392
ANNE ARUNDEL COUNTY DEPARTMENT OF PUBLIC WORKS BUREAU OF ENGINEERING 445 MAXWELL FRYE ROAD MILLERSVILLE, MD 21108 DECEMBER 2016 LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION PROJECT NUMBER X787000 PROPOSAL NUMBER X787046 PROJECT MANUAL (BID DOCUMENT SUBMITTAL) OBG

LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

  • Upload
    others

  • View
    16

  • Download
    0

Embed Size (px)

Citation preview

Page 1: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

ANNE ARUNDEL COUNTY

DEPARTMENT OF PUBLIC WORKSBUREAU OF ENGINEERING

445 MAXWELL FRYE ROAD

MILLERSVILLE, MD 21108

DECEMBER 2016

LINTHICUMELEVATEDWATERSTORAGETANKREHABILITATION

PROJECTNUMBERX787000PROPOSALNUMBERX787046

PROJECT MANUAL(BID DOCUMENT SUBMITTAL)

OBG

Page 2: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed
Page 3: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

ANNE ARUNDEL COUNTY, MARYLAND DEPARTMENT OF PUBLIC WORKS

LINTHICUM ELEVATED WATER STORAGE TANK

REHABILITATION

Project No. X787000 Proposal No. X787046

PROJECT MANUAL Prepared for: Department of Public Work Bureau of Engineering 2662 Riva Road Annapolis, MD 21401 Prepared by:

2809 S. Lynnhaven Road, Reflections 1, Suite 305 Virginia Beach, Virginia 23452

Bureau of Engineering

December 2016

Page 4: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed
Page 5: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

TOC - 1

Revised 7/16 I:\ANNE-ARUNDEL.2370\60087.LINTHICUM-EWST\DOCS\SPECS\101%\FRONT END\46-02 TABLE OF CONTENTS.DOC

ANNE ARUNDEL COUNTY

LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000

TABLE OF CONTENTS PART I – BID DOCUMENTS

NOTICE TO CONTRACTORS ....................................................................................... A1-1 TO A1-2 INFORMATION TO BIDDERS INCLUDING EXECUTIVE ORDER 14 .................... A2-1 TO A2-5 SOLICITATION CHECK LIST ...................................................................................................... A2-6 AFFIDAVIT ..................................................................................................................... A3-1 TO A3-2 AFFIDAVIT CONCERNING SALES AND USE TAX ................................................. A3-3 TO A3-4 PROPOSAL ...................................................................................................................... A4-1 TO A4-7 CONTRACT ..................................................................................................................... B1-1 TO B1-2 CONTRACTOR'S PERFORMANCE BOND .................................................................. B2-1 TO B2-2 CONTRACTOR'S LABOR AND MATERIAL BOND ................................................... B3-1 TO B3-3 CORPORATE RESOLUTION ........................................................................................................ B4-1 BID BOND ........................................................................................................................ B5-1 TO B5-2 EXPERIENCE AND EQUIPMENT CERTIFICATION .................................................. B6-1 TO B6-4 LIST OF SUBCONTRACTORS & EQUIPMENT SUPPLIERS .................................................... B7-1

PART II – SPECIAL PROVISIONS

DIVISION 1 – GENERAL REQUIREMENTS 00800 GENERAL SITE CONDITIONS 01040 COORDINATION 01050 GENERAL REQUIREMENTS 01310 CPM CONSTRUCTION SCHEDULE 01330 SUBMITTALS 01455 QUALITY CONTROL 01510 TEMPORARY FACILITIES AND CONTROLS

01749 WORKER PROTECTION, ENVIRONMENTAL PROTECTION, AND WASTE DISPOSAL 01770 CLOSEOUT PROCEDURES

DIVISION 2 – SITE WORK 02556 TANK CHLORINATION/DECHLORINATION DIVISION 3 – CONCRETE 03900 RESTORATION OF SURFACES 03931 CONCRETE PROTECTIVE COATINGS DIVISION 4 – MASONRY NOT USED

Page 6: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

TOC - 2

Revised 7/16 I:\ANNE-ARUNDEL.2370\60087.LINTHICUM-EWST\DOCS\SPECS\101%\FRONT END\46-02 TABLE OF CONTENTS.DOC

DIVISION 5 – METALS 05510 METAL FABRICATIONS 05521 PIPE AND TUBE RAILINGS 05530 METAL GRATINGS DIVISION 6 – WOODS AND PLASTICS NOT USED DIVISION 7 – THERMAL AND MOISTURE PROTECTION 07920 JOINT SEALANTS DIVISION 8 – DOORS AND WINDOWS NOT USED DIVISION 9 – FINISHES 09970 WATER STORAGE TANK SURFACE PREPARATION AND COATINGS DIVISION 10 – SPECIALTIES NOT USED DIVISION 11 – EQUIPMENT 11268 RESERVOIR HYDRODYNAMIC MIXING SYSTEM DIVISION 12 – FURNISHINGS NOT USED DIVISION 13 – SPECIAL CONSTRUCTION 13110 CATHODIC PROTECTION FOR INTERIOR OF STEEL WATER TANKS DIVISION 14 – CONVEYING SYSTEMS NOT USED DIVISION 15 – MECHANICAL 15140 PIPE HANGERS AND SUPPORTS 15181 MISCELLANEOUS VALVE AND TRAPS 15190 MECHANICAL IDENTIFICATION 15200 INTERIOR PROCESS PIPING SYSTEMS 15903 PRESSURE GAUGES DIVISION 16 – ELECTRICAL 16010 ELECTRICAL AND INSTRUMENTATION – GENERAL 16060 GROUNDING 16095 ELECTRICAL IDENTIFICATION 16110 RACEWAYS, BOXES, AND FITTINGS 16120 WIRE AND CABLE 16141 WIRING DEVICES 16510 LIGHTING 16775 HEAT TRACING 16900 FIELD INSTRUMENTS 16902 CONTROL COMPONENTS

Page 7: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

TOC - 3

Revised 7/16 I:\ANNE-ARUNDEL.2370\60087.LINTHICUM-EWST\DOCS\SPECS\101%\FRONT END\46-02 TABLE OF CONTENTS.DOC

16903 PROGRAMMABLE CONTROLLERS 16905 RADIO TELEMETRY APPENDICIES APPENDIX “A” - CONTRACTOR CUSTOMER SERVICE PROGRAM ............................ 2 PAGES APPENDIX “B” - CONTRACTOR SECURITY PROGRAM................................................. 3 PAGES APPENDIX “C” – MINIMUM REQUIREMENTS FOR CONTRACTOR’S CONFINED SPACE POLICY 6 PAGES APPENDIX “D” – MDE VOC MONITORING FORM 1 PAGE APPENDIX “E” – DIXON PRELIMINARY MAINTENANCE INSPECTION REPORT .. 63 PAGES APPENDIX “F” – ENVIRONMENTAL SITE BASELINE DATA 5 PAGES

Page 8: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

THIS PAGE INTENTIONALLY LEFT BLANK

Page 9: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

A1-1

7/16

I:\Anne-Arundel.2370\60087.Linthicum-Ewst\Docs\Specs\101%\Front End\46-03 NOTICE TO CONTRACTORS.doc

NOTICE TO CONTRACTORS

Contract No.: X787046 Project No.: X787000

Sealed bids, addressed to Anne Arundel County, Bid No. X787046, for LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION for the Department of Public Works will be received until 1:30 P.M. local time, Tuesday, March 14, 2017, at the Office of the Purchasing Agent, 3rd Floor, Heritage Office Complex, 2660 Riva Road, Annapolis, Maryland 21401, after which they will be publicly opened and read in the Patuxent Conference Room, located on the same floor. The Work includes the following major items: The Contractor shall perform site work and shall modify the lower overflow discharge and floor drain. Repairs include but are not limited to the interior roof structure, concrete foundation, and miscellaneous steel repairs. The Contractor shall replace the existing roof vent, dry riser roof manway, bowl floor manway, and wet riser base manway. Modifications to the upper overflow pipe, dry riser, and associated ladders will be required. Work also includes the installation of a new exterior circular roof safety rail, bowl roof manway, shell balcony, access ladder, and walkway including miscellaneous interior and exterior safety improvements. The Contract shall require the installation of a new hydrodynamic mixing system and overflow weir. Antenna and related work includes installation of a new circular roof halo system along with improvements to the antenna system for current and future cellular/broadband carriers. The Contractor shall also perform interior and exterior electrical upgrades to the service including lighting upgrades and a new FAA obstruction lighting system. As part of the Contract exterior and interior wet protective coatings will be removed and new coating systems will be applied. The Contractor will be required to use an SSPC Class 1A containment system per SSPC Guide 6 guidelines for all work involving surface preparation by abrasive blasting and an SSPC Class 3P Containment for work involving surface preparation using vacuum-shrouded power tools and/or hand tools. A Lead Health and Safety Plan, Waste Management Plan along with other plans and Submittals will be required and waste shall be legally disposed. Work shall be performed as specified in these Specifications and as required under the terms and conditions of the Contract Documents. To all contractors, Anne Arundel County Purchasing Office now has bid results for Capital Construction Projects as well as Notice to Contractors on the Web Page. Contractors can access it by entering the following web address: http://www.aacounty.org/AACOOIT/Purchasing/BidDocs/Bid_Projects.aspx

On or after January 30, 2017, Plans and Specifications may be downloaded from the Anne Arundel County Purchasing website listed above. Plans will only be distributed via the web site. This Contract will be constructed under the provisions of the Anne Arundel County Government January, 2001 "Standard Details and Specifications for Construction” and any subsequent revisions thereto. The cost range for the Project is: $1,500,000 to $2,000,000.

EQUAL OPPORTUNITY It is the policy of Anne Arundel County, Maryland, to ensure equal employment opportunity for all persons, and to ensure that minority and women-owned business enterprises have the maximum opportunity to participate in the performance of all county contracts for supplies and services.

Page 10: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

A1-2

7/16

I:\ANNE-ARUNDEL.2370\60087.LINTHICUM-EWST\DOCS\SPECS\101%\FRONT END\46-03 NOTICE TO CONTRACTORS.DOC

NON-DISCRIMINATION IN EMPLOYMENT THE CONTRACTOR OR ANY SUBCONTRACTOR MAY NOT DISCRIMINATE IN ITS EMPLOYMENT PRACTICES AGAINST ANY EMPLOYEE OR APPLICANT FOR EMPLOYMENT BECAUSE OF RACE, COLOR, RELIGION, SEX, NATIONAL ORIGIN, ANCESTRY, HANDICAP, AGE OR MARITAL STATUS. On February 14, 2017 at 2:00 PM local time, a Pre-Bid conference will be held at the Department of Public Works, Heritage Office Complex, 2662 Riva Road, Annapolis, MD 21401. ALL VISITORS must check in with the first floor security guard for meeting location. Anyone who plans to attend the Pre-Bid conference must provide their name, and their Company's name, to the County’s Project Manager in advance, in order to be permitted access to the building. Anyone needing special ADA accommodations for the Pre-Bid conference must contact Jill Bezek at 410-222-4383, or by email to [email protected], at least seven days in advance of the event. TTY users, please call via Maryland Relay 7-1-1. All materials are available in an alternative format upon request. All potential bidders are requested to attend this conference. However, attendance is not a requirement of the Contract. A site visit will be held following the Pre-Bid Conference. Potential bidders are advised to bring their own equipment in case they want to climb the tank. Questions regarding this Project should be directed to the Project Manager Beth Blair, P.E. at 410-224-1270.

ANNE ARUNDEL COUNTY Andrew Hime Purchasing Agent

Page 11: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

A2-1

7/16

I:\Anne-Arundel.2370\60087.Linthicum-Ewst\Docs\Specs\101%\Front End\46-04 Information to Bidders.doc

ANNE ARUNDEL COUNTY, MARYLAND

LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000

INFORMATION TO BIDDERS

Sealed bids in duplicate, addressed to the Purchasing Agent, Anne Arundel County, Maryland, for construction of the LINTHICUM EWST REHABILITATION as shown on drawings on file in the Office of the Department of Public Works, Heritage Office March 14, 2017 at 1:30 p.m. Bids will be opened and read aloud in the Patuxent Room located on the same floor, immediately thereafter. THE RIGHT IS HEREBY RESERVED TO REJECT ANY OR ALL BIDS AND TO WAIVE INFORMALITIES, AS THE INTERESTS OF THE COUNTY MAY REQUIRE. All work to be performed under this Project shall be done under strict compliance with the Anne Arundel County Government January 2001 "Standard Details and Specifications for Construction” and any subsequent revisions thereto. Copies of Standard Specifications for Construction and Standard Details may be obtained by accessing the Anne Arundel County Department of Public Works website, http://www.aacounty.org/DPW/Engineering.cfm. The Standard Specifications and Details for Construction will only be available via the web site, and it shall be the duty of the Bidder to be familiar with these documents. In addition, on May 18, 1990, the Commissioner of Labor and Industry adopted, through incorporation by reference to the Maryland Occupation Safety and Health Standards under COMAR 09.12.31 Maryland Occupational Safety and Health Act, amendments and revisions relating to Excavations as published in 54 Federal Register No. 209 (October 31, 1989) pages 45948-45991 and codified in Sub Part 29CFR 1926.650-1926.652 and Appendices A-F, together with certain amendments. The amendments are found at Maryland Register, Volume 17, issue 6 (Friday, March 23, 1990), pages 746-748. The Commissioner’s action is effective May 28, 1990. All holders of the Anne Arundel County Standard Specification and Details for Construction should familiarize themselves with these regulations and be guided accordingly. Each bid must be enclosed in a sealed envelope marked “Proposal No. X787046, Anne Arundel County, Maryland.” Bids made other than on the attached forms will not be considered. Changes in the phraseology of the bid, additions, or limiting provisions will render the bid irregular and may cause its rejection. All bids shall include the following forms, each of which is to be submitted in duplicate:

(1) Anti-collusion and non-bribery affidavit (2) Proposal form

Page 12: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

A2-2

8/16/16

I:\Anne-Arundel.2370\60087.Linthicum-Ewst\Docs\Specs\101%\Front End\46-04 Information to Bidders.doc

(3) Bid Bond (Bonding Companies must be licensed to do business in the State of Maryland and have complied with the law and the regulations of the U.S. Department of the Treasury and be approved as A Certified Companies or A Certified Reinsurer Companies.)

