are as follows: Gas -Handling Venturi Jet Mixing System 43 1143 - 9 FTW17498 — VCWRF Sludge Thickening Modifications City Project No. CO2647 a. Panel wiring b. Panel power on operational test c. 1/0 check from panels through the software d. Testing of manual operations e. Testing of functional modules of programming (automatic and sequencing) f. Testing of low level shutdown and failures g. Trending and Alarm verification h. Security Power loss and restoration j. OIT and graphics shall be tested. C. Successful completion of UFT and approval of test documentation are required prior to shipment of the GMCP. Retainage of payment shall be withheld until successful completion of UFT and approval as described herein. 3.03 FIELD QUALITY CONTROL A. Functional Test: Functional testing shall be performed for each mixing system. Prior to system startup, system components shall be inspected for proper alignment, quiet operation, proper connection, and satisfactory operation. The Manufacturer's representative shall inspect installation, provide necessary lubrication and minor adjustments, provide certification that the system components have been installed correctly and are ready for operation. The performance test shall not begin until functional testing has been completed to the Owner's and Engineer's satisfaction. B. Performance Test: 1. The Owner will conduct a suspended solids and temperature profile study in the Blend Tank. During the test, only one of the two gas -handling venturi jet mixing systems will be operational. The test will include sampling from 4 sampling locations with grab samples from 3 different elevations at each location for a total of 12 samples. The parameters to be tested are Total Suspended Solids and Temperature. 2. The test will be successful if no more than one sample deviates from the overall sample mean by 10% or more. 3. If, after the performance test, in the opinion of the Engineer, the system meets the minimum performance requirements specified herein, the Engineer will recommend, by letter, the official acceptance of the mixing system. If, in the opinion of the Engineer, the performance test results do not meet the requirements specified herein, the Engineer will notify the Owner and Contractor of non -acceptable performance. 4. In the case of non -acceptable performance, the Manufacturer shall then have 15 days in which to perform at its sole expense, any supplemental testing or equipment adjustments to perform a retest of the non -acceptable system. If the modified equipment does not meet the performance requirements of this Specification after Gas -Handling Venturi Jet Mixing System FTW17498 — VCWRF Sludge Thickening Modifications 43 11 43 - 10 City Project No. CO2647 completing an additional suspended solids and temperature profile study, , the Manufacturer shall replace equipment as required to meet the performance. Additionally, the Manufacturer shall be responsible to pay for all engineering redesign, if necessary, to accommodate replaced equipment per rates established in the Supplementary Conditions. If in the opinion of the Engineer, a performance acceptance test or retest is successful and meets the requirements specified herein, the Engineer will recommend, by letter, the official acceptance of the mixing system. C. GMCP Functional Demonstration Testing 1. Upon completion of construction of the system and prior to startup, the Manufacturer, with the assistance of the General Contractor, shall conduct a comprehensive Functional Demonstration Test (FDT) for equipment, according to an agreed upon test procedure which shall be reviewed by the Engineer. The FDT procedures shall be developed by the Manufacturer and submitted to the Engineer for review and comment 30-days prior to testing. A qualified representative of the Manufacturer shall direct the system tests, analyze data, and certify the system performance during the tests. The Engineer shall observe all tests and shall be given 10 days advance notice by the Manufacturer of intent to conduct such tests. 2. The FDT shall demonstrate that the equipment and control systems furnished under this Contract are properly installed and operate in accordance with all provisions of these specifications, including all operating, monitoring and shutdown functions. This testing shall include the following: a. Electric wiring and connections. b. Proper operation of the system as specified herein. c. Proper operation of instrumentation, alarms, and operating indicators associated with the equipment, including level signals, valve operation, etc. d. Proper operation and communications between the Manufacturer supplied PLC and DCS system. e. Proper operation of manual and automatic controls. 3. Manufacturer shall conduct FDT when each individual component item or system has achieved one continuous hour of satisfactory operation. Demonstrate all operational features and controls during this period while in automatic modes. 4. If, in the opinion of the Engineer, the system meets the requirements specified herein, the system shall be classified as Accepted. 5. In the case of a nonconforming system, acceptance and completion of the FDT shall not occur until the Manufacturer has made such adjustments, replacements, changes and/or additions as are necessary to correct the system and retest it as specified above. 6. Acceptance of the FDT shall not occur until, in the opinion of the Engineer, the system has conformed to these specifications and all punchlist items are complete. END OIL SECTION Gas -Handling Venturi Jet Mixing System 43 1143 - 11 FTW17498 — VCWRF Sludge Thickening Modifications City Project No. CO2647 I1:161L[e1a1►1111►11MkiF-AlIwa1.1Wil01:1 432152 VERTICAL DRY -PIT CHOPPER PUMPS 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install centrifugal, vertical dry pit chopper pumps and all appurtenances as specified for mixing of the Primary Sludge Holding Tanks. The pump shall be specifically designed to pump waste solids or sludges at heavy consistencies. Materials shall be macerated and conditioned by the pump as an integral part of the pumping action. B. Unit Responsibility: 1. The pumps shall be provided as apart of the sludge mixing system package as specified under Section 46 4121 "Sludge Mixing System". 1.02 QUALITY ASSURANCE A. DESIGN CRITERIA 1. The pumping units shall be designed for the following conditions: Mixer Pumps (with Mixing System) Number of Units 3 Rated Total Head, Feet 40' Rated Capacity at Rated Head, gpm 2600 gpm Minimum Shutoff Head, feet 80' Maximum RPM 1170 Minimum - Maximum Motor Horsepower Range, HP 35 - 50 Minimum Pump Efficiency, % 60 B. MANUFACTURER'S SERVICES: 1. The services of the Manufacturer's technical representative shall be provided for pre - startup installation checks, startup assistance, training of Owner's operating personnel, troubleshooting and other services as required in Section 0175 00 "Starting and Adjusting" in addition to requirements specified in the mixing system specification. C. ACCEPTABLE MANUFACTURERS 1. Vaughan — PE Series 2. Hayward Gordon — CHOPX Series 3. WEMCO 4. No equals D. EXPERIENCE REQUIREMENTS: Vertical Dry Pit Chopper Pumps 43 2152 - 1 FTW 17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 1. The chopper pump manufacturer shall have a minimum often (10) years of documented experience in the design and production of chopper pumps of all types, and not less than five (5) years of experience in the production of the equipment as specified herein. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00, "Submittals" and shall include: 1. Equipment assemblies: Make, model, weight, and horsepower of each pump. 2. Detailed drawings for mechanical and electrical showing equipment fabrications and interface with other items including dimensions, size, and locations and weights associated with equipment. 3. Coating systems, manufacturer's descriptive catalog information and specifications for coating system used on each component. 4. Power and control wiring diagrams, including terminal and numbers. 5. Operation and maintenance manuals 1.04 REFERENCED STANDARDS A. ANSI/ HI — Hydraulic Institute. Pump heads and other terms shall be as defined in the Standards of the Hydraulic Institute. B. AFBMA— Anti -Friction Bearing Manufacturers' Association C. ANSI —American National Standards Institute D. ASME —American Society of Mechanical Engineers E. ASTM — American Society for Testing and Materials F. NEMA —National Electrical Manufacturers Association 1.05 DELIVERY AND STORAGE A. Store equipment with protection from the weather, excessive humidity and temperature, dirt, dust and other contaminants and in compliance with the manufacturer's instructions. B. Spare parts shall be packed and shipped in containers bearing labels clearly designating contents and pieces of equipment for which it is intended. 1.05 GUARANTEES A. Manufacturer shall warrant the equipment and materials furnished under this Section against defects in materials and workmanship for a period of two (2) years from the date of Final Acceptance in accordance with the General Conditions. 2.00 PRODUCTS 2.01 VERTICAL DRY -PIT CHOPPER PUMPS A. Furnish and install a chopper pump capable of handling primary sludge in accordance with these Specifications and as shown on the Drawings. Vertical Dry Pit Chopper Pumps 43 21 52 - 2 FTW 17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 B. Pump Flanges: The pump flanges shall be certified ANSI 150 # class R.F. C. Discharge: The pump discharge orientation shall enable adjustment or rotation in 45 degree intervals or increments around the motor center line and relative to the pump suction. D. Casing and Back Pull -Out Plate: The pump casing shall be of volute design, spiraling outward to the 125 lb. flanged centerline discharge. Back pull-out design shall incorporate jacking bolts for accurate adjustment of impeller -to -cutter bar clearance, and shall allow removal of pump components without requiring disconnection of casing from inlet or discharge piping. Casing & backplate shall be ductile cast iron with all water passages to be smooth, and free of blowholes and imperfections for good flow characteristics. A pressure tap shall be included on or near the discharge flange. Backplate shall include a replaceable Rockwell C 60 steel cutter adjustable for 0.005-0.015" clearance to cut against the rotating impeller pump out vanes for removing fiber and debris. Casings with 4" or larger discharge diameter shall have an inspection port with removable cover to allow access to the casing passage. An inspection port shall also be provided in the suction spool piece to allow access to the front of the impeller and cutter bars. The casing backplate shall have spiral cutting groove on the surface that is in close clearance to the rear of the impeller. The casing shall be a clamp type design, with integrally cast feet to allow removal of the power frame for maintenance without disturbing the suction or discharge piping. E. Impeller: The pump shall be of the semi -open or open impeller type with pump -out vanes to reduce seal area pressure, and sharpened vane edges incorporated into the rear of the impeller. The pump shall be a chopper type pump, where the chopping/maceration of materials is accomplished by the action of the leading edges of the impeller blades moving across the cutter bar at the intake openings. The pump shall be manufactured with a set clearance between the impeller and cutter bar of 0.010" to 0.015" on pumps with less than 14" diameter impellers or .020" to .030" on pumps with 14" diameter or larger impellers. impeller shall be cast alloy steel heat treated or case hardened to minimum Rockwell C 60 and dynamically balanced. The impeller shall be keyed to the shaft and shall have no axial adjustments and no set screws. Cutter Bars: The casing shall be fitted with a replaceable, externally -adjustable suction plate with integral cutter bars constructed of cast alloy steel, case hardened. Cutter bar shall extend diametrically across entire pump suction opening. A removable disintegrator tool located below intake opening shall be provided to prevent suction blockage, to break up large solids and to induce flow. The surface of the suction plate facing the impeller shall have multiple radial cutting slots to prevent binding of material between it and the impeller vanes. Pumps with 15" or larger impeller diameters shall have separately replaceable cutter bars independent of the main suction cover. G. Upper Cutter: The area behind the impeller shall be protected from fouling by the cutting and expulsion action of sharpened vane edges sweeping across spiral grooves in the casing backplate. In lieu of an upper cutter, the impeller may feature machined grooves and at least four stainless steel teeth bolted to the backplate may be provided. The impeller, disintegrator tool and cutter bar shall be minimum 500 Brinell hardness, heat - treated A148 Gr. 90-60 cast alloy steel. The pump casing and bearing housing shall be ductile cast iron. Vertical Dry Pit Chopper Pumps 43 2152 - 3 FTW 17498 -- VCWRF Sludge Thickening Improvements City Project No. CO2647 I. Deflector Nut: The impeller shall be secured to the shaft using a deflector nut made from 410 Stainless Steel hardened to 400 BHN, designed protrude in front of the cutter bars and deflect stringy materials and prevent binding. J. Bearings: Radial bearings on all sizes of pump shall be cylindrical roller type to withstand high radial loads during chopping. Axial thrust in both directions shall be handled by double row angular contact thrust bearings on pumps with less than 14" diameter impellers or by higher capacity double row tapered roller bearings for pumps with 14" diameter or larger impellers. The bearing lives are to be rated for a minimum of 100,000 hrs. L10 life, based on calculated loads due to hydraulic thrust encountered at the duty point, as well as other mechanical loading due to belt drives if applicable or shaft and impeller weight. Shall be oil - bath lubricated with ISO Gr. 46 turbine oil. Shaft thrust in both directions shall be taken up by two back-to-back mounted single -row angular contact ball bearings. Two adjacently mounted single -row radial bearings shall also be provided. B10 bearing life shall be minimum 100,000 hours. K. Bearing Housing: Shall be ductile cast iron and machined with piloted bearing fits for concentricity of all components. The axial thrust bearing shall be contained in a separate housing mounted within the powerframe to allow for external axial adjustment of the impeller clearance. The bearing frame shall be removable for servicing without disturbance of the suction or discharge piping. Bearing housing shall include a side -mounted reservoir marked for correct oil level and should be fitted with grease nipples for grease lubrication or with an oil level sight gauge, vent and drain plugs for oil lubrication. Viton' double lip seals riding on stainless steel shaft sleeves are to provide sealing at each end of the bearing housing. Thrust bearings are mounted in an adjustable cartridge to allow external upper cutter adjustment. L. Stuffing Box: Shall be ductile cast iron. The stuffing box shall be designed to accommodate the packing, a mechanical seal with no seal water flush as described below. M. Flushless Mechanical Seal: system designed to require no clean water flushing. System to consist of the stuffing box portion of the seal housing having a tapered opening of no less than 20'to promote the expulsion of solids back into the pumped flow. The seal shall be front loading and of the cartridge type with Viton 0-rings, tungsten carbide faces and 31655 metal parts. The cartridge shall also include a 17-4 PH heat -treated seal sleeve and a ductile iron sleeve gland. The cartridge seal shall be pre -assembled and pre -tested so that no seal settings or adjustments are required. Any springs used to push the faces of the seals together must be shielded from the pumped fluid to prevent binding or hang-up of the seal. A separate oil chamber shall not be required for the mechanical seal. Any leakage will be retained by a drainabie reservoir, with a 0.75" NPT hole provided to connect drainage piping. Seal shall be Chesterton S10 TC or approved equal. N. Pump Shafting and Sleeve. Shall be heat treated alloy steel. The shaft will be constructed of 4140 carbon steel, protected through the seal area by a renewable 410 Stainless Steel sleeve hardened to 400BHN. An O-ring between sleeve and shaft will prevent pumped fluid from leaking along the shaft. Bearing housing and motor stool design shall provide accurate, self -aligning mounting of the C-flanged motor. Pump -motor coupling shall be T.B. Woods Sureflex or equal elastomeric type. Coupling guards shall have removable covers constructed of stainless steel. Vertical Dry Pit Chopper Pumps 43 21 52 - 4 FTW 17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 O. Pump and Motor Base: The pump shall be supported by an independent pedestal base fabricated from steel or Cast Iron, designed to provide rigid support of the pump and motor. The independent pump support pedestal shall be designed for easy access to the handhole cleanout and such that the suction elbow can be removed for maintenance without having to remove or dismantle any of the pump components. 2.02 MOTOR A. Drive motor shall be C-flanged electric motor, Premium Efficient, Severe Duty, TEFC enclosure. The motor shall be inverter duty, for use with variable frequency drives, and sized for non -overloading conditions.. B. Horsepower rating of motor shall be equal to or greater than the total horsepower requirements of the pump when operating at any head between the shut-off and minimum heads, including power requirements for hydraulic losses, shaft bearing loss, and motor thrust bearing loss from pump thrust. The motor shall have a service factor of 1.15. If motor must exceed the indicated horsepower to meet the performance requirements, the Contractor shall coordinate the associated electrical work and supply appropriately sized and rated components to accommodate the increased motor horsepower, at no increase in contract price. Power requirements are 460 volts, 3 phase, 60 Hz. C. The motor shall be designed in accordance with applicable provisions of the NEMA Standard Publication for Motors and Generators, MG-1, with subsequent revisions thereto. D. Motors shall have a clamp -type grounding terminal inside the motor conduit box. E. Motors with external conduit boxes shall have oversized conduit boxes. F. Maximum starting current shall be per NEMA MG1 and shall be fully Class F insulated. G. Efficiency shall be per NEMA MG1 for Premium efficiency motors. 3.00 EXECUTION 3.01 PREPARATION A. The pumping unit shall be grit blasted to white metal, shop prime coated with a primer, and finish coated in accordance with Section 09 96 00.01, "High -Performance Costing". Contractor shall verify compatibility of prime and finish coats. 3.02 INSTALLATION A. Install vertical dry -pit chopper pumps in accordance with Manufacturer's instructions and per Drawings. 3.03 FIELD QUALITY CONTROL A. Upon completion of installation of equipment, an acceptance test to verify the satisfactory operation of each unit shall be conducted. The test shall be conducted in a manner approved by and in the presence of the Engineer. Units shall be checked for excessive noise, vibration, general operation, etc. The units must perform in a manner acceptable to the Engineer before final acceptance will be made by the Owner. END OF SECTION Vertical Dry Pit Chopper Pumps 43 21 52 - 5 FTW 17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 THIS PAGE INTENTIONALLY BLANK DIVISION 44 POLLUTION & HATE CONTROL EQUIPMENT THIS PAGE INTENTIONALLY BLANK 44 00 00.02 OUTSIDE PIPING INSULATION 1.00 GENERAL 1.01 WORK INCLUDED Furnish labor, materials, equipment and incidentals necessary to install piping insulation for exposed piping, valves and fittings on lines as scheduled. An exposed line is one that is not buried nor in a building with a controlled environment. Unless otherwise specified, insulation shall be provided from a point 6" below the finished ground and shall be designed for temperatures down to -10' F. 1.02 QUALITY ASSURANCE A. ACCEPTABLE MANUFACTURERS 1. Knauf Fiberglass 2. Owens/Corning Fiberglass Corporation 3. Pittsburg Corning 4. Armstrong World Industries 5. Imcoa B. FACTORYTESTING Insulation shall be tested and listed by U.L. Laboratories and shall have the following minimum properties: flame spread not to exceed 25 and smoke development not to exceed 50. Insulation shall conform to ASTM C-547, Class 1. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00, "Submittals." 2.00 PRODUCTS 2.01 SYSTEM A — ABOVE GRADE A. PIPE INSULATION: 1-1/2" thick, heavy density preformed insulation composed of fine glass fiber bonded together with a thermosetting resin molded to form a single longitudinal seam. Insulation shall have a vapor barrier jacket, sealed with an adhesive self-sealing lap feature with a minimum 2" overlap. An outside protective jacket made of sheet aluminum not less than 0.016" in thickness with integral vapor barrier, shall be installed over the insulation. B. PIPE FITTINGS, VALVES, AND ACCESSORIES: Fittings, valves, and accessories, except moving parts, shall be insulated using preformed fiberglass fittings or mitered sections of pipe insulation. The insulation shall be of the same thickness as the adjacent pipe insulation with matching aluminum jacket. Outside Piping Insulation 44 00 00.02-1 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 3.00 EXECUTION 3.01 PREPARATION A. Outer surfaces shall be clean and free of dust or other materials. Test pipe for leaks prior to insulation application. 3.02 INSTALLATION A. Insulation shall be installed by qualified personnel in accordance with the Manufacturer's recommendations. B. Apply insulation over clean and dry pipe. Exposed piping shall have continuous insulation. Position longitudinal lap downward to avoid dirt and moisture infiltration. C. Completely seal joints along the longitudinal seam and apply so as to shed water. Seal circumferential joints by the use of prefomed butt strips, minimum 2" wide. Butt strips shall overlap adjacent jacketing a minimum of 1/2". Seal and cover insulation with an aluminum jacket. Secure jacket and butt strips using 1/2" bands and seals. Spacing of bands shall be as recommended by the Manufacturer. 3.03 SCHEDULES: Piping Service 10" thickened sludge at the Blend Tank 24" backwash and 10" filter backwash sludge at Junction Box EEE 6" waste sludge at the Waste Sludge Holding Tanks END OF SECTION Outside Piping Insulation 44 00 00.02-2 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 44 42 56.09 NON -CLOG DRY PIT SELF -PRINTING CENTRIFUGAL PUMPS 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment, control panel, and incidentals necessary to install a self -priming centrifugal non -clog pump at the WAS Holding Tank. The pump shall pump waste activated sludge to the sludge Thickening Facility gravity belt thickener. B. The pump shall be complete with pumps, bases, anchorages, pump skid and the appurtenances required for a complete installation as specified herein. 1.02 QUALITY ASSURANCE A. Acceptable Manufacturers 1. Gorman -Rupp 2. USEMCO/Cornell Pumps 3. No equals B. Factory Inspection and Testing 1. The pump shall be factory tested following submittal approval. Pump shall be field tested at the site to assure proper operation. A certified copy of the test report shall be included in the O&M Manuals. 1.03 DESIGN CRITERIA: Pumped Fluid Waste Activated Sludge Number of units 1 Capacity 400 gpm @ 20' TDH Minimum shutoff head 27.5 ft Minimum overall guaranteed efficiency at rated TDH 55% Minimum diameter of test sphere 3" Minimum shop test pressure 1.5 times shutoff head Maximum motor horsepower 7.5 HP Maximum suction lift 16' Speed range, percent Minimum - 70% o Maximum —120/ Inlet Connection V Outlet Connection 4" A. The pump shall be designed to retain adequate liquid in the pump casing to ensure unattended automatic re -priming in a complete open system. No auxiliary priming apparatus including priming lines from a separate water source are acceptable. Upon Non -Clog Dry Pit Self -Priming Centrifugal Pumps 44 42 56.09-1 FTW1.7498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 completion of re -priming cycle, the pump shall deliver full rated capacity at rated TDH at the designated total dynamic suction lift. B. All motors shall conform to the design, construction and performance requirements of the National Electric Manufacturers Association (NEMA) as may be applicable for the intended service. The nameplate horsepower rating of the motor shall not be exceeded at any point on the pump's operating curve for the maximum speed of the drive unit. 1.04 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00 "Submittals" and shall include: Shop Drawings: In addition to other specified requirements, shop drawings shall include the following: Details on the Plans are dimensioned according to the specified pump. If a pump is proposed having different dimensions and thus changing the layout dimensions of the Plans, but is otherwise acceptable, submit shop drawings for the Engineer's approval. b. Characteristic curves for the equipment offered shall be submitted with the Shop Drawings. c. Data Sheets supplying the following information for the new pumping units shall be submitted with the shop drawings. 1). Pump: Make and type of pump Speed _ rpm Horsepower required at rated head _ HP Capacity at rated head gpm Pump efficiency at rated head Weight of pump lb. 2). Motor: Make and type of motor Brake horsepower of motor HP Locked Rotor Current, at full voltage amps Method of insulating and impregnating motor coils Speed of motor at full load rpm Weight of motor _ lb. Motor efficiency at rated conditions _% Starting Torque _ ft-lb Service Factor Non -Clog Dry Pit Self -Priming Centrifugal Pumps 44 42 56.09-2 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 3). Pump and Motor Assembly: Guaranteed overall efficiency at rated conditions Weight of pump, motor and baseplate lb. 2. Operation and Maintenance Manuals. 3. Certified pump curve for each unit prior to shipment. 4. Wiring Diagrams 5. Electrical Equipment Cutsheets. 6. Panel Layouts. 1.05 REFERENCES A. The following is a list of standards which may be referenced in this section: 1. Hydraulic Institute (HI) Standards 1.06 DELIVERY AND STORAGE A. Store equipment with protection from the weather, excessive humidity and temperature, dirt, dust and other contaminants and in compliance with the manufacturer's instructions. Setting of the pump station shall be the responsibility of the manufacturer and providing all equipment to unload and to set the pump station shall be provided by the Contractor. 1.07 WARRANTY A. Manufacturer shall warrant the equipment and materials furnished under this Section against defects in materials and workmanship for a period of two (2) years from the date of Final Acceptance in accordance with the General Conditions. 2.00 PRODUCTS 2.01 HORIZONTAL SELF -PRIMING CENTRIFUGAL PUMPS A. The openings and passages of the pumps shall be large enough to permit the passage of a sphere 3-inches in diameter and any trash or stringy material which can pass through the bar screen. The pumps shall be equipped with a removable cover plate, allowing complete access to pump interior to permit the clearance of stoppages and to provide simple access for service and repairs without disturbing suction or discharge piping. B. Each pump shall be fitted with a replaceable cast iron wear plate. Replacement of the wear plate, impeller and seal shall be accomplished through a removable cast iron coverplate. The entire rotating assembly, which includes bearings, shaft, seal, and impeller shall be removable as a unit without disturbing pump volute or piping. C. The impeller shall be two -vaned, untapered, semi -open, non -clog, cast in ductile iron with integral pump -out vanes on the back shroud and shall thread onto a pump shaft of high carbon steel. Means shall be provided for external adjustment of the impeller to the wear plate. Non -Clog Dry Pit Self -Priming Centrifugal Pumps 44 42 56.09-3 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 D. The shaft shall be covered and protected with a removable stainless steel sleeve. The shaft shall be contained within a cast iron bearing pedestal of ample size to contain heavy duty ball thrust bearing and radial bearing of adequate size to withstand imposed loads. Bearings shall be oil lubricated, with the bearing pedestal cooled by pumped liquid. The pump shaft shall be sealed against leakage by a balanced mechanical seal. Both the stationary sealing member and mated rotating member shall be tungsten -titanium carbide alloy. The mechanical seal shall be installed within a separate oil -filled reservoir of the pump pedestal, the oil being both lubricating and cooling media. The seal must be removable and replaceable through the cover plate opening. The pumps shall incorporate molded one- piece suction check valves that can be removed or installed through the removable cover plate opening, without disturbing the suction piping. The pump volute casing shall contain no openings of a smaller diameter than the sphere size specified. F. Pumps shall be V-belt operated and provided with V-belt bases fabricated of steel. The pump shall be connected to the motor through belts and sheaves sized to provide the pump speed specified. Belts and sheaves shall be covered with an OSHA guard. G. The pump shall have a cast iron body. Thrust bearing shall be open ball and radial bearing shall be open double ball with snap ring. Pump shall come equipped with an oil level sight gauge, stainless steel pressure relief valve, a lift eye, and an air release valve. H. Pump shall be provided with a thermostat mounted to the exterior of the volute casing, and a 15 watt 115 volt electric heater inserted into the interior of the volute by means of a dedicated port. The heater shall be energized at 43+/-3 degrees F to provide heat to the casing and eliminate the possibility of freezing. Heater probes that must be installed through a pump drain port shall not be acceptable. Heater probes that must be installed through a pump drain port shall not be acceptable. 2.02 DRIVE UNIT A. Motors 1. Motors shall be TEFC, 1750 RPM, NEMA design B with cast iron frame with copper windings, induction type, with normal starting torque and low starting current characteristics, suitable for 3-Phase, 60 Hertz, 460 volts continuous service. The motors shall not overload at the design condition or at any head in the operating range as specified. 2. Motors shall have full Class F or better insulation. The motor insulation shall be non - hygroscopic epoxy type premium grade. 3. When operating at the specified service factor and at rated voltage and frequency, the temperature rise for motors shall not exceed those given in NEMA Standard MG1-12-42. 4. Locked -rotor currents for motors shall not exceed those given in NEMA Standard MG1- 12.34, and name plates shall be marked with applicable Code Letters in accordance with NEMA Standard MG1-10.37. 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. Non -Clog Dry Pit Self -Priming Centrifugal Pumps 44 42 56.09-4 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 2. Each drive assembly shall utilize at least two V-belts providing minimum a combined safety factor of 1.5. Single belt drives or systems with a safety factor of less than 1.5 are not acceptable. Computation of safety factors shall be based on performance data published by the drive manufacturer. 3. Precise alignment tolerances of the drive assemblies shall be achieved by means of a belt/sheave laser alignment system resulting in the reduction of vibration, accelerated wear, and premature failure. 4. 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 and motor shafts. f. Arc -length correction factor applied to theoretical horsepower transmitted. g. Service factor applied to established design horsepower. h. Safety factor ratio of power transmitted/brake horsepower required. 5. 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 inch. b. Guards must be completely removal without interference from any unit component, and shall be securely fastened and braced to the unit 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 section 3, Color Definitions of ANSI 253.1; Safety Color Code for Marking Physical Hazards. 6. A variable frequency drive will be used to set the speed of the motor and thereby pumping rate of this pump. 7. A separate cabinet in the electrical room shall house the starter and variable frequency drive (VFD). The variable frequency drive unit will also have -remote and local switching. In the remote mode, the pump's on/off operation and variable speed operation will be controlled by controls in the gravity belt thickener and rotary drum thickener control panels, supplied by that manufacturer, through passth rough controls interface with the plant DCS. 8. The seal failure switch will be normally -closed and will open upon a seal failure. An alarm light in the VFD cabinet will indicate seal failure. Non -Clog Dry Pit Self --Priming Centrifugal Pumps 44 42 56.09-5 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 9. In case of winding over temperature or high/low pressure, the controls in the VFD cabinet will shut the pump off and light an amber light indicating the particular failure. 2.03 CONTROLS A. Instrumentation, valves, switches, and motors mounted to the skid shall be factory wired by the equipment supplier. B. Control Panel shall include, at a minimum the following controls: 1. HAND/OFF/AUTO switch a. In HAND mode the pump shall be controlled by an operator entering a desired pump speed. b. In AUTO mode the GBT unit control panel shall provide a 4-20 mA speed rate. C. Input/Output signals to the GBT unit control panel shall be: 1. Input a. Start/Stop (Discrete) b. Speed setpoint (4-20mA) 2. Output a. Dry contact ouputs (Discrete) for: 1). GBTfeed pump system running 2). General fault 3). Remote mode status b. GBT feed pump speed (4-20mA) 2.04 PAINTING A. Equipment shall be painted in accordance with Section 09 96 00.01 "High -Performance Coatings". 3.00 EXECUTION 3.01 INSTALLATION A. Install the pump in strict accordance with Manufacturer's recommendations. B. Manufacturer's Representative for Startup and Testing: The services of the Manufacturer's technical representative shall be provided for pre -startup installation checks, startup assistance, training of Owner's operating personnel, troubleshooting and other services as required in Section 0175 00 "Starting and Adjusting." The Contractor shall provide the services of factory -trained representative for a maximum period of three (3) days in a minimum of two (2) trips to start-up the pump and to instruct the Owner's operating personnel in the operation and maintenance of the equipment provided. 3.02 FIELD QUALITY CONTROL Non -Clog Dry Pit Self -Priming Centrifugal Pumps 44 42 56.09-6 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 A. Upon completion of installation of the equipment, an acceptance test to verify the satisfactory operation of each unit shall be conducted. B. Functional Tests: Conduct on each pump. 1. Alignment: Test complete assemblies for correct rotation, proper alignment and connection, and quiet operation. 2. Vibration Test: a. Test with unit installed and in normal operation, and discharging to the connected piping systems at rates between low discharge head and high discharge head conditions specified, and with actual building structures and foundations provided shall not develop vibration exceeding 80 percent of the limits specified in HI 9.6.4. b. If units exhibit vibration in excess of the limits specified adjust or modify as necessary. Units which cannot be adjusted or modified to conform as specified shall be replaced. 3. Operating Temperatures: Monitor bearing areas on pump and motor for abnormally high temperatures. C. Performance Test: 1. Conduct on each pump. 2. Perform under simulated operating conditions. 3. Test for a continuous 1-hour period without malfunction. : 4. Test Log: Record the following: a. Total head b. Capacity c. Horsepower requirements d. Flow measured by factory instrumentation and storage volumes e. Average distance from suction well water surface to pump discharge centerline for duration of test f. Pump discharge pressure converted to feet of liquid pumped and corrected to pump discharge centerline g. Calculated velocity head at the discharge flange h. Field head i. Driving motor voltage and amperage measured for each phase D. The unit must perform in a manner acceptable to the Engineer before final acceptance will be made by the Owner. END OF SECTION Non -Clog Dry Pit Self -Priming Centrifugal Pumps 44 42 S6.09-7 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 THIS PAGE INTENTIONALLY BLANK 44 42 56.12 INDUCED FLOW (RECESSED IMPELLER) CENTRIFUGAL PUMPS 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install vertical, dry pit, pedestal mounted, vortex -type recessed impeller pumps. Provide each pump complete with motor and drive. B. The pumps shall be used to convey primary sludge from the Primary Sludge Holding Tanks to rotary drum thickeners. 1.02 QUALITY ASSURANCE A. Acceptable Manufacturers: 1. Wemco, Model EVP. 2. Hayward Gordon, Model R. 3. No "or equal" is acceptable. B. Pumps, complete with motor, coupling, baseplate, necessary guards, and all other specified accessories and appurtenances shall be furnished by the pump manufacturer to insure compatibility and integrity of the individual components, and provide the specified warranty for all components. The pump manufacturer accepts unit responsibility for each pump assembly. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00 "Submittals" and shall include: 1. Shop drawings: In addition to requirements listed elsewhere, the shop drawings shall include the following: a. Provide an electronic 3-D file of the pump in a .step, .dwg, or .rfa file format. b. Provide motor nameplate information: 1). Manufacturer enclosure, 2). HP, RPM, duty rating, 3). Hertz, Phase, Voltage 4). Full Load Amps, service factor, NEMA design code, Locked rotor amps, 5). Maximum ambient temperature, efficiency and power factor at full load, 6). Winding maintenance and weight. 2. Operation and Maintenance Manuals in accordance with Section 0178 23 "Operation and Maintenance Data". 3. Certified Test Reports: a. A certified shop test shall be performed on each pumping unit in accordance with the test code of the Hydraulic Institute. Tests shall be sufficient to determine the Induced Flow (Recessed impeller) Centrifugal Pumps 44 42 56.12 -1 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 curves of head, input horsepower, and efficiency for capacity from shutoff to 150 percent of design flow. A minimum of six points, including shutoff, shall be taken for each test run. At least one point of the six shall be taken as near as possible to each specified condition. Results of the capacity tests shall be certified by a Registered, Professional Engineer and submitted for approval before final shipment. 1.04 DESIGN CONDITIONS A. The pumps will operate intermittently under normal service. B. Operation Criteria: Number of Pumps: 9 Material Pumped Primary Sludge Solids Content 0.5%- 1.5% solids Design Flow (gpm): 400 TDH at Design Flow (ft.): 23 Maximum Operating Speed (rpm): 1,70❑ Maximum Motor Horsepower (HP): 10 Minimum Suction Diameter (in.): 4 Minimum Discharge Diameter (in.): 4 1.05 WARRANTY A. Manufacturer shall warrant the equipment and materials furnished under this Section against defects in materials and workmanship for a period of two (2) years from the date of Final Acceptance in accordance with the General Conditions. 2.00 PRODUCTS 2.01 VORTEX RECESSED IMPELLER PUMPS A. The pumps shall be vertical, dry pit, pedestal mounted, horizontal suction via suction base elbow and horizontal discharge. B. Each pump shall have a recessed impeller mounted out of the flow path between the pump inlet and discharge connections, so that solids are not required to flow through the impeller. Flow path clearances inside of the pump shall be equal or greater to the discharge diameter. C. The impeller shall be keyed to the shaft and secured by an impeller bolt. The impeller shall be cast iron ASTM A48CL-30. D. The volute shall be cast iron ASTM A48CL-30. E. The bearing housing shall be cast iron, ASTM A48CL-25. Induced Flow (Recessed Impeller) Centrifugal Pumps 44 42 56.12 - 2 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 F. The shaft shall be constructed of high strength carbon steel and be protected throughout the packing area by a removable, hardened, ASTM A 582 Type 416 stainless steel shaft sleeve. G. Bearings shall be grease lubricated and shall be contained in dust and moisture proof housings. A zerk fitting shall be provided for connection of a grease gun. H. The shaft shall be sealed with packing. The stuffing box shall contain graphite impregnated acrylic packing and Teflon lantern ring arranged for water lubrication. Any leakage shall be retained within a drainable reservoir integral with the bearing housing and tapped with a 3/4-inch NPT hole for connection of the seal water drainage piping. The pump manufacturer shall provide a pedestal base of fabricated steel or cast iron, suitably designed to provide rigid support for the entire weight of the pump, motor, coupling, motor support bracket and coupling guard. The pedestal base shall be furnished with suitable bolt and grout holes to facilitate mounting at the site. The pedestal base shall have openings large enough to permit access to the suction line, and to the inspection port in the suction elbow. The pedestal base shall be constructed such that the support legs of the pedestal are of sufficient length to prevent the suction elbow from contacting the floor or level foundation upon which it stands. J. The pump manufacturer shall provide a motor pedestal between the pump and the motor, suitably designed to support the entire weight of the motor, coupling and guard. The motor pedestal shall have openings large enough to permit access to the coupling for mounting, dismounting and adjustment. K. The pump manufacturer shall provide and install a cast or fabricated suction elbow to provide a connection means between the pump suction and the supply piping, which shall include a sealed hand hole inspection port. L. The pump manufacturer shall furnish and install a flexible spacer coupling between the pump and the motor shaft. M. A fiberglass or thermoplastic coupling guard shall be provided to safely enclose the coupling. N. Provide a drain port on the casing or suction elbow. 