(4) List of subcontractors and Equipment Suppliers; and (5) Sales tax affidavit

Failure to complete and submit these forms shall render the proposal irregular and may be cause for rejection of the bid. The Proposal form shall include the price, in figures, for each item of the proposed work and must be signed on behalf of the bidder. The bidder must examine the drawings, standard specifications, standard details and contract specifications carefully, and should make a personal examination of the location and nature of the proposed work. In case doubt shall arise as to the meaning or intent of anything shown on the drawings or comprised in the Standard Specifications, Standard Details and Contract Specifications, inquiry should be made of the project engineer, of the Department of Public Works before the bid is submitted. Submission of the bid shall indicate that the bidder thoroughly understands the drawings and the terms of the specifications. Bidders are especially directed to fill out the “total Price” column and total their bids, so that the results of the bidding, barring possible arithmetical errors, will be at once known. Any errors in computation will be corrected by the engineer when the bids are canvassed. The County reserves the right to accept alternatives in any order, to award on any bid item or combination of bid items. And to reject all bids if, in the sole determination of the County, it is advantageous to the County to do so. Any errors in computation or math will not invalidate the bid. In case of any discrepancy between the total figure and the correct total of the line items on the bid, the correct total of all line items shall govern and shall become the bid price. Each bid must be accompanied by, and have sealed in the same envelope with the bid, a certified check or bid bond acceptable to the County for five percent (5%) of the amount of the bid, payable to Anne Arundel County, Maryland; and unless so accompanied, the bid will not be considered. The check or bid bond will be forfeited to the County as liquidated damages in case the contract, performance bond, and labor and materials bonds are not executed within ten (10) days after receiving the contract for execution. The list of subcontractors and equipment suppliers to be submitted with the bid need only show certified small business, minority business and women business enterprises, which the bidder intends to use. In the event that the bidder cannot participate, the bidder shall include with the bid a notarized affidavit showing the evidence of the effort made to achieve this goal. Failure to submit the list of subcontractors and equipment suppliers delineating SBE, MBE, and WBE participation and/or the good faith documentation at the time the bid is submitted shall render the bid irregular and may be cause for rejection of the bid. The complete list of subcontractors and suppliers will be required from the apparent low bidder within (10) days of a request by the County. The experience and equipment certification is to be submitted to the county by the apparent low bidder within ten (10) calendar days after request from the County. Each bid must include a signed and notarized affidavit concerning sales and use tax. It is the bidder’s responsibility to contact the State of Maryland, Comptroller of the Treasury, Retail Sales Tax Division, to determine if any portion of the project is exempt from sales use tax.

Page 13: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

A2-3

8/16/16

I:\Anne-Arundel.2370\60087.Linthicum-Ewst\Docs\Specs\101%\Front End\46-04 Information to Bidders.doc

THE APPARENT LOW BIDDER MAY NOT WITHDRAW ITS BID WITHIN NINETY (90) DAYS AFTER BID OPENING. If the bidder, to whom an award is made, shall fail to execute the contract and bonds, the award may be annulled and the contract awarded to the second lowest responsible bidder, and such bidder shall fulfill every stipulation embraced herein, as if the bidder were the original party to whom the award was made; or the county may reject all of the bids, as its interests may require. The County will hold the checks and/or bid bonds submitted by all bidders with their bids, until the execution and delivery of the contract and bonds whereupon they shall be returned. As required by the Maryland Law, all foreign corporations doing business within the State of Maryland are required to be registered with the State Department of Assessments and Taxation as a condition precedent to the award of a contract. If the contractor is a corporation, the contract shall be accompanied by a copy of the corporate resolution authorizing the officer of said corporation, whose name appears on the contract, to execute the contract. If a person other than an officer is designated, it must be stated under oath that the person is the agent of the corporation and is duly authorized to act for an in behalf of the corporation. The Bidder must perform sixty percent (60%) of the work with his own forces. Bidders are further reminded of State Finance and Procurement Article, Section 17-106 Annotated Code of Maryland, which provides:

Before a contractor receives a progress or final payment under a contract covered by payment security, the contractor shall certify, in writing that, in accordance with contractual agreements, suppliers, and subcontractors: (1) Have been paid from the proceeds of previous progress payments; and (2) Will be paid in a timely manner from the proceeds of the progress or final payment

currently due.

The contractor shall make available, at anytime to the County, the contractor’s records for the purpose of auditing and/or verifying the contractor’s costs in connection with negotiated contracts, change order, or other amendments to the contract.

Page 14: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

A2-4

8/16/16

I:\Anne-Arundel.2370\60087.Linthicum-Ewst\Docs\Specs\101%\Front End\46-04 Information to Bidders.doc

Executive Order 14 Bidders providing goods or services to the County shall be advised that, as a condition of doing business with the County, they are required to comply with all applicable laws and regulations relating to the employment of aliens. Bidders providing goods or services to the County shall be advised that, if a Bidder fails to comply with applicable laws and regulations relating to the employment of aliens, such failure shall constitute a material breach of the Bidder's contractual relationship with the County and may be grounds for termination of the contractual relationship. If a Bidder providing goods or services to the County does not comply with applicable laws and regulations relating to employment of aliens, the County may declare the Bidder in breach of the Bidder's contractual relationship with the County and, thereafter, shall take all reasonable steps to terminate the County's contractual relationship with the Bidder. Non-Discrimination Clauses: Contractor shall comply with Executive Order 11246 entitled “Equal Employment Opportunity” as amended by Executive Order 11375, and as supplemented in U.S. Department of Labor Regulations 41 CFR Part 60.

The Contractor agrees not to discriminate in any manner against any employee or applicant for

employment because of race, creed, color, or national origin; and, is obligated to include a similar requirement in all subcontracts, except subcontracts for standard commercial supplies or raw materials. In addition, the contractor and all subcontractors shall agree to post in conspicuous places, available to employees and applicants for employment, notices setting forth the provisions of the non-discrimination clause

Where the Contractor willfully fails to comply with the non-discrimination provisions, the

County may, where the Contract is still executory in part, compel continued performance of the Contract, but he County shall be liable only for the reasonable value of services performed and materials supplied from the date that the breach of contract was discovered, and any sums previously paid by the County under the Contract shall be set off against the sums to become due as the Contract is performed.

If any subcontractor willfully fails to comply with the non-discrimination provisions, the

Contractor may void the subcontract and shall be liable only for the reasonable value of the services performed and materials supplied to the date of the voiding of the subcontract.

As to all contracts for materials, supplies, maintenance, services or other procurements except

building construction services, the vendor agrees not to discriminate in any manner against any employee or applicant for employment because of race, creed, color, national origin, or sex. Any Contract with the County requiring subcontracts shall include similar requirements in each subcontract. The Contractor further agrees to comply with all applicable federal, state, and local laws and executive orders relating to equal employment opportunity.

Page 15: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

A2-5

8/16/16

I:\Anne-Arundel.2370\60087.Linthicum-Ewst\Docs\Specs\101%\Front End\46-04 Information to Bidders.doc

Equal Opportunity Clause: It is the policy of Anne Arundel County, Maryland, to ensure Equal Employment Opportunity for all persons, and to ensure that Minority and Women-Owned Business Enterprises have the maximum opportunity to participate in the performance of all County Contracts for supplies and services.

Page 16: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

THIS PAGE INTENTIONALLY LEFT BLANK

Page 17: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

A2-6

8/16/16

I:\Anne-Arundel.2370\60087.Linthicum-Ewst\Docs\Specs\101%\Front End\46-04 Information to Bidders.doc

ANNE ARUNDEL COUNTY, MARYLAND

Solicitation Check List

PROPOSAL NO.: X787046 Project No.: X787000

________________________________________________________________

THIS CHECKLIST IS PROVIDED FOR YOUR CONVENIENCE ________ Bid Response/Proposal shall be delivered to the County Purchasing Department no later

than the date and time shown in the Solicitation. Did you visit our website at (http://www.aacounty.org/CentServ/Purchasing/index.cfm) for any addenda, which may have been posted to our website or eMD Marketplace?

________ Did an authorized company representative sign the Bid Response Form? ________ Did an authorized company representative sign and notarize the Affidavit form(s)? ________ Did you include the required signature authority documents, if required? ________ If you are an entity (limited liability partnerships, corporations, limited partnerships,

limited liability companies, limited liability limited partnerships, business trusts, real estate investment trust and trade name filings), is the legal name of your company listed with the State of Maryland Department of Assessments and Taxation and in good standing? You may check by going to www.sdat.org.

________ If this Solicitation requires a Bid/Proposal bond, did you include one? ________ Did you provide one original and one copy of your response? ________ Is the outside of the submittal envelope marked with the Bid/Proposal Number, the title,

the due date, your company name, and your company address?

MANDATORY REQUIREMENTS

The following item(s) are MANDATORY and shall be submitted, in fully executed format, with Bid Response/Proposal in order to be considered for an award. If the following item(s) are not submitted with the Bid Response/Proposal, the Bid/Response/Proposal shall be considered null and void, and therefore, will be rejected.

(A) Bid Bond or Certified Check (5%) (B) County's Bid Response/Proposal Form

Page 18: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

THIS PAGE INTENTIONALLY LEFT BLANK

Page 19: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

NOTE: THIS FORM MUST BE SUBMITTED IN DUPLICATE WITH THE BID

A3-1 7/16

I:\Anne-Arundel.2370\60087.Linthicum-Ewst\Docs\Specs\101%\Front End\46-05 Affidavit.doc

ANNE ARUNDEL COUNTY

LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046

Project No.: X787000

AFFIDAVIT

On behalf of , I do solemnly declare and affirm, (Contractor)

under penalty of perjury, that to the best of my knowledge, information, and belief:

1. Neither , nor any of its officers, directors, (Contractor) Or partners, or any of its employees who are directly involved in obtaining or performing contracts with the State of Maryland, a unit of the State (as defined in '16-101 of the State Finance and Procurement Article), or a local governmental entity in the State, has:

(a) been convicted of bribery, attempted bribery, or conspiracy to bribe, under the laws of any state or of the federal government;

(b) been convicted under a State or federal law or statute of any offense enumerated in §16-203 of the State Finance and Procurement Article; or

(c) been found civilly liable under a State or federal antitrust statute as provided in §16-203 of the State Finance and Procurement Article.

2. shall not knowingly enter into a (Contractor)

Contract with a public body under which a person or business debarred or suspended under Title 16, Subtitle 3 of the State Finance and Procurement Article will provide, directly or indirectly, supplies, services, architectural services, construction related services, leases of real property, or construction.

3. Neither , nor any employee or

(Contractor) representative of :

(Contractor)

(a) agreed, conspired, connived, or colluded to produce a deceptive show of competition in the preparation of the bid or offer being submitted; or

Page 20: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

NOTE: THIS FORM MUST BE SUBMITTED IN DUPLICATE WITH THE BID

A3-2 7/16

I:\Anne-Arundel.2370\60087.Linthicum-Ewst\Docs\Specs\101%\Front End\46-05 Affidavit.doc

(b) has in any manner, directly or indirectly, entered into any agreement,

participated in any collusion to fix the price of the bid or proposal of any bidder or offeror or any competitor, or otherwise taken any action in restraint of free competitive bidding in connection with the contract for which the bid or offer is submitted,

4. The Contractor/Bidder/Offeror: (a) Is not currently identified on the list created by the Maryland State Board of Public

works as a person engaging in investment activities in Iran as described in Section 17-702 of the Maryland State Finance and Procurement Article; and

(b) Is not currently engaging in investment activities in Iran as described in Section 17-

702 of the Maryland State Finance and Procurement Article. If the person is unable to make the certification, it will provide the County, under penalty

of perjury, a detailed description of the Contractor/Bidder/Offeror’s investment activities in Iran.

Contractor/Bidder/Offeror: ______________________________

By: ___________________________________

Printed Name: ___________________________ Printed Title: ____________________________

Date: __________________________________

Subscribed and sworn to before me, a Notary Public of the State of , County or City of , this day of .

____________________________________ (Notary Public)

My Commission expires: .

Page 21: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

NOTE: THIS FORM MUST BE SUBMITTED IN DUPLICATE WITH THE BID

A3-3 7/16

I:\Anne-Arundel.2370\60087.Linthicum-Ewst\Docs\Specs\101%\Front End\46-06 Affidavit Concerning Sales and Use Tax.doc

ANNE ARUNDEL COUNTY

LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000

AFFIDAVIT CONCERNING SALES AND USE TAX APPLICABLE TO THE CONSTRUCTION OF WATER AND WASTEWATER TREATMENT FACILITIES

I DO SOLEMNLY DECLARE AND AFFIRM, under the penalties of perjury, the

following:

1. That I am aware of the following:

a. Water and wastewater treatment facilities consist of both real and tangible

personal property.

b. As a general rule, all of the inter-connected machinery and equipment for

processing and treating water or wastewater at a treatment facility is considered tangible personal

property. This would include, for example, all of the tanks, pumps, pipes, valves, electrical

systems, and chemical handling equipment.

c. Buildings and the systems serving the buildings, such as HVAC systems,

plumbing and electrical service, as well as roadways, pavements, and fencing at treatment

facilities are improvements to the realty. Off-site pipes and pumping equipment which transport

water or wastewater to or from a treatment facility are normally real property improvements.

d. However, if significant processing occurs at a wastewater pumping

station, the equipment will be considered tangible personal property.