2.02 MOTORS A. Motors shall be horizontal, squirrel -cage induction type, 3 phase, 460 VAC, 60 Hx. The motor shall be designed for continuous -duty at 40°C, capable of sustaining a maximum of 6 evenly spaced starts per hour. The motor shall be VFD rated and have a service factor of 1.15. the windings and efficiency shall comply with the latest applicable provisions of NEMA MG-1. Minimum insulation shall be Type F. Motors shall be random wound with copper coils. 2.03 CONTROLS A. Each sludge feed pump will be controlled locally with a three space control station. Each control station will have a Local/Remote switch and Start and Stop push buttons. Provide a control station for each rotary drum thickener sludge feed pump and gravity belt sludge feed pump. B. A variable frequency drive will be used to set the speed of the motor and thereby pumping rate of this pump. Induced Flow (Recessed Impeller) Centrifugal Pumps 44 42 56.12 - 3 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 C. A separate cabinet in the electrical room shall house the starter and variable frequency drive (VFD). The variable frequency drive unit will also have remote and local switching. In the remote mode, the pump's on/off operation and variable speed operation will be controlled by controls in the rotary drum thickener control panels, supplied by that manufacturer, through passthrough controls interface with the plant DCS. D. The seal failure switch will be normally -closed and will open upon a seal failure. An alarm light in the VFD cabinet will indicate seal failure. E. In case of winding over temperature or high/low pressure, the controls in the VFD cabinet will shut the pump off and light an amber Light indicating the particular failure. 3.00 EXECUTION 3.01 INSTALLATION A. The Contractor shall install vortex recessed impeller pump(s) in accordance with Manufacturer's instructions. B. Manufacturer's Representative for Startup and Testing: The services of the Manufacturer's technical representative shall be provided for pre -startup installation checks, startup assistance, training of Owner's operating personnel, troubleshooting and other services as required in Section 0175 00 "Starting and Adjusting." 3.02 FIELD QUALITY CONTROL A. Upon completion of installation of the equipment, an acceptance test to verify the satisfactory operation of each unit shall be conducted. The test shall be conducted in a manner approved by and in the presence of the Engineer. The unit shall be checked for excessive noise, vibration, alignment, general operation, etc. The unit must perform in a manner acceptable to the Engineer before final acceptance will be made by the Owner. 3.03 PAINTING A. Equipment shall be painted in accordance with Section 09 95 00.01 "High -Performance Coatings". B. Nonferrous and corrosion -resistant ferrous alloys such as copper, bronze, Monel, aluminum, chromium plate, and stainless steel do not require painting expect where: 1. Required for electrical insulation between dissimilar metals. Aluminum and stainless steel are embedded in concrete or masonry, or aluminum is in contact with concrete or masonry. END OF SECTION induced Flow (Recessed Impeller) Centrifugal Pumps 44 42 56.12 - 4 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2547 44 42 56.13 PROGRESSING CAVITY PUMPS (SLUDGE) 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install an open throat, bridge breaker type progressing cavity pumping units complete with drive, pump base, appurtenances, and any other component required to meet the specified pumping conditions. Pumps shall be provided for pumping thickened WAS and thickened primary sludge. Gravity belt thickener system is included in Section 46 7116 and rotary drum thickener system is included in Section 46 7133, B. Equipment furnished and installed under this Section shall be fabricated, assembled, erected, and placed in proper operating condition in full conformity with the Plans, Specifications, engineering data, and instructions and recommendations of the equipment manufacturer as approved by the Engineer. C. To centralize responsibility for the operation of the equipment, warranty, and service and repair parts, the Thickened WAS Pumps and Thickened Primary Sludge Pumps shall be supplied by a single equipment supplier and be of the same model. 1.02 QUALITY ASSURANCE A. Acceptable Manufacturers: 1. Moyno/Monoflo 2. Netzsch 3. Seepex 4. No approved equal. 1.03 DESIGN CRITERIA: A. Service Conditions Liquid Pumped Thickened WAS Thickener! Primary Sludge No. of Units 1 9 Maximum Pump Length (From Center of 6' 6' 6' 9" Hopper to Pump Discharge) Solids Concentration (%) 5-7% 5-7% Corrosive Yes, 1-12S Yes, H25 Abrasive No Yes, grit in sludge Pumping Temp. (PT)( F) 60 deg F — 85 deg F 60 deg F — 85 deg F B. Performance Requirements: Rated Capacity (gpm) 72 gpm 47 gpm Progressing Cavity Pumps (Sludge) 44 42 56.13 - 1 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 Discharge Pressure (ft) 110 ft 110 ft Maximum Pump Speed (rpm) 175 rpm 175 rpm C. Motor Requirements: Speed (rpm) 1800 1800 Horsepower (min) 20 20 Service Factor 1.15 1.15 D. Factory Test: 1. Prior to shipment, the equipment described herein shall be inspected for proper alignment, quiet operation, proper connection, and satisfactory performance by means of a functional shop test. 2. Each pump and motor shall be factory tested as specified below and four certified copies of test data and test curves shall be submitted to the Engineer. The Engineer will review test data and upon determination that the equipment meets contract requirements, authorization will be given for shipment. Shipment shall not be made without written approval by the Engineer of test data, except at the Contractor's risk. 4. Pump shall be tested in accordance with the Test Code of the Hydraulic Institute. Quantity of water shall be measured by a venturi, or by a measuring device acceptable to both parties. Short commercial tests of motors in accordance with the Standardization Rules of the American Institute of Electrical Engineers shall be acceptable for the motors. 5. All cost of factory tests of equipment which are required by these specifications shall be included in the Bid Price. 1.04 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00 "Submittals" and shall include: Shop Drawings: In addition to requirements listed elsewhere, the shop drawings shall include the following: Provide an electronic 3-D file of the pump in a step, .dwg, or .rfa file format. Performance Curves: Characteristic curves for the equipment offered shall be submitted with the shop drawings. The curves shall show the capacity, differential pressure, speed, required NPSH, and brake horsepower throughout the full range of the pump from shutoff to maximum capacity. The Equipment Manufacturer shall indicate separately the differential pressure, capacity, speed, torque required, and overall efficiency, required at the operating points indicated herein; performance requirements shall be as defined in the Hydraulic Institute Standards. The characteristic curves shall be provided for a minimum of five pressure differentials and shall have the speed plotted as an abscissa and the brake horsepower, efficiency, and required NPSH plotted as ordinates. Copies of general curves from sales catalogs will not be accepted. Progressing Cavity Pumps (Sludge) 44 42 56.13 - 2 FTW17498—VCWRFSludge Thickening Improvements City Project No. CO2647 c. Data Sheets supplying the following information for the new pumping units shall be submitted with the shop drawings. 1). Pump: Make and type of pump Speed _ rpm Horsepower required at rated head HP Capacity at rated head gpm Pump efficiency at rated head _% Weight of pump lb. 2). Motor: Make and type of motor Brake horsepower of motor HP Locked Rotor Current, at full voltage amps Method of insulating and impregnating motor coils Speed of motor at full load _ rpm Weight of motor lb. Motor efficiency at rated conditions Starting Torque _ ft-lb Service Factor 3). Pump and Motor Assembly: Guaranteed overall efficiency at rated conditions Weight of pump, motor and baseplate lb. d. Operation and Maintenance Manuals in accordance with Section 0178 23 "Operation and Maintenance Data". e. Certified Test Reports: 1). A certified shop test shall be performed on each pumping unit in accordance with the test code of the Hydraulic Institute. Tests shall be sufficient to determine the curves of head, input horsepower, and efficiency for capacity from shutoff to 150 percent of design flow. A minimum of six points, including shutoff, shall be taken for each test run. At least one point of the six shall be taken as near as possible to each specified condition. 1.05 WARRANTY Progressing Cavity Pumps (Sludge) 44 42 56.13 - 3 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 A. Manufacturer shall warrant the equipment and materials furnished under this Section against defects in materials and workmanship for a period of two (2) years from the date of Final Acceptance in accordance with the General Conditions. 2.00 PRODUCTS 2.01 MATERIALS A. Pump Body: Cast iron or fabricated steel, flanged suction and discharge, 125-psig pumps ANSI standard. Provide two rectangular inspection ports, 180 degrees apart, to permit access to the suction housing interior without disconnecting piping. B. Rotor: Tool steel with 11.5 13.5 percent chromium content, hardened to 57 to 60 Rockwell C, with 0.010-inch hard chrome plating. C. Stator: Nitrile rubber, 70 durometer hardness. D. Joints: Pinjoint E. Bearings: Outboard end, steel ball or roller thrust bearing; inboard end, steel ball or tapered roller radial bearing. Rating life 100,000 hours B-10 as defined by AFBMA standards. F. Bearing Lubrication: Grease, with addition and relief fittings. G. Rotating Parts in Contact with Process Fluid: Conform to manufacturer's standard. H. Stuffing Box: Lead -foil graphite -impregnated packing with split packing gland and split lantern ring. I. Stuffing Box Lubrication: Seal water. J. Baseplate: Cast iron or fabricated steel, with grout holes. Factory mount the complete pumping unit, including motor, drive, gear unit (where required to achieve specified speed reduction), and pump. K. Coupling: Falk or Fast spring -grid, rotex, or gear type flexible coupling, with OSHA -approved coupling guard. L. Gear Reducer: Cast iron, fabricated steel housing, or aluminum. Reducer shall be suitable for moderate shock loads, as classified by ALMA, Class 11 rated for 280 percent of nominal motor rating. Reducers shall be suitable for operation with temperature rises up to 100 F above ambient. Reducers shall be oil lubricated, and shall be recommended by the Manufacturer in writing for speed variations specified herein. Motor reducer shall be Eurodrive; Dodge, Nord Gear or approved equal. 2.02 CONNECTIONS A. The pumps shall have an open throat inlet and flanged outlet connection. 2.03 STATOR THERMAL PROTECTION: A. Provide for pumps as specified below. 1. Stator thermal protection (run dry protection) shall shut down pump before stator damage occurs. Progressing Cavity Pumps (Sludge) 44 42 56.13 - 4 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 2. Provide thermowell drilled and taped into stator and thermocouple for measurement of temperature at pump stator to rotor interface. 3. Provide signal to thickener control panel with adjustable hysteresis to prevent on/off cycling of pump when coming off an alarm. 4. Provide thermocouple cable between thermocouple and control panel. 2.04 DRIVE MOUNTING A. Motor and gear reducer shall be mounted in -line on the pump base plate and shall be directly coupled with Falk or Fast spring -grid or gear type flexible coupling, with OSHA - approved coupling guard. 2.05 MOTORS A. Motors shall be horizontal, squirrel -cage induction type, 3 phase, 460 VAC, 60 Hx. The motor shall be designed for continuous -duty at 40'C, capable of sustaining a maximum of 6 evenly spaced starts per hour. The motor shall be VFD rated and have a service factor of 1.15. the windings and efficiency shall comply with the latest applicable provisions of NEMA MG-1. Minimum insulation shall be Type F. Motors shall be random wound with copper coils. 2.06 PUMP ACCESSORIES A. Special Tools: One set of any special tools, if required, to dismantle each size of pump. B. Lifting Lugs: Equipment shall be furnished with proper lifting lugs for ease of handling. C. Pump Identification Plaque: Each pump and motor shall have a standard Equipment Manufacturer's nameplate securely affixed in a conspicuous place showing the ratings, serial number, model number, manufacturer, and other pertinent nameplate data. In addition an equipment identification plaque shall be provided as specified in Section 40 05 53 "Identification for Process Piping and Equipment." 2.07 THICKENED SLUDGE PUMP CONTROL PANEL A. Provide a complete VFD control panel for each of the rotary drum thickeners and the gravity belt thickener thickened sludge pumps. VFDs shall comply with applicable requirements of Division 26. B. A NEMA 4X standard control panel, suitable for wall or stand mounting, fabricated of type 316 stainless steel containing: a. Hand/Off/Auto selector switch. b. Start/Stop pushbuttons. c. Local speed potentiometer. C. Input/Output signals to the thickening pump control panel shall be: 1. Input a. Start/Stop (Discrete) b. Speed setpoint (4-20mA) Progressing Cavity Pumps (Sludge) 44 42 56.13 - 5 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 2. Output a. Dry contact ouputs (Discrete) for: 1). Thickening pump system system running 2). General fault 3). Remote mode status b. Thickening pump speed (4-20mA) D. A variable frequency drive will be used to set the speed of the motor and thereby pumping rate of this pump. E. A separate cabinet in the electrical room shall house the starter and variable frequency drive (VFD). The variable frequency drive unit will also have remote and local switching. In the remote mode, the pump's on/off operation and variable speed operation will be controlled by controls in the gravity belt thickener and rotary drum thickener control panels, supplied by that manufacturer, through passthrough controls interface with the plant DCS. F. The seal failure switch will be normally -closed and will open upon a seal failure. An alarm light in the VFD cabinet will indicate seal failure. G. In case of winding over temperature or high/low pressure, the controls in the VFD cabinet will shut the pump off and light an amber light indicating the particular failure. 2.08 SPARE PARTS A. The following spare parts and special tools shall be furnished for each pump type (1 set for the RDT thickened sludge pumps and 1 set for the GBT thickened sludge pump). Item I Complete set of packing 1 1 Complete set of bearings 1 Complete set of gaskets and 0-rings 1 Complete set of rod washers 1 Complete set of pins 1 Stato r 1 Rotor 3.00 EXECUTION 3.01 PREPARATION A. Shop Painting: Shop paint units in accordance with Section 09 96 00.01 "High -Performance Coatings." B. Preparation for Shipment: Progressing Cavity Pumps (Sludge) 44 42 56.13 - 6 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 1. The equipment specified herein shall be factory assembled. Parts and assemblies that are of necessity shipped unassembled shall be packaged so in a manner that protects the equipment from damage and facilitates the final assembly in the field. 2. Generally, machined and unpainted parts shall be protected from damage by the elements of weather, with an application of a strippable protective coating. 3.02 INSTALLATION A. Installation shall be in accordance with the Manufacturer's recommendations. Mount pump and driver as shown on the Drawings and on a grout pad. Accurately place anchor bolts with templates. Coat bolt thread projections with lubricant to facilitate future nut removal. Level base by means of steel wedges (steel plates and steel shims). Wedge taper shall not be greater than 1/4 inch per foot. Use double wedges to provide a level bearing surface for the pump and driver base. Secure each pair of wedges in their final positions with one tack weld on each side after leveling is completed. Accomplish wedging so that there is no change of level or springing of the baseplate when the anchor bolts are tightened. C. Adjust pump assemblies so that the driving units are properly aligned, plumb and level with the driven units and all interconnecting shafts and/or couplings. Do not use flexible couplings to compensate for misalignment. Align factory mounted motors and drives at the factory. D. After the pump assembly has been set in position, aligned, and shimmied to the proper elevation, grout the space between the bottom of the baseplate and the concrete foundation with a poured non -shrinking grout of approximately 1 inch in thickness. E. Complete all electrical power and control connection under Division 26 and Division 40. The sludge pump systems shall be coordinated, tested, and demonstrated with the gravity belt thickener supplier per Section 46 7116 and the rotary drum thickener supplier per Section 46 71 33. Eliminate strain on pumps caused by attached piping. Correct pump or driver misalignment, noisy operation, or other signs of improper setting. Dowel horizontal units to the baseplate after final alignment has been checked under operating conditions. Care during storage, installation, and lubrication shall be in strict accordance with the Manufacturer's recommendations. G. Manufacturer's Representative for Startup and Testing: The services of the Manufacturer's technical representative shall be provided for pre -startup installation checks, startup assistance, training of Owner's operating personnel, troubleshooting and other services as required in Section 0175 00 "Starting and Adjusting." 3.03 FIELD QUALITY CONTROL A. Field Touch -Up Painting: Touch-up abrasions and other defective areas on items furnished with factory finish. Use primers and paints for finish coat equal to that employed for factory coats. Upon completion of installation of the equipment, acceptance tests to verify the satisfactory operation of the unit shall be conducted. The tests shall be conducted in a manner approved by and in the presence of the Engineer. The unit shall initially be run to check Progressing Cavity Pumps (Sludge) 44 42 56.13 - 7 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 excessive noise, vibration, alignment, general operation, etc. The unit must perform in a manner acceptable to the Engineer before final acceptance will be made by the Owner. C. After satisfactory completion of the initial test runs, conduct a performance test on the completed pump assembly to demonstrate conformance to the Specifications to the satisfaction of the Engineer. A test log shall be presented to the Engineer upon the completion of the test that records the following: 1. Flow, as measured by plant instrumentation and/or storage volumes. 2. Pump suction and discharge pressures as measured by calibrated gauges, converted to feet of the liquid pumped and corrected to pump shaft centerline, calculated velocity heads at the suction and discharge flanges, and total head, all tabulated in feet. D. Thickened waste activated sludge pump systems shall be coordinated, tested, and demonstrated to be remotely monitored and controlled by the gravity belt thickener supplier per Section 46 7116. E. Thickened primary sludge pump systems shall be coordinated, tested, and demonstrated to be remotely monitored and controlled by the rotary drum thickener supplier per Section 46 7133. Unit failing to meet the Specifications to the satisfaction of the Engineer must be more accurately tested in accordance with Hydraulic Institute Standards. If the pump fails the second test, the unit shall be rejected, and the Contractor shall furnish and install a unit that will perform as specified. All costs associated with replacing a rejected pump, including supplying, installing, and testing of all replacement units shall be borne by Contractor. END OF SECTION Progressing Cavity Pumps (Sludge) 44 42 56.13 - 8 FTW17498—VCWRF Sludge Thickening Improvements City Project No. CO2647 44 42 56.14 PROGRESSING CAVITY PUMPS (POLYMER) 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install progressing cavity pumping units complete with drive, pump base, appurtenances, and any other component required to meet the specified pumping conditions. Pumps shall be provided for recirculating neat emulsion polymer in the Polymer Storage Tanks. B. Equipment furnished and installed under this Section shall be fabricated, assembled, erected, and placed in proper operating condition in full conformity with the Plans, Specifications, engineering data, and instructions and recommendations of the equipment manufacturer as approved by the Engineer. C. To centralize responsibility for the operation of the equipment, warranty, and service and repair parts, the Polymer Recirculation Pumps shall be supplied by a single equipment supplier. 1.02 QUALITY ASSURANCE A. Acceptable Manufacturers: 1. Moyno/Monoflo 2. Netzsch 3. Seepex 4. No approved equal. 1.03 DESIGN CRITERIA: A. Service Conditions Liquid Pumped Neat Emulsion Polymer No. of Units 2 Corrosive No Abrasive No Pumping Temp. (PT)( F) 50 deg F --110 deg F Liquid Viscosity (Cp) at PT 2000 Specific Gravity at PT 1.04 B. Performance Requirements: Rated Capacity (gpm) 100 gpm Discharge Pressure (ft) 90 ft Maximum Pump Speed (rpm) 355 rpm C. Motor Requirements: Progressing Cavity Pumps (Polymer) 44 42 56.14 -1 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 Speed (rpm) 1800 Horsepower (min) 7.5 Hp Service Factor 1.15 D. Factory Test: 1. Prior to shipment, the equipment described herein shall be inspected for proper alignment, quiet operation, proper connection, and satisfactory performance by means of a functional shop test. 2. Each pump and motor shall be factory tested as specified below and four certified copies of test data and test curves shall be submitted to the Engineer. 3. The Engineer will review test data and upon determination that the equipment meets contract requirements, authorization will be given for shipment. Shipment shall not be made without written approval by the Engineer of test data, except at the Contractor's risk. 4. Pump shall be tested in accordance with the Test Code of the Hydraulic Institute. Quantity of water shall be measured by a venturi, or by a measuring device acceptable to both parties. Short commercial tests of motors in accordance with the Standardization Rules of the American Institute of Electrical Engineers shall be acceptable for the motors. 5. All cost of factory tests of equipment which are required by these specifications shall be included in the Bid Price. 1.04 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00 "Submittals" and shall include: 1. Shop Drawings: In addition to requirements listed elsewhere, the shop drawings shall include the following: a. Provide an electronic 3-D file of the pump in a .step, .dwg, or .rfa file format. b. Performance Curves: Characteristic curves for the equipment offered shall be submitted with the shop drawings. The curves shall show the capacity, differential pressure, speed, required NPSH, and brake horsepower throughout the full range of the pump from shutoff to maximum capacity. The Equipment Manufacturer shall indicate separately the differential pressure, capacity, speed, torque required, and overall efficiency, required at the operating points indicated herein; performance requirements shall be as defined in the Hydraulic Institute Standards. The characteristic curves shall be provided for a minimum of five pressure differentials and shall have the speed plotted as an abscissa and the brake horsepower, efficiency, and required NPSH plotted as ordinates. Copies of general curves from sales catalogs will not be accepted. c. Data Sheets supplying the following information for the new pumping units shall be submitted with the shop drawings. 1). Pump: Progressing Cavity Pumps (Polymer) 44 42 56.14 - 2 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 Make and type of pump Speed _ rpm Horsepower required at rated head HP Capacity at rated head gpm Pump efficiency at rated head Weight of pump lb. 2). Motor: Make and type of motor Brake horsepower of motor HP Locked Rotor Current, at full voltage _ amps Method of insulating and impregnating motor coils Speed of motor at full load rpm Weight of motor lb. Motor efficiency at rated conditions Starting Torque T ft-lb Service Factor 3). Pump and Motor Assembly: Guaranteed overall efficiency at rated conditions Weight of pump, motor and baseplate _ lb. d. Operation and Maintenance Manuals in accordance with Section 0178 23 "Operation and Maintenance Data". e. Certified Test Reports: 1). A certified shop test shall be performed on each pumping unit in accordance with the test code of the Hydraulic Institute. Tests shall be sufficient to determine the curves of head, input horsepower, and efficiency for capacity from shutoff to 150 percent of design flow. A minimum of six points, including shutoff, shall be taken for each test run. At least one point of the six shall be taken as near as possible to each specified condition. 1.05 WARRANTY A. Manufacturer shall warrant the equipment and materials furnished under this Section against defects in materials and workmanship for a period of two (2) years from the date of Final Acceptance in accordance with the General Conditions. 2.00 PRODUCTS Progressing Cavity Pumps (Polymer) 44 42 56.14 - 3 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 2.01 MATERIALS A. Pump Body: Cast iron, flanged suction and discharge, 125-psig pumps ANSI standard. Provide two rectangular inspection ports, 180 degrees apart, to permit access to the suction housing interior without disconnecting piping. B. Rotor: Tool steel with 11.5 13.5 percent chromium content, hardened to 57 to 60 Rockwell C, with 0.010-inch hard chrome plating or alloy steel. C. Stator: Nitrile rubber, 70 durometer hardness. D. Joints: Pin joint E. Bearings: Outboard end, steel ball or roller thrust bearing; inboard end, steel ball or tapered roller radial bearing. Rating life 100,000 hours B-10 as defined by AFBMA standards. F. Bearing Lubrication: Grease, with addition and relief fittings. G. Rotating Parts in Contact with Process Fluid: Conform to manufacturer's standard. H. Stuffing Box. Lead -foil graphite -impregnated packing with split packing gland and split lantern ring or Vulcan Type 147 flushless seal. I. Stuffing Box Lubrication: Grease. J. Baseplate: Cast iron or fabricated steel, with grout holes. Factory mount the complete pumping unit, including motor, drive, gear unit (where required to achieve specified speed reduction), and pump. K. Coupling: Falk or Fast spring -grid, rotex, or gear type flexible coupling, with OSHA -approved coupling guard. L. Gear Reducer: Cast iron, fabricated steel, or aluminum housing. Reducer shall be suitable for moderate shock loads, as classified by ALMA, Class II rated for 280 percent of nominal motor rating. Reducers shall be suitable for operation with temperature rises up to 100 F above ambient. Reducers shall be oil lubricated, and shall be recommended by the Manufacturer in writing for speed variations specified herein. Motor reducer shall be Eurodrive; Dodge, Nord Gear, or approved equal. 2.02 CONNECTIONS A. The pumps shall have flanged inlet and outlet connections. 2.03 STATOR THERMAL PROTECTION: A. Provide for pumps as specified below. 1. Stator thermal protection (run dry protection) shall shut down pump before stator damage occurs. 2. Provide thermowell drilled and taped into stator and thermocouple for measurement of temperature at pump stator to rotor interface. 3. Provide signal to OCC-100 with adjustable hysteresis to prevent on/off cycling of pump when coming off an alarm. 4. Provide thermocouple cable between thermocouple and OCC-100. Progressing Cavity Pumps (Polymer) 44 42 56.14 - 4 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 N 2.04 DRIVE MOUNTING A. Motor and gear reducer shall be mounted in -line on the pump base plate and shall be directly coupled with Falk or Fast spring -grid or gear type flexible coupling, with OSHA - approved coupling guard. 2.05 MOTORS A. Motors shall be horizontal, squirrel -cage induction type, 3 phase, 460 VAC, 60 Hx. The motor shall be designed for continuous -duty at 40°C, capable of sustaining a maximum of 6 evenly spaced starts per hour. The motor shall be VFD rated and have a service factor of 1.15. the windings and efficiency shall comply with the latest applicable provisions of NEMA MG-1. Minimum insulation shall be Type F. Motors shall be random wound with copper coils. 2.06 PUMP ACCESSORIES A. Special Tools: One set of any special tools, if required, to dismantle each size of pump. B. Lifting Lugs: Equipment shall be furnished with proper lifting lugs for ease of handling. C. Pump Identification Plaque: Each pump and motor shall have a standard Equipment Manufacturer's nameplate securely affixed in a conspicuous place showing the ratings, serial number, model number, manufacturer, and other pertinent nameplate data. In addition an equipment identification plaque shall be provided as specified in Section 40 05 53 "Identification for Process Piping and Equipment." 2.07 SPARE PARTS A. The following spare parts and special tools shall be furnished (total, not for each pump): city I 11(m. 1 Complete set of packing 1 Complete set of bearings 1 Complete set of gaskets and 0-rings 1 Complete set of rod washers 1 Complete set of pins 1 Stator 1 Rotor 3.00 EXECUTION 3.01 PREPARATION A. Shop Painting: Shop paint units in accordance with Section 09 96 00.01 "High -Performance Coatings." B. Preparation for Shipment: Progressing Cavity Pumps (Polymer) FTW17498—VCWRF Sludge Thickening Improvements City Project No. CO2647 444256.14-5 The equipment specified herein shall be factory assembled. Parts and assemblies that are of necessity shipped unassembled shall be packaged so in a manner that protects the equipment from damage and facilitates the final assembly in the field. 2. Generally, machined and unpainted parts shall be protected from damage by the elements of weather, with an application of a strippable protective coating. 3.02 INSTALLATION A. Installation shall be in accordance with the Manufacturer's recommendations. Mount pump and driver as shown on the Drawings and on a grout pad. Accurately place anchor bolts with templates. Coat bolt thread projections with lubricant to facilitate future nut removal. B. Level base by means of steel wedges (steel plates and steel shims). Wedge taper shall not be greater than 1/4 inch per foot. Use double wedges to provide a level bearing surface for the pump and driver base. Secure each pair of wedges in their final positions with one tack weld on each side after leveling is completed. Accomplish wedging so that there is no change of level or springing of the baseplate when the anchor bolts are tightened. C. Adjust pump assemblies so that the driving units are properly aligned, plumb and level with the driven units and all interconnecting shafts and/or couplings. Do not use flexible couplings to compensate for misalignment. Align factory mounted motors and drives at the factory. D. After the pump assembly has been set in position, aligned, and shimmied to the proper elevation, grout the space between the bottom of the baseplate and the concrete foundation with a poured non -shrinking grout of approximately 1 inch in thickness. E. Eliminate strain on pumps caused by attached piping. Correct pump or driver misalignment, noisy operation, or other signs of improper setting. Dowel horizontal units to the baseplate after final alignment has been checked under operating conditions. Care during storage, installation, and lubrication shall be in strict accordance with the Manufacturer's recommendations. Manufacturer's Representative for Startup and Testing: The services of the Manufacturer's technical representative shall be provided for pre -startup Installation checks, startup assistance, training of Owner's operating personnel, troubleshooting and other services as required in Section 0175 00 "Starting and Adjusting." 3.03 FIELD QUALITY CONTROL A. Field Touch -Up Painting: Touch-up abrasions and other defective areas on items furnished with factory finish. Use primers and paints for finish coat equal to that employed for factory coats. B. Upon completion of installation of the equipment, acceptance tests to verify the satisfactory operation of the unit shall be conducted. The tests shall be conducted in a manner approved by and in the presence of the Engineer. The unit shall initially be run to check excessive noise, vibration, alignment, general operation, etc. The unit must perform in a manner acceptable to the Engineer before final acceptance will be made by the Owner. C. After satisfactory completion of the initial test runs, conduct a performance test on the completed pump assembly to demonstrate conformance to the Specifications to the Progressing Cavity Pumps (Polymer) 44 42 56.14 - 6 FTW17498 —VCWRF Sludge Thickening Improvements City Project No. CO2647 satisfaction of the Engineer. A test log shall be presented to the Engineer upon the completion of the test that records the following: 1. Flow, as measured by plant instrumentation and/or storage volumes. 2. Pump suction and discharge pressures as measured by calibrated gauges, converted to feet of the liquid pumped and corrected to pump shaft centerline, calculated velocity heads at the suction and discharge flanges, and total head, all tabulated in feet. D. Unit failing to meet the Specifications to the satisfaction of the Engineer must be more accurately tested in accordance with Hydraulic Institute Standards. If the pump fails the second test, the unit shall be rejected, and the Contractor shall furnish and install a unit that will perform as specified. All costs associated with replacing a rejected pump, including supplying, installing, and testing of all replacement units shall be borne by Contractor. END OF SECTION Progressing Cavity Pumps (Polymer) 44 42 56.14 - 7 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 THIS PAGE INTENTIONALLY BLANK 44 42 76 FIBERGLASS REINFORCED PLASTIC CHEMICAL STORAGE TANKS 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install fiberglass liquid chemical storage for bulk storage of neat polymer in the sludge Thickening Facility as specified herein. 1.02 QUALITY ASSURANCE A. Design Criteria: Tank shall meet the following design criteria, following the Building Code: 1. All equipment specified herein shall be specifically designed for this service and the environment encountered in this installation. 2. All equipment, supports, anchors and fasteners shall be of adequate strength to withstand loads associated with filling, turbulence, thrusts from liquid movement, thermal expansion and contraction and other loads encountered under normal operating conditions. 3. Design Criteria: Tank shall meet the following design criteria and as indicated in the Tank Schedule. a. Operating Conditions: Temperature range from 0 to 120 deg F. b. Atmospheric tanks shall be fully vented. Vent shall be sized by manufacturer if specification requires the use of pressure to load/unload tanks with no damage. c. Wind Load per 2015 IBC/ASCE 7-10: 1). Basic Wind Speed: 120 mph. 2). Risk Category: III. 3). Exposure Category: C. d. Top Head External Design Load: 250 lb. on a 16 square -inch area. e. Ground Snow Load per 2015 IBC/ASCE 7-10: 5 psf. f. Seismic Zone per 2015 IBC/ASCE 7-10: 1). Risk Category: IV. 2). Importance Factor: 1.5. 3). Mapped Spectral Acceleration Coefficients: a). Ss: 0.110. b). Si. 0.055. 4). Spectral Response Coefficients: a). Sos: 0.073. b). Sol: 0.037. Fiberglass Reinforced Plastic Chemical Storage Tanks 44 42 76 - 1 FTW 17448 — VCWRF Sludge Thickening Improvements City Project No. CO2647 5). Site Class: B. 6). Seismic Design Category: A. g. Static head of contents according to the specific gravity of the chemical stored. B. Performance Requirements: 1. American Society of Mechanical Engineers (ASME) RTP-1 Reinforced Thermoset Plastic Corrosion Resistant Equipment. 2. ASTM International, Inc. (ASTM) C581 - Practice for Determining Chemical Resistance of Thermosetting Resin Used in Glass Fiber Reinforced Structures Intended for Liquid Service. 3. ASTM C582 - Specifications for Contact -Molded, Thermosetting Plastic (RTP) Laminates for Corrosion Resistant Equipment, 4. ASTM D2563 - Practice for Classifying Visual Defects in Glass -Reinforced Plastic Laminate Parts. 5. ASTM D2583 —Test Method for Indentation Hardness of Rigid Plastics by Means of a Barcol Impressor. 6. ASTM D2584—Test Method for Ignition Loss of Cured Reinforced Resins. 7. A5TM D3299 - Specification for Filament -Wound Glass -Fiber -Reinforced Thermoset Resin Corrosion -Resistant Tanks. 8. ASTM D4097 - Specification for Contact -Molded Glass -Fiber -Reinforced Thermoset Resin Corrosion -Resistant Tanks. 9. American National Standards Institute (ANSI) B16.5 — Flange Dimensions. 10. American Water Works Association (AWWA) D120 —Thermosetting Fiberglass - Reinforced Plastic Tanks. 11. National Fire Protection Association (NFPA) NFPA 70, National Electric Code. 12. NSF International, Inc. (NSF) 61, Drinking Water Components — Health Effects. C. Manufacturer Qualifications: 1. RTP-1 Certification. Established Quality Control and assurance Program as described below. a. If required in the Tank Schedule at the end of this Section, the tank manufacturer shall have a current RTP-1 certification and the tank shall be constructed in a factory/shop that is RTP-1 certified. b. All equipment shall be the product of a manufacturer having at least 10 U.S. installations of the type being proposed, each with a minimum of 5 years of satisfactory service. 2. A list of similar installations shall be furnished with the Shop Drawing submittal, including names and telephone numbers of contacts. D. Installer Qualifications: Manufacturer's authorized representative who is trained and approved for installation of units required for this Project. Fiberglass Reinforced Plastic Chemical Storage Tanks 44 42 76 - 2 FTW17498 —VCWRF Sludge Thickening Improvements City Project No. CO2647 E. Source Limitations. Equipment units of each type specified in this Section shall be supplied by a single manufacturer. F. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. G. Quality Control and Assurance Program: Manufacturer shall be responsible for implementation of a comprehensive Source Quality Control and Assurance Program having the following minimum requirements: Employment of a quality control manager with experience in the Plastics, FRP, or Composites industry. If position is currently not staffed, then an outside person or service shall be retained at the Fabricator's expense for the duration of fabrication of the tanks in this Section to fulfill this position. 2. The quality control manager shall be independent of manufacturing production personnel. All phases of the tank fabrication shall be witnessed by either the quality control manager or his directly and solely supervised staff. 4. A manufacturer's log of each tank's fabrication: a. Start of fabrication and other production milestones. b. Names of qualified production personnel who worked on the tank. c. Type and quantity of materials used for the tank construction. Visual inspection results for individual vessel components taken before and after final assembly. Test results for completed vessels as specified in paragraph titled "Source Quality Control." 5. Quality control manager shall have a current production schedule available for inspection that identifies the vessel fabrication or storage location, current status, and expected completion date for each vessel. 6. Areas of the facility, where vessels are being fabricated or stored under this Section, shall be available for inspection during normal working hours. 7. Each vessel shall have a signed letter from the quality control manager stating that the vessel was fabricated in accordance with these specifications. This letter shall be accompanied with the quality control documents. Vessels will not be approved at the Site without this documentation. S. Any violation of this quality control program is sufficient justification for rejection of any tanks that are involved in the violation. 9. Prior to beginning vessel fabrication, the Fabricator shall have written approval of his quality control program. 10. Prepare Source Quality Control and Assurance Report of the findings. H. Manufacturer's Representative for Startup and Testing: The services of the manufacturer's technical representative shall be provided for pre -startup installation checks, startup Fiberglass Reinforced Plastic Chemical Storage Tanks 44 42 76 - 3 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 assistance, training of Owner's operating personnel, troubleshooting and other services as required in Section 0175 00 "Starting and Adjusting." 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00 "Submittals" and shall include: 1. Shop Drawings: a. Shop Drawing information shall include critical dimensions, fitting locations, construction materials, and approved chemical storage. b. Manufacturer's literature shall include a description of construction of tank walls, fittings, and quality control procedures for in plant inspection of the tank during construction. Chemical resistance charts shall be by the tank manufacturer and based upon the tank manufacturer's data. c. Tank manufacturer shall submit assurance that field repair service can be offered and that the tank manufacturer has a representative that works in the project area. d. Submittal data shall be in such form and so presented that the Engineer may readily review the data. e. Manufacturer shall submit a list of 10 similar installations which have been in . satisfactory operation for at least 3 years. 2. Operation and maintenance manuals. 1.04 DELIVERY, STORAGE, AND HANDLING A. Closely check the tanks upon delivery for damage. If damaged, do not accept the tanks. Handle the tanks with care to prevent inadvertent damage during installation. 1.05 WARRANTY A. Manufacturer shall warrant the equipment and materials furnished under this Section against defects in materials and workmanship for a period of two (2) years from the date of Final Acceptance in accordance with the General Conditions. 2.00 PRODUCTS 2.01 MANUFACTURERS A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include the following: 1. Belco Manufacturing Company. 2. Diamond Fiberglass. 3. Ershigs, Inc. 4. LF Manufacturing. 5. R.L. Industries, Inc. 6. An-Cor Industrial Plastics, Inc. Fiberglass Reinforced Plastic Chemical Storage Tanks 44 42 76 - 4 FTW17498—VCWRF Sludge Thickening Improvements City Project No. CO2647 7. No substitutes or equals. 2.02 STORAGE TANK REQUIREMENTS A. General Requirements: 1. Tank manufacturer shall be responsible for the basic design of the FRP tanks based on these specifications and associated Drawings, including resin selection, wall thickness, methods and locations of support and stiffener requirements and methods for achieving secondary containment and/or leak detection. 2. Mechanical properties used for the design of any contact molded or filament -wound reinforced laminate shall meet or exceed all requirements of ASME RTP-1 or ASTM D3299 as specified in the Tank Schedule at the End of this Section. 3. Tanks shall be designed in accordance with ASME RTP-1 or ASTM D3299 as specified in the Tank Schedule at the End of this Section and be in accordance with all specific manufacturing detail requirements of these standards and this Section. B. Fabrication Requirements: 1. Fittings: a. Flange Nozzles: 1). Rated at 50 psig, minimum, with flange outer diameter and drilling per ANSI 16.5. 2). Back face of the flanges shall be spot -faced, flat, and parallel to the flange face of sufficient diameter to accept an SAE metal washer under the bolt head or nut. 3). Flange nozzles shall be conically gusseted with strength requirements of 1500 ft- Ib of bending and 2000 ft-lb of toque. 4). Standard orientation will have bolt holes straddling principal centerline of vessel and a radial line on tank top. 5). 40-50 durometer 1/8-inch thick full -face gaskets shall be used. Gaskets shall be suitable for chemical stored. b. Couplings, Nipples, Pipe Stubs: Shall be of filament wound or contact molded construction. Press molded fittings are not acceptable. c. Drain line shall include true -union ball valve. Drain fitting shall be designed and located such that the entire volume of the tank can be drained. d. All connections shall be FRP flanges (ANSI 8.16.5 150-lb. flanges) bonded to the tank. All fittings, pipes, and valves shall be FRP or CPVC, compatible with chemicals specified. e. Radar Level Sensor fitting location, size, and additional provisions shall be coordinated with SCADA contractor. Fiberglass Reinforced Plastic Chemical Storage Tanks 44 42 76 - 5 FTW17498 —VCWRF Sludge Thickening Improvements City Project No. CO2647 f. Dimensions and Tolerances of Flange Connections: 1). Installed plumb or horizontal to within 1 for nozzles 8-inches and smaller and 1120 for nozzles 10-inches and larger. 2). Centerline +/- 0.25 inches of designated location. Closed top tanks shall be designed with a head knuckle radius of not less than 1.5 inches. 3. Bottom knuckle radius of flat bottom tanks shall be a minimum of 1.5 inches. The reinforcement of the knuckle -radius area shall extend up the vertical wall a minimum of 12 inches. 4. Tank heads with top fittings shall have a factory -applied non-skid coating. 5. Nozzles shall have a 6-inch projection (8-inch for insulated tanks) as measured from the face of the flange to the outside wall of the tank. 6. Shell nozzles shall be mounted radially, perpendicular to the side shell. Top nozzles shall be mounted parallel to the vertical axis of the tank with bolt holes straddling this principle axis. Nozzles shall be finished flush with the inside surface of the tank. Provide gaskets for all flanges. Gasket material shall be as specified in the Tank Schedule. 7. Manway shall be manufacturer's standard vapor -tight, flanged and bolted manway, with gasket and hardware as specified. Provide manways as indicated in the Tank Schedule and/or as indicated on the Drawings. 8. Hold Down Lugs: Hold down lugs or plates shall be installed on all tanks. The size and number of hold down lugs shall depend on the wind, seismic, and other loads the tank will be subjected to during normal operation. Tanks shall have four hold down lugs, minimum. 9. Lifting Lugs: Shall be installed on tanks having a weight of over 200 lb., unless otherwise specified. C. Joints: Joints between sidewall sections and for attachment of top heads or bottom heads shall conform to the width and thicknesses as specified in RTP-1 or ASTM D3299 as specified in the Tank Schedule at the End of this Section, as a minimum. D. Ladders: When indicated in the Tank Schedule and/or on the Drawings, provide fiberglass reinforced plastic ladders in the location(s) shown on the Drawings. A safety cage shall be provided when required by OSHA. Dimensions of ladders and safety cage shall meet the requirements of OSHA. Fiberglass reinforced ladders shall have UV inhibitors to prevent deterioration in outdoor installations. E. Handrail: When indicated in the Tank Schedule and/or on the Drawings, tanks equipped with handrail shall be furnished with mounting lugs, pads, or the like, suitable for handrail posts. Mounting shall be designed to withstand loads per Uniform Building Code, latest edition. Fasteners shall not penetrate to the interior of the tank. Contractor shall coordinate requirements between the guardrail and tank suppliers. Fiberglass reinforced handrail shall have UV inhibitors to prevent deterioration in outdoor installations. Fiberglass Reinforced Plastic Chemical StorageTanks44 42 76 - 6 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 2.03 MATERIALS A. Resin: Resin System: Selected by the Fabricator suitable for chemicals to be stored, as indicated in the Tank Schedule. 2. Resin used shall be commercial grade, corrosion -resistant thermoset, suitable for continuous exposure to the chemical to be stored at the specified temperatures. 3. Resin shall be an NSF-61 approved, premium grade resin, such as Ashland's Derakan or Hetron, Reichold Chemical's DION, AOC's Vipel, or equal premium resin, with cure system based on the resin manufacture's requirement in a double Nexus veil, with a 4- hour post cure and 100-mil (or greater) corrosion barrier, surrounded by an outer structural layer. 4. Depending on the application, the resin may either be a single or dual resin system. 5. No dyes, pigments or colorants shall be used, except in the exterior coat. Exterior color shall be selected from fabricator's standard colors by the Engineer or Owner. 6. Resin shall not contain fillers or thixotropic agents, unless specified. B. Reinforcement: 1. Inner Surface: Veil will be one- or two-ply synthetic Nexus veil, or C veil, depending on resin manufacturer's recommendation. Nexus veil may be backed by one -ply C glass veil to improve inner surface quality. Inner surface shall have a minimum of 85 percent resin content. b. Inner surface construction shall be the same for inner and outer shell of double wall vessel to prevent corrosion in the annular space in the event of a leak. 2. Interior layer: Two layers of 1.5 oz/ft' chopped strand mat or equivalent chopped strand backing the veil. Application by chopper gun is acceptable if mechanically slaved and synchronized to the rotation of the mandrel. Interior layer shall have 68 to 78 percent resin content. b. Use no additive in the corrosion barrier. The corrosion barrier shall be considered non-structural for all design aspects. 3. Structural Layers: a. Hand Lay -Up (Heads, Joints, Fittings): Alternating layers of 1.5 oz/ftz chopped strand e-glass or equivalent chopped glass and 24 oz/yd2 woven roving. Woven roving shall be Type E glass, nominal 24 ounces per square yard, 4 x 5 weave, with silane type finish. Glass content for hand lay-up layers shall be 30 to 45 percent. b. Filament Wound (shell): Continuous roving used for filament winding shall be Type E glass with a silane type finish, with a nominal yield of 250 strand yards per pound. Glass content for filament wound layers shall be 55 to 70 percent. Uni-directional fabric may be interspersed between filament wound layers to achieve minimum axial tensile properties. Fiberglass Reinforced Plastic Chemical Storage Tanks 44 42 76 - 7 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 4. Laminate Quality: Meet requirements of the visual acceptance criteria in ASME RTP 1, Level II or ASTM D3299 as specified in the Tank Schedule at the End of this Section including, but not limited to, the following: a. Appearance. b. Defects. c. Cut edges. d. Construction joints. 5. Post Curing: a. After fabrication and inspection, where recommended by the resin manufacturer, all tanks shall be post cured with heat. Post curing shall use indirect heaters or steam to avoid hot spots. b. Follow resin manufacturer's recommendations for post cure temperatures and times. Any material not meeting the recommended Barcol hardness after post curing shall be rejected. NOTE: synthetic veils, such as Nexus, will reduce the Barcol readings by several points. C. Other Requirements: 1. Fire Retardancy: When scheduled, add 3 to 5 percent Antimony Trioxide to halogenated resin in the structural laminate only, to increase the ignition resistance of the resin. 2. Ultraviolet Resistance: White gelcoat ultraviolet absorber shall be added to exterior resin layer. 3. Make resin putty using the same resin as was used in the original fabrication and shall contain milled glass fibers. The use of silica flour, grinding dust, or other fillers is not allowed. 2.04 NAMEPLATE A. Provide a tank nameplate constructed of FRP materials and located approximately 5 feet up from tank bottom, where possible. The nameplate shall include the following information: 1. Serial number. 2. Customer. 3. Customer purchase order number. 4. Tank model. 5. Tank capacity. 6. Design pressure. 7. Specific Gravity 8. Service temperature. 9. Product. 10. Corrosion barrier veil. Fiberglass Reinforced Plastic Chemical Storage Tanks 44 42 76 - 8 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 11. Corrosion barrier resin. 12. Structural layer resin. 13. Date of fabrication. 14. Tank tag number. 2.OS HEAT CURE A. Tanks should be heated cured in accordance with the resin manufacturer's recommendations and instructions. Tank should then be steam cleaned and washed with a mild detergent to remove styrene, grinding dust, and foreign matter from the interior surfaces of the tank. Contractor shall wash the tank thoroughly with detergent and rinse it thoroughly. B. Post Cure: Chemical tanks exposed to specific harsh chemical environments should be heated on the interior to a temperature of 180 to 200 deg F for 4 hours to more completely cure the resin, as recommended in resin corrosion guide for specific chemicals. 2.06 SURFACE CURE A. Barcol Hardness Test: All tanks should have Barcol hardness readings taken and recorded on Quality Control report. Ten readings will be taken on the clean, resin rich surface of the tank. The two highest and the two lowest readings will be eliminated. The average of the remaining readings will be reported as the Barcol hardness of the tank. (Barcol hardness reading of 90 percent or better of resin manufacturer's specified Barcol hardness for resin used is considered satisfactory.) B. Acetone Test: 1. Tanks requiring acetone test to check for proper cure should be tested as follows: Rub a small amount of clean Acetone on the laminate surface until the Acetone evaporates. If the surface stays dry and hard, it is properly cured. 2. CAUTION: Remove all mold release or paraffin wax and all dust from surface. Evidence of a sticky or tacky surface following rubbing with an acetone -saturated cloth shall be grounds for rejection of the tank. 2.07 SOURCE QUALITY CONTROL A. Inspection of all products fabricated to this Specification is required prior to shipment, as listed below. 1. Visual inspection to the requirements ASME RTP-1, Level II or ASTM D3299 as specified in the Tank Schedule at the End of this Section. 2. Barcol Hardness: ASTM D2583, liner only. 3. Acetone sensitivity test for all internal secondary bonds. 4. Glass content by ignition loss on three cutouts per ASTM D2584. 5. Hydrostatic Testing: 4 hours with water. Fiberglass Reinforced Plastic Chemical Storage Tanks 44 42 76 - 9 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 B. Permit the Owner and Engineer access to the tanks during fabrication forth e purpose of verifying compliance to the Contract Documents. The inspection is not intended to replace manufacturer's own quality assurance and control procedures. 1. Provide notice 1 week prior to the estimated date of fabrication. 2. Inspection by Owner and Engineer does not relieve manufacturer of compliance with the Contract Documents. A final inspection will be performed by Engineer the at the Project Site. C. Documentation: Provide Quality Control Report based on ASME RTP-1 or ASTM D3299 as specified in the Tank Schedule at the End of this Section. 3.00 EXECUTION 3.01 INSTALLATION A. Install the tanks in accordance with the manufacturer's instructions as approved by the Engineer. B. The tank foundation must provide smooth continuous full bottom support (maximum deviation 1/8 inch per 4 feet in any direction), unless manufacturer's requirements differ. Tanks must not be grouted. C. Provide tanks with a minimum of two NFPA hazard labels. Install vinyl labels with permanent adhesive, four-color background and 4-inch numbers. D. The chemical's name shall be affixed to the tank using an adhesive backed vinyl label. The chemical name shall be 8-inch tall lettering for bulk tanks and 4-inch tall lettering for day tanks. E. Certification Label Stating: 1. Tank material, including applicable liners, resins, or reinforcement. 2. Chemical to be stored including: a. Concentration. b. Specific gravity. c. Maximum temperature. 3. Tank capacity. 4. Date of manufacture. 3.02 FIELD QUALITY CONTROL A. Upon completion of tank installation and before connections are made and equipment attached, a hydrostatic test to verify the satisfactory operation of the unit shall be conducted. Block outlets and fill tank with clear waterfor a period of at least 4 hours. Any leaks which are detected shall be repaired and be retested until all leaks have been detected and repaired to the satisfaction of the Engineer. The unit must perform in a manner acceptable to the Engineer before final acceptance will be made by the Owner. Fiberglass Reinforced Plastic Chemical Storage Tanks 44 42 76 - 10 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 9 3.03 CLEANING AND ADJUSTING A. After installation is complete and piping connections are made, clean the tank and nozzles with a mild soap solution and rinse with 180 deg F water. 3.04 SCHEDULE A. Tank drawings shall be referenced to determine precise location and orientation of fittings. Name of Tank Tank Quantity Tank Location Tank Tag Number(s) Chemical Service Chemical Name Concentration (% by wt.) Specific Gravity Chemical pH Tank Construction Configuration (Horizontal/Vertical) Wall Type (Single/Double) Bottom Head Type (Flat/Cone) Top Head Type (Dome/Open) Tank Support Tank Dimensions Inside Diameter Straight Side Wall Height Maximum Liquid Level (Height from Bottom of Overflow) Capacity (at Bottom of Overflow) Tank Accessories Ladder Required (Yes/No) Handrail Requires (Yes/No) High Level Switch(es) Fire Retardancy Required (Yes/No) Temperature & Pressure Requirements Ambient, Minimum TAISNK SCHEDULE Neat Polymer Storage Tank 2 Sludge Thickening Facility Fiberglass Reinforced Plastic Chemical Storage Tanks FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 Polydyne Clarifloc C-62666 100 1.05 Unknown Vertical Single Flat Dome Flat Pad 10'-6" 6,150 gallons Yes Yes Yes Yes 10deg F 444276-11 Ambient, Maximum 120 deg F Heat Trace Setpoint N/A Operating Pressure Atmospheric Required Certifications RTP-1 Tank Manufacturer (Yes/No) Yes RTP-1 Tank Factory/Shop (Yes/No) Yes Tank Design (RTP-1/ASTM D3299) ASTM D3299 RTP-1 Tank Stamped (Yes/No)' No Additional Loading RequirementS2 Personnel (Live Load) Yes Mixer (Yes/No) No Pipe Supports (Yes/No) Yes Nozzle/Flanged Schedule' Top Manway 30" Side Manway 36" Flange Gasket Material Fill/Inlet 3" Interior and Exterior flange Tap Outlet 2.5", Exterior Flange Bottom/Side Drain 3", Exterior Flange Bottom/Side Overflow 4", Exterior Flange Tap/Side Recirculation (Suction) 3", Exterior Flange Bottom/Side Recirculation (Discharge 1) 3", Exterior Flange Top Recirculation (Discharge 2) 3", Exterior Flange Middle/Side Vent 2.5", Exterior Flange Top Level Transmitter, Radar 6", Exterior Flange Top Level Switch 6", Exterior Flange Top END OF SECTION ' Registered with the National Board of Boilers and Pressure vessels if the tank is required to be designed per A5ME RTP-1 and stamped. 2 This loading requirements are in addition to those specified in Paragraph 1.02, Item A.3. 3 All connections must be flanged, unless noted otherwise. Fiberglass Reinforced Plastic Chemical Storage Tanks 44 42 76 - 12 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 DIVISION I WATER WASTEWATER EQUI I I I T THIS PAGE INTENTIONALLY BLANK 46 33 33 POLYMER BLENDING AND FEED SYSTEM 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment, and incidentals necessary to install polymer blending and feed systems as specified herein. B. The polymer feeder shall be furnished complete with controls and appurtenances required to make the system operable. The polymer blending and feed system shall be used to activate neat emulsion polymer and feed a polymer solution to thickening units. Thickening units are specified in Section 46 46 7133 "Rotary Drum Thickeners" and Section 46 7116 "Gravity Belt Thickeners". 1.02 QUALITY ASSURANCE A. Acceptable Manufacturers. 1. UGSI Chemical Feed, Inc. (Polyblend) -2' I Ir--cl rhorr-al Feed In,. (Dy., ableRE 1 „ 3. Velocity Dynamics, LLC. (VeloDyne) 4. No equals B. The polymer feed systems shall be furnished, coordinated, and tested by one supplier. The system shall be completely shop assembled, skid mounted, and shop tested prior to shipment. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00 "Submittal Procedures" and shall include: 1. Shop Drawings noting the following. a. Make, model, and weight of equipment items. b. Schematic of piping layout showing all equipment, valves, and other accessories. c. Manufacturer's catalog information, descriptive literature, specifications, and materials of construction. d. Information on rotometers, flow meters, and mixer chamber. e. Dimensions for system. f. Retention time and Gt (mean velocity gradient multiplied by retention time) values for polymer mixing chamber. g. Electrical control schematic and wiring diagrams that clearly show alarms, shutdowns, and contact closures for central control system. Polymer Blending and Feed Equipment 46 33 33 - 1 FTW17498— VCWRF Sludge Thickening Improvements City Project No. CO2647 h. Interconnection diagrams showing 120-volt control interconnections, instrument connection, wire size and quantities, wire identification per control diagrams, and terminal block locations. i. Provide an electronic 3-D file of the polymer blend unit in a .step, .dwg, or .rfa file format. 2. Operation and Maintenance Manuals. 3. Installation List: The Equipment Manufacturer shall submit a list of 10 similar installations which have been in satisfactory operation for at least 1 year. Shop drawings not including this required information shall not be accepted. 4. All product warranty information. 5. List of all recommended spare parts. Factory Testing: Major system components shall be factory tested for compliance with the construction and functional requirements, and a certification of the results of these tests shall be submitted to the Owner and Engineer. 1.04 WARRANTY A. Manufacturer shall warrant the equipment and materials furnished under this Section against defects in materials and workmanship for a period of two (2) years from the date of Final Acceptance in accordance with the General Conditions. 2.00 PRODUCTS 2.01 GENERAL A. The polymer feed systems shall be skid mounted assemblies consisting of one progressing cavity pump, mixing chamber, and all piping, valves, and controls capable of delivering required minimum and maximum gallons per hour of polymer solution as specified herein. 2.02 Design and performance requirements Item RequErorngnt No. of Units 10 Pumping Temperature 40 deg F to 110 deg F ambient temperature indoors Neat Polymer Feed (per unit) Minimum: 0.25 gph Maximum: 5.0 gph Dilution Water Reclaimed plant effluent @ 40 psi Dilution Water Flowrate (per unit) Minimum: 180 gph Maximum: 1800 gph Dilution Water Inlet Connection 1.5-inch FNPT Polymer Blending and Feed Equipment 46 33 33 - 2 FTW17498—VCWRF Sludge Thickening Improvements City Project No. CO2647 Neat Polymer Inlet Connection 1-inch FNPT Polymer Solution Discharge Connection 1.5-inch FNPT A. Concentrated polymer and water shall be blended in a completely back -mixed environment. The mixing chamber shall be constructed with a clear acrylic barrel, stainless steel chamber with clear cover, PVC or brass impeller and stainless steel mixer shaft. Mixing chamber shall be transparent or have a clear PVC pipe at the exit to allow viewing of mixing intensity. B. The polymer and water shall be mixed in a chamber designed to create sufficient mixing energy. a. High shear zone of the mixing chamber shall have a mechanical mixing impeller for successful initial activation and the low shear zone shall not have a mixing impeller to avoid damaging polymer molecules. b. In order to quantify the mixing intensity in the mix chamber, the applied horsepower shall defined by measuring the difference between in torque when the mix chamber is empty versus being full of water. This value shall be the basis of determining the mixing intensity defined as "G" value. 1. The G-value in the high shear mixing zone shall not exceed 14,000 sec -'to effectively disperse polymer gels to prevent fisheye formation. 2. The G-value in the low shear mixing zone shall be lowered to 3,500 sec' to avoid damaging polymer molecules. c. Solution shall undergo a tapered mixing intensity slope as it exits the initial high sheer zone and passes through a second low shear zone, isolated by a baffle. d. The design shall have primary mixing and post -dilution to maximize the value of breaker surfactant present in emulsion polymer, if recommended by manufacturer. e. Polymer activation efficiency shall be consistent over the dilution water range. C. Impeller shall be driven by a 341 HP motor. 1 1. Motor shall be TEFC, or TENV. 2. Impeller speed shall not exceed 3,450 rpm. 3. Impeller speed shall be 1750 rpm, minimum. 4. Motor shall be direct -coupled to impeller shaft. D. Mixing chamber shall include a stainless -steel injection check valve. E. System shall include one polymer progressing cavity metering pump. 1. Rotor shall be 316 stainless steel 2. Stator shall be Viton. 3. Pump shall have paGkiRg mechanical seals. 4. Polymer feed pump shall be driven by a % HP, AC or DC motor. a. Variable speed shall be provided by a VFD or SCR controller. b. Motor shall be washdown, TEFC or TENV duty. Polymer Blending and Feed Equipment 46 33 33 - 3 FTW17498 —VCWRF Sludge Thickening Improvements City Project No. CO2647 c. Motor shall be direct -coupled to a gear reducer. d. Pump shall be direct -coupled to gear reducer. S. Provide a thermal sensor at the discharge of the polymer feed pump to indicate loss of polymer flow. The loss of polymer flow alarm shall have an adjustable time delay and a reset button on the control panel. Loss of polymer shall stop the polymer feed unit and require manual reset to restart the feed unit. F. Dilution Water Control 1. Dilution water shall be split into two streams, if recommended by manufacturer a. Primary water flow shall supply the mixing chamber. b. Secondary water flow shall be used to post dilute the activated polymer stream. c. These two streams shall be completely blended by a static mixer prior to exiting the unit. d. Provide differential pressure type loss of water flow sensor or alternatively, provide 1 rotometers with level switches that sense loss of water. loss of water flow alarm shall have an adjustable time delay. Loss of dilution water flow shall stop the metering pump which will restart automatically on return of water flow. G. System shall have a solenoid valve for on -off control of dilution water supply and a rotameter-type flow indicator equipped with integral rate -adjusting valve. H. Dilution water inlet and polymer solution outlet connections shall include 304 stainless steel unions connected to the chassis. 2.03 POLYMER CONTROL PANEL A. Polymer system control panel shall be provided by the polymer equipment supplier, mounted to Polymer skid. B. Polymer control panel shall operate on a single 120VAC, 60Hz, 20A max service. Any equipment requiring more power shall be adjusted by the contractor. Equipment requiring more power shall include improvements to the system from the power panel back to utility at no additional cost to the owner. C. Instrumentation, valves, switches, and motors mounted to the skid shall be factory wired by the equipment supplier. D. Control Panel shall include, at a minimum the following controls: 1. HAND/OFF/AUTO switch a. In HAND mode the pump shall be controlled by an operator entering a desired pump speed. b. In AUTO mode the thickening unit control panel shall provide a 4-20mA flow setpoint. Permission to run pump in HAND or AUTO shall only be allowed if the thickening unit is already running. This is to prevent a build-up and overflow of polymer at the thickening unit. Polymer Blending and Feed Equipment 46 33 33 - 4 FTW 17498 — VCW RF Sludge Thickening Improvements City Project No. C62647 2. Control Panel shall be capable of running dilution water through polymer system without polymer being injected. This is to clean the diluted polymer blend from the pipes with only dilution water. E. Input/Output signals to the thickening unit control panel shall be: 1. Input a. Start/Stop (Discrete) b. Flow setpoint (4-20mA) 2. Output a. Dry contact ouputs (Discrete) for: 1). Polymer system running 2). General fault 3). Remote mode status b. Polymer pump rate (4-20mA) c. Polymer Common Alarm (Discrete, Consists of signals below) 1). Loss of flow, dilution water 2). Loss of flow, neat polymer 3). Polymer system malfunction 4). Polymer system in remote 2.04 ACCESSORIES A. Loss of Flow Fail Safe Switch, Dilution Water 1. Fail safe Switch or equal Pressure Switch or reed switches integral to the flowmeter to monitor float position, shall be supplied to shut down the polymer unit's mixing motor and polymer feed pump whenever inlet water flow or pressure falls below a set point determined by the user. An integral timer shall monitor loss of flow and energize contacts indicating alarm after 15 seconds of continuous loss. The shutdown shall not affect the water inlet solenoid valve, so that the polymer unit will resume normal operation automatically when pressure rises to an adequate level. The pressure or low flow switch shall be adjustable by the user through an equipment manufacturer's determined range. 2.05 CALIBRATION KIT A. A Calibration Kit with consisting of one suitably -sized graduated cylinder, isolation ball valves, and fittings shall be supplied to permit accurate monitoring of the polymer input rate. 2.06 SPARE PARTS KIT A. The following spare parts and special tools shall be furnished (total, not for each unit): Polymer Blending and Feed Equipment 46 33 33 - 5 FTW17498 — VCWRF= Sludge Thickening Improvements City Project No. CO2647 My Item Mechanical seal Mixing chamber o-rings Injection check valve Pump liquid end rebuild kit 3.00 EXECUTION 3.01 INSTALLATION A. Install the equipment in strict accordance with the Manufacturer's recommendations. B. Manufacturer's Representative for Startup and Testing: Services of manufacturer's technical representative shall be provided for pre -startup installation checks, startup assistance, training of Owner's operating personnel, troubleshooting and other services as required in Section 0175 00 "Starting and Adjusting." C. Complete all electrical power and control connections under Division 26 and Division 40. The polymer feed system shall be coordinated, tested, and demonstrated with the gravity belt thickener supplier per Section 46 7116 and rotary drum thickener supplier per Section 467133, D. The manufacturer's representative shall provide a maximum of two (2) trip with a total of 6 days on -site excluding travel time for Installation Supervision, Startup and Functional Testing, and Operator Training. 3.02 FIELD QUALITY CONTROL A. Upon completion of installation of the equipment, an acceptance test to verify the satisfactory operation of each unit shall be conducted. The test shall be conducted in a manner approved by and in the presence of the Engineer. The unit shall be checked for excessive noise, vibration, alignment, general operation, etc. The unit must perform in a manner acceptable to the Engineer before final acceptance will be made by the Owner. B. The polymer feed system shall be coordinated, tested, and demonstrated to be remotely monitored and controlled by the gravity belt thickener supplier per Section 46 7116 and rotary drum thickener supplier per Section 46 7133. END OF SECTION Polymer Blending and Feed Equipment 46 33 33 - 6 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 46 41 21 SLUDGE MIXING SYSTEM 1.00 GENERAL 1.01 SUMMARY A. Under this Section, the Contractor shall provide all labor, materials, tools, and equipment necessary to furnish and install and place in satisfactory operating condition the primary sludge mixing systems, accessories, and appurtenances for the Primary Sludge Holding Tank No. 1 and 2 as shown on the Plans, as specified, and directed by the Owner's representative. B. Unit Responsibility The work requires that the sludge mixing system, complete with all accessories and appurtenances, including, but not limited to, mixing pumps, motors, nozzle assemblies, and anchor bolts, be the end product of one responsible system manufacturer or responsible system supplier. The Contractor, unless otherwise required in this Section, shall supply pump suction and discharge piping to the nozzles and piping supports, as well as, valves, gauges, and other specialties. The Contractor shall obtain the system from the responsible supplier of the equipment. The Supplier shall furnish all components and accessories for the system to enhance compatibility, ease of operation and maintenance, and as necessary to place the equipment in operation in conformance with the specified performance, features, and functions. 1.02 SYSTEM DESCRIPTION A. The mixing systems shall be jet -mixing type utilizing recirculating pumps, piping and multiple nozzles that use pressurized fluid energy to mix and blend sludge. The pumps will draw sludge (suction) from the bottom center of the tank and recirculate (discharge) via pipe manifolds and nozzles to the tank. The pressurized sludge is discharged through the jet nozzles mounted to a pipe manifold creating turbulence and additional current for mixing of tank contents. The nozzles will be oriented in such a manner as to achieve homogeneous mixing in the barrel and bottom cone portion of the tank. B. Each Primary Sludge Holding Tank shall be mixed by a single vertical dry pit chopper pump at variable speeds. Mixing/pumping system shall be designed to operate under varying influent and effluent flows, and varying volume/levels in the sludge holding tank. C. Each system shall be sized and configured to provide mixing energy to prevent dead zones and blend the contents to maintain a uniform solids concentration in the tank. 1.03 REFERENCE STANDARDS A. ANSI/ HI — Hydraulic Institute B. AFBMA— Anti -Friction Bearing Manufacturers' Association C. ANSI — American National Standards Institute D. ASME —American Society of Mechanical Engineers E. ASTM —American Society for Testing and Materials Sludge Mixing System 46 4121 - 1 FTW 17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 F. AWWA —American Water Works Association G. AWS —American Welding Society H. IEEE — Institute of Electrical and Electronics Engineers NEMA — National Electrical Manufacturers Association 1.04 QUALITY ASSURANCE A. Perform Work according to Codes and as required to furnish and install the mixing system in compliance with all federal, state, local, and other governing agencies having jurisdiction. B. All pumps provided under this Section shall be in accordance with Section 43 2152 "Vertical Dry Pit Chopper Pumps." C. Acceptable Manufacturers 1. Vaughan RotaMix 2. Hayward Gordon HydroMix 3. MTSJet Mixing 4. Landia/Mazzei Mixing. 5. No equals 1.05 QUALIFICATIONS A. Manufacturer: The Mixing Systems shall be furnished by a supplier that is normally engaged in the manufacture of sludge mixing equipment. The manufacturer shall have at least 10 years' experience in the design, application, and supply of this type of mixing equipment in wastewater treatment plants. The manufacturer shall have a minimum of three (3) similar application installations utilizing equipment as specified herein, in satisfactory operation within the United States for a period of not less than three (3) years. An installation list for similar applications within the United States shall be provided with the product data and shall include the facility names, location, contact person, title, and telephone number. B. Manufacturer's Representatives: Representatives provided by the manufacturer shall be thoroughly versed and experienced in the installation, calibration, start-up, and operation of this type of sludge mixing systems. 1.06 SUBMITTALS A. Submittals shall comply with the requirements of Section 0133 00, "Submittals." B. Product Data: Submit manufacturer's Product Data for system materials and component equipment, including performance characteristics, for the vertical dry pit chopper pumps, mixing nozzle assemblies and scum nozzle assemblies. C. Shop Drawings: Submit shop drawings showing dimensional layouts for the mixing nozzle assemblies, layout of piping and appurtenances, and the vertical dry pit chopper pump units complete with motors and control panel. Layouts shall include anchor bolt locations, casing position, direction of rotation. Shop drawings shall also include sectional views of pump Sludge Mixing System 46 41 21 - 2 FTW 17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 construction, base plate details, motor specifications, electrical wiring diagrams, control panel mounting details, and a bill of materials. D. Performance Data: Performance data and curves shall be submitted with the shop drawings for pumping equipment to be furnished. Data shall be based on actual tests of similar equipment and include sufficient data to demonstrate suitability of both the pump and driver for the conditions specified. The data shall include the type and make of pump, size, capacity, motor horsepower, motor and pump speed, impeller size, and performance curve. E. Mixing system manufacturer shall perform and submit complete Hydraulic calculations for the total dynamic head of the pump including piping, valves, and nozzles whether part of their package or not. F. Computational Fluid Dynamic (CFD) modeling results shall be submitted by the manufacturer for the tanks in this specific application to show system performance requirements are met. G. Pump Tests. Certified performance data based on tests of each pump furnished shall be submitted for acceptance. Tests shall be performed in accordance with the Test Code of the Hydraulic Institute Standards and shall demonstrate compliance with the operating conditions specified. Certified curves shall include head, capacity, efficiency, net positive suction head, and power. H. Motor Tests. Tests shall be performed in accordance with American National Standards Institute/Institute of Electrical and Electronics Engineers (ANSI/IEEE) Standard 112 and ANSI C52.1, parts 12 and 20, and National Electrical Manufacturers Association (NEMA) No. MG 1. Routine test and certified data. i. Manufacturer's Certificate: 1. Certify that equipment meets or exceeds specified requirements. 2. Performance affidavit that the required mixing will occur within 30 minutes or less. Certify installation is completed according to manufacturer's instructions and that mixers have been properly installed and successfully tested per the specified criteria under the execution paragraph and are ready for operation. J. Operation and Maintenance Manuals: Submit detailed installation, operation and maintenance manuals, including storage and handling procedures. Manual organization and contents shall follow requirements of Section 0178 23 "Operation and Maintenance Data". K. Field Quality -Control and Testing Submittals: Indicate results of Contractor -furnished tests and inspections. Submit Manufacturer's Representative Reports. Manufacturer's representative reports shall include adjusting and testing of the equipment in accordance with the requirements of this Section. L. Qualifications Statements: Submit qualifications for manufacturer per Qualifications paragraph. 1.07 WARRANTY A. Manufacturer shall warrant the equipment and materials furnished under this Section against defects in materials and workmanship for a period of two (2) years from the date of Final Acceptance in accordance with the General Conditions. Sludge Mixing System 46 41 21- 3 FTW 17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 2.00 PRODUCTS 2.01 SLUDGE MIXING SYSTEM - GENERAL A. The manufacturer of the Primary Sludge Mixing Systems shall be completely responsible for the proper design of their systems, including but not limited to; mixing nozzle assemblies, scum nozzle assemblies, vertical dry pit chopper pumps, and control systems including complete control panel for automation of the Mixing System including vertical dry pit chopper pumps. All equipment shall perform as specified, and the completed installation shall operate in accordance with the requirements of the Plans and Specifications. B. The mixing systems shall be supplied and installed complete and ready for operation. C. Pumping units shall be provided that satisfy the performance specified for the sludge service indicated. Pumps may be certified on water; however, pumps will not be accepted until performance specified is demonstrated on the service indicated. D. Description: Jet mixing assemblies consisting of nozzle and manifold pipe configuration. 1. Mounting: Flanged with flange isolation kits. 2. Lubrication: Self-lubricating with mixing fluid. E. Performance and Design Criteria: 1. Design Table Primary Sludge Holding Tanks Tank Quantity: 2 (Tank No. 1 and No. 2) Tank Configuration: Cylindrical with Base Sloped Toward Center - See Drawings for Geometry Cone Depth (ft) 6.72 Cone Slope (ft/ft) S = 0.23 Tank Diameter (ft) 65 Tank Volume at Minimum Liquid Level (gallons) 914� Tank Volume at Maximum Liquid Level (gallons) 84;999 313,470 Sludge Temperature Operating Range (� F) 50-100 Avg. Sludge Feed % Solids 0.6% Max. Sludge Feed % Solids 1.5% Mixing Pumps 3 total (1 per tank + I duty pump) Sludge Mixing System 46 41 21- 4 FTW 17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 2.02 MIXING NOZZLE ASSEMBLIES 2 A. Provide #lee pipe -mounted double nozzle mixing assemblies aS r pFese tee an d,awin Certain mixing assemblies shall be provided with simultaneous multi -direction discharge capability. Single floor -mounted rotatable nozzles will not be acceptable. The sloped floor shall be considered while orienting nozzles and/or their bases. B. Pumping units shall be provided that satisfy the performance specified for the service indicated. Pumps may be certified on water; however, pumps will not be accepted until performance specified is demonstrated on the service indicated. C. Mixing nozzles shall be either Nitrided Type 316 stainless steel with appropriate lining and minimum SCH120 wall thickness or ASTM A536 glass -lined cast ductile iron, with 1.0" nominal minimum wall thickness or greater to protect against abrasive conditions, and a long straight taper length of at least 12 inches. D. Nozzle angles shall be positioned at the factory and confirmed at site by the Manufacturer's Representative. E. Assembly fittings shall be ASTM A536 glass -lined cast ductile iron, or Nitrided Stainless steel with 150 lb. flanged piping connection. F. The -h-;;r-,P- shall -he f_;;_hr*r_-.ated stainless Steelwith 3�4" meunting heles fGF 5/9" aRehep belts. PIDe supports shall be fabricated from 316, stainless steel. G. Anchor bolts shall be 5/8" diameter, and of sufficient length to support thrust loads from nozzles. All anchor bolts and fasteners shall be of Type 316 stainless steel. H. Zinc anodes shall be provided for each nozzle furnished to protect against galvanic corrosion. 2.03 ACCESSORIES A. All supports and hardware shall be Type 316 stainless steel. Support design shall be by mixing system manufacturer and of a style acceptable to the Engineer. Pipes and supports shall be suitable design for the tank bottom sloped geometry. B. End Connection: Match piping as indicated on Drawings. All submerged flanges and hardware shall have flange protection kits and sleeves. 2.04 VERTICAL DRY PIT CHOPPER PUMPS A. Vertical Dry Pit Chopper Pumps provided by Mixing System manufacturer shall be as specified under Section 43 2152, "Vertical Dry Pit Chopper Pumps". 2.05 SPECIAL TOOLS AND SPARE PARTS A. The Mixing Systems manufacturer shall furnish the following: 1. One set of special tools required for maintenance of the pumps. 2. One cutter bar plate for each mixing pump B. Furnish a complete spare parts list with prices including local supplier/representative with names and telephone numbers. Sludge Mixing System FTW 17498 — VCWRF Sludge Thickening Improvements 464121-5 City Project No. CO2647 2.06 MIXING SYSTEM CONTROL PANEL A. The mixing control system shall be designed to optimize the Mixing Systems process while minimizing operator attention. The control software program shall be factory tested prior to installation at the job site. B. Furnish a complete control system. The mixing system control panels shall be NEMA 4X stainless steel panels and each shall include the following: 1. Through -the -door main disconnect 2. One (1) — HAND -OFF -AUTOMATIC selector switches 3. One (1) — 50 HP 480VAC Variable Frequency Drives for Chopper Pumps 4. One (1) -- Pump circuit breakers 5. One (1) — Run Time Hour Meters 6. One (1) — Intermittent timers 7. One (1) — Run Pilot Lights 8. One (1) — lockout switches 9. One (1) — VFD fault pilot light 10. One (1) -- Control transformer w/ primary and secondary circuit breakers 3.00 EXECUTION 3.01 INSTALLATION A. Install equipment according to manufacturer's instructions and the approved shop Drawings. B. All pumps provided by Mixing System supplier under this Section shall be in accordance with Section 43 2152 "Vertical Dry Pit Chopper Pumps." 3.02 FIELD QUALITY CONTROL A. Inspection: It is the Contractor's responsibility to notify and coordinate with the equipment manufacturer in a timely manner in order for them to conduct their required inspection, servicing, testing, and instruction/training. B. Manufacturer's Field Service: A qualified representative of the manufacturer shall inspect the completed installation, service the equipment, be present and assist during field testing, operate the equipment under design conditions, assist the Contractor with solids and temperature profile testing, instruct the Owner's personnel in proper operating and maintenance procedures, and provide the Owner with a written certificate of approval. The representative shall spend a minimum of two (2) 8-hour days on Site performing these services per system. C. Solids Profile Testing. The Contractor, with the assistance of the manufacturer's representative, shall conduct solids profile testing. The mixing system shall undergo solids Sludge Mixing System 46 4121 - 6 FTW 17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 profile testing with a full tank of sludge to demonstrate the proper mixing patterns within the holding tank. Each holding tank shall undergo testing. 