2. That I am further aware of the following:

Page 22: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

NOTE: THIS FORM MUST BE SUBMITTED IN DUPLICATE WITH THE BID

A3-4 7/16

I:\Anne-Arundel.2370\60087.Linthicum-Ewst\Docs\Specs\101%\Front End\46-06 Affidavit Concerning Sales and Use Tax.doc

a. That a contractor who furnishes materials and is responsible for their

installation as real property is responsible for paying sales and use tax on the purchase of

materials so installed.

b. That a contractor who furnishes and installs any machinery or equipment

which remains tangible personal property may buy it tax-free by issuing a resale certificate to the

vendor.

c. That the resale of the tangible personal property included in a water or

wastewater treatment facility to a local government unit is exempt.

3. That in submitting a bid, the contractor has afforded Anne Arundel County,

Maryland the benefit of any exemption.

4. That the contractor will refund to Anne Arundel County, Maryland any refund of

sales or use tax received by the contractor as a result of the County's exemption.

____________________________________ Signature ____________________________________ Name and Title of Signer ____________________________________ Company ____________________________________ Date

SUBSCRIBED TO AND SWORN TO BEFORE ME, A Notary Public of the State of ______________, County or City of this year and date first above written.

____________________________________ Notary Public ____________________________________ My Commission Expires:

Page 23: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

NOTE: THIS FORM MUST BE SUBMITTED IN DUPLICATE WITH THE BID

A4-1 7/16 I:\Anne-Arundel.2370\60087.Linthicum-Ewst\Docs\Specs\101%\Front End\46-07 PROPOSAL.doc

PROPOSAL

TO ANNE ARUNDEL COUNTY, MARYLAND

LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000

Made this day of , , by ___________________________________________________________________________ ______________________________________________________________________________ Business Address: ______________________________________________________________

We/I the undersigned Bidder declare that the only person, firm, or corporation, or persons, firms, or corporations, that has or have any interest in this Proposal, or in the Contracts proposed to be taken, is or are the undersigned; that this Proposal is made without any connection or collusion with any other person, firm, or corporation making a Proposal for the same work; the undersigned further certifies that they have received Drawings, Specifications, Addenda (if any), and copy of this Proposal and that they constitute all instruments for bidding this contract, and that the Specifications, form of contract and the Drawings, therein referred to, have been carefully examined and are understood; that as careful an examination has been made of the worksite as is necessary to become informed as to the character and extent of the work required; and that is proposed and agreed, if the Proposal is accepted, to Contract with Anne Arundel County, Maryland, in the form of contract hereto attached, to do the required work in the manner set forth in the Specifications and as shown by the Drawings.

If this Proposal shall be accepted by Anne Arundel County, Maryland and the undersigned shall refuse or neglect, within ten (10) days after receiving the Contract for execution, to execute the same and to give the stipulated Bond, then said County may, at its option, determine that the Bidder has abandoned the Contract, and thereupon the Proposal and the acceptance thereof shall be null and void, and the deposit accompanying the Proposal shall be forfeited and paid as liquidated damages to the County. The base bid, unit prices and alternatives on the attached and signed Proposal Form are to include and cover the furnishing of all necessary machinery, tools, apparatus and means for performing the work, and the doing of all the above mentioned work, in the manner set forth, described and shown in the Specifications and on the Contract Drawings within the prescribed number of consecutive calendar days after service of written notice from the Owner to proceed with the work.

The successful Bidder shall be required to submit a list containing all parties to which he intends to subcontract any portion of the work. The list shall contain the subcontractor's name, address, work to be sublet and business telephone number.

Page 24: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

NOTE: THIS FORM MUST BE SUBMITTED IN DUPLICATE WITH THE BID

A4-2 7/16 I:\Anne-Arundel.2370\60087.Linthicum-Ewst\Docs\Specs\101%\Front End\46-07 PROPOSAL.doc

(NOTE: The Bidder or Bidders must sign here and the address of each must be given. In the case of firms, the firm name must be signed and subscribed to by at least one member. In the case of corporations, the corporate name must be signed by some authorized officer or agent thereof, who shall also subscribe his name and office. The seal of the corporation shall be affixed. (Telephone number to be listed).

The names and addresses of all members of a firm or the names, addresses and titles of every officer of a corporation, or duly authorized agent, as the case may be, must be given here by the member of the firm or by the officer or agent of the corporation who signs the Proposal.

We/I will submit within ten (10) days of request by the county, the Experience and Equipment Certification specified and further understand and are/am aware that the work will be awarded to an approved organization which is properly constituted in experience, capital and equipment.

Prior to, or following, the award of this Contract, the Owner or Engineer may request that We/I supply him with whatever information is needed by him in order to become better familiarized with any of the subcontractors and/or equipment suppliers. It is further stipulated that no change in the names of those persons or organizations will be made unless written application is made with justification and prior approval is granted. It is further agreed that the apparent low bidder will submit within 10 days of a request by the county a detailed list of all subcontractors and equipment suppliers including anticipated dollar values.

We/I agree to accept as full compensation the unit prices stipulated for the contingent construction items that are incorporated into the work by direction of the Engineer in the field

Page 25: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

NOTE: THIS FORM MUST BE SUBMITTED IN DUPLICATE WITH THE BID

A4-3 7/16 I:\Anne-Arundel.2370\60087.Linthicum-Ewst\Docs\Specs\101%\Front End\46-07 PROPOSAL.doc

ANNE ARUNDEL COUNTY

DEPARTMENT OF PUBLIC WORKS ANNAPOLIS, MARYLAND

LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000

DATE: ________________

This is to certify that ________ has received Addendum No. through and this bid reflects the changes created by these addenda. THE CONTRACTOR OR ANY SUBCONTRACTOR ON THIS WORK WILL BE REQUESTED TO COMPLY WITH EXECUTIVE ORDER 11246, ENTITLED "EQUAL EMPLOYMENT OPPORTUNITY" AS AMENDED BY EXECUTIVE ORDER 11375, AND AS SUPPLEMENTED IN U.S. DEPT. OF LABOR REGULATIONS (41 CRF PART 60). Bidder's Names: ______________________________________________________________ Bidder's Signature: ____________________________________________________________ Bidder's Address: _____________________________________________________________ Telephone Number: ____________________________________________________________

Page 26: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

NOTE: THIS FORM MUST BE SUBMITTED IN DUPLICATE WITH THE BID

A4-4 7/16 I:\Anne-Arundel.2370\60087.Linthicum-Ewst\Docs\Specs\101%\Front End\46-07 PROPOSAL.doc

A. Base Contract - Bid Items

Bid Item General Description

Unit Size

Estimated Quantity

Unit Price Total Price

B.1 Mobilization/Demobilization LS 1 B.2 Site Work LS 1

B.3

Tank Foundation Drainage a. Remove Soil to 6" Below Foundation Surface b. Grade Soil Away From Tank LS 1

B.4

Pressure Inject Foundation Cracks a. Repair Both Moving and Non-Moving Cracks Within Flute Slab (10 CT) b. Repair Both Moving and Non-Moving Cracks For Tower Leg Foundations (24 CT) LS 1

B.5

Repair Foundation Grouting a. Remove and Replace Damaged Grout With New 5000 PSI Grouting Between Tower Legs and Foundations (12 CT). LS 1

B.6 Repair / Plug Small Diameter Holes in Column Flute (5 CT) LS 1

B.7 Install/Pour Mesh Reinforced Concrete Floor and Seal , Interior Fluted Column (Approx. 800 SF) LS 1

B.8

Exterior Railing Upgrades: a. Install New 40' Circular Roof Safety Rail b. Install New Antenna Brackets (5) c. Install Spring Loaded Safety Gate At Railing Opening LS 1

B.9

Tank Access Upgrades: a. Remove Existing 24" Manway at Tank Roof & Replace with 30" Model b. Install New 30" Manway On Tank Roof Connecting to Extended Wet Ladder c. Remove Existing 18" Manway at bottom of Central Wet Riser and Replace with 30" Model LS 1

B.10

Replace Roof Vent With Freeze Proof Clog Resistant Model. A. Cut Exisitng Vent Sleeve And Weld New Flange. Attach New Vent To Sleeve Using Bolts. LS 1

B.11

Interior Dry Riser and Ladder Upgrades: a. Extend Access Tube Riser to Roofline b. Extend Wet Ladder to Roofline LS 1

B.12 Provide New Safety Cable System On All Ladders (Appox. 225 FT) LS 1

B.13 Install New Weir Box LS 1 B.14 Tighten & Tune Support Rods (32) in Flute Column LS 1

B.15 Install Caulk in Wet Bowl Non-Immersed Crevices (900 LF) & Roof Ports (30 CT). LS 1

B.16 Install Epoxy Resin in Wet Bowl Immersed Crevices (1700 LF) LS 1 B.17 Install Weather Tight Seals On All Roof Penetrations (5 CT) LS 1

B.18 Exterior Surface Preparation, Containment, and Coating (Full Replacement). Includes Foundataion Coating. LS 1

B.19 Interior Wet Surface Preparation, Containment, and Coating (Full Replacement) LS 1

B.20 Interior Dry Surface Preparation, Containment, and Coating (Spot Clean and Coat) LS 1

B.21 Exterior Valve Vault Preparation and Coating of Pipe & Other Appurtenances LS 1

Page 27: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

NOTE: THIS FORM MUST BE SUBMITTED IN DUPLICATE WITH THE BID

A4-5 7/16 I:\Anne-Arundel.2370\60087.Linthicum-Ewst\Docs\Specs\101%\Front End\46-07 PROPOSAL.doc

B.22 Fabricate and Install New Hydrodynamic Mixing System LS 1

B.23

Upgrade Cathodic Protection System: a. Remove and Reinstall Cathodic Protection System b. Replace Anodes c. Remove and Replace Rectifier LS 1

B.24

Upgrade Overflow Pipe a. Remove Existing Upper 8" Overflow Pipe from Riser Tube and Reinstall on Riser Exterior b. Remove & Replace Existing Weir Box b. Disconnect Existing Lower 8" Overflow Pipe 10' from Tank Floor c. Install New Lower 8" Pipe Below Wet Bowl Through Tank Wall Above Ground to Storm Drain Manhole (approx. 65'). d. Includes In-line Dechlorination Diffuser, Shrouded In-line Duck Valve, Air Release/Vacuum Valve, and Airbrake e. Install Floor Drain in Existing Underground Overflow Pipe LS 1

B.25

Install New Tank Level Transmitter a. Relocated sensing port b. Provide Interior Piping and Transmitter connection c. Provide Heat Trace LS 1

B.26

Install New Water Quality Monitoring System a. Chlorine Analyzer b. Carbon Treatment Unit LS 1

B.27

Replace Electrical Components in Valve Vault: a. Entry Switch on Vault Hatch (Controls Sump Pump, Fan, And Lights) b. Emergency Personnel Switch c. Flood Switch d. Altitude Valve (Open/Close) e. Solenoid For Altitude Valve Operation LS 1

B.28

Miscellaneous Electrical Upgrades: a. Remove/ Replace Existing FAA Light b. Install New FAA Approved Obstruction Lighting System On Tank Including Brakets, Electrical Service, Conduit, Wiring, 12 Light Fixtures, and Appurtenances c. Install New GFCI On Roof d. Remove/Reinstall County Antennae e. Install New Personal Emergency Button On Roof LS 1

B.29 QA/QC Testing, Weld Inspections, Coating Inspections LS 1 Sub-total Base Bid

B. Contingency Items

Bid Item General Description

Unit Size

Estimated Quantity

Unit Price Total Price

C.1 Additional Hours For Sand Blasters HR 25 $24.89 $622.25 C.2 Additional Hours For Painters HR 25 $24.89 $622.25 C.3 Additional Hours For Certified Welders HR 25 $24.89 $622.25 C.4 Additional Hours For Licensed Electrician HR 10 $35.10 $351.00 C.5 Additional Hours For Licensed Plumber HR 25 $36.55 $913.75 C.6 Additional Hours For Licensed Mechanic HR 10 $37.00 $370.00 C.7 Reinforced Silt Fence LF 200 $6.50 $1,300.00 C.8 Temporary Seed & Mulch SY 600 $0.70 $420.00 C.9 Earth Dike LF 0 $2.25 $0.00 C.10 Excelsior Matting SY 10 $2.00 $20.00

Page 28: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

NOTE: THIS FORM MUST BE SUBMITTED IN DUPLICATE WITH THE BID

A4-6 7/16 I:\Anne-Arundel.2370\60087.Linthicum-Ewst\Docs\Specs\101%\Front End\46-07 PROPOSAL.doc

C.11 Stone #2 For Sediment Control on Filter Cloth, Including Removal After Completion of Construction CY 10 $65.00 $650.00

C.12 Class 3 Excavation w/ Stone Refill / Offsite Disposal of Unsuitable Material CY 10 $90.00 $900.00

C.13 Select Backfill / Offsite Disposal of Unsuitable Material CY 0 $65.00 $0.00 C.14 Borrow Backfill / Offsite Disposal of Unsuitable Material CY 1 $50.00 $50.00 C.15 Calcium Chloride TN 4 $650.00 $2,600.00 C.16 Test Pit Excavation

a) Test Pit in County Road 1) First CY CY 0 $350.00 $0.00 2) Each Additional CY CY 0 $250.00 $0.00 b) Test Pit Outside of Road (0-3 CY) CY 4 $200.00 $800.00 c) Test Pit Outside of Road (>3 CY) CY 4 $125.00 $500.00 d) Test Pit (Includes Traffic Control) Non Destructive EA 1 $650.00 $650.00

C.17 Sheeting and Shoring as Directed by the Engineer - Ordered Left in Place MBM 1 $950.00 $950.00

C.18 Miscellaneous Concrete CY 10 $325.00 $3,250.00 C.19 Materials Allowance LS 1 $1,000.00 $1,000.00

Sub-total Contingency Bid $16,591.50

Bid Summary: A. Subtotal Bid Items B1-B29: $__________________

B. Contingency Unit Items C1-C19: $___________________ TOTAL BID (A+B) $__________________ TOTAL BID: _______________________________________________________________ BID PRICE MUST BE WRITTEN AND SHOWN IN NUMBERS, IN CASE OF DISCREPANCY THE WRITTEN AMOUNT WILL SUPERSEDE. Total time for completion, 315 consecutive calendar days. Liquidated damages shall be $1,500 dollars per calendar day.