1. During startup, fill the tank to the maximum level. 2. Once the tank has been filled, the mixing system shall start. 3. After 8 hours of mixing, total solids samples will be collected from two different points at 5 different elevations in the tank. 4. Total solid samples will be analyzed by the Owner. 5. The measured total solids at any sample point in the tank shall not exceed 10 percent, plus or minus, from the mean of all samples collected. 6. If the tank mixing system does not pass, the manufacturer shall modify the system to improve and the test shall be rerun. If the mixing system does not pass after further test, the manufacturer shall replace the system components as necessary to have a complete functional system. END OF SECTION Sludge Mixing System 46 4121- 7 FTW 17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 THIS PAGE INTENTIONALLY BLANK 465121 COARSE BUBBLE DIFFUSERS 1.00 GENERAL. 1.01 WORK INCLUDED A. Furnish labor, equipment, materials and incidentals necessary to install non -clog, coarse - bubble aeration system including air supply, dropleg, manifold and header piping; and diffuser assemblies, bracing, fittings and supports, as well as anchorage parts and all other equipment required to provide a complete in -basin air supply and aeration system for the Waste Sludge Holding Tank as specified herein and shown on the Contract drawings. B. Contractor shall furnish all labor, materials, and equipment necessary to remove and dispose of existing aeration system in Waste Sludge Holding Tank No. 1 and to clear sediment, grit, vegetation and debris from both Waste Sludge Holding Tank No. 1 and No. 2 as necessary to install the new coarse bubble aeration system and as shown on the Contract drawings. 1.02 QUALITY ASSURANCE A. Manufacturer Experience: 1. The equipment Manufacturer shall have not less than ten (10) successful years of experience in the design, construction and operation of fine bubble diffused aeration equipment including diffuser laterals, manifolds, purge systems and diffuser assemblies, preferably with five (5) or more installations of similar size and diffuser type in the State of Texas. B. Acceptable Manufacturers: 1. Xylem Sanitaire 2. SSI Aeration, Inc. 3. Environmental Dynamics International 4. Aquarius Technologies, LLC. Q5. Evo ua Water Technologies, LLC 1.03 SYSTEM DESCRIPTION A. The coarse bubble aeration system shall be installed at WAS Holding Tanks No. 1 and No. 2. Both tanks will be in operation B. The system shall be used to mix and homogenize unthickened municipal WAS while maintaining aerobic conditions (dissolved oxygen > 0.5 mg/L). C. Air will be supplied to the coarse bubble diffusers from new positive displacement blower units through steel air headers. The aeration system will equally split air supply between WAS Holding Tanks No. 1 and No. 2 at the full range of variable diffuser submergence conditions. 1.04 RELATED REQUIREMENTS Coarse Bubble Diffusers 46 5121-1 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 A. Section 33 0103 — Supports and Hangers B. Section 33 11 13.14—Stainless Steel Piping C. Section 40 05 53 — Identification of Process Piping and Equipment D. Section 40 80 00 — Commissioning of Process Systems E. Section 40 90 01— Instrumentation F. Section 40 90 02 — Supervisory Control and Data Acquisition 1.05 REFERENCE STANDARDS A. ASCE — American Society of Civil Engineers 1. ASCE 2 — Measurement of Oxygen Transfer in Clean Water 1.06 DESIGN CRITERIA: A. The coarse bubble aeration system shall meet the following design requirements: Design Criteria —Site Conditions Number of Tanks 2 Tank Dimensions 75 FT (L) x 30 FT (W) x 14 FT (Max SWD) Feed Types Un-thickened municipal WAS Total Dry Solids Concentration Design Value = 0.9%Expected Range = 0.5%- 1.5% Site Elevation 462.50 FT MSL Ambient Pressure 14.51 psi Ambient Air Temperature -12°C - 43-C (10°F - 110-F) Water Temperature 15'C — 30°C Residual Dissolved Oxygen Requirement > 0.5 mg/L Clean Water Oxygen Transfer Efficiency at Maximum Airflow Rate and Max SWD > 0.75 % / FT submergence Mixing Air Requirement > 30 scfm / kcf Maximum Pressure at Top of Dropleg 6.1 PSIG Coarse Bubble Diffusers 46 5121 - 2 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 4 4 Design Criteria —Airflow Requirements Design Parameter Units Average Day Peak Week Minimum at Startup at Design Mixing Conditions Requirement Total AOR Lb-02/hr 50 100 N/A Total5OR Lb-02/hr 135 255 N/A Lb-02/hr / tank 67.5 127.5 N/A Total Airflow at Max SWD scfm 1,500 2,520 1,890 scfm / tank 662.5 1,260 945 B. Air Flow Distribution: 1. The air distribution system and diffusion equipment shall be capable of supplying design and maximum airflows within the maximum pressure limitations imposed by the air supply and distribution systems. 2. All air piping shall be sized so that the velocity in the pipe at' 50 pereent Af the esign airflow is less than or equal to the following values: Pipe Size VelDcitytfPM 1" to 3" 1800 4" to 10" 3000 12" to 24" 4000 > 24" 6500 3. The equipment manufacturer shall demonstrate uniform air delivery to all diffusers at design airflows and in compliance with the maximum pressure requirements. 4. The equipment manufacturer shall guarantee that the increase in diffuser back -pressure at the design airflow specified shall not exceed 0.0.25 psig after 1 year of operation and 9-2 0_5 psig after 5 years of operation. C. Factory Testing: Oxygen transfer efficiency (OTE) shall be demonstrated by submitting certified performance OTE curves performed or supervised and certified by an independent qualified testing laboratory or university. Curves shall be in accordance with latest ASCE Standard "Measurement of Oxygen Transfer in Clean Water." Curves should demonstrate that clean water transfer efficiency is achieved using a similar layout, depth, and flow rate per diffuser as required by design flow specified herein. D. Manufacturer's Representative for Startup and Testing: 1. Services of manufacturer's technical representative shall be provided for pre -startup installation checks, startup assistance, training of Owner's operating personnel, Coarse Bubble Diffusers FTW17498 — VCWRF Sludge Thickening Improvements 465121-3 City Project No. CO2647 troubleshooting and other services as required in this Section and in Section 0175 00 "Starting and Adjusting." 1.07 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00 "Submittal Procedures" and shall include: 1. Shop Drawings: Shop drawings shall include the following in addition to other requirements: a. List any exceptions or deviations from the contact documents. b. Descriptive literature including bulletins and equipment catalogs. c. Certified shop drawings including piping and diffuser layouts, elevations and appropriate cross -sections, and locations of pipe supports, fittings, joints and blocking. Shop drawings shall include materials of construction, method of fabrication, dimensions, pressure ratings, pipe wall thicknesses, and other pertinent standard classifications. d. Shop drawings shall also include all dimensions showing the location of anchor bolts or other mounting devices, openings in structures required for installation of equipment and connecting piping, and, if required, the size and location of electrical conduits and conduit openings. e. Information describing all valves, instruments and special fittings. f. Detailed drawings of the major fabricated components labeled with member sizes and materials of construction. g. Manufacturer's recommended procedures for jobsite storage of equipment, handling and erection. h. Structural data and computations. 2. Record Data: a. Certified oxygen transfer efficiency report as described in Section 1.06C. 3. Installation, Operation and Maintenance Manuals containing complete information in connection with the assembly, operation, adjustment, maintenance, and repair of the aeration equipment, and a detailed parts list with drawings or photographs shall be furnished in sextuplicate with each unit. 1.08 WARRANTY A. The equipment supplier shall furnish a warranty for all equipment provided by the equipment supplier for a period of two (2) years from date of Owner's final acceptance of the project. All equipment shall be guaranteed against defects in material and workmanship to the effect that any defective equipment shall be repaired or replaced without cost or obligation to the Owner. 2.00 PRODUCTS Coarse Bubble Diffusers FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 465121-4 2.01 COARSE BUBBLE DIFFUSERS A. The coarse bubble diffusers shall be wide -band, anticlog diffusers with a length of 24-inches and an air release perimeter of 48-inches. The diffusers will include an inverted air reservoir and a bottom deflector plate. The diffusers will be capable of operating at an airflow range of 10 to 40 scfm per diffuser under on/off conditions. B. The diffusers will be constructed of 304 SS and fully passivated after fabrication. The diffusers will be connected with pulled ports and gusseted connectors or with cast tee connectors welded to the bottom centerline of the lateral piping. 2.02 DIFFUSED AERATION PIPING A. Design 1. Provide a diffused aeration piping system for Waste Sludge Holding Tanks No. 1 and No. 2, including dropleg pipes, air distribution manifolds and laterals to distribute air from the aeration air supply pipe to the diffusers. 2. The diffusers shall be level to plus or minus 3/8-in. All diffuser piping and diffusers shall be capable of being leveled to this tolerance and remaining level under all conditions of operation whether the aeration tanks are full, partially full, or empty. B. Expansion Joints: 1. Piping, couplings, joints and steel fittings shall incorporate a mechanical expansion joint. Purpose of this joint expansion is to eliminate stress buildup in piping network. An expansion joint shall be provided for each air diffuser pipe between rigid supports to allow longitudinal movement and relieve stress in the pipe due to thermal expansion or contraction over a temperature range from 20 F to 240 F. 2. Expansion joints shall be air tight and permit free and easy movement of plain end of header within the coupling barrel. 3. Expansion joints shall be stainless steel consisting of a plain end, 0-ring, follower flange, and expansion barrel to accommodate 2 inches of movement in either direction. A positive method to prevent joint blow -apart shall be included with expansion joint. C. Dropleg 1. A 125 # drilled flanged connection shall be provided at the top of each dropleg for connection to the dropleg. See Contract Drawings for sizes of each dropleg connection. 2. Droplegs shall be constructed of Schedule 10 304L SS conforming to the requirements of specification Section 33 1113.14 "Stainless Steel Pipe". 3. A plain end shall be provided at the lower end of the dropleg. Connection to the air distribution header shall be with Type 304stainless steel band, or equivalent, coupling. 4. Each dropleg shall be supported separately from its manifold. At least one intermediate wall support shall be provided between the manifold and the top support. D. Manifolds 1. Air distribution manifolds shall be constructed of 304L SS pipe. Coarse Bubble Diffusers FTW17498 -- VCWRF Sludge Thickening Improvements 465121-5 City Project No. CO2647 Distribution manifolds shall be provided with flanged or flexible coupling connections to distribution laterals, expansion joints, pipe supports, etc, as required for alignment of the system to meet expansion/contraction under the temperature condition specified above. E. Materials of Construction 1. All welded parts and assemblies shall be fabricated from sheets and plates of Type 304L stainless steel with a number 1 mill finish conformingto AISI 304L and ASTM A240. 2. All non -welded parts and pieces shall be fabricated from sheets and plates of type 304 stainless steel conforming to AISI Type 304 and ASTM A240. 3. All piping nuts, bolts, and washers, shall be 316 stainless steel. 4. All piping gaskets shall be EPDM and suitable for air to 220 degrees F. 2.03 FABRICATIONS B. Welded stainless steel fabrications shall be passivated. The following procedures shall be used: Wire brush outside welded areas to remove weld spatter. Brushes shall be of stainless steel and used only on stainless steel. 2. Remove carbon deposits, greases and oils by pickling and neutralization to aid regeneration of a uniform corrosion resistant, chromium oxide film. Completely immerse stainless steel assemblies and parts after welding and brushing in a pickling solution of 6 percent nitric acid and 3 percent hydrofluoric acid at 140 F for a minimum of 15 minutes. Parts shall be free of iron particles or other foreign material after this procedure, or procedure shall be repeated. Neutralize stainless steel assemblies and parts previously pickled by immersion in a trisodium phosphate or water rinse. 3. Provide certification of immersion of piping. 2.04 PIPE SUPPORT A. Supports and appurtenances shall be 304 SS construction. Each installation shall include an expansion -contraction system consisting of fixed supports, intermediate supports and expansion joints. Supports shall provide proper bracing and means for accurate field alignment and adjustment of air header supply and air diffuser piping vertically, laterally, and longitudinally. Each pipe section shall have at least two supports and supports shall not exceed 12 feet maximum spacing. Each support shall be anchored to tank floor by a 316 stainless steel anchor bolt. Anchor bolt shall be capable of withstanding a loading of 10 times the calculated uplift force for air diffuser piping. Pipe supports shall be capable of withstanding a loading of 4 times the calculated uplift force, and air header supply piping shall be capable of withstanding a loading of 5 times the calculated uplift force. Pipe Diameter (in.) Uplift Forte Per Support (lb.) 4 45 6 100 8 140 Coarse Bubble Diffusers FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 465121-6 Pipe Diameter Uplift Forte Per 200 10 12 260 14 315 16 415 18 560 B. Supports shall allow a vertical adjustment of plus or minus 1-1/2 inches to permit vertical adjustment and alignment of air header supply and air diffuser piping in the field. The method of adjustment and alignment shall permit infinite adjustment within the specified limits to allow precise leveling of the piping and diffusers to within plus or minus 1/8 inch of a horizontal datum plane without removing piping from support. C. Air header supply and air diffuser piping and diffusers shall be capable of being installed to level tolerances specified and remaining level under conditions of operation whether the aeration tanks are full, partially full or empty. Features which allow possible deviation from level shall be cause for rejection. D. The design of support systems, including provisions for expansion and contraction of air manifold and distribution headers, as described in this Section, shall be the full responsibility of equipment manufacturer. Design calculations for support system shall be prepared by a Licensed Professional Engineer and submitted as specified in Paragraph 1.07. 3.00 EXECUTION 3.01 INSTALLATION A. All fabrication, installation and erection shall be in accordance with standard practice to provide a neat, structurally sound installation. The Contractor shall install all equipment in exact accordance with the Manufacturer's written instructions and as directed on the site during inspection visits by the Manufacturer's Representative. Particular attention shall be made to the air diffusers, which shall be installed level and to the exact elevation shown on the plans. Deviations from the Manufacturer's written or verbal instructions shall be subject to approval by the Engineer and Manufacturer. Check all air piping for leaks with a soap and water solution with system working and repair any leaks. C. Have installation inspected by manufacturer prior to shakedown operations. 1. Provide certificate from manufacturer that installation is correct and ready for use. 2. Have manufacturer instruct Owner's operating personnel in operation and maintenance of aeration systems described herein and on the Contract drawings. 3.02 FIELD QUALITY CONTROL A. Pieces shall be fabricated in maximum sizes suitable for shipping and galvanizing. The equipment shall be designed and fabricated per ASTM A143, A384 for bolt together field assembly. No field welding of hot -dipped galvanized equipment will be permitted. Coarse Bubble Diffusers 46 5121- 7 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 B. Acceptance Test: Upon completion of installation of equipment, conduct an acceptance test to verify the satisfactory operation of each unit. Conduct test in a manner approved by and in presence of Engineer. Check unit for leakage, general operation, etc. Unit must perform in a manner acceptable to Engineer before final acceptance will be made by Owner. END OF SECTION Coarse Bubble Diffusers 46 5121 - 8 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 46 71 16 GRAVITY BELT THICKENERS 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to provide a gravity belt thickener and associated piping, valves, controls, wiring, and appurtenances as specified herein and shown on the Contract drawings. B. The gravity belt thickener shall thicken municipal waste activated sludge (WAS). C. The gravity belt thickener shall be complete, including but not limited to frames, distribution box, filtration belt, belt drive, belt tensioning system, hydraulic or pneumatic belt alignment system, plows, scraper blades, discharge chute and hopper, washwater booster pump and distribution systems, drainage components, rollers, roller bearings, control panel, motors, drives, sludge conditioning unit, sludge retention tank, and other specified and necessary accessories. 1.02 QUALITY ASSURANCE A. Acceptable Manufacturers: 1. Andritz 2. Alfa Lava l/Ashbrook-Simon-Hartley 3. BDP 4. No equals B. The manufacturer shall submit an electronic 3-D file of the gravity belt thickener in a .step, .dwg, or .rfa file format as part of the shop drawing approval process. If needed, the Engineer will revise the Contract drawings, including any modifications to structural, mechanical, electrical, and instrumentation to accommodate the proposed manufacturer of the gravity belt thickener. The revised Contract drawings will be issued as a Field Order. No change in Contract Time or Contract Price will be allowed from the resulting Field Order. C. Experience Requirements: The equipment furnished shall be the product of a manufacturer that has demonstrated previous successful operation of full-scale units in at least 10 applications in the last 5 years similar to that specified. D. Factory Testing: Major system components shall be factory tested for compliance with the construction and functional requirements, and a certification of the results of these tests shall be submitted to the Owner and Engineer. 1.03 DEFINITIONS: A. Solids Capture: Percent of the feed solids that remain in the thickened end product on a weight basis. 1. For purposes of this Specification, "Capture" is defined as: % Capture = (C/F)[(F — E)/(C — E)] x 100 Gravity Belt Thickeners 46 71 16 - 1 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 Where: C = Thickened Sludge Total Solids (TS) (mg/kg) F = Feed TS (mg/kg), excluding any dilution from polymer solution flow E = Filtrate TS (mg/kg), excluding any dilution from polymer solution and belt wash water flows B. Polymer consumption: polymer consumed in the thickening process based on pounds of 100% active polymer per dry ton of feed solids. 1.04 SYSTEM DESCRIPTION: 1. The gravity belt thickener shall be designed to extract water from (thicken) the sludge specified herein after conditioning of the sludge with a polymer solution. This process of thickening shall be accomplished by natural free drainage upon a moving horizontal belt to the extent that a finished sludge product meeting the performance requirements specified herein is produced. 2. Moving wetted parts, and wetted parts on which moving parts ride, shall be fully corrosion resistant for the materials to be processed, as specified herein. All parts of the mechanisms shall be amply proportioned for all stresses which may occur during erection, and operation. Like parts of duplicate units shall be interchangeable. The gravity belt thickener shall be exposed to waste activated sludge in an area subject to continuous 95 percent relative humidity and splash conditions. It shall be located in a building and will be subjected to temperatures ranging from 50 F to 110 F. The gravity belt thickener shall be capable of withstanding these conditions and continue to operate as specified in the performance requirements. 1.05 DESIGN AND PERFORMANCE REQUIREMENTS: A. The thickener shall meet the following design and performance requirements for thickening waste activated sludge: Design Requiirements Number of Units 1 Effective Dewatering Belt Width 2 meter Minimum Gravity Zone Area 89 ft2 Minimum Feed Rate 400 gpm Feed Solids 0.5%- 1.5%total solids Maximum Polymer Consumption 10 lb/dry ton of feed solids Minimum Thickened Sludge Solids 5%total suspended solids Minimum Solids Capture 95% (at> 0.75%feed solids) Gravity Belt Thickeners FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 467116-2 Maximum Spray Washwater 45 gpm 1.06 1.06 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00 "Submittal Procedures" and shall include: 1. Shop drawings: In addition to requirements listed elsewhere, the shop drawings shall include the following: a. Provide an electronic 3-D file of the gravity belt thickener in a .step, .dwg, or .rfa file format. b. List of 10 similar installations, including phone numbers, where equipment has been in operation for at least 1 year. c. Certified design calculations, stamped by a registered professional engineer in the State of Texas, for the frame design, bearing and roller deflections and maximum operating belt tension. d. Finalized dimensional plan and sections of the complete equipment. e. Proposed dimensional plan and sections of the complete thickener unit mounted on concrete pedestals, showing all pipe connections, anchor bolt sizes and locations. Provide details of the anchor bolt sizes. f. Washwater flow and pressure requirements. If required, washwater booster pump manufacturer literature, performance curve, and motor information. Details of belt washing station(s). g. Details of the drive system for the belt. h. Provide a statement that the rollers can be removed within the space provided. i. For the baseplate of the thickener, furnish the loads including all horizontal and vertical components as follows: 1). Dead loads due to unit weight empty. 2). Dead loads due to unit weight full of sludge, drain pans full and similar circumstances 3). Dynamic loads. 4). Combination of 2. and 3. above. 5). Extraordinary loads exerted during belt changing procedures. j. Details of the belt tracking and tensioning system including process schematics, process and instrumentation diagrams, utility requirements, pneumatic and/or hydraulic components, valves, piping, and related control devices. k. Details of the vortex mixing valve and polymer injection ring. I. Details of the thickened sludge discharge hopper and hopper level element. m. Provide the following information on the control panel(s): Gravity Belt Thickeners 46 71 16 - 3 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 1). Shop Drawings. Submit shop drawings showing instrumentation, control panels, control panel components, software, software licenses, accessories, panel layout drawings, panel wiring diagrams, PLC input/output card drawings, and bill of materials. a). Panel drawing submittals shall be complete, fully demonstrating compliance with all specification requirements and features. Panel drawings shall include, but not be limited to, panel layout and bill of materials, panel power wiring schematics, and panel input/output wiring diagrams for each panel supplied. b). Panel assembly and elevation drawings shall be drawn to scale and detail all equipment in or on the panel. Panel drawings shall be at least 11x17 (inch) print size. As a minimum, the panel drawings shall include interior and exterior panel elevation drawings to scale, nameplate schedule, conduit access locations, and panel construction details. c). Panel control schematics and interconnection diagrams detailing the electrical connections of all equipment in and on the panel. Diagrams shall include power and signal connections, UPS and normal power sources, all panel ancillary equipment, protective devices, wiring and wire numbers, and terminal blocks and numbering. d). Point to point 1/O wiring diagrams depicting wiring within the panel as well as connections to external devices. The diagram shall identify all device terminal points that the system connects to, including terminal points of equipment provided by others, Wiring labeling used on the drawings shall match that shown on the Contract Documents or as developed by the manufacturer and approved by the Owner/Engineer. Field device wiring shall include the device ISA-tag and a unique numeric identifier. PLC 1/0 wiring shall be numbered with rack number, slot number, and point number. Two -wire and four -wire equipment shall be clearly identified and power sources noted. Submit final wire numbering scheme for approval by the Owner/Engineer. Point -to -Point drawings shall be 11x17 (inch) minimum in size. e). Submit construction details, NEMA ratings, intrinsically safe barrier information, gas sealing recommendations, purging system details, etc. for panels located in hazardous locations or interfacing to equipment located in hazardous areas. f). Submit evidence that al control panels shall be constructed in conformance with UL 508 and bear the UL seal confirming the construction. Specify if UL compliance and seal application shall be accomplished at the fabrication location or by field inspection by UL inspectors. All costs associated with obtaining the UL seal and any inspections shall be borne by the Contractor and included in the contract. g). Submit seismic calculations and anchoring requirements in conformance with Division 01, 2). Testing Plan Gravity Belt Thickeners 46 71 16 - 4 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 a). Test Procedure Submittals: Submit the procedures proposed to be followed for each test. Procedures shall include test descriptions, forms, and checklists to be used to control and document the required tests. Include sign -off forms for each testing phase or loop with sign -off areas for the Supplier, Engineer, and Owner. Refer to Section 3 for specific testing requirements, and submit separate procedures for each specified test phase. b). Test Documentation: Upon completion of each required test, document the test by submitting a copy of the signed -off test procedures. Testing shall not be considered complete until the signed -off test procedures have been submitted and favorably reviewed. Submittal of other test documentation, including "highlighted" wiring diagrams with field technician notes, are not acceptable substitutes for the formal test documentation. (1). Each loop shall have a Loop Status sign -off form to organize and track its inspection, adjustment and calibration. (2). Each active analog subsystem element shall have a Component Calibration form. 3). Programming a). Submit color copies of all graphic screens developed for this project for the LCP and MCP touchscreen panels. Graphics will be reviewed for approval by the Owner/Engineer. b). Submit memory maps and input/output lists for all controllers provided for this project. 4). List of spare parts to be furnished with the complete equipment system. 5). Complete instructions for unloading, storage, and protection of the equipment, including spare parts. 6). Detailed information on the following items to define the interfaces between the equipment furnished and the remainder of the thickening system: a). Identification and envelope dimensions for each separately installed subassembly of components, and associated connection dimensions. b). Detailed description of the instrumentation and control system to be provided with the equipment, including a list of all functions monitored, controlled, and alarmed. Describe automatic shutdown features and interlocks with the facility Instrumentation and Control system in both word and schematic form. Standard Instrument Society of America symbols shall be used on all schematics, and drawing format shall be generally as shown on the Instrumentation and Control system drawings in these Contract Documents. c). Electric motor control schematics, including type of control, location of control elements (panel, field, etc.) and all special motor controls that are not included with the equipment to be furnished. Gravity Belt Thickeners 46 71 16 - 5 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 d). Description of all interface links between the equipment components, and between the equipment system and other facility components, including: (1). Number, size and type of process and auxiliary connections. (2). Number, size and type of electronic or electrical signal wires. (3). Number, size and type of electrical power wires. (4). Number, size and type of hydraulic fluid tubing, if used. (5). Voltage level, current level, and contact ratings for signal interfaces. (6). Locations, pressures, and rates required for instrument and process air supply, if used. (7). Dimensions, mounting requirements, and access provisions for control panels. (8). Wiring harness tag numbers and wiring harness terminal block connection drawing to field terminal junction box. 2. After approval of shop drawing submittal, submit results of factory tests. 3. Operation and Maintenance Manuals per section 0133 04 "Operation and Maintenance Data". 1.07 WARRANTY A. In addition to the warranty provisions of the General Conditions, the Manufacturer shall warrant the following components: 1. The Manufacturer shall warranty the belt life will not be less than 4,000 operation Fours. 2. The Manufacturer shall repair any defects or corrosion to the thickener framework and coating during for a period of 3 years from the date of Substantial Completion. The Manufacturer shall replace any bearing that fails during the warranty period, provided the Owner has properly lubricated the bearings according to the Manufacturer's instructions. The complete bearing assembly, as specified herein, shall be warranted for a period of 5 years from the date of Substantial Completion. The warranty shall include all parts and labor for repairing or replacing any bearing assembly part that fails during the warranty period. 4. The Manufacturer shall replace any roller or roller coating that fails during the warranty period, provided the roller has not been damaged by external action such as fire, weld splatter, etc. beyond the Manufacturer's control. The Manufacturer shall warrant the rollers and the coating to be free from manufacturing defects for a period of 5 years from date of Substantial Completion. Neither the rollers nor coating shall require preventive maintenance during the warranty period. The warranty shall include all parts and labor and shall cover the cost of repairing or replacing any item that fails during the warranty period, provided the damage is not due to misuse or neglect by others. Gravity Belt Thickeners 4671 16 - 6 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 2.00 PRODUCTS 2.01 MATERIALS A. The parts of the equipment in contact with the belts shall be made of Type 316 stainless steel or shall be nylon or rubber coated. The metals in contact with sludge or polymer solution shall be ASTM A320 Type 316 stainless steel. Wetted parts of the machine shall be suitable for service at pH = 5 to pH = 11. 2.02 FRAMEWORK A. The thickener frame shall be designed to accommodate operating and static loads with factor of safety of 10 at normal belt operating tension without significant deflection, deformation, or vibration during operation. Framework shall also support piping and drive systems furnished with the thickener system. Lifting lugs shall be provided as necessary to afford convenient access to maintenance points throughout the thickener. B. The structural frame shall be fabricated from ASTM A-276, Type 316 stainless steel structural shapes and plates. C. Frame members shall be designed such that, at maximum loadings, the maximum stress generated in any part does not exceed one-fourth times the respective member's yield strength. 2.03 VORTEX MIXING VALVE AND POLYMER INJECTION RING A. The GBT shall be provided with a vortex mixing valve and polymer injection ring designed to efficiently mix polymer with the sludge and to adequately condition the sludge for optimum thickening. The mixing assembly is to be installed by the Contractor. B. Performance: The sludge unit shall be capable of the following performance: 1. Polymer solution and sludge instantly mixed in less than 1 second at 400 gpm. 2. Mixing energy independently adjustable during operation. C. The in -line vortex mixing valve mixer shall have a flanged housing, an adjustable orifice connected to an externally mounted lever and counterweight and a removable side plate for inspection and cleaning. All metal parts shall be 316 stainless steel except the counterweight and lever. The open throat area shall be fully adjustable downward and shall open automatically to prevent clogging. The position of the counterweight on the externally mounted orifice plate lever shall be fully adjustable, within a 360 degree circle, to allow for adjustment of the mixing energy, regardless of the mounting angle, while the unit is in operation. D. The polymer injection ring shall have four (4) injection points evenly distributed along its circumference for injecting polymer into the sludge flow. The manifold distribution block shall divide the single polymer solution feed line into four (4) separate flows for connection to the polymer injection ring. Polymer solution piping to the injection points shall be type 316L stainless steel or clear flexible tubing and fittings. Coordinate connection size to the polymer solution feed line. Gravity Belt Thickeners 46 71 16 - 7 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 2.04 SLUDGE DISTRIBUTION BOX A. The GBT shall be equipped with a sludge feed inlet box, if necessary to meet performance, fabricated of Type 316 stainless steel, with helical screws, adjustable baffles, or similar devices which uniformly distribute the sludge feed across the entire working width of the belt prior to the gravity drainage section. The perimeter of the box shall be provided with a skirt to prevent leakage or splashing from the box at the specified loading rates. Box shall be firmly supported by the framework. Provide a drain with an electrically actuated plug valve on the inlet box. The valve shall automatically open to the drain the tank when the GBT shuts down. 2.05 GRAVITY DRAINAGE SECTION A. The belt shall be supported by a grid assembly constructed of high -density polyethylene, and a support frame constructed of 10-gauge Type 316 stainless steel. The grid assembly shall be at least 2 inches wider than the belt and designed to reduce belt wear. Other plate material that may increase belt wear shall not be acceptable. B. A series of adjustable plows or similar devices shall be employed in the gravity drainage section to promote sludge dewatering and to ensure an even distribution of material across the entire effective area of the filter belt. There shall be a minimum of eight rows of plows and at least eight plows per row to ensure that all of the sludge on the gravity dewatering section has been in contact with the devices. A tubular lifting handle with end caps shall be provided so that the plows can be easily raised for cleaning. 2.06 BELT A. The thickener shall have a continuous belt rated for a minimum of 4,000 hours of continuous operation at the specified conditions. Belt shall be of the split type and manufactured of continuous weave monofilament polyester twill. Seams shall have a strength of at least five times greater than the normal maximum dynamic tension on the belt, and shall be readily repairable and replaceable. Belt seam closures shall be of Type 316 stainless steel and shall not produce interference with scraper blades or any other equipment. All fixed edges along belt operating surfaces shall be chamfered. The Manufacturer shall determine the type, mesh size, and material of construction of the belt most suitable for the sludge to be dewatered. The Thickener Manufacturer shall furnish and field -install the belt on the thickener. 2.07 BEARINGS A. Rollers shall be supported by grease lubricated type, high capacity "E" design roller bearings, equipped with a brass retainer, in sealed, splashproof, horizontal split case pillow block housings. The bearings shall be attached to the shaft with a tapered adapter sleeve and locknut assembly. B. Bearings shall have a minimum L-10 bearing life of 700,000 hours, at a belt speed of 22 m/m calculated by using the ANSI/AFBMA latest standard with 1.15 capacity modification factor per ISO recommendation. The L10 life shall be based on the summation of all forces applied to the bearings, including, but not limited to, roller mass forces and belt tension on the Gravity Belt Thickeners 46 71 16 - 8 FTW17498— VCWRF Sludge Thickening Improvements City Project No. CO2647 rollers. The belt tension forces exerted on the rollers shall include a minimum load of 40 pounds per lineal inch of belt width, which equates to a belt tension of 20 pli. C. Bearing housing shall be Class 30 cast iron with four mounting bolts and four cap bolts. The outer side of the housing shall be solid, without end caps or filler plugs. The housings shall be designed with an integral splash deflector to divert water from the bearing seal area. The housing shall be cleaned, iron phosphated, and coated with heat applied thermoplastic nylon to a thickness of 8 to 12 mils. The nylon coating shall have the same physical properties as described in the rollers section. Hardware shall be Type 316 stainless steel, unless specified otherwise. D. The bearing seal in the pillow block housing shall be of nonmetallic construction with a splash deflector which rotates with the roller shaft. A static sealing arrangement between the splash deflector and the shaft shall be a triple rubber seal, constructed in a manner that prevents relative rotation between the seal and the shaft. A dynamic sealing arrangement between the splash deflector and the bearing housing shall consist of a primary dynamic contact seal of ozone resistant rubber which shall seal by rotational contact with a machined housing surface. A secondary dynamic seal shall be a labyrinth seal between the splash deflector and the bearing housing which utilizes a nonmetallic retaining ring to hold the seal assembly in position within the housing. E. Bearing lubrication shall be performed through a monel or Type 316 stainless steel button head grease fitting mounted on the bearing housing. Bearings shall be outboard (externally mounted) and shall be capable of being greased while the unit is in operation. Lubrication shall not be required more often than once every 6 months. 2.08 ROLLER ASSEMBLIES A. Rollers shall be of double separated plate stub end shaft type construction or one-piece forge shafts and end plates. Roller shafts shall be constructed of 17 4PH stainless steel or ASTM A572 Grade 50 Type 2 with a minimum 3.25 inches inside the roller and machined to a minimum diameter of 2.5625 inches into and through the support bearing. The stub end shaft and plates must be welded in place. Bolted in place stub end roller shafts are unacceptable. Rollers shall be designed to have a maximum deflection of 0.04 inch at their center when under maximum loading. Minimum wall thickness shall be 1/2 inch. End plates shall be carbon steel with a minimum wall thickness of 3/4 inch. Maximum load shall be based on the summation of all forces applied to the roller including, but not limited to, roller mass forces, and the tension forces (forces exerted by the tension on the belts from the belt drive and belt tensioning devices). Tension forces shall include, but not be limited to, a minimum belt tension of 20 pli which is equivalent to 40 pounds per inch of belt width in the shear pressure section. B. Drive roller shall be constructed of carbon steel and shall be surfaced with a Buna-N rubber coating (Shore A Hardness 90-95) to permit slip -free transmission of driving torque to the belt. Roller shafts and end plates shall be coated up to the point of insertion into the bearing block. The use of rollers entirely of Type 304 or 316 stainless steel in lieu rollers of carbon steel shall be considered acceptable under this specification. However, the Buna-N rubber coating shall still be required. The ends of the shafts of each drive roller shall be equipped with a support bearing as specified. Gravity Belt Thickeners 46 71 16 - 9 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 C. All other rollers shall be of carbon steel with a 25-mil protective coating of heat setting thermoplastic nylon (Rilsan) with the following properties: Coating Propertifs Shore D Hardness 20 C 75 Hardness Persoz (AFNORT 30 — 016) Pendulum 20 C 190 Rockwell Hardness (ASTM D785) R Scale, 20' 106 Surface hardness DIN 53 --456 20 C, 20 seconds under load 8ON/mm2 Scratch Resistance (0.44 mm thickness) Clemen Apparatus 59 N Shear Strength (ASTM D732) 35 —42 N/mmz Impact Desistance (Projectile hemispherical head 25 No fracture of coating, metal not bared after mm diameter, weight 19 N, height impact 50 cm, 0.33 mm thick coating) ATO Test: Cylindrical bar, 25 mm 4000 impacts coating not diameter, weighing 21 N falling from Substrate at rate of fractured: tubular 13 cm onto coating 0.33 mm thick 30 impacts per substrate deformed on tubular minute coating develops matt finish Abrasion Resistance Taber abraisimeter (wheel Type C517, Load 9.81 N) loss of weight after 1000 turns 5 to 8 mg Coefficient of Friction 0.10 to 0.30 Tensile Strength Tensile Strength at Yield 31 to 33 N/mm2 Elongation at Yield 18 to 24% Tensile Strength at Break 39 to 47 N/mmZ Coefficient of Linear 15 to 10-5 C.GS. Expansion Inflammability - ASTM D635 measured at thickness greater than 3 mm Self -extinguishing D. Rollers shall be coated up to the point of insertion into the bearing block or shall have shafts and heads of Type 316 stainless steel. Carbon steel roller surfaces shall not be exposed to sludge or moisture. Gravity Belt Thickeners 4671 16 - 10 FTW17498 —VCWRF Sludge Thickening Improvements City Project No. CO2647 2.09 DRAINAGE COLLECTION A. Wash water and filtrate collection pans shall be constructed of minimum 16-gauge Type 316 stainless steel or minimum 1/4-inch thick fiberglass reinforced plastic. Pans shall be provided with flanged drain connections and flushing connections, arranged to permit easy access and facilitate cleaning, and located to prevent any contact with the moving belt. Drain connections shall be self -venting to prevent overflow. Pans shall not emit vibration noise. Drains shall be connected together and routed to the filtrate collection sump. Drain piping shall be Schedule 80 PVC and shall be firmly supported by the framework. Provide separate sample drawoff points for wash water and filtrate drainage streams. Provide a high level switch as specified. 110 BELT WASHING SYSTEM A. The thickener shall be provided with an integral belt wash station suitable for cleaning belts as they return to the head of the machine. Washwater supply shall be furnished from the plant water system. Valving, piping, accessories, and control required to regulate the belt spray wash water shall be provided by the Manufacturer as necessary, downstream of the supply water connection. At minimum, provide a pressure gauge, low level pressure switch to discontinue thickener operation upon loss of washwater supply, and electrically operated ball valve. B. The belt washing system shall be designed to operate with a maximum flow of 45 gpm. Required water pressure in excess of 40 psig shall be supplied by a washwater booster pump rated at sufficient capacity and pressure to meet process requirements. The washwater booster pump shall be located in the Sludge Thickening Facility basement as shown in the Contract Drawings. C. Each wash station shall include a high pressure spray pipe header, flat jet spray nozzles, nozzle cleaning unit, and shall be so contained to eliminate spray from the work area. Spray headers and nozzles shall be of Type 316 stainless steel. Nozzle cleaning unit shall be of built-in design suitable for cleaning nozzles without disassembly of wash station or interruption of sludge dewatering operations. Wash station enclosure shall be fabricated of fiberglass reinforced plastic with encapsulated reinforcing steel, or of Type 316 stainless steel. The spray header housing shall be on both sides of the belt and shall totally enclose the belt and shall have replaceable seals where the belt enters and exits the housing. D. The spray piping nozzles shall be adequately braced and of sufficient pressure rating to withstand pressure transients caused by sudden valve closures. 2.11 SCRAPER BLADES A. Scraper blades shall be provided to efficiently separate the sludge from the belt at the point of thickened sludge discharge. Blades shall be of ultrahigh molecular weight polyethylene construction, and adjustable and readily replaceable. Provide tubular lifting handle(s) with end caps to enable easy lifting of the blades while the belt is operating. 2.12 DEWATERING RAMP A. A ramp shall be provided adjacent to the discharge end of the belt to promote pooling, rolling and detention of the thickened sludge prior to discharge into the chute. Ramp width Gravity Belt Thickeners 46 77 16 -11 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 shall not be less than the belt conveying surface and shall be at a sufficient height and angle to create a backward rolling action to release trapped water from the sludge. The ramp and the appurtenances shall be of Type 304 stainless steel. The ramp shall be equipped with an actuator to adjust the incline of the ramp between 10 and 45 degrees relative to the belt. Ramp location shall remain the same regardless of the angle of inclination used. The ramp shall be easily lifted from one side of the thickener out of the flow of thickened sludge, and its inclination shall be easily adjusted, while the belt is operating, without using any tools. 2.13 DISCHARGE CHUTE AND HOPPER A. The GBT shall be equipped with a discharge chute and hopper designed and provided by the GBT manufacturer. The discharge chute and hopper shall convey the thickened sludge from the GBT to a progressing cavity pump (bridge breaker type) generally in the arrangement shown in the Contract drawings. The chute and hopper shall be fabricated out of 316 stainless steel and fitted with door(s) to allow easy access for thickened sludge inspection. B. Provide a flanged connection, level sensor isolation valve, pressure level element and level indicating transmitter for control of the thickened sludge pump speed. The level transmitter shall provide a 4-20mA signal to the GBT control panel and provide local level indication. C. Provide a flanged connection at the bottom of the hopper for connection to the progressing cavity pump. The GBT manufacturer is responsible for coordinating the connection size with the progressing cavity pump being supplied under Specification 44 42 56.13 — Progressing Cavity Pumps (Sludge). D. Provide a 3-inch threaded drain connection as indicated on the Contract Drawings. The discharge hopper shall be self-supporting from the GBT operating floor and/or the basement floor and allow from removal of the progressing cavity pump without removal of the chute. 2.14 BELT TRACKING AND TENSIONING A. The thickening belt shall be provided with an independent belt tracking system and an independent belt tensioning system. The belt tracking and tensioning system shall incorporate either hydraulic or pneumatic actuators. Electric servo systems or mechanical take up systems shall not be acceptable. The hydraulic pump or compressor shall be located in the Sludge Thickening Facility basement as shown on the Contract Drawings. B. The belt tracking system shall automatically and continuously monitor, align and maintain the belt position on the GBT rollers during operation of the equipment. The belt position shall be monitored by Type 316 stainless steel sensing arms with tracking rollers or scanning fingers in continuous contact with the belt edges. The use of limit switches to control belt position adjustments is not acceptable. The alignment system shall operate smoothly and slowly resulting in a minimum of belt travel from side to side. The sensing arm shall be mechanically linked to a pilot valve which controls the hydraulic or pneumatic actuator. The actuator shall be connected to a pivoted belt alignment roller. The pivoted roller shall be continuously adjusted by the actuator to maintain proper belt alignment. The alignment roller shall be BUNA-N or nylon coated. Gravity Belt Thickeners FTW17498 —VCWRF Sludge Thickening Improvements City Project No. CO2647 46 71 16 - 12 C. One limit switch shall be provided on each side of the belt to detect major misalignment of the belt and to relay an alarm signal and shut down all drives. Each limit switch shall be housed in a NEMA 4X stainless steel enclosure. D. The belt tensioning system shall be capable of adjusting belt tension to a maximum of 50 pounds per lineal inch of belt width. Belt tension adjustments shall be manually controlled and shall be capable of being accomplished while the equipment is operating. The belt tensioning system shall consist of a belt tensioning roller positioned by hydraulic or pneumatic actuators on each tensioning roller end and shall be interlocked using a stainless steel rack and pinion assembly. The operation of the belt tensioning system shall be designed to ensure simultaneous and parallel movement of the tensioning roller ends during adjustment and to accommodate up to 3 percent belt elongation. E. The belt tensioning system shall be furnished with an individual control station with corrosion resistant parts. Local shut-off for the belt should be possible from this control station. Hydraulically operated systems shall include all pump motors, reservoirs, piping and controls required for complete system operation. All hydraulic housings, pistons and thrust rods shall be constructed of Type 316 stainless steel. A minimum of one hydraulic unit per thickener shall be furnished. All integrally mounted hydraulic tubing shall be Type 316 stainless steel and shall be firmly anchored to the thickener frame. All gauges, valves, etc., for the hydraulically operated system shall be readily accessible to the operator for adjustment and observation. G. The pneumatic system shall include a compressor and all regulators, pressure switches, valves, air dryers, piping and tubing. A thickener mounted pneumatic panel in a NEMA 4X stainless steel enclosure shall contain all required regulators, switches, valves, etc. Air piping and fittings from the compressor to its corresponding thickener mounted pneumatic panel shall be provided by the Contractor and shall be Type 316 stainless steel. Routing of integrally mounted pneumatic piping shall be as required for system operation and shall be mounted on the Gravity Belt Thickener frame. Pneumatic tubing from the thickener mounted pneumatic panel shall be high density polyethylene, or Type 316 stainless steel, firmly anchored to the thickener frame and capable of handling at least five (5) times the normal operating pressure. H. The motors for the hydraulic/pneumatic system shall operate on a 480VAC, 3 phase, 60 Hz power source. Total additional motor horsepower for the system shall not exceed 2 HP. The Contractor shall coordinate with the GBT manufacturer the power and control systems requirements for the additional hydraulic/pneumatic system components. 2.15 BELT DRIVE UNIT A. The drive assembly for the belt thickener shall be driven by a Eurodrive mechanically adjustable speed drive unit, or equal, anchored rigidly to the thickener frame. Speeds shall be adjustable while the machine is running. The drive unit shall drive the belts with an operating speed range of 15 to 75 feet per minute. The drive unit shall be totally enclosed with gears greased and drive chains and sprockets completely enclosed in a properly guarded housing, firmly supported by the framework. Gravity Belt Thickeners 46 71 16 - 13 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 2.16 DRIVE MOTORS A. Hydraulic System: The hydraulic system drive motor shall be squirrel -cage type, designed, manufactured, and tested in accordance with NEMA MG 1. The motor shall be a severe - duty type, and have a totally -enclosed, fan -cooled enclosure. The motor shall have a stainless steel capillary drain/breather. The motor shall be NEMA Class F insulated with a Class B temperature rise. The motor shall be rated 1112 horsepower maximum, continuous duty, 1200 to 1800 rpm, 460 volts, 3 phase, 60 Hertz, with 1.15 service factor. The connected load shall not exceed the motor nameplate horsepower rating under any anticipated operating condition. B. Wash Water Pump: The wash water pump motor shall be squirrel -cage type, designed, manufactured, and tested in accordance with NEMA MG 1. The motor shall be a severe - duty type, and have a totally enclosed, fan -cooled enclosure. The motors shall have a stainless steel capillary drain/breather. The motor shall be NEMA Class F insulated with a Class B temperature rise. The motor shall be rated 5 horsepower maximum, continuous duty, speed to match driven equipment, 460 volts, 3 phase, 60 Hertz, with 1.15 service factor. The connected load shall not exceed the motor nameplate horsepower rating under any anticipated operating condition. C. Main Drive: The thickener main belt drive motor shall be designed, manufactured, and tested in accordance with NEMA MG 1. Hydraulic drive for the main belt shall not be accepted. The motor shall be a severe duty type, and have a totally enclosed fan -cooled enclosure. The motor shall be NEMA Class F insulated with a Class B temperature rise. The motor shall be rated 3 horsepower maximum, TEFL, 460 volts, 3 phase, 60 Hertz, with 1.15 service factor. Motor enclosure shall be provided with stainless steel capillary drain/breather. The connected load shall not exceed the motor nameplate horsepower rating under any anticipated operating condition. 2.17 CONTROL EQUIPMENT A. The GBT shall be provided with one control panel (GBT4CP) located at the thickener. The panel shall be preassembled, prewired and shall include all the necessary controls for the thickening system as specified herein. The panel shall be suitably wired for connection to a single 460 Volt, 3 Phase, 60 Hz source. Provide with a main circuit breaker disconnect with a flange -mounted operating handle. A transformer and UPS sized for 5 minute run time to supply 120 Volt control power shall be furnished and installed. Isolation transformers for DC drive controllers shall be furnished and installed inside. The control cabinet shall be designed to accept a separate 120VAC power circuit from the Uninterruptible Power Supply (UPS) unit power distribution panel that supplies battery backup and power conditioning for the PLC, HMI and network devices within the control panel. B. The enclosure shall be free standing of NEMA Type 4X design, fabricated of 10 gauge minimum thickness Type 316 stainless steel. Panel shall have front access and shall be sized to suit the equipment supplied and shall bear a UL listed stamp. C. All wiring shall be identified with a number code and all external connections brought to a numbered terminal strip. Wiring shall comply with the applicable requirements of the latest edition of the NEC. Interconnecting wiring between this panel and the thickeners and other equipment shall be by the Contractor. Gravity Belt Thickeners 46 71 16 - 14 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 D. The enclosure shall house a dead front main circuit breaker, branch circuit breakers and motor controllers for thickener drive, hydraulic/pneumatic unit drive and washwater pump. VFD controllers, isolation transformers, contactors, cycle timers, relays, alarms, indicating lights and operator controls required for the operation of the gravity belt thickeners and the specified auxiliary equipment shall be provided. DC drive control circuitry shall be of the solid state plug-in board type for ease of servicing. Control power on/off switch and a touchscreen display shall be located on the front door of the enclosure. Controls mounted on the enclosure door shall be NEMA Type 4X designs. Alarm circuits and fail-safe controls shall be provided for monitoring and control of thickener. Malfunctions shall immediately shut down the thickener, all auxiliaries controlled from the control panel and energize the alarm circuit. Systems to be shut down, either via the GBT control system or via SCADA connection through the existing plant control system as appropriate, include the GBT Sludge Feed Pumps, the Polymer Feed Pump, and the GBT Thickened Sludge Pump. Thickener controls shall be interconnected with the controls of other components of the sludge thickening system, as shown on the Drawings and as described herein, to provide automatic operation of the thickening system after start-up. G. The controls for the GBT shall be designed for a fully automatic starting sequence and automatic shutdown. H. GBT4CP shall include but be limited to the following: 1. System power ON -OFF selector switch 2. Emergency stop pushbutton 3. Main circuit breaker disconnect with flange mounted operating handle (ON -OFF -OPEN) 4. Top belt tension indicator 5. Top belt tension adjustment knob 6. Belt regulator indicator 7. Belt regulator adjustment knob 8. Alarm horn and beacon 9. Internal surge suppressor 10. Internal 120VAC duplex receptacle for computer use only 11. Terminal strips as required for all required controls plus 20% spare terminals 12. Main belt drive VFD. 13. Hydraulic system motor starter (if applicable). 14. Washwater Booster Pump motor starter. 15. Washwater solenoid contacts. 16. Transformer to provide 120VAC control power 17. Isolation transformers for DC drive controllers 18. Other controls and/ or alarms deemed appropriate by the manufacturer Gravity Belt Thickeners 46 71 16 -15 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 1. The controls shall be coordinated with overall system controls as shown on Drawings and as described herein: 1. GBT4CP shall receive the following signals from related devices. GBT manufacturers shall coordinate with other equipment manufacturers and Contractor to ensure a complete and functioning system: a. Polymer pump RUNNING b. Polymer pump FAULT c. Polymer system REMOTE d. Polymer FEED RATE e. Washwater pump RUNNING f. Washwater pump FAULT g. Washwater pump REMOTE h. Washwater LOW PRESSURE alarm i. Washwater Valve Status (Qty as required) j. Drain Valve Status (Qty as required) k. Sludge Feed Pump RUNNING 1. Sludge Feed Pump FAULT m. Sludge Feed Pump REMOTE n. Sludge Feed Pump SPEED feedback o. Sludge Feed FLOW RATE p. Sludge Hopper Level q. Thickened Waste Activated Sludge Pump RUNNING r. Thickened Waste Activated Sludge Pump FAULT s. Thickened Waste Activated Sludge Pump REMOTE t. Thickened Waste Activated Sludge Pump SPEED feedback u. Thickened Waste Activated Sludge Pump discharge PRESSURE 2. GBT4CP shall send the following signals to related devices. GBT manufacturer shall coordinate with other equipment manufacturer and Contractor to ensure a complete and functioning system. a. Polymer System START/STOP b. Polymer System SPEED set c. Sludge Feed Pump START/STOP d. Sludge Feed Pump SPEED set e. Sludge Feed Pump service water valve OPEN/CLOSE f. Washwater pump START/STOP Gravity Belt Thickeners 4671 16 - 16 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 g. Washwater valve OPEN/CLOSE h. Drain valve OPEN/CLOSE i. Thickened Waste Activated Sludge Pump START/STOP j. Thickened Waste Activated Sludge Pump SPEED set k. Thickened Waste Activated Sludge Feed Pump service water valve OPEN/CLOSE 3. GBT No.4 shall interface with the plant DCS system for remote monitoring and controls, via Ethernet, and shall include all signals listed above plus the following, at a minimum: a. GBT System AUTO/MANUAL status b. GBT System RUNNING c. GBT System READY d. GBT System FAULT e. GBT Sludge Feed Setpoint Status f. GBT Sludge Hopper Level Setpoint Status g. GBT START/STOP command h. GBT Feed Rate Setpoint. (Once the GBT system is running, ready and in Auto, the DCS system will provide a sludge feed rate setpoint. 4. Manufacturer shall provide single point connection junction box for all power and controls coming from and going to GBT skid. J. Each control or instrument shall have 1 1/4 -- inch by 3 1/2 — inch engraved nameplate fabricated from 1/16-inch thick laminated black phenolic plastic with white core. K. The alarm system shall function as follows: Condition Signal Lamp Audible Normal Off Off Alert Flashing Bright On Acknowledged (silencer pushed) Steady Bright Off Normal again On Off Reset Off Off L. During belt operation the GBT controls shall function as follows: 1. For mirror misalignment of the belts, realignment by the belt guide system shall be automatically placed in operation. 2. For belt misalignment beyond limits, all subsystems will be terminated, a stop signal sent to GBT4CP. M. GBT Feed Sludge Flow meter. The flow meter shall provide a 4-20 mA analog output signal to the GBT control system for indication and closed loop PID control of flow rate. The signal shall be scaled in accordance with the actual GPM range of the meter. Gravity Belt Thickeners 46 71 16 -17 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 N. Polymer Flow meter. The flow meter shall provide a 4-20 mA analog output signal to the GBT control system for indication and closed loop PID control of flow rate. The signal shall be scaled in accordance with the actual GPM range of the meter. 0. Discharge hopper level meter: This level meter shall provide a 4-20 mA analog output signal to the GBT control system for indication and closed loop PID control of the GBT flow rate and the thickened waste activated sludge pump flow rate. P. The following auxiliary control shall be provided within the belt thickener control panel. GBT Sludge Feed Pump. The sludge feed pump specified in section 44 42 56.12 - Recessed Impeller Centrifugal Pumps shall be provided with a VFD for speed control and a hand -off -auto switch. In hand, the pump speed shall be controlled locally from the VFD, but still interlocked with the GBT feed permissive. In the auto position, the pump shall accept a run command and a 4-20mA speed control signal from the GBT control system. In the off position, the pump shall be locked out of operation. The pump shall also be provided with on/off status contacts. 2. Polymer Feed Pump Interface. The polymer feed pump specified in section 46 33 33 Polymer Blending and Feed Equipment shall be provided with a VFD for speed control and a hand -off -auto switch. In hand, the pump speed shall be controlled locally from the VFD, but still interlocked with the GBT polymer feed permissive. In the auto position, the pump shall accept a run command and a 4-20 mA speed control signal from the GBT control system. In the off position, the pump shall be locked out of operation. The pump shall also be provided with on/off status contacts. 3. GBT Sludge Feed Flow meter. The flow meter shall provide a 4-20 mA outsignal to the GBT control system for indication and closed loop PID control of flow rate. The signal shall be scaled in accordance with the actual GPM range of the meter. 4. Polymer Flow meter. The flow meter shall provide a 4-20 mA outsignal to the GBT control system for indication and closed loop PID control of flow rate. The signal shall be scaled in accordance with the actual GPM range of the meter. 5. The OIT shall follow clients color standards for equipment and alarms. Contractor shall coordinate colors and display requirements between vendor and client. 2.18 SPARE PARTS A. The following spare parts and special tools shall be furnished: F— Itern 1 Complete filter belts 1 Scraper blades 1 Set(s) of each type of roller bearing assembly 2 Set(s) of each type of gasket, packing, etc. 2 Set of tracking pilot valves 1 Set of fuses of each size and type 1 Set of indicating lights of each size and type Gravity Belt Thickeners 4671 16 - 18 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 1 Set(s) of special tools (if required) 1 Level indicating transmitter 2.19 ACCESSORIES A. Equipment weighing over 100 pounds shall be provided with lifting lugs. B. Anchor bolts shall be Type 316 stainless steel and at least 3/4 inch in diameter. Fasteners and pins shall be Type 316 stainless steel. C. Provide the lubricants needed for proper startup and testing of the equipment. 3.00 EXECUTION 3.01 INSTALLATION A. Gravity belt thickeners and control panel shall be installed in complete accordance with the Manufacturer's recommendations. B. Manufacturer's Representative for Startup and Testing: The services of the Manufacturer's technical representative shall be provided for pre -startup installation checks, startup assistance, training of Owner's operating personnel, troubleshooting and other services as required in Section 0175 00 "Starting and Adjusting." 3.02 FIELD QUALITY CONTROL A. Functional Test: Functional testing shall be performed for each gravity belt thickener installed. Prior to system startup, system components shall be inspected for proper alignment, quiet operation, proper connection, and satisfactory operation. The Manufacturer's representative shall inspect installation, provide necessary lubrication and minor adjustments, provide certification that the system components have been installed correctly and are ready for operation. The performance test shall not begin until functional testing has been completed to the Owner's and Engineer's satisfaction. B. Performance Test: 1. Performance testing shall be performed for each GBT. After startup, the Manufacturer shall conduct a performance test using the Owner's waste active sludge and polymer to determine the actual system operating conditions and verify that the unit meets the minimum requirements specified herein. All test costs shall be included in the bid price, except as specified hereinafter for items to be provided by the Owner. 2. Prior to the performance tests, the Manufacturer shall perform testing as necessary to determine and recommend the most effective type of emulsion polymer. The emulsion polymer used for performance testing must be the same as used for the rotary drum thickeners in Section 46 7133, "Rotary Drum Thickeners". Different emulsion polymers for thickening primary sludge with rotary drum thickeners and thickening waste activated sludge with the GBT will not be allowed. Contractor shall coordinate performance testing between the rotary drum thickener manufacturer and GBT manufacturer so that a single emulsion polymer is used. The plant currently uses Polydyne Clarifloc C-6266, a medium charge, low molecular weight structured emulsion polymer. Gravity Belt Thickeners 46 71 16 - 19 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 Test procedures and polymer recommendations shall be submitted to the Owner and Engineer for review 30 days prior to testing. Submit performance test data and results to the Owner and the Engineer. 4. A run shall be defined as a minimum of 3 hours of continuous running and production of thickened sludge with no major changes in any process parameters. 5. A total of 4 test runs shall be made over a 3-day period. The Owner shall extend the test period, as required provided there has been reasonable cause (i.e. loss of sludge, loss of power, loss of water pressure, etc.) 6. The Owner shall provide sludge feed, water, polymer, and electrical power necessary to conduct the performance tests. 7. The cost of laboratory tests necessary to confirm the sludge characteristics for the initial performance test shall be borne by the Owner. If a retest is required, then the Manufacturer shall pay for the subsequent laboratory tests. 8. The following sample feed rates, calibrations or setting, shall be taken in 1-hour intervals. Samples shall be taken by the Owner and analyzed by a laboratory designated by the Owner and paid for by the Owner. a. Sludge feed - total solids b. Filtrate — total suspended solids c. Final thickened sludge - total solids d. Polymer feed rate - gallons per hour e. Sludge feed rate -gallons per minute f. Thickened sludge discharge rate - pounds per hour g. Polymer feed pump Speed h. Setting for sludge feed pump Setting for belt speed 9. The average of the 3-day test will be used to evaluate the GBT performance. 10. If, after the performance test, in the opinion of the Engineer, the system meets the minimum performance requirements specified herein, the Engineer will recommend, by letter, the official acceptance of the GBT. If, in the opinion of the Engineer, the performance test results do not meet the requirements specified herein, the Engineer will notify the Owner and Contractor of non -acceptable performance. 11. In the case of non -acceptable performance, the Manufacturer shall then have 15 days in which to perform at its sole expense, any supplemental testing, equipment adjustments, or emulsion polymer substitutions to perform a retest of the non -acceptable system. Polymer substitutions shall be provided by the Manufacturer at its sole expense. After completing an additional 4 test runs over a 3-day period, the modified equipment does not meet the performance requirements of this Specification, the Manufacturer shall replace equipment as required to meet the performance. Additionally, the Manufacturer shall be responsible to pay for all engineering redesign, if necessary, to Gravity Belt Thickeners FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 467116-20 accommodate replaced equipment per rates established in the Supplementary Conditions. 12. If in the opinion of the Engineer, a performance acceptance test or retest is successful and meets the requirements specified herein, the Engineer will recommend, by letter, the official acceptance of the GBT. END OF SECTION Gravity Belt Thickeners 46 71 16 - 21 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 THIS PAGE INTENTIONALLY BLANK 467133 ROTARY DRUM THICKENERS 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install rotary drum thickeners (RDTs) and associated piping, valves, controls, wiring, and appurtenances as specified herein and shown on the Contract drawings. B. The RDTs shall thicken municipal wastewater sludge, both primary and waste activated sludge (WAS), using the same emulsion polymer. The primary function of the RDTs is to thicken primary sludge. Thickening WAS is secondary for redundancy. The sludges will not be blended prior to thickening. 1.02 QUALITY ASSURANCE A. Acceptable Manufacturers: 1. Andritz 2. Alfa Lava l/Ashbrook-Simon-Hartley 3. FKC 4. Parkson 5. No approved equal. B. The manufacturer shall submit an electronic 3-D file of the skid mounted RDT, showing all piping, valves, washwater booster pump, and appurtenances, in a .step, .dwg, or .rfa file format as part of the shop drawing approval process. If needed, the Engineer will revise the Contract drawings, including any modifications to structural, mechanical, electrical, and instrumentation to accommodate the proposed manufacturer of the RDT. The revised Contract drawings will be issued as a Field Order. No change in Contract Time or Contract Price will be allowed from the resulting Field Order. C. Experience Requirements: The equipment furnished shall be the product of a manufacturer that has demonstrated previous successful operation of full-scale units of similar type in at least 10 applications to that specified. D. Factory Testing: Major system components shall be factory tested for compliance with the construction and functional requirements, and a certification of the results of these tests shall be submitted to the Owner and Engineer. 1.03 WARRANTY A. Manufacturer shall warrant the equipment and materials furnished under this Section against defects in materials and workmanship for a period of two (2) years from the date of Final Acceptance in accordance with the General Conditions. 1.04 DEFINITIONS: A. Solids Capture: Percent of the feed solids that remain in the thickened end product on a weight basis. Rotary Drum Thickeners 46 71 33 - 1 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 For purposes of this Specification, "Capture" is defined as: % Capture = (CIF)[(F — E)/(C — E)] x 100 Where: C = Thickened Sludge Total Solids ITS) (mg/kg) F = Feed TSS (mg/kg), excluding any dilution from polymer solution flow E = Filtrate TSS (mg/kg), excluding any dilution from polymer solution and wash water flows B. Polymer consumption: polymer consumed in the thickening process based on pounds of 100% active polymer per dry ton of feed solids. 1.05 SYSTEM DESCRIPTION: A. The RDT shall be designed to extract water (thicken) the sludge specified herein after conditioning of the sludge with a polymer solution. The process of thickening shall be accomplished by natural free drainage upon a rotating filter drum that a finished sludge product meeting the performance requirements specified herein is produced. B. The RDT shall be assembled and delivered as a complete skid mounted system. Provide flanged connections for influent feed sludge, washwater, filtrate/drainage, and the thickened sludge discharge hopper. C. The rotary drum thickeners shall be exposed to primary and waste activated sludge in an area subject to continuous 95 percent relative humidity and splash conditions. It shall be located in a building and will be subjected to temperatures ranging from 50 F to 110 F. The rotary drum thickener shall be capable of withstanding these conditions and continue to operate as specified in the performance requirements. D. The rotary drum thickener spray water shall be suitable for either potable or plant service (nonpotable) water. The primary source of wash water is plant service water. 1.06 DESIGN AND PERFORMANCE REQUIREMENTS A. The RDT shall meet the following design and performance requirements for thickening primary sludge: -- Design Requirern ants ---�- Number of Units 9 Minimum Feed Rate per unit 400 gpm Minimum Solids Loading Rate per unit 1,600 Ibs/hr Feed Solids 0.5%- 1.5%total solids Maximum Polymer Consumption 14 lb/dry ton of feed solids Minimum Thickened Sludge Solids 5%total suspended solids Rotary Drum Thickeners 46 71 33 - 2 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 Design Requirements Minimum Solids Capture 95% Maximum Spray Wash Water 45 gpm Maximum Length (with optional flocculation tank)' 26'-0" Maximum Width 6'- 0" Maximum Height2 7'- 9" ' Maximum total assembled length (end -to -end). z Maximum height from bottom of skid to highest point on RDT. 1.07 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00 "Submittal Procedures" and shall include: 1. Shop drawings: Complete assembly and installation drawings, together with detailed specifications and data covering materials used, power drive assembly, parts, instrumentation devices and other accessories forming a part of the equipment furnished shall be submitted for review. The following information shall also be submitted with shop drawings. a. Provide an electronic 3-D file of the skid mounted RDT, showing all piping, valves, washwater booster pump, and appurtenances in a .step, .dwg, or .rfa file format. b. List any exceptions or deviations from the Contact Documents. c. Drawings showing the equipment dimensions, weights, loadings, and other information necessary to install the equipment. d. Details of sludge/polymer mixer assembly. e. Drawings and details of the discharge hopper. f. Details of drive assembly including speed range, drive configuration, speed reducer, motor name plate data, and drive controller features. g. Details of washwater booster pump spray wash system. h. Details of electrical components including enclosures and machine mounted components. L System control philosophy provided in both written and schematic form. List component identification on schematic diagrams. Identify all input/outputs to controls. j. Nameplate data of each electric motor proposed to be furnished with the rotary drum thickener equipment package. k. Wiring diagrams of field connections with identification of terminations between local panel, junction boxes, equipment items, instrument devices, and the like. I. Complete electrical control schematic diagram. Rotary drum Thickeners 46 71 33 - 3 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 m. Provide the following information on the control panel(s): 1). Shop Drawings. Submit shop drawings showing instrumentation, control panels, control panel components, software, software licenses, accessories, panel layout drawings, panel wiring diagrams, PLC input/output card drawings, and bill of materials. a). Panel drawing submittals shall be complete, fully demonstrating compliance with all specification requirements and features. Panel drawings shall include, but not be limited to, panel layout and bill of materials, panel power wiring schematics, and panel input/output wiring diagrams for each panel supplied. b). Panel assembly and elevation drawings shall be drawn to scale and detail all equipment in or on the panel. Panel drawings shall be at least 11x17 (inch) print size. As a minimum, the panel drawings shall include interior and exterior panel elevation drawings to scale, nameplate schedule, conduit access locations, and panel construction details. c). Panel control schematics and interconnection diagrams detailing the electrical connections of all equipment in and on the panel. Diagrams shall include power and signal connections, UPS and normal power sources, all panel ancillary equipment, protective devices, wiring and wire numbers, and terminal blocks and numbering. d). Point to point 1/0 wiring diagrams depicting wiring within the panel as well as connections to external devices. The diagram shall identify all device terminal points that the system connects to, including terminal points of equipment provided by others, Wiring labeling used on the drawings shall match that shown on the Contract Documents or as developed by the manufacturer and approved by the Owner/Engineer. Field device wiring shall include the device ISA-tag and a unique numeric identifier. PLC 1/0 wiring shall be numbered with rack number, slot number, and point number. Two -wire and four -wire equipment shall be clearly identified and power sources noted. Submit final wire numbering scheme for approval by the Owner/Engineer. Paint -to -Point drawings shall be 11x17 (inch) minimum in size. e). Submit construction details, NEMA ratings, intrinsically safe barrier information, gas sealing recommendations, purging system details, etc. for panels located in hazardous locations or interfacing to equipment located in hazardous areas. f). Submit evidence that al control panels shall be constructed in conformance with UL 508 and bear the UL seal confirming the construction. Specify if UL compliance and seal application shall be accomplished at the fabrication location or by field inspection by UL inspectors. All costs associated with obtaining the UL seal and any inspections shall be borne by the Contractor and included in the contract. g). Submit seismic calculations and anchoring requirements in conformance with Division 01. Rotary Drum Thickeners 46 71 33 - 4 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 2). Testing Plan a). Test Procedure Submittals: Submit the procedures proposed to be followed for each test. Procedures shall include test descriptions, forms, and checklists to be used to control and document the required tests. Include sign -off forms for each testing phase or loop with sign -off areas for the Supplier, Engineer, and Owner. Refer to Section 3 for specific testing requirements, and submit separate procedures for each specified test phase. b). Test Documentation: Upon completion of each required test, document the test by submitting a copy of the signed -off test procedures. Testing shall not be considered complete until the signed -off test procedures have been submitted and favorably reviewed. Submittal of other test documentation, including "highlighted" wiring diagrams with field technician notes, are not acceptable substitutes for the formal test documentation. (1). Each loop shall have a Loop Status sign -off form to organize and track its inspection, adjustment and calibration. (2). Each active analog subsystem element shall have a Component Calibration form. 3). Programming a). Submit color copies of all graphic screens developed for this project for the LCP and MCP touchscreen panels. Graphics will be reviewed for approval by the Owner/Engineer. b). Submit memory maps and input/output lists for all controllers provided for this project. n. List of spare parts to be furnished. o. Warranties. 2. Operations and maintenance information and equipment maintenance summary sheets shall be furnished for the equipment specified herein. 3. Manufacturers Certificate of Proper Installation. 2.00 PRODUCTS 2.01 MATERIALS OF CONSTRUCTION A. All metal in contact with sludge or spray washwater shall be 316 stainless steel. 2.02 STRUCTURAL SKID FRAME A. The RDT structural skid frame shall be 316L stainless steel. 2.03 FLOCCULATION TANK (OPTIONAL) A. If recommended by the manufacturer and/or required to meet performance, a flocculation tank shall be provided. If provided, the Contractor is responsible for all necessary Rotary Drum Thickeners 46 71 33 - 5 FTW17498 — VCWRF Sludge Thickening improvements City Project No. CO2647 modifications to the piping, electrical, structural, and mechanical layouts to accommodate the tank at no additional cost to the Owner. B. The flocculation tank shall be an upressured gently agitated reaction vessel. The agitator motor must be provided with a variable speed control via a Variable Frequency Drive. C. The tank shall include a flanged inlet connection. If the tank effluent is not connected directly to the influent of the RDT, provide stainless steel piping between the tank and the R DT, D. The tank drain shall be equipped with an electrically actuated plug valve, provided by the RDT manufacturer, programmed to open and drain the tank upon shutdown of the RDT. If the RDT has an internal flocculation tank, it shall also be equipped with an electrically actuated plug valve, provided by the RDT manufacturer, programmed to open and drain the tank upon shutdown of the RDT. E. The flocculation tank and agitator shall be 316 stainless steel. 2.04 ROTATING DRUM SUPPORT FRAME A. The rotating drum shall be supported by a structural frame composed of formed channel sections, mechanical tubing, or formed structural steel leg. It shall be rigid enough to handle the operating loads of the rotating drum as well as the loads of the filtrate collections pans, which are contained within the framework. B. The frame shall be constructed entirely of 316L stainless steel. Mounted to the frame shall be a series of 316L stainless steel covers, which will completely enclose the rotating drum. These covers shall be sealed to contain all water and mist. Hinged or removeable side panels shall provide access to the rotary drum for routine checks and maintenance. On the discharge end of the RDT, provide a hinged panel for viewing inside the drum. The opening shall be covered with stainless steel mesh with openings suitable for viewing through. 2.05 ROTATING DRUM AND FILTER A. The rotating drum shall be constructed of type 316L stainless steel. The walls of the cylinder shall be formed by stainless steel wire mesh, perforated plate, or monofiliament polyester cloth. The Manufacturer shall determine the type, opening or mesh size, and material of construction of the drum filter to meet minimum performance requirements. 2.06 DRAINAGE COLLECTION A. Spray washwater and filtrate drainage from the drum shall be collected in a 316L stainless steel collection pan and directed to a common flanged drain connection below the RDT enclosure. All splashing is contained during operation by 316L stainless steel side panels. 2.07 FILTER WASHING SYSTEM A. Each drum shall be provided spray wash system. The spray washing system includes the controls, piping manifold, necessary valves for operation, and spray nozzles. The spray wash must be capable of evenly cleaning of the drum of solids and directly depositing the washed solids back into the drum. Rotary Drum Thickeners 46 71 33 - 6 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 B. The piping manifold for the spray washing system shall be provided along the full length of the drum. Spray nozzles must be distributed along the length of the drum to adequately wash solids from the filter. Systems that require removal of the piping manifold for maintenance or replacement of spray nozzles are not acceptable. C. Access panels shall be provided along the length of the spray wash manifold to access the nozzles. Nozzles shall be removeable with a quarter turn. Alternatively, a rotating handwheel with brush system shall be provided for cleaning of the nozzles without their removal. D. The spray washing system shall be designed to operate within the limitations recommended by the manufacturer. Required water pressure in excess of the 40 psig shall be supplied by an in -line washwater booster pump rated at sufficient capacity and pressure to meet process requirements. The booster pump shall be mounted on the RDT skid. The spray washing system shall include the necessary valving, piping, accessories, and controls for a complete operating system. Piping between the pump and spray wash system shall be stainless steel or schedule 80 PVC. At minimum, on the discharge side of the pump, provide a pressure gauge, low level pressure switch to discontinue thickener operation upon loss of washwater supply, and an electrically actuated ball valve. 