Page 29: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

NOTE: THIS FORM MUST BE SUBMITTED IN DUPLICATE WITH THE BID

A4-7 7/16 I:\Anne-Arundel.2370\60087.Linthicum-Ewst\Docs\Specs\101%\Front End\46-07 PROPOSAL.doc

Basis of Award The award of the Contract shall be in accordance with Section GP 3.0 of the Anne Arundel County Government January 2001 "Standard Details and Specifications for Construction” and any subsequent revisions thereto and based on the lowest total of Bid Items B1-B29 and Contingency Unit Prices C1-C-19. _______________________________________________

(Bidder) By: (Title) In accordance with the County Code, Article 8-2-119, please list any affiliation with a County employee(s) or official(s) (Write "none" if there are no affiliations.): __________________________________________________________________________________ __________________________________________________________________________________ __________________________________________________________________________________

Page 30: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

THIS PAGE INTENTIONALLY LEFT BLANK

Page 31: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

B1-1 8/17/16 I:\Anne-Arundel.2370\60087.Linthicum-Ewst\Docs\Specs\101%\Front End\46-08 Contract.doc

ANNE ARUNDEL COUNTY

LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000

CONTRACT

THIS CONTRACT, made this day of the year , by and between ______________________________________________________________________ _________________hereinafter called the CONTRACTOR, and ANNE ARUNDEL COUNTY, MARYLAND, a body corporate and politic of the State of Maryland, hereinafter called the COUNTY.

WHEREAS, the Contract for constructing Linthicum Elevated Water Storage Tank Rehabilitation shown on Drawings, marked Proposal X787046, on file in the Office of the Department of Public Works, subject to all the conditions, covenants, stipulations, terms and provisions contained in the Special provisions, attached hereto, and the Anne Arundel County Government "Standard Details and Specifications for Construction” issued January 2001, and any revisions thereto, as adopted by the Department of Public Works, said Standard Specifications and Standard Details being in all respect made a part hereof by reference as full and with the same effect as if the same had been set forth in full herein, has recently been awarded to the Contractor by the County at and for the sum equal to the aggregate cost of the work, labor, materials and supplies done or furnished, at the prices and rates respectively named therefore in the proposal attached hereto.

AND WHEREAS, it was one of the conditions of said Award that a formal Contract should be executed by and between the contractor and the County evidencing the terms of said Award.

NOW THEREFORE, THIS CONTRACT WITNESSETH, that the Contractor does hereby covenant and agree with the County that he will well and faithfully construct said Linthicum Elevated Water Storage Tank Rehabilitation in accordance with each and every one of the conditions, covenants, stipulations, terms and provisions contained in the above-mentioned Specifications, and as shown on said Drawings, at and for a sum equal to the aggregate cost of the work, labor, materials and supplies done and furnished at the prices and rates respectively named therefore in the Proposal attached hereto, that sum being $____________________________(excluding change orders), and will well and faithfully comply with and perform each and every obligation imposed upon him by said Specifications, or the terms of said Award.

The contractor does hereby agree that pursuant to Executive Order 14 it will comply with the following:

The Contractor providing goods or services to the County shall be advised that, as a condition of doing business with the County, it is required to comply with all applicable laws and regulations relating to the employment of aliens.

The Contractor providing goods or services to the County shall be advised that, if the

Contractor fails to comply with applicable laws and regulations relating to the employment of aliens, such failure shall constitute a material breach of the Contractor's contractual relationship with the County and may be grounds for termination of the contractual relationship.

Page 32: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

B1-2 8/17/16 I:\Anne-Arundel.2370\60087.Linthicum-Ewst\Docs\Specs\101%\Front End\46-08 Contract.doc

If the Contractor providing goods or services to the County does not comply with applicable laws and regulations relating to employment of aliens, the County may declare the Contractor in breach of the Contractor's contractual relationship with the County and, thereafter, shall take all reasonable steps to terminate the County's contractual relationship with the Contractor.

The Contractor further agrees that for each and every calendar day that the Contractor is in default in completing the work to be done under this Contract, the Contractor shall pay to the County the sum of $1,000 which sum is hereby agreed upon as liquidated damages as set forth in the Standard Specifications.

And the County does hereby covenant and agree with the Contractor that it will pay to the

Contractor, when due and payable under the terms of said Specifications and of said Award, the above mentioned sum; and it will well and faithfully comply with and perform each and every obligation imposed upon it by said Specifications or the terms of said Award.

And the Contractor and the County do hereby agree that this Contract constitutes a contract under seal and that they intend the twelve year statute of limitations period to apply, as set forth in Courts & Judicial proceedings Article, §5-102, Annotated Code of Maryland. SERVICE OF PROCESS IN THE EVENT OF SUIT

The Contractor does hereby nominate and appoint __________________________________ _______________________ who actually resides at ______________________________________ _______________________ in the State of Maryland who will accept service both before and after completion of the Contract and under no circumstances is the Contractor to have the right to withdraw or revoke the agency without the prior written permission of the County.

IN WITNESS WHEREOF, Said _______________________________________________ _________________________________________________________________________________ the Contractor, has hereunto set (his) (its) hand and affixed (his) (its) corporate seal, and the County has caused these presents to be signed and the County has caused its corporate seal to be hereunder affixed, duly attested by the Secretary of the County. WITNESS: _____________________________ (SEAL) Witness Contractor _____________________________ (SEAL) Witness Contractor

ANNE ARUNDEL COUNTY, MARYLAND WITNESS: _____________________________ _____________________________________________

Mark D. Hartzell, Chief Administrative Officer

Page 33: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

B1-3 8/17/16 I:\Anne-Arundel.2370\60087.Linthicum-Ewst\Docs\Specs\101%\Front End\46-08 Contract.doc

Approved for form and legal sufficiency: NANCY McCUTCHAN DUDEN, COUNTY ATTORNEY

By: _____________________________________________

Date

_____________________________________________

Printed Name and Title

Approved for sufficient funds, and encumbrance of same: ____________________________________ Controller

Page 34: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

THIS PAGE INTENTIONALLY LEFT BLANK

Page 35: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

B2-1 7/16 I:\Anne-Arundel.2370\60087.Linthicum-Ewst\Docs\Specs\101%\Front End\46-09 Contractor's Performance Bond.doc

ANNE ARUNDEL COUNTY, MARYLAND

LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000

CONTRACTOR'S PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS:

That _________________________________________________________________________,

as Principal, hereinafter called Principal, and _________________________________________,

as Surety, hereinafter called Surety, are held and firmly bound unto the Anne Arundel County,

Maryland, a body corporate and politic of the State of Maryland, hereinafter called the County,

in the amount of ________________________________________________Dollars

($_________) (amount to be 100% of Contract Amount), for the payment whereof Principal and

Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and

severally, firmly by these presents.

WHEREAS, the Principal has entered into a Written Contract dated __________

with the County for Project No.: X787000 Contract No.: X787046 which contract is by reference

made a part hereof and hereinafter referred to as the Contract.

NOW, THEREFORE, the condition of this obligation is such, that if the Principal

shall well, truly and properly perform and fulfill all the undertakings, covenants, terms,

conditions and agreements of said Contract and of all such alterations and modifications thereof

as may hereafter be made therein, in the manner and to the extent which said Contract provides

for such alterations and modifications, during the original term of said Contract and any

extensions thereof which may be granted by the County and agreed upon by the Principal; and if

the Principal shall

Page 36: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

B2-2 7/16 I:\Anne-Arundel.2370\60087.Linthicum-Ewst\Docs\Specs\101%\Front End\46-09 Contractor's Performance Bond.doc

indemnify and save harmless the County from all loss, cost or damage arising out of a default

hereunder or under said Contract, then this obligation shall be null and void; otherwise it shall

remain in full force and effect.

The Surety expressly waives any right to receive NOTICE of extensions of time,

or alterations or modifications of the Contract, which are provided for and made pursuant to the

terms of, said contract.

PROVIDED, HOWEVER, no right of action shall accrue on this bond to or for

the use of any person, firm or corporation whatever other than the County named herein, or its

successors in office.

Signed and sealed this day of, _______________________, _________.

In the Presence of: _____________________________________________

(Contractor) WITNESS: _____________________________ ___________________________________ (SEAL) Signature of Principal/Corporate Officer

___________________________________ (SEAL) Title

__________________________________________

Surety

By:________________________________(SEAL) __________________________________ Bond No.

Page 37: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

B3-1 7/16 I:\Anne-Arundel.2370\60087.Linthicum-Ewst\Docs\Specs\101%\Front End\46-10 Contractor's Labor and Materials Bond.doc

ANNE ARUNDEL COUNTY, MARYLAND

LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000

CONTRACTOR'S LABOR AND MATERIAL BOND

KNOW ALL MEN BY THESE PRESENTS:

That __________________________________________________________________, as

Principal, hereinafter called Principal, and _______________________________, as Surety,

hereinafter called Surety, are held and firmly bound unto the Anne Arundel County, Maryland, a

body corporate and politic of the State of Maryland, hereinafter called the County, for the use

and benefit of Claimant, as herein below defined, in the amount of

___________________________________________ Dollars ($_________________________)

(amount of bond to be 50% of Contract Amount), for the payment whereof Principal and Surety

bind themselves, their heirs, executors, administrators, successors and assigns, jointly and

severally, firmly by these presents.

WHEREAS, the Principal has entered into a Written Contract dated

______________with the County for Project No.: X787000 Contract No.: X787046 which

contract is by reference made a part hereof and hereinafter referred to as the Contract.

NOW, THEREFORE, the condition of this obligation is such, that if the principal shall

promptly make payment to each and every Claimant, as hereinafter, defined, for all labor,

materials, supplies and rental of equipment reasonably required and used or consumed in the

performance of the Contract and of all such alterations and modifications of said Contract

provides for such alterations and modifications, during the original term of said Contract and any

Page 38: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

B3-2 7/16 I:\Anne-Arundel.2370\60087.Linthicum-Ewst\Docs\Specs\101%\Front End\46-10 Contractor's Labor and Materials Bond.doc

extensions thereof which may be granted by the County and agreed upon by the Principal, then

this obligation shall be null and void; otherwise it shall be and remain in full force and effect.

The Surety expressly waives any right to receive notice of extensions of time, or

alterations or modifications of the Contract, which are provided for and made pursuant to the

terms of, said Contract.

PROVIDED, HOWEVER, anything in said Contract to the contrary notwithstanding, this

bond is executed upon and subject to the express conditions and limitations of State Finance and

Procurement Article, Section 17-108 and 17-109, Annotated Code of Maryland, as of the date of

this contract wherein it is set forth in pertinent part as follows:

Action on security.

(a) In general. -- Subject to subsection (b) of this section, a supplier may sue on payment security if the supplier:

(1) Supplied labor or materials in the prosecution of work provided for in

a contract subject to this subtitle; and (2) Has not been paid in full for the labor or materials within 90 days after

the day that the person last supplied labor or materials for which the claim is made. (b) Payment owed by subcontractor. –

(1) A supplier who has a direct contractual relationship with a

subcontractor or sub-subcontractor of a contractor who has provided payment security but no contractual relationship with the contractor may sue on the security if the supplier gives written notice to the contractor within 90 days after the labor or materials for which the claim is made were last supplied in prosecution of work covered by the security.

(2) A notice under this subsection:

(i) Shall state with substantial accuracy the amount claimed and the

person to whom the labor or material was supplied; and (ii) Shall be sent by certified mail to the contractor at the

contractor's residence or a place where the contractor has an office or does business.

Page 39: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

B3-3 7/16 I:\Anne-Arundel.2370\60087.Linthicum-Ewst\Docs\Specs\101%\Front End\46-10 Contractor's Labor and Materials Bond.doc

Venue; limitations; costs.

(a) Venue. -- An action on a payment bond required by this subtitle shall be filed in the appropriate court of the county where:

(1) The contract was executed and performed; or (2) The contractor has its principal place of business.

(b) Limitations period. -- An action on a payment bond required by this subtitle

shall be filed within 1 year after the public body finally accepts the work performed under the contract.

Signed and sealed this _____________ day of , .

In the Presence of:

__________________________________________ (Contractor)

WITNESS: _____________________________ (SEAL) Signature of Principal/Corporate Officer (SEAL) Title

Surety By:_______________________________________

Bond No.

Page 40: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

THIS PAGE INTENTIONALLY LEFT BLANK

Page 41: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

B4-1 7/16 I:\Anne-Arundel.2370\60087.Linthicum-Ewst\Docs\Specs\101%\Front End\46-11 Corporate Resolution.doc

ANNE ARUNDEL COUNTY, MARYLAND

LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000

CORPORATE RESOLUTION

RESOLVED, that be, and it is

hereby authorized to do business and enter into contracts and agreements with Anne Arundel

County, Maryland,

RESOLVED, that and who are

respectfully the and , or its duly

authorized agent(s) of the are authorized to

file and sign contracts on behalf of the said Corporation.

AND IT IS FURTHER RESOLVED, that the authority to said officer(s) or agent(s)

conferred by this Resolution shall remain open and good until revoked by a formal action of the

Board of Directors of the Corporation and due notice of such revocation delivered to the Anne

Arundel County, Maryland in writing under the signature of the Secretary or Assistant Secretary

of this Corporation, and this authority shall apply to any present or future incumbent of the

aforesaid office.

I HEREBY CERTIFY that the above is a true copy of the Resolution of the Board of

Directors of , passed at a meeting

of said Board duly called and held on the day of , , at which meeting a

quorum of said Board of Directors was present and voted.

_________________________________ Secretary

SEAL

Page 42: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

THIS PAGE INTENTIONALLY LEFT BLANK

Page 43: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

*NOTE: THIS FORM MUST BE SUBMITTED IN DUPLICATE WITH THE BID AND MUST BE ACCOMPANIED BY A VALID POWER OF ATTORNEY.

B5-1 7/16 I:\Anne-Arundel.2370\60087.Linthicum-Ewst\Docs\Specs\101%\Front End\46-12 Bid Bond.doc

ANNE ARUNDEL COUNTY, MARYLAND

LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000

BID BOND

KNOW ALL MEN BY THESE PRESENT, that we hereinafter called the "Principal" and

Company Name _____________________________________________________________________________ Surety as Surety ("Surety"), are held and firmly bound unto Anne Arundel County, Maryland, hereinafter called the "Owner" in the penal sum of ___________________________________________ Dollars ($ ) lawful money of the United States, for the payment of which sum well and truly make, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas the Principal has submitted the accompanying bid dated for the LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION, Anne Arundel County, Maryland.

NOW THEREFORE, if the Principal shall not withdraw said bid within the period specified therein after the opening of the same, or, if no period is specified, within ninety (90) days after said opening; and within ten (10) days after the prescribed forms are presented to him for signature, enter into a written contract with the Owner, in accordance with the bid as accepted and give Bond with good and sufficient surety or sureties, as may be required for the faithful performance and proper fulfillment of such contract; or in the event of the withdrawal of said bid within the period specified or the failure to enter into such contract and give such bond within the time specified if the principal shall pay the Owner the difference between the amount specified in said bid and the amount for which the Owner may procure the required work or supplies, or both, if the latter amount be in excess of the former, then the above obligation shall be void, and of no effect, otherwise to remain in full force and effect.

Page 44: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

*NOTE: THIS FORM MUST BE SUBMITTED IN DUPLICATE WITH THE BID AND MUST BE ACCOMPANIED BY A VALID POWER OF ATTORNEY.

B5-2 7/16 I:\Anne-Arundel.2370\60087.Linthicum-Ewst\Docs\Specs\101%\Front End\46-12 Bid Bond.doc

IN WITNESS WHEREOF, the above bonded parties have executed this instrument under their several seals this day of , , the name and corporate seal of each corporate party being hereto affixed, and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. In the Presence of:

______________________________________ (Contractor)

WITNESS: ______________________________ (SEAL)

Signature of Principal/Corporate Officer

(SEAL) Title

_______________________________________ Surety

By:___________________________________

_______________________________________

Bond No.

Page 45: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

NOTE: THIS FORM TO BE SUBMITTED BY APPARENT LOW BIDDER WITHIN TEN DAYS OF REQUEST BY THE COUNTY

B6-1 7/16 I:\Anne-Arundel.2370\60087.Linthicum-Ewst\Docs\Specs\101%\Front End\46-13 Experience Equipment Certification.doc

ANNE ARUNDEL COUNTY

LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000

EXPERIENCE AND EQUIPMENT CERTIFICATION I. General

a. Legal Title, Address and Phone Number of Organization

__________________________________________________________________

__________________________________________________________________ __________________________________________________________________

__________________________________________________________________ __________________________________________________________________

__________________________________________________________________

b. Maryland Representative's Name, Title and Address. __________________________________________________________________ __________________________________________________________________

__________________________________________________________________

__________________________________________________________________

__________________________________________________________________

c. (Check one) Corporation Co-Partnership Individual ______

II. Experience

a. Indicate type of contracting undertaken by your organization and years experience.

General Sub Type _

Page 46: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

NOTE: THIS FORM TO BE SUBMITTED BY APPARENT LOW BIDDER WITHIN TEN DAYS OF REQUEST BY THE COUNTY

B6-2 7/16 I:\Anne-Arundel.2370\60087.Linthicum-Ewst\Docs\Specs\101%\Front End\46-13 Experience Equipment Certification.doc

Years Years Years Type

Years Type

Years b. State construction experience of principal members of your organization.

Construction Experience

NAME

TITLE (As Pres., Mgr, etc.)

CONSTRUCTION EXPERIENCE

YEARS

TYPE OF WORK (Sewer, Hwy, Bridges,

Paving, etc.)

IN WHAT

CAPACITY (Supt, Foreman)

c. Give any special qualifications of firm members (Registered Engineer, Surveyors, etc.)

____________________________________________________________________ _____________________________________________________________________

_____________________________________________________________________ d. List Principal projects completed by your organization.

Description

Gen. or Sub (If sub, what type of work)

Your Contract

Amount

Year

Reference

e. Have you ever failed to complete any work awarded to you? ____________________

If so, where and why? __________________________________________________

Page 47: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

NOTE: THIS FORM TO BE SUBMITTED BY APPARENT LOW BIDDER WITHIN TEN DAYS OF REQUEST BY THE COUNTY

B6-3 7/16 I:\Anne-Arundel.2370\60087.Linthicum-Ewst\Docs\Specs\101%\Front End\46-13 Experience Equipment Certification.doc

_____________________________________________________________________ _____________________________________________________________________ _____________________________________________________________________

f. Has your firm been assessed liquidated damages within the last three years? If so,

explain circumstances. (Attach separate sheet) g. Has your firm been cited by MOSHA, OSHA, EPA or any other govenmental agency

in the last five years? Has your firm had any reportable / recordable OSHA events in the last five years? If so, explain the circumstances. (Attach separate sheet)

III. Financial Capability

The following financial data shall be provided upon request of the County. If the Bidder is a subsidiary of another firm, then the information requested should be provided for both the Bidder and the parent organization, as it may be applicable to the Bid. a. The Bidder's most recent Form 10-K, as filed with the U.S. Securities and Exchange

Commission ("SEC") and all Form 100’s since the last 10-K,

b. All Bidders not filing a Form 10K with the SEC should submit the following information:

1. Federal Tax Returns for the last three (3) years;

2. Audited financial statements for the past three (3) fiscal years to include, at a

minimum, income statement, balance sheet, and statement of changes in financial position;

3. Copies of quarterly financial reports since the last audited statement;

4. Any material changes in the mode of conducting business, bankruptcy

proceedings, and mergers or acquisitions for the past three years, as well as any disclosure of any potential mergers or acquisitions; and

5. Any and all lawsuits filed against the Bidder since January 1, 1988 and a

statement as to the outcome or current status of each such lawsuit.

c. A full and complete description of the legal and financial relationships among all entities which will be bound by the terms and conditions of the Contract including any entities which will guarantee the obligations of, or provide financial support to, any such parties.

Page 48: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

NOTE: THIS FORM TO BE SUBMITTED BY APPARENT LOW BIDDER WITHIN TEN DAYS OF REQUEST BY THE COUNTY

B6-4 7/16 I:\Anne-Arundel.2370\60087.Linthicum-Ewst\Docs\Specs\101%\Front End\46-13 Experience Equipment Certification.doc

IV. Bidder Certification

The above statements are certified to be true and accurate and we have the equipment, labor, supervision and financial capacity to perform this Contract, either with our organization, or with subcontractors.

Dated at this day of , .

By: _________________________________ _________________________________

(Title of Person Signing) _________________________________

(Name of Organization) State of _________________________________ County of _______________________________ Being duly sworn states that he/she

Name is of (Office) (Name of Organization) and that the answers to the foregoing questions and all statements therein contained are true and correct. Sworn to before me this day of , . Notary Public

My Commission Expires

Page 49: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

NOTE: THIS FORM MUST BE SUBMITTED IN DUPLICATE WITH THE BID

B7-1 7/16 I:\Anne-Arundel.2370\60087.Linthicum-Ewst\Docs\Specs\101%\Front End\46-14 List of Subcontractors.doc

ANNE ARUNDEL COUNTY

LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION

Proposal No.: X787046 Project No.: X787000

LIST OF SUBCONTRACTORS AND EQUIPMENT SUPPLIERS

Subcontractor's Type of Work or Supplier's

Type of Equipment

Name

Address

Percent of

Total Contract

MBE SBE or

WBE

Page 50: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

THIS PAGE INTENTIONALLY LEFT BLANK

Page 51: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

SPECIAL PROVISIONS

Page 52: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed
Page 53: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

00800-1 2370/60087

 

7/16 General Site Conditions

SECTION 00800

GENERAL SITE CONDITIONS

00800.01 GENERAL

A. Summary

1. Description

a. Work under This Contract: The Work covered under this Contract includes the furnishing of all labor, materials, equipment, tools, and services for the refurbishment of the Linthicum Elevated Water Storage Tank (EWST).

b. Scope of Work: The Contractor shall perform site work and shall modify the lower overflow discharge and floor drain. Repairs include but are not limited to the interior roof structure, concrete foundation, and miscellaneous steel repairs. The Contractor shall replace the existing roof vent, dry riser roof manway, bowl floor manway, and wet riser base manway. Modifications to the upper overflow pipe, dry riser, and associated ladders will be required. Work also includes the installation of a new exterior circular roof safety rail, bowl roof manway, shell balcony, access ladder, and walkway including miscellaneous interior and exterior safety improvements. The Contract shall require the installation of a new hydrodynamic mixing system and overflow weir. Antenna and related work includes installation of a new circular roof halo system along with improvements to the antenna system for current and future cellular/broadband carriers. The Contractor shall also perform interior and exterior electrical upgrades to the service including lighting upgrades and a new FAA obstruction lighting system. As part of the Contract exterior and interior wet protective coatings will be removed and new coating systems will be applied. The Contractor will be required to use an SSPC Class 1A containment system per SSPC Guide 6 guidelines for all work involving surface preparation by abrasive blasting and an SSPC Class 3P Containment for work involving surface preparation using vacuum-shrouded power tools and/or hand tools. A Lead Health and Safety Plan, Waste Management Plan along with other plans and Submittals will be required and waste shall be legally disposed. Work shall be performed as specified in these Specifications and as required under the terms and conditions of the Contract Documents.

B. General Tank Information

1. Location and Description

a. Project: Linthicum Elevated Water Storage Tank Rehabilitation b. Description: Multiple Leg Fluted Column Elevated Double Toroid c. Service: Domestic Potable Water d. Owner: Anne Arundel County, Maryland e. Location: 326 Benton Ave., Linthicum, MD 21090

Page 54: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

00800-2 2370/60087  

7/16 General Site Conditions

f. Approximate Capacity: 1,500,000 US Gallons

C. Project Conditions

1. Lead and Heavy Metals

a. Special Conditions: The Contractor shall erect a containment system and assume the potential for hazardous materials or other heavy metals are present until initial sampling is complete and results have been reviewed by project Engineer. The overall scope of the project requires containment of blasting and painting operations. The Contractor shall submit a Health and Safety Plan (HASP), Containment Plan, Waste Management Plan, subcontract out CIH (Certified Industrial Hygienist) services and shall meet all Federal and Maryland State regulatory requirements during the execution of the work under this contract. 1) Heavy Metal Summary: Until initial testing is performed with spent blast

media to confirm that the results are below the EPA regulatory 0.05% threshold, the Contractor shall implement all of the safeguards necessary to ensure minimal exposure to workers and the environment. In either case (hazardous or nonhazardous) all surface preparation and painting operations shall be contained and legally disposed of in strict conformance with this specification and federal, state, and local regulatory requirements.

00800.02 PRODUCTS NOT USED 00800.03 EXECUTION

A. Method Of Measurement

1. “General Site Conditions” will not be measured for payment.

B. Basis of Payment

1. Items in Section 00800 “General Site Conditions” will not be paid for as a separate item, but is considered incidental to other items of work. Payment will be included in other related items of work and will constitute full compensation for all labor, equipment, chemicals, tools and incidentals necessary to complete the required work.

End of Section

Page 55: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

01040‐12370/60087

7/16 Coordination

SECTION 01040 COORDINATION

01040.01 GENERAL

A. General

1. The Contractor shall be responsible for the coordination of each portion of the Work in order to achieve a quality job in an expedient manner.

2. The Contractor shall coordinate and schedule all phases of the Work of the Contract with the County's Engineer. The Contractor's material suppliers and other parties shall be coordinated as necessary to ensure the proper execution of the work.

3. The Contractor shall coordinate any required equipment shutdowns with the County’s Engineer. The same shall apply for all utilities and services at the site.

4. The Contractor shall inform the County in writing via the County's Engineer of the proposed site access restrictions to public as well as access restrictions to County personnel for items of equipment which will not be accessible during the proposed abatement project). The Contractor shall provide the estimated time frames and dates of such restrictions.

5. In the event that Personnel from the Department of Public Works must enter the lead control area for reasons unrelated to the supervision of inspection of work under this contract, the Contractor shall stop work and immediately clean-up any loose debris, so as to permit safe entry. Tank rehabilitation work shall not proceed until DPW Personnel have left the control area.

6. Meetings: Hold all meetings with appropriate parties as scheduled and as otherwise necessary to accomplish the Work of the Contract in accordance with its specific requirements and standards. Meetings shall include the preconstruction meeting and other meetings as necessary or as required by the County including any briefing of the Engineer. Minutes of all meetings shall be recorded by the Engineer and copies provided to all attendees.

B. Work Schedule

1. Scheduling of Work: All work activities shall be performed in strict compliance with the requirements outlined under Section 01050 "General Requirements” Part A Sections 4, 5, and 6.

Page 56: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

01040‐22370/60087 

7/16 Coordination

C. Emergency Information:

1. The Contractor shall be required to post all pertinent contact information concerning emergency medical, fire rescue and hazardous waste phone numbers from which personnel on the site can obtain information as needed. The Contractor shall also list the number of his prime contact representative who can be reached in case of an emergency. The emergency information shall be in a central location that is visible and accessible 24 hours a day. The emergency information shall be posted the entire length of time that the Contractor is performing Work at the tank site.

D. Contractor's Competent Person(s)

1. The Contractor shall have on on-site a Competent Person trained as defined by OSHA for abrasive blasting, cleaning, burning, welding and handling coated substrates. The Contractor shall provide name(s) of Competent Person(s) to be on-site including training and/or certifications.