2.08 ODOR CONTROL A. Provide a 10-inch diameter flanged connection for connection of odor control duct or other means to connect to the 10-inch odor control duct. 2.09 VORTEX MIXING VALVE AND POLYMER INJECTION RING (OPTIONAL) A. If recommended by the manufacturer and/or required to meet performance, each rotary drum thickener shall be provided with a vortex mixing valve and polymer injection ring designed to efficiently mix polymer with the sludge and to adequately condition the sludge for optimum thickening. The mixing assembly is to be installed by the Contractor. B. Performance: The sludge conditioning unit shall be capable of the following performance: 1. Polymer solution and sludge instantly mixed in less than 1 second at 400 gpm. 2. Mixing energy independently adjustable during operation. C. The in -line vortex mixing valve mixer shall have a flanged housing, an adjustable orifice connected to an externally mounted lever and counterweight, if applicable, and a removable side plate for inspection and cleaning. All metal parts shall be 304 stainless steel. The open throat area shall be fully adjustable downward and shall open automatically to prevent clogging. The position of the counterweight on the externally mounted orifice plate lever shall be fully adjustable, within a 360 degree circle, to allow for adjustment of the mixing energy, regardless of the mounting angle, while the unit is in operation. D. The polymer injection ring shall have four (4) injection points evenly distributed along its circumference for injecting polymer into the sludge flow. The manifold distribution block shall divide the single polymer solution feed line into four (4) separate flows for connection to the polymer injection ring. Polymer solution piping to the injection points shall be type 316L stainless steel tubing and fittings. Coordinate connection size to the polymer solution feed line. Rotary Drum Thickeners 46 7133 - 7 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 2.10 DISCHARGE HOPPER A. Each RDT shall be equipped with a discharge hopper designed and provided by the RDT manufacturer. The discharge hopper shall convey the thickened sludge from the RDT to a progressing cavity pump (bridge breaker type) generally in the arrangement shown in the Contract drawings. The hopper shall be fabricated out of 316 stainless steel and fitted with doors to allow easy access for thickened sludge inspection and sampling. Provide a flanged connection, level sensor isolation valve, pressure level element and level indicating transmitter for control of the thickened sludge pump speed. The level transmitter shall provide a 4-20mA signal to the associated RDT control panel and provide local level indication. C. Provide a flanged connection at the bottom of the hopper for connection to the progressing cavity pump. The RDT manufacturer is responsible for coordinating the connection size with the progressing cavity pump being supplied under Specification 44 42 56.13 — Progressing Cavity Pumps (Sludge). D. Provide a 3-inch threaded drain connection as indicated on the Contract Drawings. The discharge hopper shall be self-supporting from the RDT operating floor and/or the basement floor and allow from removal of the progressing cavity pump without removal of the hopper. 2.11 DRIVE UNITS A. Main Drive Unit— 1.5 HP to 3 HP AC gear motor, foot or shaft mounted rated for severe duty transmitting power to a chain / sprocket or drive shaft arrangement. The controller shall be a variable frequency drive (VFD) built for TEFC, 460 volts, 3 phase, 60 Hertz, with a 1.15 service factor. Motor enclosure shall be provided with stainless steel capillary drain/breather. The connected load shall not exceed the motor nameplate horsepower rating under any anticipated operating condition. B. Floc Tank Drive (optional) — 0.5 to 2.0 HP AC gear motor flange mounted to the flocculation tank. The Controller shall be a variable frequency drive (VFD) built for 460 volts, 3 phase, 60 Hertz, with a 1.15 service factor. C. Washwater Booster Pump (optional) —The pump will be driven by a fixed speed, 460 volt, 3 phase, 60 hertz, 1.15 service factor, 3500 rpm direct -coupled 5 to 7.5 HP TEFC motor. 2.12 ROTARY DRUM THICKENER CONTROL PANEL A. Provide a complete control panel for each of the rotary drum thickener. Panels shall comply with applicable requirements of Division 26. B. Provide 6-strand multi -mode fiber connection to OCC-100 controller to be housed in the electrical room. C. The control cabinet shall be designed to accept a separate 120VAC power circuit from the Uninterruptible Power Supply (UPS) unit power distribution panel that supplies battery backup and power conditioning for the PLC, HMI and network devices within the control panel. The following controls will be provided: Rotary Drum Thickeners 46 7133 - 8 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 1. The OIT shall follow clients color standards for equipment and alarms. Contractor shall coordinate colors and display requirements between vendor and client. 2. A NEMA 4X standard control panel, suitable for wall or stand mounting, fabricated of type 304 stainless steel containing: a. Main overcurrent protection device disconnect. b. Control power selector switch (illuminated on). c. Touchscreen display d. On/Off push buttons (illuminated green -on). 1). Drum drive. 2). Floc tank agitator drive. 3). Booster pump drive. e. Emergency stop. f. VFD Drives. 1). Drum drive with 10:1 speed potentiometer. 2). Flocculation tank drive (optional) with 10:1 speed potentiometer. g. Washwater booster pump starter. h. Washwater solenoid contacts i. internals, including variable frequency drives, to accommodate 460V, 3 Phase incoming power. D. The following auxiliary control shall be provided within the drum thickener control panel. E. Thickener controls shall be interconnected with the controls of other components of the sludge thickening system, as shown on the Drawings and as described herein, to provide automatic operation of the thickening system after start-up. Provide dry contacts for low voltage signals for status and alarm to the Main Control Panel. F. The controls for the RDT shall be designed for a fully automatic starting sequence and automatic shutdown. G. The controls shall be coordinated with overall system controls as shown on Drawings and as described herein: 1. The RDT control panel shall receive the following signals from related devices. RDT manufacturers shall coordinate with other equipment manufacturers and Contractor to ensure a complete and functioning system: a. Polymer pump RUNNING b. Polymer pump FAULT c. Polymer system REMOTE d. Polymer FEED RATE e. Washwater pump RUNNING Rotary Drum Thickeners 46 7133 - 9 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 f. Washwater pump FAULT g. Washwater pump REMOTE h. Washwater LOW PRESSURE alarm i. Washwater Valve Status (Qty as required) j. Drain Valve Status (Qty as required) k. Sludge Feed Pump RUNNING I. Sludge Feed Pump FAULT m. Sludge Feed Pump REMOTE n. Sludge Feed Pump SPEED feedback o. Sludge Feed FLOW RATE p. Sludge hopper Level q. Thickened Waste Activated Sludge Pump RUNNING r. Thickened Waste Activated Sludge Pump FAULT s. Thickened Waste Activated Sludge Pump REMOTE t. Thickened Waste Activated Sludge Pump SPEED feedback u. Thickened Waste Activated Sludge Pump discharge PRESSURE 2. The RDT control panel shall send the following signals to related devices. RDT manufacturer shall coordinate with other equipment manufacturer with other equipment manufacturers and Contractor to ensure a complete and functioning system. a. Polymer System START/STOP b. Polymer System SPEED set c. Sludge Feed Pump START/STOP d. Sludge Feed Pump SPEED set e. Sludge Feed Pump service water valve OPEN/CLOSE f. Washwater pump START/STOP g. Drain valve OPEN/CLOSE h. Washwater valve OPEN/CLOSE i. Thickened Waste Activated Sludge Pump START/STOP j. Thickened Waste Activated Sludge Pump SPEED set k. Thickened Waste Activated Sludge Feed Pump service water valve OPEN/CLOSE 3. RDT control panel shall interface with the plant DCS system for remote monitoring and controls, via Ethernet, and shall include all signals listed above plus the following, at a minimum: a. RDT System AUTO/MANUAL status Rotary Drum Thickeners 46 71 33 - 10 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 b. RDT System RUNNING c. RDT System READY d. RDT System FAULT e. RDT Sludge Feed Setpoint Status f. RDT Sludge hopper Level Setpoint Status g. RDT START/STOP command h. RDT Running at Maximum Feed Rate Status i. RDT Running at Minimum Feed Rate Status j. RDT Feed Rate Setpoint. (Once the RDT system is running, ready and in Auto, the DCS system will provide a sludge feed rate setpoint. 4. RDT Sludge Feed Pump. The sludge feed pump specified in Section 44 42 56.12 - Recessed Impeller Centrifugal Pumps shall be provided with a VFD for speed control and a hand -off -auto switch. In hand, the pump speed shall be controlled locally from the VFD, but still interlocked with the RDT feed permissive. In the auto position, the pump shall accept a run command and a 4-20mA speed control signal from the RDT control system. In the off position, the pump shall be locked out of operation. The pump shall also be provided with on/off status contacts. 5. Polymer Feed Pump Interface. The polymer feed pump specified in section 46 33 33 Polymer Blending and Feed Equipment shall be provided with a VFD for speed control and a hand -off -auto switch. In hand, the pump speed shall be controlled locally from the VFD, but still interlocked with the RDT polymer feed permissive. In the auto position, the pump shall accept a run command and a 4-20 mA speed control signal from the RDT control system. In the off position, the pump shall be locked out of operation. The pump shall also be provided with on/off status contacts. 6. RDT Feed Sludge Flow meter. The flow meter shall provide a 4-20 mA analog output signal to the RDT control system for indication and closed loop PID control of flow rate. The signal shall be scaled in accordance with the actual GPM range of the meter. 7. Polymer Flow meter. The flow meter shall provide a 4-20 mA analog output signal to the RDT control system for indication and closed loop PID control of flow rate. The signal shall be scaled in accordance with the actual GPM range of the meter. 8. Discharge hopper level meter: This level meter shall provide a 4-20 mA analog output signal to the RDT control system for indication and closed loop PID control of the RDT flow rate and the thickened sludge pump flow rate. 2.13 SPARE PARTS A. The following spare parts and special tools shall be furnished (total, not per RDT): My Item Set of trunnion wheels (if applicable) 1 2 1 Drive sprocket (if applicable) Rotary Drum Thickeners 46 7133 - 11 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 2 Idler sprocket (if applicable) 2 Drive chain (if applicable) 2 Hopper Level Indicating Transmitter 2.14 ACCESSORIES A. Provide lubricants needed for proper startup and testing of the equipment. 3.00 EXECUTION 3.01 INSTALLATION A. Rotary drum thickeners and control panels shall be installed in complete accordance with the Manufacturer's recommendations. B. Manufacturer's Representative for Startup and Testing: The services of the Manufacturer's technical representative shall be provided for pre -startup installation checks, startup assistance, training of Owner's operating personnel, troubleshooting and other services as required in Section 0175 00 "Starting and Adjusting." 3.02 FIELD QUALITY CONTROL A. Functional Test: Functional testing shall be performed for each RDT. Prior to system startup, system components shall be inspected for proper alignment, quiet operation, proper connection, and satisfactory operation. The Manufacturer's representative shall inspect installation, provide necessary lubrication and minor adjustments, provide certification that the system components have been installed correctly and are ready for operation. The performance test shall not begin until functional testing has been completed to the Owner's and Engineer's satisfaction. B. Performance Test: 1. Performance testing shall be performed for each RDT. After startup, the Manufacturer shall conduct a performance test using the Owner's primary sludge and polymer to determine the actual system operating conditions and verify that the unit meets the minimum requirements specified herein. All test costs shall be included in the bid price, except as specified hereinafter for items to be provided by the Owner. Prior to the performance tests, the Manufacturer shall perform testing as necessary to determine and recommend the most effective type of emulsion polymer. The emulsion polymer used for performance testing must be the same as used for the gravity belt thickener in Section 46 7116, "Gravity Belt Thickeners". Different emulsion polymers for thickening primary sludge with rotary drum thickeners and thickening waste activated sludge with the GBT will not be allowed. Contractor shall coordinate performance testing between the rotary drum thickener manufacturer and GBT manufacturer so that a single emulsion polymer is used. The plant currently uses Polydyne Clarifloc C-6266, a medium charge, low molecular weight structured emulsion polymer. Rotary Drum Thickeners 46 71 33 - 12 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 3. Test procedures and polymer recommendations shall be submitted to the Owner and Engineer for review 30 days prior to testing. Submit performance test data and results to the Owner and the Engineer. 4. A run shall be defined as a minimum of 3 hours of continuous running and production of thickened sludge with no major changes in any process parameters. 5. A total of 4 test runs shall be made over a 3-day period. The Owner shall extend the test period, as required provided there has been reasonable cause (i.e. loss of sludge, loss of power, loss of water pressure, etc.) 6: The Owner shall provide sludge feed, water, polymer, and electrical power necessary to conduct the performance tests. 7. The cost of laboratory tests necessary to confirm the sludge characteristics for the initial performance test shall be borne by the Owner. If a retest is required, then the Manufacturer shall pay for the subsequent laboratory tests. 8. The following sample feed rates, calibrations or setting, shall be taken in 1-hour intervals. Samples shall be taken by the Owner and analyzed by a laboratory designated by the Owner and paid for by the Owner. a. Sludge feed - total solids b. Filtrate —total suspended solids c. Final thickened sludge - total solids d. Polymer feed rate - gallons per hour e. Sludge feed rate - gallons per minute f. Thickened sludge discharge rate - pounds per hour g. Polymer feed pump Speed h. Setting for sludge feed pump i. Setting for thickener drum drive speed 9. The average of the 3-day test will be used to evaluate the RDT performance. 10. If, after the performance test, in the opinion of the Engineer, the system meets the minimum performance requirements specified herein, the Engineer will recommend, by letter, the official acceptance of the RDTs. If, in the opinion of the Engineer, the performance test results do not meet the requirements specified herein, the Engineer will notify the Owner and Contractor of non -acceptable performance. 11. In the case of non -acceptable performance, the Manufacturer shall then have 15 days in which to perform at its sole expense, any supplemental testing, equipment adjustments, or emulsion polymer substitutions to perform a retest of the non -acceptable system. Polymer substitutions shall be provided by the Manufacturer at its sole expense. After completing an additional 4 test runs over a 3 day period, the modified equipment does not meet the performance requirements of this Specification, the Manufacturer shall replace equipment as required to meet the performance. Additionally, the Manufacturer shall be responsible to pay for all engineering redesign, if necessary, to Rotary Drum Thickeners 46 71 33 - 13 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 accommodate replaced equipment per rates established in the Supplementary Conditions. 12. If in the opinion of the Engineer, a performance acceptance test or retest is successful and meets the requirements specified herein, the Engineer will recommend, by letter, the official acceptance of the RDTs. END OF SECTION Rotary Drum Thickeners 46 71 33 - 14 FTW17498 — VCWRF Sludge Thickening Improvements City Project No. CO2647 APPENDIX A BLEND TANK MIXING SYSTEM PRE -NEGOTIATED PRICE PROPOSAL THIS PAGE INTENTIONALLY BLANK ' 4055 Intemational Plaza, Suite 200 • Fort Worth, Texas 76109 • 817-735-7300 • FAX 817-735-7492 www.freese.com March 24, 2020 Landia, Inc. 111 Triangle Trade Drive Cary, North Carolina 27513 RE: Blend Tank GasMix Village Creek WRF Thickening Modifications City of Fort Worth Dear Landia, Inc.: The City of Fort Worth desires to sole -source the Landia system for the Village Creek WRF Thickening Modifications project and to prenegotiate a quote for this equipment. The scope of your work would be to furnish equipment and other services identified in Section 43 1143 "Gas -Handling Venturi Jet Mixing System" and other sections of the Contract Documents. These equipment items and services include, but are not limited to: m Provide Quality Assurance as described in Section 43 1143, Paragraph 1.02. o Furnish submittal information as described in Section 43 1143, Paragraph 1.05 and 0133 00 Submittals o Furnish the equipment identified herein, in Section 43 1143, and in Contract Drawings BT-M3. o Deliver the equipment described above F.O.B. to the Village Creek WRF. ® Provide Operation and Maintenance Manuals as described in Section 43 1143 and Section 0178 23 Operation and Maintenance Data. ® Warranty the equipment as described in the Section 43 1143 Paragraph 1.06. • Starting and Adjusting Services as described in Section 0175 00 Starting and Adjusting We request that you provide us with a quote from the above equipment and services. This will allow us to indicate to the general contractor the price for your equipment and services to include within the total bid. Your quote should consider the terms and conditions indicated in Section 0123 10 "Alternates and Allowances". FTW17498 — Village Creek Water Reclamation Facility Thickening Modifications Landia, Inc. will furnish two (2) fully functioning Landia GasMix system, each of which includes the following components: o GasMix Chopper Pump, model MPTK--I 15048.9-HP 1800, 3ph/460V/60Hz o Gas Ejector with Venturi o Mixing Nozzle o Cast Iron Knife Gate Isolation Valves with Stainless Steel Gates for the following: o Gas Ejector, manually -operated isolation valve o Gas Supply Pipe, manually --operated isolation valve o Sludge Pipe, Electric actuator -operated valve o Mixing Nozzle, Electric actuator -operated valve o Sludge Suction Pipe, manually -operated isolation valve. o And associated equipment and services as described above for the lump sum of: $176,574.00 This price is valid for 150 calendar days after this document is signed. A complete equipment submittal package including all required items specified in the above sections is guaranteed to the Contractor for Engineer's approval 5 weeks following your receipt of purchase order and acceptance of mutually agreed to terms and conditions. Manufacturer's completion of fabrication, equipment shipment and delivery to the job site is guaranteed at 18 weeks from your date of receipt to the Engineer approved submittal but shall ultimately be coordinated with Contractor's schedule for delivery. Failure to meet the above guaranteed dates may impact the construction schedule and result in Contractor delays at a financial hardship to the City of Fort Worth that may be transferred to Landia, fnc. Signed by: }elkP� 2020 Name: Arun Selvara' V Date Title:_ Engineering & Operations Manager Landia, Inc. FTW17498 -- Village Creek Water Reclamation Facility Thickening Improvements Acknowledgement Before me, the undersigned authority, a Notary Public in and for the State of North Carolina , on this day personally appeared Arun Selvarai Landia, Inc. known to me to be the person and officer whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed same for and as the act of Landia, Inc, for the purposes and consideration herein expressed and, in the capacity, therein stated. seal of office on this _ day ofHOri I , 2020. otary Public in and for The State of North Carolina 50yce 1-4nn Mona 6c 6 //a. Notary's Printed Name "" 111til"1111" j 44 My Commission Expires: &_16�^gGtrorA._ 11 Please scan and email the completed letter with signatures to the attention of Mr. Chad Simmons, P.E., at chad.simmons@freese.com on or before March 31 2020, This letter, and technical aspects of the proposal, if any, will be included in Appendix H of the Contract Documents. Manufacturer Terms and Conditions will not be included. Please also complete the attached Non -Collusion Affidavit and return along with this letter. Please call if you have any questions. Sincerely, Chad Simmons, P.E. Project Manager FTW17498--Village Creek Water Reclamation Facility Thickening Improvements April 8, 2020 Freese and Nichols, Inc. 4055 International Plaza, Suite 200 Fort Worth, TX 76109 Attention., Chad Simmons, P.E. Reference: Non -Collusion Affidavit Section 43 1143 — Gas -Handling Venturi Jet Mixing System Village Creek WRF Thickening Modifications City of Fort Worth Dear Mr. Simmons: fAll lm ENGINEERED TO LAST Landia, Inc. 111 Triangle Trade Drive Cary, North Carolina 27513 Phone: 919-466-0603 Fax: 919-460-1666 Email: info@landiainc.com Website: www.landiainc.com Landia, Inc. is fully informed about the preparation and contents of the Bid and all the circumstances surrounding the Bid as explained by Freese and Nichols, Inc. Based on this understanding, Landia, Inc. proposes to provide equipment, materials, and labor as detailed in the products procurement letter dated April 8, 2020. Neither Landia, Inc. nor its local agent has entered into any contract, combination, conspiracy, or other act as prohibited by ARS Title 44, Chapter 10. This Bid is genuine_ This bid is not a collusive or sham bid. Neither the Bidder nor any of the Bidder's owners, officers, partners, directors, agents, representatives, employees, or parties in interest, including Landia, Inc., have in any way entered, or proposed to enter, into any combination to prevent the making of any bid or fix to any prices (including overhead, profit, or other costs) of the Bid or have made any agreement or given or promised any consideration to induce any person not to bid for the work, or to bid at a specified price, or have secured, proposed or intended to secure through any agreement at unlawful advantage against the OWNER or any other person interested in the Work. This Bid is not intended to secure an unfair advantage or benefit from the OWNER or in favor of any persons interested in the proposed Agreement. The prices bid are fair and proper and are not tainted by collusion, conspiracy, connivance, or unlawful agreement on the Bidder or any other of the bidder's owners, officers, partners, directors, agents, representatives, employees, or parties in interest, including Landia, Inc. have divulged any information regarding the Bid to anybody other than Freese and Nichols and ourselves. Z y, lvarring & Operations Man ger Landia, Inc. April 8, 2020 Project: Village Creek Sludge Blend Tank Contact: Elaine Hung Company: Freese and Nichols, Inc. Address: 4055 International Plaza, Suite 200 Fort Worth, TX 76109 Office: (817) 735-7582 Email. Elaine.Hung@freese.com Reference: Landia Project No. 60757 — Revised Dear Ms. Hung: ENGINEERED TO LAST Landia, Inc. 111 Triangle Trade Drive Cary, North Carolina 27513 Phone: 919-466-0603 Fax: 919-460-1666 Email: info@landiainc.com Website: www.landiainc.com Thank you for your interest in the Landia GasMix System (patent pending) and its application in the Village Creek Sludge Blend Tank project. Landia has selected the model MPTK-1 150 chopper pump for the requirements of the application. Landia has manufactured chopper pumps for over 65 years, with thousands of installations globally. Landia's chopping system is separate from the pumping system, ensuring a non -plugging operation. The chopper pump together with Landia's aspirating technology provides the optimum digester mixing system. Landia GasMix for Sludge Blend Tank The Landia GasMix system is installed outside the tank at ground level, thus not requiring any access to the sealed sludge blend tank for service and maintenance of the mixing equipment. The GasMix system places no requirements on the roof structure of the tank. Tank Dimensions: 70' diameter; 27' SWD; 30' tank height Mixed Liquid: Sludge; 3 — 5% solids Application: Chop and mix the sludge Please note: The GasMix system is designed for intermittent operation, by which the actual power consumption is only a fraction of the installed horsepower capacity. This provides the most energy - efficient mixing solution, while providing built-in buffer capacity for any possible (future) changes in the slurry characteristics. The Landia GasMix is not only a mixing solution, but it also provides mechanical pre-treatment of the organic materials, which studies have shown will lead to increased Methane production in the subsequent anaerobic digestion process. =:aaa`K Landia, Inc. - Project No. 60757 Is:;Wool CEr:- iEr ENGINEERED TO LAST Quotation for GasMix System for One 1 Sludge Blend Tank Two (2) GasMix Chopper Pumps, model MPTK-I 150 48.9-HP 1800, 3ph/460V/60Hz are equipped with the following: * TEFC Motor 0 Hardened Steel Knife System 0 Oil Container * Hot Dip Galvanized Support Foot * Stainless Steel Installation Equipment including the following: o One (1) Gas Ejector with Venturi o One (1) Mixing Nozzle o Associated Flanges for the above * Cast Iron Valves with Stainless Steel Gates, for the following: o Gas Ejector, manually -operated isolation valve o Gas Supply Pipe, manually -operated isolation valve o Sludge Pipe, electric actuator -operated valve o Mixing Nozzle, electric actuator -operated valve o Sludge Suction Pipe, manually -operated isolation valve Principal drawing no. 3740849 Two (2) GasMix systems include the above equipment Control Panels One (1) Central Control Panel includes the following: * NEMA 4X stainless steel enclosure with inner sub panel * 200A main non -fused disconnect with thru door rotary handle * Power distribution block with finger safe covers * (2) 125A branch circuit breakers for pumps * Control Power Transformer with primary and secondary fusing * (2) 50-HP, 460/3/60, NEMA size 3 motor starters for chopper pumps * Pilot lights and emergency stop push button m Allen-Bradley Micrologix PLC with 1/0 modules and ethernet comms. 0 10" color touchscreen display * Ethernet switch, 4 port, managed * 24VDC power supply * Single pole branch circuit breakers for electric actuators * Relays, sockets, and terminal blocks, as required. * Custom PLC/HMI programming Two (2) Local Panels include the following: 0 NEMA 4X 316 stainless steel single hole remote station 0 EMERGENCY STOP push button One Central and Two Local Control Panels include the above equipment Also Included Delivery to Fort Worth, TX. Startup and training services (two trips I two days) Total not to exceed price for the above components ......................... ................. $176,574.00 Landia, Inc. - Project No. 60757 2 ® a ENGINEERED TO LAST Please note the following: o The pump suction must be flooded at all times during operation. o Piping to be provided by Customer. Landia supplies a 2mm thick rubber gasket for each flange connection on Landia-supplied components. It is the customer's responsibility to ensure adequate pipe expansion capacity, as required by the operating conditions, i.e. sludge temperature and surrounding environment. Landia recommends a 10" or 12" inlet pipe. o Liquid level sensors must be applied and connected to the main motor controls to shut- off the pumps if the sludge blend tank liquid level drops below a set threshold, e.g. 10 ft. The components supplied by Landia are not rated for explosion -hazardous locations. It is the customer's responsibility to verify compliance with local and national rules and regulations and to ensure the operational safety of the system. a The Landia GasMix system is designed for intermittent operation, by which the actual power consumption is only a fraction of the installed horsepower capacity. This provides the most energy -efficient mixing solution for the sludge blend tank, while providing built- in buffer capacity for any possible (future) changes in the sludge characteristics. In addition, the GasMix system and its unique venturi effect, improves the solids digestion and the Methane production in the subsequent digesters, which can be used to offset the mixing energy. The specific operating schedule must be developed for each sludge blend tank mixing application based on experience from the individual plant and Landia is pleased to assist the customer in determining the best operating schedule. Each tank must be equipped with wall penetration pipes for the following: o Suction pipe o Gas ejector o Gas supply pipe o Mixing nozzle o Landia will advise on the size and locations of the wall penetration pipes The Landia GasMix system is a customized mixing solution, by which each system is designed for the specific mixing applications. Therefore, certain items may be different or appear different from photos, brochures and drawings that you may have previously seen in presentation materials, etc. Items not Included: ® VFD's a Explosion -Proof Motor ® Installation a Field Testing o Field Wiring s Spares o Anchor Bolts • Any other device, equipment, materials or labor not specifically called out in this proposal. Landia, Inc. - Project No. 60757 3 1,ol 1W.1 ENGINEERED TO LAST Additional Information • Our prices include duties and freight to Village Creek. • We do not collect and are not responsible for any sales and use taxes. If these taxes are applicable, you are responsible for remitting them directly to your state's Department of Revenue. • Prices valid for 150 days from proposal date. • Payment conditions will be defined at the time of the order. • Delivery: 12-14 weeks after drawing approval, if required. Please allow 4-5 weeks for submittal documents. • We are pleased to attach the following documents: o Principal Drawing nos. 3740849 and 3740853 o Technical Data Sheet o General Terms of Sales and Delivery Pump recommendation is based on the information available to Landia as of the date of this proposal. We reserve the right to make any necessary alterations to the information stated above when this offer becomes a firm order. We trust our proposal is of interest and look forward to hearing from you. Sincerely, I�V— Art Savage Regional Sales Manager Mobile: 919.592.9955 Email: asa@landiainc.com ASEIASAISBR/jam Enclosures Landia, Inc. - Project No. 60757 4 ll� Technical Data Sheet Article no. 2524630 Dry -installed Pump Model MPTK-I 150 48.9 HP medium pressure Manufacturer........................................................................ LANDIA Type...................................................................................... MPTK-I Impeller revolutions.............................................................1765 rpm Weight.................................................................................. 793 lb Exterior and interior seals .................................................... Mechanical shaft seals Pressure Side: Discharge diameter............................................................... 0 150 mm Dividing circle/bolt holes ..................................................... 0 240 mm/4 pcs O 22 (DIN 2631) Inlet Side: Inletdiameter........................................................................ 0 170 mm Dividing circle/bolt holes without knife system .................. 0 215 mm/6 pcs M10 Dividing circle/bolt holes with knife system ....................... Special flange Material: Motor housing and oil chamber ........................................... Cast iron AISI A48-40B Pump housing....................................................................... Cast iron AISI A48-40B Impeller................................................................................. Cast iron AISI A48-40B Bolts and screws................................................................... Stainless steel AISI 316 Mechanical shaft seals......................................................... Silicon carbide/silicon carbide Surfacecoating•.................................................................... Painted Option..................................................................... 2-component coating ❑ Option: Knives in hardened steel: 1 fixed and 2 rotating knives ................................................ knife system ✓ .............................. 3 fixed and 2 rotating knives ................................................ extended knife system ❑ Motor: Manufacturer........................................................................ LANDIA Type...................................................................................... M 48.9.4 Ratedeffect........................................................................... 48.9 HP Revolutions...........................................................................1765 rpm Phases x voltage, frequency ................................................. 3 X 460 V, 60 Hz Start current direct................................................................ 413 A Rated operating current........................................................ 59 A Power factor, cos cp.............................................................. 0.84 Cageclass............................................................................. IP 55 Insulation class..................................................................... F Minimum voltage allowed ................................................... 430 V Oil: Type...................................................................................... BP Bartran HV-15 Quantity................................................................................ 6.8 quarts Extra oil for stainless steel oil container ............... 0.8 quarts Recommended service interval/oil change .......................... every 2,000 hours of operation or minimum once a year a NRTL lC Page 1/1 We reserve the right to make techMcal alterations Landia Inc. issued on: 08 mar. 1999 Cary, NC 27513 Rev. (late: 14. maj 2001 Executed by: GB Accepted by: SL THIS PAGE INTENTIONALLY BLANK APPENDIX B -MERSON OVATION INTEGRATION PIKE -NEGOTIATED PRICE PROPOSAL THIS PAGE INTENTIONALLY BLANK EMERS N,. April 08, 2020 Signature Automation, LLC 14677 Midway Road, Suite 212 Addison, TX 75001 Attention: Justis Weaver Emerson Process Management Power & Water Sofutions, Inc. 200 Beta Drive Pittsburgh, PA 15238 Tel. 1 (412) 963-4000 Subject: Village Creek WRF Sludge Thickening Modifications — Process Control Upgrade Emerson Process Management Power & Water Solutions, Inc. Offer No. WAM20030044 Rev.2 Dear Mr. Weaver, Emerson Process Management Power & Water Solutions, Inc., part of the Emerson Automation Solutions family of business units (Emerson), is pleased to submit this offer to Signature Automation, LLC for the above referenced project. This offer is based upon the scope defined herein, the attached commercial description, and the contents within this submittal. Scope of Work Emerson's scope includes the following deliverables: 1. Hardware Emerson will provide the following hardware for the RTU cabinet: item Qty I Description 1 1 Ventilated controller cabinet 78x24x24 with redundant power supply 2 4 16-Channel individually fused digital inputs module 3 3 8-channel 14-bit 4120 mA individually fused analog inputs module 4 2 Ethernet Link Controller module 5 1 2-Slot horizontal mount base assembly kit 6 2 4-Slot horizontal mount base assembly kit 7 1 Redundant Ovation Compact Controller kit (OCC-100) Emerson will provide the following hardware for the Network cabinet: Rent I Qty Description - — 1 1 Ventilated network cabinet 78x24x24 with redundant power distribution kit 2 2 CISCO 2520 Ethernet Switch - 16 SFP - 8 101100 Base-T Ports 3 12 SFP Module, 100BASE-LX10, Ruggedized 4 2 Rack mount fiber patch panel - 12 ports kit Page 1 of Emerson's offer No. WAM20030044 Rev.2 2. Spares Emerson will provide the following spare components: Item Q#y - - _ Description — — 16-Channel individually fused digital inputs module 1 1 2 1 8-channel 14-bit 4/20 mA individually fused analog inputs module 3 1 Ethernet Link Controller electronic module 4 1 Ovation Compact Controller Processor Module (OCC-100) 5 1 DIN -RAIL POWER SUPPLY, 24VDC, 10A, 240W 3. Engineering Emerson will provide integration of the Ovation Redundant Compact Controller (OCC) and associated redundant Ethernet Link Controller (ELC), a flexible, redundant pair of 1/0 modules that offer 1/0 level Ethernet interface capability that is tightly coupled with the Ovation control system. A built-in IEC 61850 protocol application package provides bidirectional communication by converting the MMS data into Ovation data and communicating Ovation commands and status back to the third -party device. The module's dedicated ARM processor significantly expands the number and types of third party devices and systems that can be supported by an Ovation controller. By offloading all communications protocol processing typically handled by the controller, The ELC module also offers faster access to device data and more efficiently integrates that information into the Ovation system. The OCC directly reads the ELC's memory area allowing transferred data from a third -party device to be included straight into the Ovation system database. Emerson will perform the following in -house -engineering services ® Attend a project kickoff meeting, a hardware workshop, and a software workshop. ® Attend phone conferences as required. o Provide monthly status reports Review of existing panel wiring diagrams. ® Modify the existing Ovation database to accommodate up to 550 new points. Modify the exiting Ovation Graphics and add up to 13 new graphics as required. s Modify existing Ovation Logic sheets and add control logic as required. s Provide Ethernet switches configuration the thickener building and modify the existing ones to allow communications to the Ovation DCS. ® Conduct a Factory Acceptance Test for verifying the OCC cabinet design and communication with the Ovation DCS and all thickener RTUs. Provide submittals for: o Supplied hardware a OCC cabinet layout o Network cabinet layout 0 1/0 database o Modified/new graphics o Modified/new control narratives o Loop drawings o Factory Acceptance Test Plan o As -built drawings o Training plan and manuals o Site acceptancelcommissioning plan Provide site -specific O&M manual/updates for supplied cabinets and Ovation programming. Page 2 of Emerson's offer No. WAM20030044 Rev.2 The following table provides information on the system application and configuration software. A Implementation & testing of database points Using Microsoft® Access®or Excel° format, Signature Automation will provide the initial Up to 490 1/0 database, which will include all required hardware -related attributes (point name, soft points description, signal type, sensor type, sensor range, etc.) and assignment to a specific and 60 area of the plant (Ovation cabinet grouping). Emerson will supplement the data by hardwired adding module types, module locations, channel assignments on specific modules, points etc., and then return to Signature Automation for the addition of optional software - related attributes (alarm limit, priority, characteristics, etc.). After all of the desired attributes are complete, Emerson will create the controller database. Alarm management Signature Automation will provide input into the alarm management strategy. This will B involve defining alarm priorities and alarm cutout information, as well as filtering and 1 Lot grouping of alarms by plant area. Emerson will program the Ovation system with this information to minimize alarms (i.e. low oil alarm when pumps aren't running). C Process graphics (based on standard designs) Signature Automation shall provide colored or black & white sketches for all required graphic pictorial displays, text displays, and faceplate displays. All process variable point -names shall be indicated on the sketches, along with comprehensive descriptions of dynamic actions, such as color changes, shape changes, alarm messages, pop-up windows, navigation, etc. Emerson will implement the graphics according to Emerson's standard graphics design specification. The process graphics will be built using standard shapes from the Emerson library. The unique custom dynamic graphic pictorial displays will have the following features: Be based on Emerson standard conditionals for status indication of vales, pumps, fans, etc. Be based on Emerson standard shapes and colors for valves, pumps, fans, etc. Have an average of 50 point value updates or attributes Historian & reporting system Signature Automation shall define the points that are to be retained by the Ovation process historian. D Reports/logs shall utilize standard Emerson formats, which includes up to 80 points per reportllog. Signature Automation will identify the points required for each report/log, The following list defines the quantities of reports/logs included in the offer: Operator reports (shift, daily, monthly logs) 4. Field Service Site Support Up to 3 Original 10 Duplicates Up to 1 Original and 10 Duplicates A total of 33 days as a bank for field service engineering, with up to 11 round trip airfares, travel and living expenses for Emerson field engineers is included. The bank's utilization is calculated using weekday rates; no weekends or holidays are included. The field service engineering bank includes the following activities: o Site management e Attend Site orientation & safety training (supplied by others) Onsite installationlcommiss ioning supervision (installation by others) Power & grounding check ® Loop testing of all new points o Network design changes, configuration and testing of Emerson supplied equipment Project start up a Process control tuning Progress reports Page 3 of Emerson's offer No. WAM20030044 Rev.2 4 Technical support Site acceptance test Travel to and from the site This offer includes two (2) days of training for City employees, in four (4) four-hour sessions as specified in section 40 68 00. Charges against the bank shall be as follows on a per field service engineer basis (no night shift differential will be charged). Weekdays First 8 hours that day @ 1 hour worked — 1 hour charged Additional hours that day @ 1 hour worked = 1.5 hours charged Saturdays All hours that day @ 1 hour worked —1.5 hours charged Sundays & Holidays All hours that day @ 1 hour worked = 2 hours charged 5. General Clarifications/Exclusions: The following items are excluded from this offer: • Additional Submittals. 