2. Job Experience: The Contractor's Competent Person shall have a minimum of four (4) years experience in controlled abatement on substrates encountered on this project and at least 8 years in construction trades, who has served as Competent Person on at least two (2) abatement projects of similar scope in the last two (2) years. This shall be evidenced by providing with the Containing Paint Removal Plan, the name of the person, certifications for paint activities; list ten (10) projects including the facility name, address, and name and phone number of the facility manager, type of facility, volume of material abated, specific method of abatement. The Competent Person must be a full-time employee of the Contractor. This person shall be on site during surface preparation, tank painting and disposal operations.

3. Authority of Contractor's Competent Person(s): The Contractor's Competent Person(s) shall have the complete support of top management and written authority to ensure these operations are carried out in accordance with compliance plans and governmental regulations, independent of production measures. To ensure independence, the Contractor's Competent Person(s) shall report directly to the headquarters office and not to the foreman. The Contractor's Competent Person(s) may have additional responsibilities and carry out other work assignments, but shall not routinely be a member of the crew that actually performs the work.

4. Responsibility of Contractor's Competent Person: The Contractor's Competent Person(s) shall be responsible for overseeing surface preparation, coating operations and handling of surfaces coated with non-lead or lead base paint and also the handling of scrap steel for smelting operations without supervision of the County and Engineer. Responsibilities shall include: a. Supervising worker exposure monitoring. b. Monitoring effectiveness and ensuring the continued integrity of environmental

controls.

Page 57: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

01040‐32370/60087

7/16 Coordination

c. Ensuring that a hazard communication program has been conducted for the Contractor's personnel on site.

d. Ensuring that the engineering controls in use are in operating condition and functioning properly.

e. Ensuring that fugitive emissions to air, water, or soil are minimized and that handling of all waste streams are in compliance with applicable regulations and contact specifications.

f. Ensuring that employees are wearing personal protective equipment and are trained in the use of such equipment and in the use of exposure control methods, personal hygiene facilities, respiratory protection, and decontamination practices.

g. Controlling access to the work site and ensuring that contaminated control boundaries are marked off.

h. Maintaining project documentation. E. Utilities:

1. The cost of water and power required for tank refurbishment and all pertinent work shall be responsibility of the Contractor. The Contractor shall provide an independent means of power and water. The procedure for purchasing County water is located under Section 01050 "General Requirements” Part A Section 11.

F. Quality Assurance

1. Personnel: The Contractor's personnel shall have a qualified superintendent and a full complement of personnel, for the proper coordination and expedition of the work, on a continuous basis until the work is completed.

2. Field Observation: a. County’s Engineer: The County plans to engage an inspection and construction

management team to perform full-time observations of all work. b. Accessibility for Observation: All Work shall be made accessible to the Engineer

using the Contractor's rigging and equipment. If assistance is required for the Engineer to safely access the work, the Contractor shall furnish labor and any necessary equipment to assist the Engineer. The cost of this labor and equipment shall be included in the base contract amount.

c. At a minimum, the observations shall be conducted at the following times during the project: 1) Pre-excavation work and sampling events. 2) Prior to removal of tank components or members. 3) Following complete preparation of the work area(s) and prior to

proceeding with actual work. 4) At regular intervals during excavation, concrete work, plumbing work,

tank repairs, abatement, surface preparation, painting operations and disposal

5) During the cleaning process. 6) At the completion of tank refurbishment operations. 7) After breakdown of the work area.

Page 58: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

01040‐42370/60087 

7/16 Coordination

d. Contractor shall notify the Engineer at least 24 hours in advance of the need and readiness for such observations except the regular inspection. The Contractor may not proceed until such observations are made. Any delay in the completion of the project caused by lack of advance notice by Contractor shall not be sufficient cause for any extension of time or extension of the project completion deadline.

3. Accreditation: The Contractor shall comply with the requirements of the Maryland Lead Paint Abatement Services Accreditation Program.

01040.02 PRODUCTS

NOT USED.

01040.03 EXECUTION

A. Notification

1. The Contractor shall notify the Engineer at least seven (7) days before starting the Work at the site. The Contractor shall reconfirm the commencement of Work with the Engineer twenty-four (24) hours prior to starting work at the site.

B. Antenna & SCADA:

1. The Contractor shall be required to coordinate all work with the County associated with

the SCADA and maintaining service. In addition, all work related to antenna supports and applicable work required shall be coordinated with third party carriers and/or designated Engineer as required under this Contract.

01040.04 METHOD OF MEASUREMENT Coordination of the Work will not be measured for payment 01040.05 BASIS OF PAYMENT Items in Section 01040 “Coordination” will not be paid for as a separate bid item, but is considered incidental to other items of work. Payment will be included in other related items of work and will constitute full compensation for all labor, equipment, chemicals, tools and incidentals necessary to complete the required work.

End of Section

Page 59: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

01050-1 2370/60087

7/16 General Requirements

SECTION 01050

GENERAL REQUIREMENTS

01050.01 GENERAL

A. General Requirements

1. Definitions And Terms

a. The plans and specifications are intended to cover a complete project. It should be distinctly understood that failure to mention any work which would normally be required to complete the project shall not relieve the Contractor of his responsibility to perform such work.

b. The Specifications for this project include the Anne Arundel County Standard Specifications for Construction.

c. By submitting a proposal, the bidder verifies that he shall not present claims relating to failure to comply with Section GP-2.04 of the General Provisions, Site Investigation.

d. The Linthicum Elevated Storage Tank lies within the limits of Anne Arundel County. The Contractor is responsible for following all applicable laws, regulations and codes under the County's jurisdiction.

2. Scope of Work

a. The Contractor shall provide all labor, equipment, tools, appliances, materials, and services necessary for and incidental to completion of the project, and shall perform all operations required to complete all work in the manner approved by the Engineer and the County.

b. Work for this Contract includes, but is not limited to, the following: 1) Rehabilitation of the Linthicum Elevated Storage Tank, as specified and

indicated in the Contract Documents. c. The Contractor shall be held solely responsible for all necessary coordination

between the various Federal, State, County, and local agencies, utility companies, his sub-contractors, and the Engineer for the duration of this Contract.

3. Limits of Work Area

a. Confine construction operations within the limits shown on the Contract Drawings. b. No disturbance of property shall be permitted outside of Limits of Disturbance. c. Storage of equipment and materials, or erection and use of sheds outside of the

Limit of Disturbance, if such areas are the property of County, shall be used only with the County's written approval. Such storage or temporary structures, even within the Limit of Disturbance, shall be confined to County's property and shall not be placed on properties designated as easements or right-of-way.

d. Work shall be limited to no more than twenty (20) feet above the tank’s surface.

4. Working Hours a. Acceptable working hours are Monday through Friday, 8:00 AM -6:00 PM. b. Permission to Work: Notify Engineer at least seven (7) working days before start

of site activity. Except as noted below, do not work on County's holidays or weekends, unless authorized by Engineer in writing.

Page 60: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

01050-2 2370/60087  

7/16 General Requirements

c. Request written permission of Engineer to work on Saturdays, Sundays, and Holidays in order to comply with construction schedule or because of emergency shall require prior approval in advance by the County. Notice shall be submitted in writing at least three weekdays before the date of the proposed work. Costs incurred by the County for overtime hours may be back-charged to the Contractor at the Contract rate.

d. Additional Requirements: 1) There shall be no on-site work permitted in the night period between sunset

and sunrise. 2) The times for the Work shall also comply with the local, state, and federal

regulations and laws regarding days of the week, noise and interference with activities of surrounding occupants and property owners.

3) In the event that temperatures during daylight hours become excessive and the welfare of the personnel could be in jeopardy and nighttime Work is more beneficial, the Contractor may submit in writing for a waiver. Once the County receives said request, the Contractor may proceed only when written permission is granted. If such permission is given the Contractor may proceed only if proper lighting and safety equipment are utilized. If necessary, the County shall notify adjacent property owners of the revised schedule.

5. Time Limitations

a. Tanks may not be taken out of service between May 15 and September 15. All work requiring tank to be out of service shall be scheduled outside of this period.

6. Time Extensions for Unusually Severe Weather

a. The extensions for adverse weather conditions shalll not be considered for the time

period between November 19th

and March 18th.

7. Tobacco Use

a. There shall be no smoking on County property.

8. Worker Requirements a. The Contractor shall submit a list of workers who will be on site for the project.

Each worker shall have proper identification or photo I.D. b. Convicted sex offenders shall not perform delivery, installation, repair, construction

or any other kind of services at the site or the surrounding Board of Education property. Each Contractor shall screen their workforces to ensure that a registered sex offender does not perform any work services at the site or the surrounding Board of Education property and also ensure that a subcontractor and independent contractor conducts screening of its personnel as well. The term “workforce” is intended to refer to all of the Contractor’s direct employees and subcontractors and/or independent contractors it used to perform the work. Violations of this provision may cause the County to take action against the Contractor up to and including termination of this Contract.

c. At least one week before any employee of the Contractor and/or subcontractor begins work on site, their name and address shall be submitted to the County for clearance through the Raptor system. No employee shall be allowed on site without first obtaining clearance. 

Page 61: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

01050-3 2370/60087

7/16 General Requirements

9. Temporary Utilities a. The Contractor shall furnish and maintain all temporary electrical power, telephone,

gas, and sewer utilities required for constructing the project including those temporary utilities (high-speed internet, water, sewer, and telephone) required for temporary offices in accordance with Anne Arundel County’s Standard Specifications for Construction Section 01200 – “Engineer’s Office.”

b. All costs for providing temporary utilities required to perform onsite shall be paid by the Contractor and included in the Contract Price.

 10. Potable Water Use

a. The Contractor shall be responsible for securing the use of a County approved water meter and shall be responsible for reimbursing the County for all potable water with the exception of the water used for the first filling of the tank after disinfection.

11. Sequence Of Construction

a. General Requirements: It shall be the Contractor's responsibility to develop and present a detailed Sequence of Construction. A detailed, written Sequence of Construction shall be provided to the Engineer prior to the Preconstruction Meeting. Sequence of Construction shall not be approved by Engineer, but will only be reviewed for general conformance to the specifications.

b. Suggested Sequence of Construction: 1) The following Sequence of Construction is intended to illustrate a possible

approach for the installation of a new process facilities, structures, and equipment. It is not intended to be a complete list of all required construction activities, nor does it include a recommended construction sequence for the installation of all support systems such as electrical, or site improvements.

2) Contractor shall be solely responsible for the means, manpower, methods, techniques, sequence and procedures of construction.

3) Contractor shall be responsible for sequencing and coordinating the construction and installation of all materials and equipment shown or described in the Contract Documents and Specifications in accordance with the general requirements of this section, and subject to the approval of the Engineer.

4) Contractor may proceed concurrently with work on multiple systems. 5) Discharge permit levels must not be violated because of the Contractor's

construction sequence. If violations of NPDES permit occur as a result of the Contractor's work, all fines incurred by the County shall be paid by Contractor.

c. A suggested approach is as follows: 1) Following mobilization, install sediment and erosion control and install

temporary construction fence, 2) Isolate EX EWST, drain and remove any debris 3) Remove any equipment mounted on the tank exterior as needed, 4) Repair tank as specified in Contract Documents, 5) Construct tank mechanical and structural improvements, 6) Containment system installation, 7) Remove existing coatings, 8) Install mixing system (excluding valves), 9) Apply new tank coatings,

Page 62: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

01050-4 2370/60087  

7/16 General Requirements

10) Construct valve vault and catch basin improvements, 11) Construct electrical improvements, 12) Check tank grounding system, 13) Disinfect test and fill tank. Get visual confirmation of tank mixing, 14) Construct site improvements in accordance with Contract Documents, 15) Demobilization. 16) See Contract Drawings for site Sediment and Erosion Control and specialty

communications and structural sequencing notes.

12. Preconstruction Conference a. Before starting the work, a preconstruction conference shall be held to discuss the

following: 1) Shop Drawings, 2) Sequence of Construction, 3) Schedule of Values, 4) Storage areas, use of premises, Engineer's Trailer etc. 5) Procedure for interfacing with Operations and citizens.

b. The Engineer shall arrange the preconstruction conference and prepare the minutes.

13. Project Progress Meetings a. Progress meetings shall be held at monthly intervals. b. In addition to the Engineer and Contractor, each subcontractor, supplier or other

entity concerned with current progress or involved with planning, coordination or performance of future activities shall be represented at these meetings by persons familiar with the Project and authorized to conclude matters relating to progress.

c. Dates and times of the meetings shall be by the Engineer's direction. d. Holding of the project progress meetings shall not relieve the Contractor from

cooperating with the Engineer should the Engineer desire additional visits to the site.

14. Existing Structures and Utilities

a. The Contract Drawings show certain information concerning existing above and below ground structures and utilities including pipe, electrical cable, etc., which are existing within the limits of the work or in those proximity to the work. The County expressly disclaims any responsibility for the accuracy or completeness of said information, and Contractor shall not be entitled to any extra compensation on account of the inaccuracy or incompleteness of such information, such information being shown only for the convenience of the Contractor.

b. The Contractor is hereby informed that the Public Utilities listed below are known to have installations in the area of the vicinity of the Linthicum Elevated Storage Tank: 1) Baltimore Gas & Electric Company – Electric Division (O.H. and

underground) 2) Verizon Telephone Company (O.H and underground) 3) Verizon Wireless 4) T-Mobile 5) Clearwire Wireless Broadband 6) Sprint

c. Cell carriers shall be responsible for temporarily removing and reinstalling their

Page 63: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

01050-5 2370/60087

7/16 General Requirements

antenna, shrouds and conduit arrays including any touch-ups required when re-installing their equipment.

d. If the Contractor, in preparing or submitting his bid relies on sub-surface information shown in the Contract Documents, he does so at his own risk. The Contractor must verify the information given to his own satisfaction and shall be fully responsible for determining in the field the exact location of all such underground structures and utilities by means of test pits or other approved methods, and protecting them from damage, whether such structures and utilities are or are not shown on the Contract Drawings. The cost of these test pits shall be included in the price bid.

15. Protection of Property, Structures & Underground Utilities

a. The Contractor shall, at his own expense, sustain in their places, and protect from direct or indirect injury all pipes, utilities, walls, buildings, and other structures of property in the vicinity of his work, whether above or below the ground, or that may appear in the trench as hereinafter specified. The Contractor shall at all times have a sufficient quantity of timber and plank, chains, ropes, etc., on the ground, and shall use them as necessary for sheeting his excavations and for sustaining or supporting any structures that are uncovered, undermined, endangered, threatened or weakened.

b. The Contractor shall take all risks attending the presence of proximity of pipes, poles, walls, buildings, and other structures and property of every kind and description, in or over his trenches or in the vicinity of his work whether above or below the ground and he shall be responsible for all damage and assume all expenses for direct or indirect injury, caused by his work, to any of them or to any person or property by reason of injury to them whether such structures are or are not shown on the Contract Drawings.

c. The Contractor shall have no claim for tunneling in the vicinity of poles, storm drains, underground utilities, buildings, curbs, sidewalks, or other structures or property in the vicinity of his work.

d. The Contractor shall protect and/or support all existing utilities that are endangered by his operations and the cost therefore shall be taken to be included in the Total Contract Price.

16. Permits a. Trailer: The Contractor shall obtain a permit for the Engineer's Office. b. Trade permits and all associated fees are the responsibility of the Contractor. All

Contractors and subcontractors must be properly licensed with the Anne Arundel County.

c. Temporary Erosion -Sediment Control Permit: The Contractor shall comply with the Standard Sediment and Erosion Control Plan per the Anne Arundel Soil Conservation District. Prior to execution of work and prior to any disturbance the Contractor shall contact the County's inspector to ensure all control measures put in place are satisfactory. The Contractor shall make necessary changes requested by the inspector prior to proceeding with any work.

d. Permits for Earthwork: Not Required. e. Building Permit: Not Required. f. Permits for Demolition: Not Required. g. The Contractor is responsible for obtaining all necessary permits for discharge of

excavation dewatering to surface waters. h. Grading Permits: The grading permit application shall be filed by the County's

Page 64: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

01050-6 2370/60087  

7/16 General Requirements

Engineer. The Contractor is responsible for obtaining the final permit paperwork from the County.

i. MDE Construction Permits: The MDE permit shall be filed by the Engineer. j. Contractor shall close all permits upon completion. k. A copy of each permit shall be available at the construction site and posted as

required.

17. Equipment Testing, Startup and Training

a. All equipment shall be tested prior to startup in accordance with the individual specification sections, these Special Provisions, and in accordance with Anne Arundel County Standards.

b. The general scope of work associated with each activity shall be as described in the project proposal bid items and the detailed Contract requirements shall be located in applicable Special Provisions Sections of this Specification.

c. Equipment Startup: 1) The Contractor is required to accomplish equipment testing to his

satisfaction. No equipment startup or reliability testing shall begin until the Contractor is satisfied that the equipment is ready to function as intended.

2) Upon receiving the Engineer's approval, the Contractor shall coordinate with the County to place the system on-line under actual service condition (unless specifically exempted by the County and Engineer).

18. Equipment Warranties

a. By supplying a product under the Contract, the manufacturer and Contractor jointly

agree that all manufacturers' warranties, expressed or implied, pass through the Contractor to County.

b. All equipment warranties duration specified in the Contract Specifications shall begin at Conditional Acceptance.

c. It shall be the Contractor's responsibility to provide the extended warranties, where necessary, to ensure that warranties continue for the specified period of time beyond the date of Conditional acceptance.

19. Site Security

a. Contractor shall be responsible for maintaining adequate site security.

20. Demolition

a. Provide, erect and maintain temporary barriers and security devices for demolition material and equipment.

b. Protect existing materials, equipment, appurtenances and structures which are not to be demolished.

21. Conditional Acceptance

a. The Contractor shall be granted a "Conditional Acceptance" at the completion of

Tank Start-up and all scoped work. The date of this certificate shall begin the Three

Page 65: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

01050-7 2370/60087

7/16 General Requirements

(3) Year Guarantee Period for all work. There shall be no release of retainage of the Contractor's invoiced payments, nor shall there be any requirement for submittal of a maintenance bond until the "Conditional Acceptance" is granted.

b. Contractor must also submit and obtain approval for all Operation and Maintenance Manuals as specified herein, all spare parts have been received by the County and all requirements of Start-up as specified herein have been successfully completed.

22. Or Equal Clause

a. Application for use of Substitutes or "Or Equal" items listed in the Project Manual

shall be submitted as a shop drawing by the Contractor to the Engineer within 60 days of the Notice to Proceed. No application will be considered thereafter unless the Contractor produces satisfactory evidence that the specified item is no longer manufactured or is unavailable for the project.

23. Confined Space Requirements

a. The Contractor's confined space procedures shall be in accordance with the space

classification defined by the Anne Arundel County Department of Public Works. The Contractor shall follow all confined space procedures in accordance with the Contractor's submitted confined space program.

b. The Contractor is responsible for reviewing the County's space designation in the County's Confined Space Procedure Memorandum DPW D-17 found in Appendix C of the Contract Specifications.

c. A copy of the Contractor's confined space program shall be submitted to the County for information purposes prior to starting work but no later than the pre-construction conference.

24. Noise And Air Pollution Control

a. The construction activities exception from COMAR 26.02.03, Table 2 will not be

valid for this project. Contractor to abide by Residential limits as measured at the property line.

25. Safety

a. The Contractor and his employees and subcontractors and all equipment manufacturers and their representatives must sign in with the Engineer.

b. Safety Program: The Contractor is responsible for implementation and enforcement of health and safety requirements for all employees and subcontractors. The Contractor shall prepare site-specific health and safety requirements for all employees and subcontractors. The Contractor shall prepare a site-specific health and safety plan. Plan shall comply with standards of OSHA 29 CFR 1910.120. Plan shall include as a minimum: list of safety equipment and how it will be used, fall protection procedures (see below), confined space entry definition and procedures (see above), lock out/tag out procedures, fire prevention procedures, electrical hazard definition and procedures, hearing conservation program (see below), required signage, and list of flammable and combustible materials on site and designated use. Contractor shall submit documentation of their health and safety plan and employee training procedures to the Construction Manager. Contractor shall submit verification to the Construction Manger that all employees and

Page 66: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

01050-8 2370/60087  

7/16 General Requirements

subcontractors working at the site have been properly trained on all health and safety procedures.

c. Lead Health and Safety Program (LHASP): The Contractor is responsible for submitting a detailed LHASP in accordance with OSHA 29 CFR 1926.62, 1926.65 and details as described in Specification Section 01330 “Submittals”. The LHASP shall be signed by an independent Certified Industrial Hygienist (CIH).

d. Scaffolding and Rigging: Scaffolding and rigging shall be erected in a manner which will permit access for visual inspection of all interior and exterior surfaces. Scaffolding shall be so designed and constructed as to assure structural stability and carry all construction loads without excessive deflection or vibration. Scaffolding design and installation shall meet all applicable requirements of OSHA and Federal and State Regulatory Agencies. Inspector and County shall be granted access for inspection purposes.

e. Fuel and Oil Spill Protection: Adequate spill protection shall be provided beneath all fuel tanks per OSHA 1926.152. The Contractor shall provide oil drip pans under all equipment which uses motor oil including compressors and diesel engines. The Contractor shall store absorbent on the site at all times to assist in spill cleanup.

f. Good Housekeeping: the Contractor shall maintain the site including anyone-site buildings or storage areas clean and in good order at all times.

g. Personal Protection: The Contractor shall provide hard hats, eye, and ear protection for each worker and visitor to the project site. Safety shoes shall be worn by personnel on-site at all times.

h. Fire Protection: The Contractor shall maintain at least one A-B-C fire extinguisher at the site for general use and an additional unit for each fuel storage area located within 70-feet of the storage area.

i. Signage: Contractor shall provide signs per OSHA regulations to include at a minimum warning signs at each fuel storage tank, chemical storage area, and paint storage area. Signs shall be posted to identify hazardous materials including flammables. MSDS safety sheets shall be maintained on site for all hazardous chemicals. "No smoking" signs shall be posted on the worksite adjacent to all fuel storage tanks and at all interior work spaces.

j. Eyewash Station: The Contractor shall provide a temporary emergency eyewash station on site.

k. Fall Protection: The Contractor shall provide fall protection and training in accordance with OSHA standard 29 CFR 1926.500. Contractor shall submit documentation of their fall protection program and employee training procedures to the Construction program and employee training procedures to the Construction Manager. Contractor is responsible for providing Fall Protection training to all employees and subcontractors. Contractor shall provide fall protection rigging, safety training for the fall protection, and access to the County's inspection personnel for the necessary observation of the work.

l. Lock Out Tag Out: The Contractor shall adhere to the OSHA 29 CFR 1910.147 Lock Out/Tag Out Standard. Contractor shall submit documentation of their Lock Out/Tag Out program and employee training procedures to the Construction Manager. The Contractor is responsible for providing Lock Out/Tag Out training to all employees and subcontractors.

m. Hearing Conservation: The Contractor shall comply with OSHA regulations regarding hearing conservation including OSHA 1926.52 and 1926.101. Each worker shall be trained in the use and fitting of hearing protection equipment.

n. MSDS Information Station: the Contractor shall maintain a MSDS Information

Page 67: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

01050-9 2370/60087

7/16 General Requirements

station on-site at a location accessible by all personnel, including the Engineer. Information station shall include Material Safety Data Sheets for all hazardous chemicals stored on site. Contractor sha1l maintain a log at the Information Station with records of all hazardous chemical deliveries to the site, including copies of the delivery manifest.

26. Measurement and Payment

a. Measurement and payment for the work completed under this Contract shall be

made at the lump sum and unit prices shown on the Proposal, as described in in this section, except where a specific unit price bid item is provided in the Proposal, all work shall be included in the lump sum items shown. The absence from the Proposal form of bid items specifically described in the Contract Documents shall be interpreted as meaning that the cost of any such work contemplated by the Contract Documents shall be included in the lump sum price bid. The Total Bid Amount shall include all lump sum bid prices.

b. The method of measurement and the basis of payment shall be as described with each Special Provision Section and the Proposal Bid form.

c. The lump sum and unit prices shall include the furnishing of all labor, tools, equipment, materials, and services and the performance of all work required to complete the Contract as indicated and as specified.

d. Interpretation of Quantities: Measurements will only be made for work completed for unit price items. Payment for all work required by the Contract shall be included in the lump sum and unit price items as provided in the Bid Schedule and as required by the Contract Documents.

e. Contingent Items: Contingent items have been provided under this Contract. The County reserves the right to require the Contractor to complete requested contingency items in compliance with Contract Documents. No contingency items shall be performed unless approved in writing by the County. Payment for contingency items directed by the Engineer and approved quantities shall be computed based on the lump sum and/or unit prices shown on the proposal, as described in this section except where a specific unit price bid item is provided in the Proposal.

27. Schedule of Values

a. In order to determine the amount of the monthly estimate, the Contractor shall

furnish a complete breakdown of the total bid for each bid item, also referred to as a Schedule of Values. The Contractor shall furnish this information within ten (10) days after receipt of a Notice-To-Proceed. Upon approval by the Engineer, the breakdown shall be the basis for calculating the amount of monthly estimates specified in the Standard Specifications and Special Provisions. No invoices will be processed until the Schedule of Values is approved.

28. Cost Breakdown

a. The Contractor shall furnish an itemized cost breakdown of lump sum prices in Proposal before first application for payment. The breakdown shall include material and installation costs for detailed breakdown of items comprising lump sum. Each breakdown shall include its proper share of overhead, profit and

Page 68: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

01050-10 2370/60087  

7/16 General Requirements

applied general costs. Provide quantities in breakdown if required by Engineer, and subdivide work into component parts in sufficient detail to serve as basis for progress payments during construction.

b. The cost breakdown schedule shall be prepared in a form acceptable to Engineer and accompanied by data to substantiate correctness as required by Engineer.

29. Electronic Communication Requirements

a. General Requirements: Unless otherwise specified, project participants such as the

County, Contractor, Engineer, and Consultant shall communicate with each other through directed and group e-mail, file transfers, and forums: 1) Requests for Information, 2) Change Orders, 3) Digital Photos, 4) Meeting Minutes, 5) Contract Drawings and Specifications, 6) Project Schedules, 7) Electronic Communications Among Project Participants, 8) Project Calendar, 9) Other Information Deemed Advantageous for the Project.

b. Submittals: 1) In addition to the hard copy shop drawing requirements specified,

Contractor shall submit each drawing submittal in electronic format (PDF). c. Request for Information (RFI):

1) Document Sent From/To Information, 2) RFI Number, 3) Date Created, 4) RFI Title/Description, 5) Question, 6) Proposed Solution, 7) Referenced Drawing, 8) Referenced Specifications, 9) Date Response Is Needed By, 10) Cost Implications, 11) Attachments – All additional information relative to RFIs such as sketches,

drawings, product data, and etc. shall be emailed in pdf format to the Construction Manger referencing the appropriate RFI file,

12) Communication logs shall be maintained for the above communications, as well as submittal logs required in Section 01330 “Submittals” of this Specification.

30. Liability Insurance a. The Contractor and subcontractors shall carry additional insurance below:

1) Pollution Insurance to cover any environmental liabilities associated with the work including but not limited to contaminated soil disposal, accidental release of fuel oil, chemicals and/or paint. A coverage amount of at least $1,000,000 is required.

Page 69: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

01050-11 2370/60087

7/16 General Requirements

B. Specification Style

1. These specifications are written in imperative mood and streamlined form. This imperative

language is directed to the Contractor, unless specifically noted otherwise. The words "shall be" are included by inference where a colon (:) is used within sentences or phrases.

C. Reference Documents

1. Applicable Codes, Specifications, and Standards: References to codes, specifications, and standards in Contract Documents are to the latest edition, amendment, and/or revision of reference standard in effect on date of Bid Opening.