0 Ovation hardware unless described in this offer. 0 Spare parts, unless described in this offer m Additional start up time unless described in this offer. • Updated documentation unless described in this offer. e Bonds, fees, taxes and licenses The pricing below is based on Emerson executing all the work as described in its offer based on a 24-month project schedule. Services not set forth above and not listed in this offer are specifically excluded. Emerson will not be responsible for installing any equipment, testing network or field wiring cables, connectors, terminations, or conduit, and disposal or relocation of damaged or obsolete equipment. Emerson's warranty liability will not be extended due to failure by others to complete their work in a timely fashion. It is the General Contractor's responsibility at the time of start-up to ensure that site conditions are ready for start- up services. All necessary utilities, such as air, water, power and low voltage terminations shall be connected and functional. In addition, all process items directly related to the monitoring/control system, such as pumps, motors, fans, miscellaneous process equipment, termination wiring, network, etc, shall be installed and ready for start-up. Any additional trips to the job site or additional time required as a result of the Contractor's failure to be prepared for start-up will be charged at Emerson's listed service rate. 6. Stopgap Option The system and configuration described above is offered assuming that the Ovation system in place is at least a revision 3.5.1. Should this not be the case, the OCC must be configured as a third -party controller and connected to Ovation over a Modbus link, In order to maintain its full redundancy capabilities, the OCC will be configured as master with the SCADA servers as Modbus slave. Being isolated from the Ovation network, configuring the OCC will now require a service laptop loaded with a minimum set of Ovation software components. The commercial description page includes a price line for this option, and a layout drawing of the offered option is available in the appendix section. This offer does not include unwinding back to a native configuration after the Ovation system was upgraded. Page 4 of Emerson's offer No. WAM20030044 Rev.2 7. Summary Emerson looks forward to working with you to achieve the highest levels of success; we appreciate your interest in our products and look forward to the opportunity to work with you on future projects. Thank you for the opportunity to submit this offer. Should you have any questions or require additional information, please feel free to contact your local representative, Chris Jeffrey at 817-223-9495, or me at 412-963-3871. Best regards, Senior Proposal Engineer Emerson Process Management Power & Water Solutions, Inc. Attachment(s): Commercial description Terms of Quotation and Sale Software License Agreement System Layout Diagram Stopgap solution Diagram Page 5 of Emerson's offer No. WAM20030044 Rev.2 Commercial Description for the Upgrade of the Village Creek WRF Sludge Thickening Process Controls This document defines the commercial basis under which Emerson makes this offer. Terms and Conditions Legal ivame and Address fur Doing Business Pd6nig Terms of Payment Delivery This offer expressly limits acceptance to the terms of this offer including the terms and conditions set forth in the Emerson Process Management Terms of Quotation and Sale, and the Software Licensing Agreement, as included with this offer. Emerson Process Management Power & Water Solutions, Inc. 200 Beta Drive Pittsburgh, PA 15238 The price for the hardware and services, as offered, is $329,000.00 The price adder for the stopgap option, as offered, is $19,680.00 Taxes are excluded. Delivery shall be FOB origin. Emerson's offer is based exclusively upon the following schedule of values. Invoices will be issued for each of the following deliverable line items with payment due Net 30 days from the date of the invoice. The amount of each invoice shall be calculated by applying the percentages (❑/o) shown below against the total purchase order price including any changes. For pro rata deliverables, Emerson reserves the right to submit multiple partial invoices proportionate to work completed associated with individual phases or deliveries. (Event Percentage Upon Completion of Project Kickoff Meeting 5% Upon Initial Hardware Submittal (on pro rata basis) 20% Upon Initial Software Submittal (on pro rata basis) 20% Upon Hardware Shipment (on pro rata basis) 40❑/❑ Upon Completion of Loop Testing (on pro rata basis) 10❑/0 Upon Customer Acceptance (on pro rata basis and in any event not later than 90 days from completion of loop testing) 5% Emerson's offer is based on a 24-month project schedule. If, after the project has started, the customer requests a delay in delivery, installation, or acceptance testing of any of the products or services purchased under this offer, then Emerson reserves the right to invoice for payment for all goods and services provided to date and close out the project. Upon Emerson's request, the customer will issue a new purchase order for any remaining scope of supply using the previously offered pricing. This offer shall remain valid for six (6) months from the date of this letter, unless otherwise Bid Validity extended, modified, or withdrawn in writing by Emerson. The return of a purchase order acceptable to Emerson during such validity period will be sufficient to form an agreement based exclusively on the terms and conditions of this offer. Warranty Goods are warranted for 24 months from the date of Final Acceptance or 36 months from the date of shipment by Emerson, whichever period expires first. Proprietaty and This offer and any subsequent communications relative to this offer are considered to be Confidential proprietary and confidential information of Emerson. Accordingly, such proprietary and Information confidential information shall not be published, used, reproduced, transmitted, or disclosed to others outside your organization without prior written consent by Emerson. Page 6 of Emerson's offer No. WAM20030044 Rev.2 Terms of Quotation and Sale - Goods & Services These Terms govern Emerson's quotation and any resulting Contract for Emerson to supply Goods, Documentation, Software and Services. 1. Quotation & Contract: Emerson's quotation is valid for acceptance for 30 Days after its dale, unless Emerson has stated a different period or withdraws it earlier. The PO must be in writing and has nu effect until Acknowledgement Emerson is not obliged to accept any PO. If there are any conflicts, discrepancies or ambiguities, the following order of priority applies: (1) the r Acknowledgment, (2) these Terms, (3) the PO and (4) Emerson's quotation. Clauses 5 and 16 of these Terms take priority over the rest of these Terms. All communications about the Contract roust be in Engfish and state the Customer PO number and Emerson order number. 2. Customer Duties: Customer must in a Timely manner supply the information, documents and instructions Emerson reasonably needs to proceed with its Contract duties. Customer is responsible for the accuracy and completeness of all information it supplies. It Emerson performs Servrces at Site, Customerwill not ask Emerson or Emerson Personnel to enter any agreement which imposes. waives, releases, indemnities or otherwise limits or expands any rights or obligations in respect of Emerson or Emerson Personnel, Any such agreement is void. If the acts or omissions of Customer, Customer Personnel or Customers other crnuaclors delay or prevent Emerson from performing a Contract duly or increase Emerson's costs, time will he extended and Customer will compensate Emerson accordingly. 3. Delivery: 31 Delivery and Performance Periods. Delivery and performance periods begin on Acknowledgment, All delivery periods and dates slated are approximate. Emerson will not be treble for any damages caused by its failure to deliver or perform on time. 3.2 Delivery Terms. Unless the Contract says otherwise, Emerson will deliver the Goods, Documentation and Software from its, its Affhfiate's orthird parry's factory orwarehouse (the pout of delivery). Carriage Paid To (CPT) the place of desdnalion named in the Contract (Incoterms® 2010). Customer will pay for freight, parking and handling at Emerson's then current rates - 3.3 Partial Shipments. Emerson may make partial shipments. Emerson may ship batteries separately from the restof the Goods. Hard copies of Documentation may be shipped separately from the Goods. 3.4 Storage. Emerson may place Goods, Documentation and Software into a third party warehouse chosen by Emerson, at Customers expense if Customer, by its acts Or Omissions, delays their shipment. On placing Goods, Documentation and Software in the warehouse, delivery is complete and risk and title in Goods and Documentation passes to Customer. This Clause 3A does not apply to Goods, Documentation and Software Which Emerson or its Affiliate is to export tram the United States- 4. Title & Risk: Even if the Contract says otherwise and except as stated in Clauses 3.4 and 5: (a) for any Goods and Documentation which Emerson or its Affiliate is to export from the United States, title and risk of loss will pass to Customer when they pass the territorial limits of the US; (b) for all other Goods and Documentation, Lille will pass to the Customer on delivery and risk of loss will pass to Customer under the Incotermse 2010 rule stated in the Contract. 5. Documentation, Software, Firmware and intellectual Property: Emerson and other owners will each keep all rights, interest and title in their respective Documentation, Software, and Firmware. Customer's use of Software and Firmware is governed exclusively by the Software License Agreement with Emerson (or its Affiliate) if there is one or, in any other case, by the license terms of the owner. If Software or Firmware is not governed by a separate Software License Agreement, Customer is granted a non-exclusive, royalty free license to use that (a) Software only in conjunction with the Goods; and fb) ruraware in the Goods, only as incorporated in the Goods. In both cases, the license applies only at the Site where the Goods are first used. Customer may only copy Documentation (with its copyright notices unchanged) as needed to install, operate, re - calibrate, de -install, maintain and repair the Goods for its reasonable internal business purposes. Unless the Contract says otherwise, Documentation will consist of one copy only of Emerson's, its Affiliates', or the manufacturer's standard documents in English. Emerson is only required to supply third party documents if authorized to do so by the third party. Emerson may choose to supply Documentation by hard copy, by CD-ROM or other suitable media, or by download from a website. 6. Compensation L 6.1 PriceslRates. Unless the Contract says otherwise. the prices, Software license fees and rales:(a) are fixed for Goods. Documentation and Software licenses delivered and for Services performed within the period(s) slated in the Contract; (h) exclude all taxes (such as sales, use, value added and similar taxes), dudes, levies and similar charges. Emerson will invoice all these taxes. duties, levies and charges unless it has received an appropriate exemption from Customer; (c) exclude freight, packing and handling; and (d) exclude the storage, installation, start-up and maintenance of the Goods and Software. 6.2 Payment Terms. (a) Customer will pay Emerson: (i) in full without set-off, counterclaim or withholding (except deductions required by Law), (ii) in the currency of Emerson's quotation; and (iii) Within 30 days of the invoice dale. (b) Emerson will Invoice: O Goods (including part shipments), Documentation and Software license fees: on delivery. (0 Services and storage costs under Clause 3.4: monthly in arrears. (a) Customer will pay Emerson by check or direct bank transfer to the Emerson bank account stated in the Contract or invoice, paid in either Case from Customer's account with a hank in Customers country. Emerson may reject payment by any other method. (b) Customerwaives the right to dispute any invoiced amount unless Customer tells Emerson of the dispute (with detailed reasons)within 10 Days from the invoice date. All undisputed amounts are payable as set out in Clause 6.2(c). (c) Emerson may end the Contractor suspend performance (including withholding shipment and suspending performance of Services) if CustomerfaSls or, in Emerson's reasonable opinion, appears likely to fail to make payment when due under the Contract or any other contract. This action will not subject Emerson many penalty oraffect its other rights. (d) Emerson may at any time demand such security forpayrm[enl as Emerson may think reasonable, and Customer will provide the secudlywithin 10 Days after the request. This action will not affectany other righte Emerson. (e) Customer must pay all expenses (including attorneys' fees) incurred by Emerson in collecting late payments, up to the maximum amounts permitted by Law. 7. Warranties: 7.1 Emerson warrants that Emerson will transfer title to the Goods (excluding Software and Firmware) to Customer under Clause 4; (a) Goods, Documentaton and Services will conform with the Specification; (b) Goods made by Emerson or its Affiliates will, under normal use and care, be free from defects in materials or workmanship; and (c) Emerson and its Affiliates' Personnel delivering Services are trained and will use reasonable skill and rare. 7.2 Warranty Periods. Unless otherwise specified by Emerson, the warranties in Clause 7.1 apply as follows: (a) Goods: until the earlier of 12 months from the first installation or 18 months from delivery (go days from delivery in the case of consumables and PolyOil' products). (b) Services: for go days from completion of the Services. (c) Goods repaired, replacement Items and Services re -performed: from delivery of the replacement or completion of the repair or re - performance, for 90 days or until the end of the original warranty period (t rater). 73 Warranty Procedure. Clause 7.3 applies it, within the warranty period. Customer discovers any non -conformity Willi a warranty in Clause 7.1, tells Emerson in writing and, in the case of Goods, returns the non -conforming items at Customer's cost, freight and insurance pre -paid. to the repair facility chosen by Emerson. Where this Clause applies, Emerson will, at its sole option, either: (a) correct any non -conforming Documents and Services; or (b) repair or replace non -conforming Goods FCA (Incotermse 2010) at the repair location; or (c)instead refund the price of the non- conforming item. 7.4 Exclusions from Warranty. (a) The warranties in Clause 7.1(b), (c) and (d) exclude and Customer will pay the cost of all repairs and replacements caused by any of the following: normal wear and use; inadequate maintenance; unsuitable power sources or environmental conditions, improper handling, storage, installation, or operation: misuse or accident caused by anybody except Emerson; a modification or repair not approved by Emerson in writing; materials or workmanship made. provided or specified by Customer, contamination; the use of unapproved parts, firmware or software; Cyber Attack; any other cause not the fault o1 Emerson. (b) Emerson will not pay any costs relating to non-compliance with a warranty in Clause 7.1, except where agreed in writing in advance. Unless accepted in writing by Emerson, Customer will pay: ((i) all costs of dismantling, freight, reinstallation and the time and expenses of EmLrson Personnel for travel under Clause 7; and (if) all costs incurred by Emerson in correcting nonconformrties for which Emerson is not responsible under Clause 7 and in examining items that comply with the warranties in Clause 1.1. (c) If Emerson relies on wrong or incomplete information supplied by Customer, all warranties are void unless Emerson agrees otherwise in writing. (d) Customer alone is responsible for the selection, maintenance and use of the Goods. (e) Resale Products carry only the warrantyy given by the original manufacturer. Emerson has no liability for Resale Products beyond making a reasonable commercial effort to arrange procurement and shipping of the Resale Products. 7.5 Disclaimer. The limited warranties set out in this Clause 7 are the only warranties made by Emerson and can be changed only with Emerson's signed written agreement. THE WARRANTIES AND REMEDIES IN CLAUSE 7 ARE EXCLUSIVE. THERE ARE NO REPRESENTATIONS OR WARRANTIES OF ANY KIND, EXPRESS OR IMPLIED, ABOUT MERCHANTABILITY, FITNESS FOR PARTICULAR PURPOSE OR ANYTHING ELSE FOR ANY OF THE GOODS, DOCUMENTATION OR SERVICES. It. Changes: No change to the Contract applies unless agreed in writing by Emerson and the Customer. 9. Termination: 9A Termination for Default and Insolvency. (a) Either party (Injured Party) may end the Contract wholly or partly by written notice to the other (Defaulting Party), if an Insolvency Event or Default Event affects the Defaulting Party. Termination under Clause 9.1 wig not affect other rights of the Injured Patty- (b) A Default Event occurs if all the following conditions are met (i) Defaulting Party breaches a material duty under the Contact; (if) Injured Party sends Defaulting Party a notice identifying the breach in sufficient detail; to Days after receiving the notice, Defaulting Party has not corrected the breach: and O if the breach cannot reasonably be corrected in 10 Days, Defaulting Party has not acted diligently to fix the breach. (c) An Insolvency Event means any of the following: (1) a meeting of creditors of Defaulting Party. (it) a proposal for an arrangement or composition with or for the benefit of creditors of Defaulting Parry. (iii) a cbargeholder, receiver, administrative receiver or similar person is appointed Over Or lakes possession of material assets of Defaulting Party. (iv) a legal enforcement process is taken (and not discharged within 5 Days) against material assets of Defaulting Party. (v) Defaulting Party stops trading or cannot pay its debts. (vi) anyone gives notice at intention to appoint an administrator, or applies to court to appoint an administrator, in relation to Defaulting Party. (vii) a petition is presented (and not discharged within 20 Days) or a resolution is passed or an order made for winding -up, bankruptcy or dissolution of Defaulting Party. (viii) an event similar to any of (i) to (vii) in a jurisdiction where Defaulting Party is incorporated or resides or carries on business or has assets. (d) On termination under Clause 9.1(a), Customer will pay Emerson the price of Goods, Software, Documentation and Services already delivered. If Emerson was the Injured Party, Customer will also pay Emerson for work in progress under Emersun's then current policies and cancellation charges. 9.2 Termination for Customer Convenience: Customer may end the Contract in whole or in part for its own convenience only with Emerson's written agreement and following Emerson's then current policies and cancellation charges. DA Termination after 90 Days' Force Majeure: Either party may end the Contract without liability by written notice to the other if performance of the Contract is delayed or prevented by a cause listed in Clause 12 for 90 Days. Unless prevented by a cause listed in Clause 12, Customer will pay Emerson for all Goods, Documentation, Software licenses and Services delivered before the notice was given and fur work in progress- 10. Customer information: Emerson may use and share Customer Information in accordance with data protection Law, as necessary to fulfill the Contract and to communicate with Customer for marketing purposes, including sharing: (a) Customer information to its suppliers, for use in product registration and support and to comply with impart and export control Law: (b) Customer Information and copies ofthe Contract to its agents and sales representatives, as necessary fo fulfill the Contract. 11. Intellectual Property Claims: In Clause 11, an intellectual Property Claim is a claim that Goods made or Documentation produced by Emerson infringe a valid intellectual property right (inctuding patent, copyright, design right and trade mark) of the United States or of a country where time Contract states the Goods will be used. Clause 11 applies only while Customer does all the following: (a) promptly tells Emerson in writing that an Intellectual Property Claim has been threatened or filed; (b) allows Emerson complete control of the defense and settlement of the claim: and (c) gives all reasonable help and cooperation requested by Emerson for the defense. Emerson will indemnify and defend Customer against any Intellectual Properly Claim brought by legal action. Emerson will only pay any final judgment Or settlement resulting from the action. If the action results in an injunction against the use of any Goods or Documentation, Emerson will, at its sole option and expense, provide a commercially reasonable alternative. This may include procuring for Customer the right to continue using the Goods or Documentation or replacing them with a non -infringing item or Changing them to become non -infringing of refunding their price. Emerson will not be liable for infringement, and Customer will indemnify Emerson, in each of these cases: (a) the infringement relates to goods not made by Emerson. (b) Emerson did no[ design the Goods or Documentation, or Emerson did not design them for use in the way or for the purpose that infringed intellectual property rights- (c) the Customer caused the Goods or Documentation to become infringing. 12. Force Majeure: Neither party is liable for non-performance or delay due to unforeseen circumstances or causes beyond its reasonable control, including acts of God; war; armed conflict; terrorism; tire; flood; accident; weather: failure or interruption of public: and private computer at telecommunication systems, networks, and infrastructure; Cyber Attacks; sabotage; strikes or labor disputes; civil disturbances or riots; governmental decisions, requests, restrictions, Law (including the denial, failure to issue or loss of export or re-export licenses); unavailability of or delays in transport; or shortage of materials or parts. 13. Export Controls and Compliance: Customer and Emerson will comply with all: (a) export, import and other trade compliance Laws of the territories in which Customer and Emerson are established, from which the Goods, Firmware, Software, Services and any technical data are supplied or shipped, and to which the Goods, Firmware. Software, Services and any technical data will he taken or eventually used; and (b) Laws against bribery, corruption and money- laundering. Customer agrees not to use, transfer, release, export or re-export any Goods, Firmware, Software, Services or Emerson -supplied technical data contrary to trade compliance Law or to any license or required government authorization. Customer will give Emerson: (a) details of financial institutions and other parties involved in the transaction; (b) details of the endtfestination, end -user and end -use of the Goods, Fih»ware, Software, Documentation and Services; (c) all information needed by Emerson to: (i) apply for necessary export and import licenses and government authorizations and (11) comply with Laws against bribery, corruption and money-laundering and Emerson's policies on them; and (d) any trade compliance certification or letter of assurance requested by Emerson in relation to trade compliance Law. Neither Emerson nor Customer will engage in any activity that exposes the other party or an Affiliate to a risk of penalties under Laws forbidding improper payments, including bribes. 14. Laws and Regulations: Both parties will comply with all Laws, except to the extent a party is prohibited from doing so based upon a Conflict Of Laws. The Contract does not require Emerson to collect, treat, recover or dispose of anything Law treats as'waste'. If the Law on waste requires Emerson to dispose of something it supplied. Customer will, it allowed by Law, pay Emerson to dispose of it at Emerson's standard charge. If Emerson has no standard charge, Customer will pay Emerson's costs incurred in the disposal (including handling, transport and a reasonable mark-up for overhead). Each party must ensure that its Personnel will, while on [he premises of the other party, comply with the otherparty's reasonable site rules on HSSE that are communicated in writing to the visitor before its arrival, and with the other parly's reasonable insfmclions relating to HSSE. Emerson objects and does not agree to the application of any governmental procurement provision to the Contract. 15. Nuclear and Medical End -use: GOODS, FIRMWARE, SOFTWARE, DOCUMENTATION, SERVICES AND THE PRODUCTS OF SERVICES SUPPLIED UNDER THE CONTRACT MUST NOT BE USED (1) IN CONNECTION WITH ANY MED€CAL, LIFE-SUPPORT OR RELATED APPLICATIONS, or (i) UNLESS OTHERWISE AGREED IN WRITING BY BOTH PARTIES AND COMBINED WITH AN EXECUTED NUCLEAR DEFENSE & INDEMNIFICATION AGREEMENT, Form: TQS-GISIUSA-Edo. 10118 �. Copyright 2018 Emerson Terms of Quotation and Sale - Goods & Services IN CONNECTION WITH ANY NUCLEAR OR NUCLEAR -RELATED APPLICATION(S). Regardless of whether Customer is the owner/operator of the nuclear, medical or other facility, Customer: (a) accepts all Goods, Software, Documentation, Services and products of Services with these restrictions; (b) agrees to communicate these restrictions in writing to all later buyers or users; and (c) agrees to defend and indemnify Emerson and Emerson Affiliates from all claims arising from such use of Goods, Firmware, Software, Documentation, Services and products of Services. This indemnity covers every sort of claim, including allegations of negligence. strict liability or product liability. 16. Limitation of Liability: EMERSON AND ITS AFFILIATES WILL NOT BE LIABLE FOR DAMAGES CAUSED BY DELAY IN PERFORMANCE. THE REMEDIES OF CUSTOMER STATED IN THIS CONTRACT ARE EXCLUSIVE. REGARDLESS OF THE TYPE OF THE CLAIM (WHETHER BASED IN CONTRACT, INFRINGEMENT, NEGLIGENCE, STRICT LIABILITY, OTHER TORT OR OTHERWISE), EMERSON'S AND ITS AFFILIATES' LIABILITY TO CUSTOMER AND ITS AFFILIATES WILL NEVER EXCEED THE CONTRACT PRICE. NEITHER PARTY WILL EVER BE LIABLE FORA) DAMAGES FOR LOSS OR CORRUPTION OF DATA OR CYBER ATTACKS, OR (13) INCIDENTAL, CONSEQUENTIAL OR PUNITIVE DAMAGES. "CONSEQUENTIAL DAMAGES" INCLUDE BUT ARE NOT LIMITED TO LOSS OF ANTICIPATED PROFITS, REVENUE, PRODUCTION OR USE AND COSTS INCURRED INCLUDING WITHOUT LIMITATION FOR CAPITAL, FUEL AND POWER, REPLACEMENT PRODUCT AND CLAIMS OF EACH PARTY'S AFFILIATES. No action, regardless of form, relating to this Contract, may be brought more than 2 years after the claim arose - 17. Applicable Law, Disputes, Notices: Missouri law governs the Contract and its interprelatior. The parties agree to exclude any effect or that law of the 1980 United Nations' Convention on Contracts for the International Sale of Goods and, so far as legally possible, any rules which mightappy the laws of another jurisdiction. The State of Missouri's courts or the U.S. federal district courts in Missouri have exclusive jurisdiction over all disputes arising out of the Contract. All notices and claims connected with the Contract must he In willing_ I& Entire Agreement: The Contract is the exclusive and entire agreement between the parties on its subject matter. At Acknowledgment, the Contract supersedes all previous or existing agreements, negotiations, representations antl proposals, whether written, oral, express or implied, on that subject matter 19. Definitions: In these Terms: Acknowledgement is Emerson's written acceptance of the PO by means of Emerson's standard order acknovAndgear l form, including all text on the forth and its attachments. Affiliate of an entity is any body that entity controls, is controlled by or is under common control with. 'Control'of an entity means the direct or indirect beneficial ownership of more than half the shares, or other participating interest with the right to vote or to receive profits of that entity_ Contract is the agreemert between Customer and Emerson for the supply of the Goods and any Documentaton, software and Services. The contract consists of: Emerson's quotation, the PO, the Acknowledgement, these Terms. and all other documents contained or referred to in the agreement, (See Clause 1.3 for the order of priority of these documents.) Contract Price is the total price the Customer must pay Emerson for the Goods, Documentation, Services arcl Software licenses. Customer is the buyer ofth0 Goods, Documentation, Services and Software licenses. Customer Information is: (a) Customer's name, address, phone number, ship -to recipient and address-, (b) similar details for the end -user (if that is not the Customer); and (c) Customer's primary contact's name, address, phone number, and email address. Cyber Attack: Means cyber attack, intrusion attempt, unauthorized third party access, antl other malicious activity. Day: Is any day except Saturdays, Sundays and public holidays at Emerson's office named in the Contract. Documentation: Means any manuals, drawings and other documents Emerson must supply with [lie Goods, Software and Services. Emerson: Is the Emerson Automation 501utions group company whidi issues the Acknowledgemert. Firmware: is any firmware incorporated into Goads Emerson must supply under the Contract. Goads: Are the goods Emerson must supply under the Contract. HSSE: Is health, safety, security and the environment. Law: Is applicable law, including statutory folds and regulations, decrees, directives, orders, by-laws and ordinances having the farce of law. Personnel: Is anyone who works for a party (or for an Affiliate or subcontractor of that party). It includes both employees and contract staff. PO: Is Customers purchase order or acceptance of Emerson's quotation, for the supply of the Goods, Software, Documentation and Services. Resale Products: Are Goods Emerson buys from anyone except an Emerson Affiliate for resale to Customer. Services: Are any services Emerson must perform under the Contract. Site: Means the places not belonging to Emerson or to an Emerson Affiliate, which are identified in the Contract as where the Goods are to be installed, and the Services performed. Software: Is any soffware Emerson must supply under the Contract. Specification: Is the agreed specification of the Goads, Documentation and Services identfied in the Contract or, it none is identified, Emerson's standard published specification. Farm: TQS-GISIUSA-Edit. 10l18 - e Copyright 2018 Emerson EMERSON PROCESS MANAGEMENT, POWER & WATER SOLUTIONS SOFTWARE LICENSE AGREEMENT License TO USE: The term LICENSEE includes an authorized user who accepts and agrees to be bound by the terms of this Agreement. Emerson - Process Management, Power & Water Solutions, ("EMERSON"), grants LICENSEE a nonexclusive, nontransferable license to utilize one copy of all fully paid up licensed Software provided to LICENSEE (unless multiple copies or concurrent or simultaneous use rights are elsewhere authorized) for the intended purpose and LICENSEE's internal use in the equipment in which it is initially installed. "Software" as used herein shall mean any software program, firmware, or flash ROM licensed by EMERSON including, but not limited to, the EMERSON operating system software, application software, machine readable media on which the Software is contained, documentation, and/or written materials accompanying the Software. IF LICENSEE TRANSFERS POSSESSION OF ANY COPY OR MODIFICATION OF THE SOFTWARE OR RELATED MATERIALS TO ANOTHER PARTY, EXCEPT AS EXPRESSLY PROVIDED FOR IN THIS LICENSE, THIS LICENSE IS AUTOMATICALLY TERMINATED. The license fee for the EMERSON Software is included in the contract price. If concurrent or simultaneous usage licenses are furnished, LICENSEE may not at any one time exceed the maximum number of licenses purchased under this Agreement. LICENSEE shall not alone or with assistance of others reverse compile, reverse engineer or in any other manner attempt to decipher in whole or in part the logic or coherence of any Software licensed hereunder. Except as specifically provided herein, no license, express or implied, is granted under any intellectual property directly or indirectly owned by EMERSON. Furthermore, no license (except the license specifically granted herein) or any license in third party software furnished under this Agreement, shall be implied in law, implied in equity, or exist under the doctrine of patent exhaustion. LICENSEE may make one backup copy of such Software for evaluation, installation and maintenance of the equipment in which the Software is installed. LICENSEE must reproduce and include the copyright notice on any copy or modification of the Software. LICENSEE recognizes that third party software furnished by EMERSON may be subject to a separate license agreement and/or registration requirements and limitations on copying and use and LICENSEE agrees to be bound by the terms of any third party license agreement(s) accompanying such software. TITLE: All title and ownership of the Software and any derivative works including, without limitation, the copyright to such Software, shall remain exclusively with EMERSON or its licensors. LICENSEE'S right to use the same is at all times subject to the terms and conditions of this Agreement. EMERSON may, from time to time, revise or update the Software and/or related materials and, in so doing, incurs no obligation to furnish such revisions or updates to LICENSEE. TERMINATION: LICENSEE may terminate this license at any time by destroying the Software and the related materials together with all copies and modifications in any form. It will also terminate upon conditions set forth elsewhere in this Agreement or if LICENSEE fails to comply with any term or condition of this Agreement. LICENSEE agrees upon such termination to destroy the Software and the related materials together with all copies and modifications in any form. WARRANTY: a) Software provided directly to End User: Unless otherwise agreed in writing by the parties, EMERSON warrants that the Software provided hereunder will be free from errors which materially affect its utility. The warranty period shall expire 12 months from the date of completion of installation or 18 months from the dale of delivery, whichever occurs first. Unless stated otherwise herein, third party software shall be warranted and remedied on a pass through basis in the same manner and for the same period and extent provided by the original software manufacturer. This Software warranty does not apply to any application software or set of instructions composed by LICENSEE; provided however, that this warranty will extend to any application software composed by EMERSON in accordance with LICENSEE's instructions, but only to the extent of such instructions. b) Software provided through Intermediate Parties: Unless otherwise agreed in writing by the parties, EMERSON warrants that the Software provided hereunder will be free from errors which materially affect its utility. The warranty period shall expire 12 months from the date of completion of installation or 18 months from the date of delivery to the Intermediate Party, whichever occurs first. Unless stated otherwise herein, third party software shall be warranted and remedied on a pass through basis in the same manner and for the same period and extent provided by the original software manufacture(. This Software warranty does not apply to any application software or set of instruclions composed by LICENSEE; provided however, that this warranty will extend to any application software composed by EMERSON in accordance with LICENSEE's instructions, but only to the extent of such instructions. YEAR 2000 WARRANTY: EMERSON warrants that the Software provided hereunder will be Year 2000 Compliant. "Year 2000 Compliant" shall mean the Software will be capable of managing and manipulating data involving dates, including single century formulas and multi -century formulas, and not generate incorrect values or invalid results involving such dates. LICENSEE acknowledges that this Year 2000 warranty shall not apply: i) to any software that is not date sensitive; ii) to any software not furnished under this Agreement; iii) to software provided by LICENSEE or others which may interface or operate in conjunction with EMERSON furnished Software/equipment, regardless of whether such other software/equipment is itself Year 2000 compliant; and iv) to the EMERSON furnished Software in the event any softwafelequipment not furnished by EMERSON under this Agreement prevents the EMERSON furnished Software from performing any function specified in the above definition of "Year 2000 Compliant". Remedies: In the case of a nonconformity in this warranty and if EMERSON is notified in writing of such nonconformity during the applicable warranty period, it shall be remedied, upon return to EMERSON, by correction in the medium originally supplied, or provision of a procedure to correct material errors. If such remedies are impracticable, EMERSON may refund the purchase price for the nonconforming Software. Any warranty specified herein is conditioned upon: a) proper handling, installation and maintenance; b) not having been subjected to accident, alteration, abuse or misuse; and c) LICENSEE providing necessary access and assistance for EMERSON to fulfill its warranty obligations. LIMITATIONS OF REMEDIES: The warranties set forth above are exclusive and in lieu of all other warranties whether statutory, express or implied (including all warranties of merchantability and fitness for purpose and all warranties arising from course of dealing or usage of trade). The remedies set forth, for the time and in the manner provided above, shall be LICENSEE' exclusive remedies for failure of EMERSON to meet its warranty obligations, whether based in contract, in tort (including negligence or strict liability), or otherwise. IN NO EVENT WILL EMERSON BE LIABLE TO LICENSEE FOR ANY DAMAGES ARISING OUT OF ANY CAUSES WHATSOEVER (WHETHER SUCH CAUSES BE BASED IN CONTRACT, NEGLIGENCE, STRICT LIABILITY, OTHER TORT, PATENT INFRINGEMENT, OR OTHERWISE), INCLUDING ANY damage to or loss of property or equipment; loss of profits or revenue; loss of use of LICENSEES property, equipment or power system; increased costs of any kind, including but not limited to cost of operation and maintenance, capital cost, fuel cost and cost of purchased or replacement power; or claims of customers of licensee, OR OTHER INCIDENTAL OR CONSEQUENTIAL DAMAGES ARISING OUT OF THE USE OR INABILITY TO USE SUCH SOFTWARE EVEN IF EMERSON HAS BEEN ADVISED OF THE POSSIBILITY OF SUCH DAMAGES, OR OF ANY CLAIM BY ANY OTHER PARTY. GOVERNING LAW: This Agreement shall be governed by the laws of the Commonwealth of Pennsylvania, U.S.A., excluding both its rules or laws regarding choice or conflict of laws and the United Nations Convention on Contracts for the International Sale of Goods. EXPORT RESTRICTIONS: Licensee shall comply fully with all laws, regulations, decrees and orders of the United States of America that restrict or prohibit the exportation (or reexportation) of technical data and/or the direct product of it to other countries, including, without limitation, the U.S. Export Administration Regulations. U.S. GOVERNMENT RIGHTS: The Software and related materials are provided with "RESTRICTED RIGHTS." Use, duplication or .disclosure by the U.S. Government is subject to restrictions set forth in the Federal Acquisition Regulations and its Supplements. GENERAL: LICENSEE may not sublicense, assign, or transfer the license or the Software and related materials without the prior written consent of LMFRSON. Any attempt otherwise to sublicense, assign or transfer any of the rights, duties, or obligations hereunder without such consent is void. EMERSON's licensors shall be a third party beneficiary to this Agreement to the extent permitted by applicable law. UNLESS OTHERWISE AGREED, THE SOFTWARE IS NOT FOR USE IN ANY NUCLEAR AND RELATED APPLICATIONS. LICENSEE accepts the Software with the foregoing understanding and agrees to indemnify and hold harmless EMERSON and it's licensors from any claims, losses, suits, judgments and damages, including incidental damages, arising from such use, whether the cause of action be based in loft, contract or otherwise, including allegations based on negligence or strict liability. Should LICENSEE have any question concerning this Agreement, please contact LICENSEE'S EMERSON representative or sales office. LICENSEE ACKNOWLEDGES THAT LICENSEE HAS READ THIS AGREEMENT, UNDERSTANDS IT, AND AGREES TO BE BOUND BY ITS TERMS. LICENSEE FURTHER AGREES THAT IT IS THE COMPLETE AND EXCLUSIVE STATEMENT OF THE AGREEMENT BETWEEN EMERSON AND LICENSEE AND SUPERSEDES ANY PROPOSAL OR PRIOR AGREEMENT, ORAL OR WRITTEN, AND ANY OTHER COMMUNICATIONS BETWEEN EMERSON AND LICENSEE RELATING TO THE SUBJECT MATTER OF THIS AGREEMENT. LICENSEE AGREES THAT EMERSON MAY AUDIT LICENSEE'S FACILITY TO CONFIRM COMPLIANCE WITH THE FOREGOING PROVISIONS. 200 Beta Drive Pittsburgh, PA 15238 =_ www.ovationusers.com © 2007 Emerson Process Managemenl, Power & Water Solutions -_ ___ _-_ -- _-•=_� All rights reserved. Revision 6 02/06/07 0 00 o �i G. !igig gII z� Ob z� @ SOIL I r� 3. 18 woAm ago j U1 m V) 0 U1 Gi'C {n o O O CA W (d m C E 0 5 C Y Caw LLI U) a d A i s s N i N W 7 [i1 y01 7 (d U) fA C N U) O O C (n O N 7 CU . o C o'a E a a 0 9 an r u W U) .. Q m Cy3 P'i r_ CO �v c� r cG O 0) U C -D iPd Lu Q�v-O C i O i N O L N N O V O C O O C +''+ °-' cd 0 0 IL u ° Q L) T � ,13 M i O CO .Q L OS U 3 G N W O N +� a' sd cm O Q. ar �s L7L o �o� O O. U Q � N d) �''� al C C Y U CO Or O O uITa E a � c Q m Cd L A O O C W O E O � � N y) O M C li N .O ++ U N 7 O z O d L L 3 0. r E O U U z m O O C � Ovo .R N (f o y C O L% V m o. i � O m3 U CL c 0 UCL c O O CO�7 CL cp C O rd N O dM � c O o uj 2 N 00 s $ rn zs y J cm W 5 � J Z O W W THIS PAGE INTENTIONALLY BLANK APPENDIX E TE H I AL INVESTIGATION THIS PAGE INTENTIONALLY BLANK Ll 055 International Plaza, Suite 200 • Fort Worth, Texas 76109 • 817-735-7300 • fax 817-735-7492 www.freese.com TO: Chad Simmons, P.E. FROM: Mike Shiflett, P.E.; Sebastian Farkas, E.I.T. SUBJECT: Geotechnical Investigation for Electrical Building and Overhead Pipeline Support PROJECT: VCWRF Thickening Modifications (FTW17498) DATE: August 12, 2019 QC: Tony Bosecker, P.E. PROJECT DESCRIPTION SE OF ,Tell W.M. SI....:::. ••/ +: 43763 �i ••��CEN`�4-� v�'4 09/12/2019 FREESE AND NICHOLS, INC. TEXAS REGISTERED ENGINEERING FIRM F-2144 This memorandum provides foundation recommendations and design parameters obtained from the geotechnical investigation performed for the City of Fort Worth's Village Creek Water Reclamation Facility (VCWRF) Thickening modification project. This work was provided under Freese and Nichols, Inc. (FNI) project number FTW17498. The City of Fort Worth is planning for the construction of a new electrical building and vertical support for an overhead pipeline at the Village Creek Wastewater Reclamation Facility, located as shown on Attachment 1. The electrical building is expected to be a prefabricated steel building similar to the structure constructed for the Village Creek Deep Bed Media Filter Modification Geotechnical Investigation, in 2011 (FTW11104). The pre- fabricated structure is anticipated to have a minimum footprint of 62-by-12-feet. HVAC units are currently located on the proposed site footprint and will be removed before construction of the electrical building. The overhead pipe support is located directly south of the proposed pre -fabricated structure near an existing utility vault. Table 1— Project Summary Project Eocadun:! u Fort Worth, Texas o Village Creek Water Reclamation Facility Proposed structures: 0 New electrical building O New overhead pipeline support Investigation ActivIdes; 0 Field Exploration o Two geotechnical borings drilled to 25-foot depths below grade • Electrical Building: EL-01 ® overhead Support: OH-01 ® Laboratory Soils Testing This geotechnical investigation was conducted to aid in the design of the project to provide the following: Select appropriate geotechnical boring locations, drill borings to obtain samples for observation and testing, and observe subsurface conditions Select samples for laboratory testing to determine soil classification and engineering properties of the subsurface ® Evaluate and analyze the data collected and provide a summary memorandum This memorandum has been prepared based on our current knowledge and understanding of the proposed project. Significant changes in the design of the proposed improvements described in this document may require modification of the recommendations contained in this geotechnical memorandum. This memorandum presents the results of the geotechnical investigation and analysis in a direct and abbreviated manner and was Geotechnical Investigation I VCWRF Thickening Modifications August 9, 2019 1 I r rims Page 2 of 5 developed specifically for the project team. The geotechnicaI information and data provided are not intended to provide data for other disciplines or associated designs. SUBSURFACE EXPLORATION AND LABORATORY TESTING The subsurface exploration consisted of drilling a total of two borings as close to the footprint of each structure as possible. The two borings were drilled by Texplor Drilling Services, LLC using a truck -mounted CME 75 drilling rig. Both borings were drilled to a depth of 25 feet. Samples were collected within the borings using seamless steel tube samplers. The approximate locations of the borings are shown on the boring location map (Attachment 1) included with this memorandum. The actual boring locations were not surveyed; however, the estimated geodetic coordinates are listed on the boring logs for reference. The coordinates should only be considered accurate to the degree implied by the method used to collect the data. A limited number of laboratory tests were performed on selected samples obtained from the borings to allow for material classification following the Unified Soil Classification System (USCS) and to evaluate pertinent engineering properties of the subsurface materials. Test results are reported on the boring logs and individual summary sheets included with this memorandum. The testing included: ® Atterberg limits o Moisture content o Percent passing a no. 200 sieve (P200) a Unconfined compressive strength, soil Boring logs were developed from the field logs and laboratory test results and represent a generalized interpretation of the stratigraphy encountered within each boring based on field descriptions, in situ test results, and laboratory test results. Stratigraphy lines shown on the logs correspond to the approximate boundary between strata. In situ, this transition can be, and is often, gradual. The boring logs are included with this memorandum along with a key to the symbols and terms used on the logs. GENERALIZED S1I1ISiJR ACE CONDITIONS The project site is mapped within Terrace deposits. Characteristics of this formation are summarized below in Table 2. Table 2 — Generalized Geologk Candiflans Geologic Formation Generalized Description Terrace deposits typically consist of sand, silt, clay, and gravel in various proportions. The Terrace Deposits material is typically unconsolidated, and its properties can be highly variable depending on the depositional form, age, and source material. The stratigraphy consisted of sandy fat clay fill material down to a depth of approximately 4 feet, underlain by highly plastic clays, logged as terrace deposits, down to a depth of 25 feet. Due to the similarities between the two layers, the site was simplified as homogenous. Atterberg limits consisted of liquid limits ranging from 53 to 83, while the plasticity indices ranged from 28 to 57. The higher values were observed within the terrace deposit materials. Unconfined compressive strength tests were run on selected samples and compressive strength results ranged from 4 to 7 tons per square foot, indicating stiff to hard foundational material. Table 3 shows the generalized stratigraphy. Project No. FTW17498 Geotechnical Investigation I VCWRF Thickening Modifications August 9, 2019 Page 3 of 6 FitEESE NICHOLS _ Table 3 — Generalized Stratigraphy_ j Bottom of stratvm Liquid Urnit Plasticity Index Stratum Below Ground Surface (ft) Fat Clay 25 53-83 28-57 (1) Unconfined compression test results (tons per square foot) Compressive Strength 4 - 77 tsf{'} Observations of groundwater seepage were made during and upon completion of drilling. Seepage observations are displayed in Table 4. Due to the foundation type recommended for the structures and depth to water, groundwater is not expected to be an issue during construction. Table 4— Ground Water Information Depth to Ground Water (ftj Raring At Time of Drilling Upon Completion E L-01 23 22 OH-01 None None ANALYSIS AND RECOMMENDATIONS Electrical Building The electrical building will consist of a prefabricated metal electrical building with an understood minimal foundation size of 62-by-12-feet. No design work for the electrical building has been completed at the time of this memorandum, but a slab on grade structure underlain by structural fill material is understood to be the desired foundation type. The minimum required slab -on -grade foundation system should contain grade beams and interior stiffening beams. When using a waffle -type, slab -on -grade foundation system, the slab must be stiffened and reinforced to tolerate potential soil movements. Reinforcement may be achieved using either conventional rebar or post -tensioning strands. Grade beams may be designed based on an allowable soil bearing pressure of 3,000 pounds per square foot or less within the fat clays on -site. The bearing value will provide a factor of safety of at least three. The beams should extend a minimum of 12-inches below the lowest adjacent grade into natural undisturbed soil or compacted and tested fill. The beam depth is given in regard to bearing capacity and is not intended to be a structural recommendation regarding stiffness. Design of the foundation should consider Potential Vertical Rise (PVR). Any backfill material underlying the foundation should consist of structural fill (see Table 7 for structural fill requirements). The top foot of material adjacent to the structure should consist of a cap of onsite clays graded to direct surface runoff water away from the foundation. The project site includes expansive clays that will exhibit shrink and swell behavior as fluctuations in moisture occur. This movement could cause damage to the foundation of the electrical building. The magnitude of the shrink/swell behavior is dependent upon the thickness of the expansive soil and the depth of the active moisture zone. Moisture fluctuations occur due to seasonal cycles but are also influenced by drainage conditions and site grades, landscaping, irrigation practices, vegetation, and groundwater. PVR calculations, using Method 124-E published by TxDOT, were performed for the electrical building site. PVR calculations for several foundation options are presented on Table 5 for the electrical building to allow the design team to design the foundation based on the selected amount of over -excavation. Any fill material underlying the foundation after over - excavation should consist of structural fill. Project No. FTW17498 Geotechnical Investigation August 9, 2019 Page 4 of 6 aL EEE NICHOLS Table 5 — Electrical Buildine PVR Structure and Case Slab on Existing Grade 3 Feet of Material Replacement Estimated PVR (in) 3-4 2-2% 5 Feet of Material Replacement 1% - 2% 10 Feet of Material Replacement % - 1 Overhead Pipe Support The overhead pipe support structure is expected to be supported upon a 7-by-10-foot reinforced concrete footing buried to a minimum depth of 3.5-feet below the ground surface. A bottom of footing depth of 3.5 feet below the ground surface was used in determining the bearing capacity of the soils and PVR for the foundation of the overhead pipe support structure. An allowable bearing capacity of 3,000 psf was calculated for the onsite clays at the overhead support site. Table 6 presents the estimated PVR depending on the amount of over -excavation below the bottom of the footings and can be used in the design of the structural footing. Any fill material underlying the foundation after over -excavation should consist of structural fill. The top foot of material adjacent to the structure should consist of a cap of onsite clays graded to direct surface runoff water away from the foundation. Table 6—PivaSuaParr structure PVR Structure and Case Estimated PVR (In) The Base of Footing 3.5 feet Below Ground Surface 4-5 3 Feet of Material Replacement Below Bottom of Footing 3-3% 5 Feet of Material Replacement Below Bottom of Footing 2 - 2% 10 Feet of Material Replacement Below Bottom of Footing 1 1/z Additional Consideration and Recommendations Onsite utilities present a potential problem to excavations. The electrical site is underlain by a 24-inch diameter concrete return sludge line connected to the final clarifier. The top of pipe depth is roughly 6 to 8 feet below the ground surface. The line is shown on plans from 1973, potentially making the line older than 40 years. A lawn irrigation line of unknown depth, age, and material is also potentially present at the electrical building site. It is unknown if the lawn irrigation line is in use. Additional unknown utilities are shown on the plans and were located in the field by City of Fort Worth staff at the overhead support site. The condition of the raw sewage line is unknown, and over -excavation of the line could result in problems, especially if raw sewage running through has corroded the line. Unless it can be confirmed that the line is in good condition, over -excavation to the point of exposure of the line is not recommended. Project No. FTW17498 Geotechnical Investigation I VCWRF Thickening Modifications August 9, 2019 Page 5 of 6 FHEE5E Earthwork Table 7 provides material, moisture, and density requirements for select fill or onsite soil to be used as backfill or general fill. Fill should be placed in loose, horizontal lifts not exceeding about 8 to 9 inches. The lift thickness should be reduced as necessary to achieve the specified compaction. Table 7—Material and Compaction Requirements Material Use Material Requirements Test Method Density Moisture Requirernent Requirementil� _ General Fill/Backfill Max. Aggregate Size = 2 in. Standard Proctor Optimum Onsite Clays No Organics (ASTM D698) 95/o + to +4% Structural Fill -#200 Sieve: <_ 70% Standard Proctor Non -expansive Select Fill LL _< 35 7 5 PI < 15 (ASTM D698) g8%+ -1% to +2% No Organics (1) Based upon the maximum dry density and optimum moisture content it is assumed that the standard Freese and Nichols earthwork specifications are being used for this project. No additional earthwork related specifications outside of the standards are necessary. Surface Drainage Proper drainage is critical to the performance and condition of the proposed structures and surrounding flatwork. Positive surface drainage must be provided that directs surface water away from structures. If water is allowed to collect next to or below the structures or flatwork, then undesirable soil movements can occur, and these movements can exceed values used in the design. It is recommended that a slope of at least 1.% percent be provided to direct water away from the proposed structures. These slopes should be maintained throughout construction and the life of the structures. IBC Seismic Site Class Seismic designs in Texas are typically based upon the criteria established in the International Building Code (IBC). The seismic design is based on the Site Class, as defined in Sections 1613.3.2, under Chapter 20 of ASCE 7. Based on the results of the site -specific borings, the recommended site class is presented below in Table 8. Table 8 — IBC Seismic Site Class Site Cldssi'i' C (1) As defined in Table 20.3-1— Site Classification within Chapter 20 of ASCE 7 The site classification is based on the upper 100 feet of the site profile. The maximum depth of the borings drilled for this investigation was 25 feet below existing grade; therefore, the site class noted above in Table 7 was selected based on the overburden clays (CH) assumed to extend below 25 feet to a depth of at least 100 feet or until encountering the Woodbine Formation, Project No. FTW17498 Geotechnical Investigation I VCWRF Thickening Mod August 9, 2019 Page 6 of 6 aFREESE RICHOLS in 11311E If., I10EM.11 This memorandum was prepared specially for use by the City of Fort Worth and for internal design work by Freese and Nichols, Inc. for this particular project and shall not be used for other projects or purposes. This work was performed in a manner consistent with the level of care and skill ordinarily exercised by other members of the engineering profession practicing in the same locality, under similar conditions, and at the date the services were provided. Freese and Nichols, Inc. makes no other representation, guarantee or warranty, express or implied, regarding the services, communication (oral or written), report, opinion, or instrument of service provided. The information and opinions contained in this memorandum are based on field observations, subsurface explorations, limited laboratory testing, and present knowledge of the proposed project. It is possible that soil, rock, or groundwater conditions could vary between or beyond the points explored. Paragraphs, statements, test results, boring logs, figures, etc., should not be taken out of context, nor utilized without a knowledge and awareness of their intent within the purpose of this memorandum. This memorandum maybe used only bythe City of Fort Worth and the design team forthe purposes stated, within a reasonable time frame from its issuance. Should it be decided to provide the information in this memorandum to others outside the design team and the City of Fort Worth, Attachments 1, 2 and 3 are technical data and can be provided as part of the contract documents. The remaining portions of the Geotechnical Memorandum are interpretations of the data and may be provided for information purposes only but are not considered part of the contract documents. -END OF MEMORANDUM - ATTACH M E N T5 1. Vicinity and Boring Location Maps (2 pages) 2. Boring Logs (2 pages) 3. Summary of Laboratory Test Results (5 pages) Project No. FTW17498 ing FitEESE NICHOLs ATTACHMENT 1 Vicinity Map and Boring Location Map Project No. FTW17498 0 Legend I 0 Boring Locationsi In 0 see a■ tW ILIA Now was ■W r own ■are ., OWN map T son OWN so O W ■ main loom, 00 0 50 100 FeetHkr� Gar rnln �s f�porlStre�]h�a�cg[If u+Mors- 2019�41ic� Ct i ratitm 201 fialGloba CR S tkI Distribulia�r {kifbu5 D FN JOB No S VCWRF Thickening modifications F, E FT M.mxd NICH®L7 W E Fort SiVo• "h, TX PATE 7/1012019 2 4055 International Plaza, Suite 200 scA�E Fort Worth, TX 76108-4896 1:1,200 Phone - 1917) 735 - 7300 s Boring Location MapoesicnSebastianFarkas FIGURE ORAFfEU RSW ' s . Al *: i Geotechnicai Investigation j VCWRF Thickening Modifications -rFREESE ill FAICHOut ATTACHMENT 2 Boring Logs Project No. FTW17498 lrn==tom= LOG OF BORING EL-01 MICHOLS Project Title: VCWRF Thickening Modifications Project Location: Fort Worth, Texas Drilling Co.: Texplor of Dallas, Inc Project No.: FTW17498 Rig Type: CME 75 Phase No.: **** Latitude: 32.7754180000 Drill Method: CFA J Date Drilling Started: 07-03-2019 Longitude:-97.1447650000 Hammer Type: Automatic Date Drilling Completed: 07-03-2019 Logged By: D. Rohmer SAMPLE u ATTERBERG o o n LIMITS LU j ...f W 7 Z Z W 2 j (9 Z w Ld IY � co w o f- X (A N Q 111 = T Z Zak a m Lu MATERIAL DESCRIPTION O Z W (O� �. � z 0.~ a w m O= w w fY ¢ C) 0 o -N z h o D- awz � w o Gw U OIY hz O Qp� u1 Q Oz (1 g Cif 00 Saf0 Of a Z of a U) SANDY FAT CLAY (CH), dark brown, hard, moist (Fill) uD-1 25 2-foot asphalt chunk from 0 to 2 feet 20 68 53 23 30 UU-2 +4.50 (P) 25 14 7 12 FAT CLAY (CH), dark brown to red -brown, very stiff to 5 UD-3 +4.50 (P) 10 hard, moist, fine- to coarse -grained gravel, rounded 13 -very stiff from 6 to 9 feet UD-4 3.25 (P) 29 16 3.50(P) 50 CLAY (CH), dark brown, very stiff, moist 23 96 65 22 43 UD-5 to - FAT CLAY (CH), brown, stiff to very stiff, moist { 21 95 58 21 37 UD-6 3.75 (P) 60 15 I 2.75 (P) 65 UD-7 20 I LEAN CLAY (CL), light brown, medium stiff, moist, silty 11D-8 1,50 (P) 63 25 i 30 GROUND YWATFR OBSERVATIONS Remarks: Backfilled with soil cuttings. MEASUREMENT 17 AthrneOfDnl1inq IT At End of DnVing III After Odllin OAT€ DWOW019 0i103=19 DEPTH (ft. s- 23 22 NOTES The stratification lines represent approximate strata boundaries. In situ, the transition may be gradual. These logs are subject to the limitations, conclusions, and Sheet 1 of 1 recommendations in the associated report III irr1k�IC,:f LOG OF BORING OH-01 'MICHOLS, Project Title: VCWRF Thickening Modifications Project Location: Fort Worth, Texas Drilling Co.: Texplor of Dallas, Inc Project No.: FTW17498 Rig Type: CME 75 Phase No.: **** Latitude: 32.7747180000 Drill Method: CFA Date Drilling Started: 07-03-2019 Longitude:-97.1448280000 Hammer Type: Automatic Date Drilling Completed: 07-03-2019 Logged By: D. Rohmer SAMPLE o t ATTERBERG W o n LIMITS J W 7 Z z W = (7 j Z W (n y W= D (n 2 8 L X WO r °6 w z D n'a w O g _ MATERIAL DESCRIPTION O z w Nrn U) �_ z �F .�� w a Lum O W� w w } z w ¢ > O O r o J r z ~ o� aw¢ (n Q o aN o - t1 OW UW z O a0 w Cf W w a r 0 0 z I— z m =WO IY z J - j (n SANDY FAT CLAY (CH), dark brown to yellow -brown, UD-1 +4.5D (P) 29 hard, moist(Fill) 14 58 53 25 26 -silty sand seam at 2 feet UD-2 +4.5D (P) 29 20 6 9 FAT CLAY (CH), dark gray, medium stiff to very stiff, 5 UD-3 2.75 (P) 42 moist 27 96 83 26 57 4.25 (P) 42 23 4 6 UD-4 FAT CLAY with SAND (CH), dark brown, medium stiff to UD-5 3.25 (P) 27 Very stiff, moist 25 82 77 23 54 10 1.75 (P) 52 i -stiff at 14 feet UD-6 15 I I I 3.00 (P) i 55 r. UD-7 20 3.25 (P) 52 LID-8 25 30 I GROUND WATER OBSERVATIONS Remarks: Backtilled with soil cuttings. MEASUREMENT V. AI Tme Of Drlllin At End of Drillin 2 Afler 6rillin DATE 0700312019 0770312D19 DEPTH frh s. NOTES Dry The stratification lines represent approximate strata boundaries. In situ, the transition may be gradual. These logs are subject to the limilatiors, conclusions, and Sheet 1 of 1 recommendations it the associated report, Geotechnical Investigation I VCWRF Thickening Modifications I =FiiEESE NICHOLS- ATTACHMENT 3 Summary of Laboratory Test Results Project No. FTW17498 Lab Testing Summary Report Project: FTWI7498 Borings): All Onrfng Top $otlom l th Tech Desarfption Me EL-01 0 2 20 EL-01 2 4 14 E L-01 4 6 13 EL-01 6 8 16 EL-01 8 10 23 EL-01 13 15 21 OH-01 0 2 14 OH-01 2 4 20 OH-01 4 6 27 OH-01 6 8 23 OH-01 8 10 25 Project/ Boring : Data Counts # Borings # Specimens 2 11 Print Date: 7/16/2019 11:41:19 AM UDC+! ILA, Pi- N -200 UC Loai 53 23 30 68 117 65 22 43 96 58 21 37 95 53 25 28 58 96 82 MCs UDWs LLs PLs PIS -200s UCLoads 11l11 111 616 6/6 616 010 This report produced by xGEL LabMate(tm) - Electronic Data Capture and Project Management Tools for Engineers (www.xgeldatasystems.com) 1 of 1 ABSORPTION SWILL TEST (ASTM D4546) RESULTS Boring No. EL-01 Average Sample Depth (ft) 5 Sample Height (in) 0.8 Sample Diameter (in) 2.5 Initial Sample Volume (cu in) 3.93 Initial Sample Weight (gr) 130.4 Initial Moisture (%) 13 Final Moisture (%) 20 Initial Wet Unit Weight (pcf) 126 Initial Dry Unit Weight (pcf) 112 Applied Over Burden (psi) 4.1 Initial Dial Reading (in) 0.0582 Final Dial Reading (in) 0.0635 Swell (%) 0.66 Project No.: FTW17498 Project Name: VCMWF Thicknening Modifications Performed By: Gorrondona and Associates, Inc. THIS PAGE INTENTIONALLY BLANK APPENDIX D. MINORITY FIT AND WOMEN OWNED BUS(NESS ENTERPRISE COMPLIANCE THIS PAGE INTENTIONALLY BLANK FORT WOR r Uh TEMPORARY REVISION 4/6/2020 (COVID-19) - City of Fort Worth Minority Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR OFFERORS APPLICATION OF POLICY If the total dollar value of the contract is $50,000.01 or more, then a MBE subcontracting goal is applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of all goods and services. All requirements and regulations stated in the City's current Business Diversity Enterprise Ordinance applies to this bid. The City's MBE goal on this project is 9 MBE PROJECT GOALS % of the base bid value of the contract. Note; If both MBE and SBE subcontracting goals are established for this project, then an Offeror must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive. COMPLIANCE TO BID SPECIFICATIONS On City contracts $50,000.01 or more where a MBE subcontracting goal is applied, Offerors are required to comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation, or 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation, or; 3. Good Faith Effort documentation, or; 4. Prime Waiver documentation. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the by the assigned City of Fort Worth Project Manager or Department Designee, within the following times allocated, in ord�ef ter the $fltire bid ta-be considered responsive to Ilse specifications_ The Ofternr shall EMAIL, .,L rfocumGtnta?ivrk IMF the a.sslgn.ed City r.f Frrrj Worth r m.or-r .grrnugor OF U9}Pr3r1MRr1 Df-sngnae A faxed copy will nm he accepters 1. Subcontractor Utilization Form, if goal is received no later than 2:00 p.m., on the second City business day met or exceeded: after the bid opening date, exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received no later than 2:00 p.m., on the second City business day Utilization Form, if participation is less than after the bid opening date, exclusive of the bid opening date. stated goal: 3. Good Faith Effort and Subcontractor received no later than 2.00 p.m., on the second City business day Utilization Form, if no MBE participation: after the bid opening date, exclusive of the bid opening date. 4. Prime Contractor Waiver Form, if you will received no later than 2:00 p.m., on the second City business day performall subcontracting/supplier work: after the bid opening date, exclusive of the bid opening date. 5. Joint Venture Form, if goal is met or received no later than 2:00 p.m., on the second City business day exceeded: after the bid opening date, exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE, WILL RESULT IN THE BID BEING CONSIDERED NON -RESPONSIVE TO SPECIFICATIONS. FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED NON -RESPONSIVE. A SECOND FAILURE WILL RESULT IN THE OFFEROR BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR. THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALIFICATION PERIOD OF THREE YEARS. Any questions, please contact the Office of Business Diversity at (817) 392-2674. Office of Business Diversity Email: mwbeoffice@fortworthtexas.gov Temporarily Revised April 6, 2020 due to COVIDI9 Emergency Phone: (817) 392-2674 ATTACHMENT IA Page 1 of A FORT WORT City of Fort Worth Office of Business Diversity MBE SubcontractorslSuppliers Utilization Form OFFEROR COMPANY NAME: Check applicable box to describe Offeror's Certification MAN/DBErl NON-MAW/DBE PROJECT NAME: BID DATE City's MBE Project Goal: Offeror's MBE Project Commitment: % % PROJECT NUMBER Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entlreVy vAth requested docu►rientation. and received by the Purchasing Division no later than _00 p.m. on the second City business stay after bid opening. exclusive of bid opening date, Will result in the bid being considered no F-responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agroernent vuith the MSE firm(s) listed In this utilization schedule, conditioned capon execution of a contract v41th the City of Fort forth. The intentional and{or knOvding misrepresentation of facts is grounds Tor consideration of disqualificaition and will result in the bid being considered non -responsive to bid specifications_ MBEs listed toward meeting the project goal must be located in the six (6) county marketplace at the time of bid or the business has a Significant Business Presence in the Marketplace. Marketplace is the geographic area of Tarrant, Dallas, Denton, Johnson, Parker, and Wise counties. Prime contractors must identify by tier level of all subcontractorslsuppfiers. Tier: means the level of subcontracting below the prime contractor1consultant Le_ a direct payment from the prime contractor to a subcontractor is considered V tier, a payment by a subcontractor to its supplier is considered 2"' tier. The prime contractor is responsible to }provide proof i,l payment of all tiered subcontractors identified as a ►ABE and counting those dollars towards meeting the contract committed goal. ALL MBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located within the Marketplace, that have been determined to be a bonafide minority business enterprise by the North Central Texas Regional Certification Agency (NCTRCA) and the Dallas/Fort Worth Minority Supplier Development Council (DIFW MSDC). If hauling services are utilized, the Offeror will be given credit as long as the MBE listed owns and operates.at least one Rally licensed and operational truck.te be used on the contract. The MBE may lease trucks from another MBE firm, including BABE owner -operated, and receive full N49E credit. The MBE may lease trucks from nun -MBEs, including owner -operated, but will only receive credit for the fees and commissions earned by the WISE as outlined in the lease agreement. Rev. 2/13119 FORTWORTH ATTACHMENT 1A Page 2 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., ]V InatIly and rion-MBES.. MBE firms are to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. SUBCONTRACTORISUPPLIER Company Name Address Telephone/Fax Email Contact Person T i e r M B E W B E N ° n M B E Detail Subcontracting Work Detail Supplies Dollar Amount Purchased F-1 El 1:1 El Rev. 5/15119 Fa_ rIW�aR - ATTACHMENT IA Page 3 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., 1 linarlly arid non -wiles MBE firms are to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. SU13CONTRACTORISUPPLIER Company Name Address Telephone/Fax Email Contact Person T i e r M B E W B E N a '' :41 I Detail Subcontracting Work Detail Supplies Purchased Dollar Amount 0 0 0 0 0 0 0 Rev. 5I15/19 FORT WORTH ATTACHMENT 1A Page 4 of 4 Total Dollar Amount of MBE Subcontractors/Suppliers Total Dollar Amount of Non -MBE Subcontractors/Suppliers Ra TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORSISUPPLIERS 1 $ The Offeror will not make additions, deletions, or substitutions to this certified list without the prior approval of the Office of Business Diversity through the submittal of a Request for Approval of Change/Addition form. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The Offeror shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed MBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) and any special arrangements with MBEs. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The Offeror agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers participating on the contract that will substantiate the actual work performed by the MBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract nor debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of the contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1) year. Authorized Signature Title Company Name Address City/State/Zip Office of Business Diversity Email: mwbeoffice@fortworthtexas.gov Phone: (817) 392-2674 Printed Signature Contact Name/Title (if different) Telephone and/or Fax E-mail Address Date Rev. 5115/19 FORT WORTH ATTACHMENT 113 Page 1 of 1 City of Fort Worth Minority Business Enterprise Specifications Prime Contractor Waiver Form OFFEROR COMPANY NAME: Check applicable box to describe Offeror's Certification MAN/DBE PROJECT NAME: BID DATE City's MBE Project Goal % Offeror's MBE Project Commitment: % PROJECT NUMBER If both answers to this form are YES, do not complete ATTACHMENT 1C (Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO, then you must complete ATTACHMENT 1C. This form is only applicable if both answers are yes. Failure to complete this form in its entirety and be received by the Purchasing Division no later than :00 p.m., on the second City business day after bid opening, exclusive of the bid opening date, will result in the bid beinfl considered non -responsive to bid specift ations. Will you perform this entire contract without subcontractors? YES If yes, please provide a detailed explanation that proves based on the size and scope of this NO project, this is your normal business practice and provide an operational profile of your business. Will you perform this entire contract without suppliers? YES If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an inventory profile of your business. NO The Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) on this contract, the payment thereof and any proposed changes to the original MBE(s) arrangements submitted with this bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the MBEs on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of contract and may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one (1) year. Authorized Signature Printed Signature Title Contact Name (if different) Company Name Phone Number Fax Number Address Email Address CitylStatelZip Date Office of Business Diversity Rev. 5115119 Email: mwbeoffice@foriworthtexas.gov Phone: (817) 392-2674 ATTACHMENT 1C Page 1 of 4 FORT WORTH City of Fort Worth (Minority Business Enterprise MB€ Good Faith Effort Form OFFEROR COMPANY NAME: Check applicable box to describe Offeror's Certification PROJECT NAME: MIWIDBEI[I NON-MIw1DBE BID DATE City's MBE Project Goal: Offeror's VIBE Project Commitment: PROJECT NUMBER If the Offeror did not meet or exceed the MBE subcontracting goal for this project, the Offeror must complete this form. If the Offeror's method of compliance with the II/IBE goal is based upon demonstration of a "good faith effort", the Offeror will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 11 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation of the facts or intentional discrimination by the Offeror. Failure to complete this form, in its entirety with supporting documentation, and received by the Purchasing Division no later than 2:00 p.m. on the second City business day after bid opening, exclusive of bid opening date, will result in the bid being considered non -responsive to bid specifications. 1.) Please list each and every subcontracting and/or supplier opportunity for the completion of this project, regardless of whether it is to be provided by a MBE or non -MBE. (DO NOT LIST NAMES OF FIRMS) On all projects, the Offeror must list each subcontracting and or supplier opportunity regardless of tier. additional sheets, it List of Subcontracting Opportunities ! List of Supplier Opportunities Rev. 5/15/19 ATTACHMENT 1C Page 2 of 4 2.) Obtain a current (not more than two (2) months old from the bid open date) list of MBE subcontractors and/or suppliers from the City's Office of Business Diversity. ❑ Yes ❑ No Date of Listing 3.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? ❑ Yes (If yes, attach MBE mail listing to include name of firm and address and a dated copy of letter mailed.) ❑ No 4.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? ❑ Yes (If yes, attach list to include name of MBE firm, ep rson contacted, phone number and date and time of contact.) ❑ No 5.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by facsimile (fax), exclusive of the day the bids are opened? ❑ Yes (If yes, attach list to include name of MBE firm, fax number and date and time of contact. In addition, if the fax is returned as undeliverable, then that "undeliverable confirmation" received must be printed directly from the facsimile for proper documentation. Failure to submit confirmation andlor "undeliverable confirmation" ❑ No documentation may render the G F E non -responsive.) 6.) Did you solicit bids from MBE firms, within the subcontracting andlor supplier areas previously listed, at least ten calendar days prior to bid opening by email, exclusive of the day the bids are opened? ❑ Yes (If yes, attach email confirmation to include name of MBE firm, date and time. In addition, if an email is returned as undeliverable, then that "undeliverable message" receipt must be printed directly from the email system for proper documentation. Failure to submit confirmation andlor "undeliverable message" documentation may render the GFE non -responsive.) ❑ NO NOTE: The four methods identified above are acceptable for soliciting bids, and each selected method/ must be applied to the applicable conlract- The Offeror must document (hail either at least two attempts were made using two of the four methods or that at least one successful contact was (trade using one of the four methods in order' to deerrned responsive to the Good faith Effort requirement. rOT.. The Offeror must contact the entire MBE list specific to each subcontracting and supplie rtunity to 'we in compliance with questions 3 thrU 6. � 7.) Did you provide plans and specifications to potential MBEs? ❑ Yes ❑ No 8.) Did you provide the information regarding the location of plans and specifications in order to assist the MBEs? ❑ Yes ❑ No Rev. 5115119 ATTACHMENT 1C Page 3 of 4 9.) Did you prepare a quotation for the MBEs to bid on goodsiservices specific to their skill set? ❑ Yes (if yes, attach all copies of quotations.) ❑ No 10.) Was the contact information on any of the listings not valid? (If yes, attach the information that was not valid in order for the Office of Business Diversity to address ❑ Yes the corrections needed.) ❑ No 11.)Submit documentation if MBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the MBE was rejected and any supporting documentation the Offeror wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the Offeror will provide for confidential in -camera access to an inspection of any relevant documentation by City personnel. Please use additional sheets, if necessary, and attach.) Company Name Telephone Contact Person Scope of Work Reason for Rejection ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain MBE participation on this project. The Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or Knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance shall create a material breach of contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1) year. Rev. 5115119 ATTACHMENT 1C Page 4 of 4 The undersigned certifies that the information provided and the NIBE(s) listed was/were contacted in good faith. It is understood that any IVIBE(s) listed in Attachment 1C will be contacted and the reasons for not using them will be verified by the City's Offict of Business Diversity. Authorized Signature Title Company Name Address CitylStatelZip Office of Business Diversity Email: mwbeoffice@fortworthtexas.gov Phone: (81 i) 392-2674 Printed Signature Contact Name and Title (if different) Phone Number Fax Number Email Address Date Rev. 5115119 Joint Venture Page 1 of 3 FORT WORTH CITY OF FORT WORTH MBE Joint Venture Eligibility Form All questions must be answered; use "N/A" if not applicable. Name of City project: A joint venture form must be completed on each project UP/Bid/Project Number: - 1. Joint venture information: Joint Venture Name: Joint Venture Address: (If applicable) Telephone: Facsimile: E-mail Cellular: Identify the firms that comprise the joint venture: Please attach extra sheets if additional space is required to provide detailed explanations of work to he performed by each firm comprising the joint venture MBE firm name• Nan -MBE firm name: Business Address: Business Address: City, State, Zip: City, State, Zip: Telephone E-mail Telephone E-mail Cellular Facsimile Cellular Facsimile Certification Status: Name of Certifying Agency: 2. Scope of work performed by the Joint Venture: Describe the scope of work of the MBE: Describe the scope of work of the non -MBE: Rev. 5/15/19 Joint Venture Page 2of3 3. What is the percentage of MBE participation on this joint venture that you wish to be counted toward meeting the project goat? 4. Attach a copy of the joint venture agreement. 5. List components of ownership of joint venture: (Do not complete if this informution is described in joint venture agreement) Profit and loss sharing: Capital contributions, including equipment: Other applicable ownership interests: 6. Identify by name, race, sex and firm those individuals (with titles) who are responsible for the day-to-day management and decision making of the joint venture: Financial decisions (to include Account Payable and Receivable): Management decisions: a. Estimating ------------------------------- b. Marketing and Sales c. -Hiring and Firing of management personnel ------------------------------------------------------------- d. Purchasing of major equipment and/or supplies Supervision of field operations The City's Office of Business Diversity will review your joint venture submission and will have final approval of the MBE percentage applied toward the goal for the project listed on this form. NOTE: From and after the date of project award, if any of the participants, the individually defined scopes of work or the dollar amounts/percentages change from the originally approved information, then the participants must inform the City's Office of Business Diversity immediately for approval. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the City's BDE Ordinance. Rev. 5115/19 Joint Venture Page 3 of 3 AFFIDAVIT The undersigned affirms that the foregoing statements are true and correct and include all material information necessary to identify and explain the terms and operation of the joint venture. Furthermore, the undersigned shall agree to provide to the joint venture the stated scope of work, decision -making responsibilities and payments herein. The City also reserves the right to request any additional information deemed necessary to determine if the joint venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds for termination of the eligibility process. The undersigned agree to permit audits, interviews with owners and examination of the books, records and files of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this provision shall result in the termination of any contract, which may be awarded under the provisions of this joint venture's eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false statements or willful misrepresentation of facts. Name of MSE firm Name of non -MBE firm Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Title Title Date Date State of On this Notarization County of day of , 20 , before me appeared and to me personally known and who, being duly sworn, did execute the foregoing affidavit and did state that they were properly authorized to execute this affidavit and did so as their free act and deed. Notary Public Print Name Notary Public Signature Commission Expires Office of Business Diversity Email: mwbeoffice@fortworthtexas.gov Phone: (817) 392-2674 (seal) Rev. 5115119 THIS PAGE INTENTIONALLY BLANK APPENDIX E WAGE RATES THIS PAGE INTENTIONALLY WANK 2013 PREVAILING WAGE RATES (Heavy and Highway Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate Aspha It Distributor Operator $ 15.32 Asphalt Paving Machine Operator $ 13.99 Asphalt Raker $ 12.69 Broom or Sweeper Operator $ 11.74 Concrete Finisher, Paving and Structures $ 14.12 Concrete Pavement Finishing Machine Operator $ 16.05 Concrete Saw Operator $ 14.48 Crane Operator, Hydraulic 80 tons or less $ 18.12 Crane Operator, Lattice Boom 80 Tons or Less $ 17.27 Crane Operator, Lattice Boom Over 80 Tons $ 20.52 Crawler Tractor Operator $ 14.07 Electrician $ 19.80 Excavator Operator, 50,000 pounds or less $ 17.19 Excavator Operator, Over 50,000 pounds $ 16.99 Flagger $ 10.06 Form Builder/Setter, Structures $ 13.84 Form Setter, Paving & Curb $ 13.16 Foundation Drill Operator, Crawler Mounted $ 17.99 Foundation Drill Operator, Truck Mounted $ 21.07 Front End Loader Operator, 3 CY or Less $ 13.69 Front End Loader Operator, Over 3 CY $ 14.72 Laborer, Common $ 10.72 Laborer, Utility $ 12.32 Loader/Backhoe Operator $ 15.18 Mechanic $ 17.68 Milling Machine Operator $ 14.32 Motor Grader Operator, Fine Grade $ 17.19 Motor Grader Operator, Rough $ 16.02 Off Road Hauler $ 12.25 Pavement Marking Machine Operator $ 13.63 Pipelayer $ 13.24 Reclaimer/Pulverizer Operator $ 11,01 Reinforcing Steel Worker $ 16.18 Roller Operator, Asphalt $ 13.08 Roller Operator, Other $ 11.51 Scraper Operator $ 12.96 Servicer $ 14.58 Small Slipform Machine Operator $ 15.96 Spreader Box Operator $ 14.73 Truck Driver Lowboy -Float $ 16.24 Truck Driver Transit -Mix $ 14.14 Truck Driver, Single Axle $ 12.31 Truck Driver, Single or Tandem Axle Dump Truck $ 12.62 Truck Driver, Tandem Axle Tractor with Semi Trailer $ 12.86 Welder $ 14.84 Work Zone Barricade Servicer $ 11.68 The Davis -Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by the United States Department of Labor and current as of September 2013. The titles and descriptions for the classifications listed are detailed in the AGC of Texas' Standard Job Classifications and Descriptions for Highway, Heavy, Utilities, and Industrial Construction in Texas. Page 1 of 1