2. Documents on Site: Maintain on site copies of appropriate documents, including codes, specifications, permits, and reference standards named in Contract Documents.

D. Abbreviations and Symbols

1. Abbreviations used for technical society, institution, association, or governmental authority

references are provided under the County's General Practices - Part GP 1.04. Additional abbreviations and symbols applicable under this Contract include:

Abbreviations and Symbols 

AA  Aluminum Association 

AAC  Anne Arundel County 

AAMA  Architectural Aluminum Manufacturer’s Association 

ACPA  American concrete Pipe Association 

ADA  Americans with Disabilities Act 

AGA  American Gas Association 

AGMA  American Gear Manufacturer’s Association 

ALS  American Lumber Standards 

AMCA  Air Moving and Conditioning Association, Inc. 

AREME  American Railway Engineering and Maintenance‐of‐Way Association 

ASA  American Standards Association, Inc. 

AWPI  American Wood Preservers Institute 

MDE  Department of Environmental Protection 

DNR  Department of Natural Resources 

DIPRA  Ductile Iron Pipe Research Association 

FS  Federal Specifications or Federal Standards 

ICEA  Insulated Cable Engineers Association 

ISA  The Instrumentation, Systems, and Automation Society 

MDOT  Maryland Department of Transportation 

MSC  Maryland Soil Conservation Service 

NACE  NACE International  (Formerly National Association of Corrosion Engineers) 

NAPCA  National Association of Pip‐e Coating Applicators 

NESC  National Electric Safety Code 

NETA  National Electric Testing Association, Inc. 

NFC  National Fire Code 

Page 70: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

01050-12 2370/60087  

7/16 General Requirements

NIST  National Institute of Standards and Technology 

NPS  National Park Service 

NSF  NSF International (Formerly National Sanitation Foundation) 

SCS  Soil conservation Service 

SDI  Steel Deck Institute 

SDR  Standard Dimensional Ratio 

SJI  Steel Joist Institute 

SMACNA  Sheet Metal and Air Conditioning Contractors National Association 

UBC  Uniform Building code, International Conference of Building Officials 

E. County’s Responsibilities

1. County Supplied Material: The County shall not supply any materials or perform any work unless otherwise specified below under this Contract. a. Worked performed by the County:

1) The County shall operate valves and empty tank 2) The County shall provide notifications to residents and to the public.

2. The County shall provide information to the Contractor for permits

F. Contractor’s Responsibilities

1. Execute Contract requirements within the time frame required.

2. Furnish all required submittals as required under this Contract.

3. Permits:

a. Obtain all State, County, local permits including any trade or permits required. b. The Contractor shall file for any permits related to hazardous materials generated

from the tank rehabilitation project and for waste generation disposal requirements. c. Execute all Plans as required by the Contract Documents and Permits.

4. Items to remain the property of the County are provided below: a. None specified.

5. Use of Premises and Offsite Work:

a. Lands by Contractor: 1) Obtain permits and written approvals from appropriate jurisdictional

agency and property owner for use of premises not furnished by the County as described herein and offsite areas, including offsite borrow pits and waste areas.

2) Permits and approvals shall specify treatment of said areas during and at completion of construction.

3) Furnish copies of permits and approvals to Engineer before using areas.

b. Private Property. 1) Do not enter upon private property for any purpose without obtaining

written permission from property owner.

Page 71: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

01050-13 2370/60087

7/16 General Requirements

2) File letters of permission from property owners with Engineer before entering private property.

c. Public Utility Easement (PUE): Do not enter upon PUE unless a concurrent County

water and sewer easement and Work are shown on Drawings.

6. Loads on Existing Structures a. Do not load nor permit any part of any structure to be loaded with weights that will

endanger structure, nor subject any part of Work to stresses or pressures that will endanger it.

7. Public Convenience

a. Conduct work to ensure least possible obstruction to traffic and inconvenience to the County, general public, and residents in vicinity of Work, and to ensure the protection of persons and property.

b. Keep fire hydrants on or adjacent to Work accessible to firefighting equipment. c. Make temporary provisions to ensure use of sidewalks and proper functioning of

gutters, stormwater systems, drainage ditches, and culverts, and keep them free of obstructions.

8. Cutting and Patching a. Make cutting, fitting, and patching of work that may be required to make its several

parts come together properly and fit it to receive or be received by such other work. b. Do not endanger any work by cutting, excavating or otherwise altering work. c. Only cut, including holes in structural members, or altering work with written

consent of Engineer. d. Engineer's consent does not relieve responsibility for weakening of members as a

result of cutting. e. Correct weakening at no cost to the County.

9. Explosives

a. Explosives are not permitted on site and no blasting will be allowed under this Contract.

10. Measurements a. Verify dimensions shown on existing work and dimensions required for work to

connect to existing work by actual measurement of existing work. Refer discrepancies between Contract Documents and existing conditions to Engineer before work affected thereby has commenced.

11. Work Within the County’s Distribution System:

a. Protect existing facilities from damage: Correct damage to existing facilities at no cost to the County.

b. Vehicular Traffic Entering and Leaving Existing Facilities: 1) Keep interference to a minimum. 2) Ensure that adequate measures are taken to cause no damage, spills, or litter

to or on the existing access drive and parking areas. Correct damage, spills, or litter immediately at no cost to the County.

c. Use of existing facility areas for storage, mobilization, access, shelters and vehicular parking is available at discretion of Engineer.

Page 72: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

01050-14 2370/60087  

7/16 General Requirements

1) Keep such assigned areas orderly and clean, and provide whatever security is necessary.

2) After completion of the Contract, restore such areas to a condition at least equal to that existing before beginning of Contract.

d. Existing buildings, structures or areas of the facility outside the actual work area: No Contractor's, his subcontractors, or supplier's employees shall access without Engineer's written permission.

e. Unless otherwise directed by Engineer, do not operate equipment and valves in the existing facility.

12. Testing

a. The Contractor shall be responsible for completely emptying the tank and all necessary cleaning and disposal of debris.

b. The Contractor shall also be responsible for furnishing temporary test plugs and/or blank flanges as necessary to address any nuisance leaks that would affect work once the tank is drained.

13. Archaeological Artifacts and Human Remains

a. Articles of historical or scientific value, including coins, fossils, and articles of antiquity, which may be uncovered or otherwise brought to attention of Contractor during course of Contract shall remain property of Owner of property on which articles reside. Report findings immediately to Engineer who shall determine method of removal, where necessary.

14. Guarantee

a. General: The Contractor hereby guarantees all of the work included in this Contract for a period of three (3) years after the date of conditional acceptance of the Work as the following: 1) The Contractor is liable for faulty or imperfect materials, and for all

imperfect, careless, unskilled workmanship on his part, the part of his employees, subcontractors, suppliers or component manufacturers.

2) The entire work and each and every part thereof shall operate, with normal care and attention, in a satisfactory and efficient manner, and in accordance with the requirements of the specifications.

3) The Contractor agrees to replace with proper workmanship and materials, and to re-execute, correct, or repair without cost to the County, work which may be found to be improper or fails to perform as specified including all electrical, plumbing, mechanical, and antennae components.

b. Schedule for Warranty Inspections: Two (2) warranty inspections will be scheduled as follows: 1) One (1) year anniversary inspection, 2) Three (3) year final inspection.

c. Additional requirements: Details of the inspection are referenced in Section 09970 "Water Storage Tank Surface Preparation and Coating".

01050.02 PRODUCTS

NOT USED

Page 73: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

01050-15 2370/60087

7/16 General Requirements

01050.03 EXECUTION A. Quality of Work

1. General: All work shall be performed in a workmanlike manner by properly trained and qualified personnel under supervision of the Contractor’s Representative.

01050.04 METHOD OF MEASUREMENT General Requirements will not be measured for payment. 01050.05 BASIS OF PAYMENT Items under this Section 01050 “General Requirements” shall not be paid for as a separate item, but

is considered incidental to other items of work. Payment shall be included in other related items of work and will constitute full compensation for all labor, equipment, chemical, tools and incidentals necessary to complete the required work.

End of Section

Page 74: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

THIS PAGE INTENTIONALLY LEFT BLANK

Page 75: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

01310 -1 2370/60087

7/16 CPM Construction Schedule

SECTION 01310

CPM CONSTRUCTION SCHEDULE

01310.01 GENERAL

A. Description

1. Construction Schedule should be prepared and submitted to the Engineer for approval for planning, coordinating, executing, and monitoring the progress of the work.

2. The progress schedule shall meet the requirements set forth within these specifications, applicable constraints contained in individual specification sections, and the latest submitted sequence of construction.

3. If the Contractor fails to provide update schedules and explanations or if in the opinion, of the Engineer, the updated schedules and explanations are unrealistic or inadequate, monthly invoices shall not be processed until complete and the Engineer receives adequate information.

B. Submittal

1. The Contractor shall prepare a time-scaled construction schedule in the form of a horizontal bar chart using the critical path method. This shall show the principal phases and elements of the Work with start and finish dates. The construction schedule will provide a basis for determining the progress status of the Project relative to the completion time and specific dates and for determining the acceptability of the Contractor’s requests for payment.

2. The schedule shall show activities that represent the individual areas or items of work and individual trades.

3. The scheduled duration of each activity shall be based on the Work being performed during each work week with allowances made for County holidays, furlough days and normal expected weather conditions.

4. The schedule shall provide a horizontal time scale identifying the first work day of each week.

5. The schedule shall depict significant construction activities, and submittals, procurement activities and receipts of materials and Contractor’s major items of Equipment which the Contractor intends to store on the Work Site. It shall show the schedule critical path and the dependencies between activities so that it may be established what effect the progress of any one activity has on the schedule.

C. Submission

1. Within ten (10) days following Notice to Proceed and prior to commencement of Work at the Work Site, the Contractor shall submit to the Engineer a detailed construction schedule. Include: a. Tabular listing of activities sorted by early start and showing activity description,

scheduled duration in working days, early and late start and finish dates, total float, and predecessors and/or successors to each activity.

Page 76: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

01310 -2 2370/60087

7/16 CPM Construction Schedule

b. Include milestone dates. D. Progress Updates Relative to Construction Schedule

1. Update the work progress relative to the construction schedule monthly (or more often as may be directed by the Engineer) and submit to the Engineer within the first seven (7) days of the month for which the schedules are issued.

2. Indicate progress of each item or activity achieved from the date of Notice to Proceed up to the date of schedule issuance.

3. Modify the timing and duration of future activities to indicate current planning.

4. Submit proposed revisions to the accepted detailed construction schedule to the Engineer for review. Changes in timing for activities may be modified with agreement of the Contractor and Engineer. A change affecting the Contract Price, and/or completion time may be made only by approved Change Order.

5. Add separate activities to the construction schedule for each approved Change Order.

6. Should the actual sequence of Work performed by the Contractor deviate from the planned sequence indicated in the accepted schedule, the Engineer may require the Contractor to revise the schedule to reflect changes in the actual sequence and the future Sequence of Work.

01310.02 MATERIALS

Not Applicable

01310.03 EXECUTION

Not Applicable

01310.04 METHOD OF MEASUREMENT

CPM Construction Schedule will not be measured for payment. 01310.05 BASIS OF PAYMENT

Items in Section 01310 “CPM Construction Schedule” will not be paid for as a separate item, but is considered incidental to other items of work. Payment will be included in other related items of work and will constitute full compensation for labor, equipment, chemicals, tools and incidentals necessary to complete the required work. 

End of Section

Page 77: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

01330-1 2370/60087

7/16 Submittals

SECTION 01330

SUBMITTALS

01330.01 GENERAL

A. Summary

1. Section Includes: General procedures and requirements for submittals.

B. Definitions

1. The term Shop Drawing used throughout this Section includes manufacturer's product data in forms of descriptive literature, specifications and published detail drawings, and also Contractor prepared drawings, certified test records or reports and other certificates required by Specifications.

C. Submissions Required

1. Each submittal will be checked by Engineer for completeness. The A/E and County will each check the submittal for compliance with the Contract Documents. If it is determined that the documents are not complete, the Contractor will be notified of the deficiency. The Contractor is responsible for correcting all deficiencies to the satisfaction of the County. Make submissions to address given as office of Engineer.

D. Submission of Shop Drawings

1. Submit for approval, seven (7) prints (Shop Drawings) of fabrication and erection diagrams or layout drawings and seven (7) copies of material lists and catalog cuts. Preferred format for prints is reduced-scale drawings on 11” x 17” paper. Preferred format for material lists and catalog cuts is black image on white 8-1/2” x 11” paper. Engineer shall return two (2) of seven (7) copies of drawings, material lists and catalog cuts. Provide additional copies of prints, material lists or catalog cuts if needed for distribution to suppliers or subcontractors.

2. Working Drawings for Changes, Substitutions or Contractor Design Items:

a. Working drawings and calculations shall be certified by a Professional Engineer registered in the State of Maryland and shall convey or be accompanied by calculations or other sufficient information to completely explain proposed method of construction, including but not limited to type of machinery and method proposed. Design calculations shall be submitted with working drawings.

b. Review and approval of working drawings by Engineer does not relieve Contractors responsibility with regard to fulfillment of terms of Contract. Contractor to assume risk of error, with no responsibility by Engineer.

c. In case of any discrepancy between scaled dimensions and figures, figured dimensions shall govern. In case any work dimension is not given on the

Page 78: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

01330-2 2370/60087

7/16 Submittals

Drawings, the Contractor shall obtain the figure from the Engineer; in no case shall the Contractor determine such dimensions by scaling the Drawings.

d. Deviation from the Drawings or Specifications required by the exigencies of construction shall be determined by the Engineer only, and authorized in writing.

e. Supplemental detailed drawings and instruction shall be furnished by the Engineer when and as he determines that such drawings and instructions are required for successful completion of the Project.

3. Identification:

a. Data: Provide the following identification data, as applicable, contained or permanently adhered to submittals for approval. 1) Owner's contract number/name. 2) Project name and location. 3) Submittal Numbers. Submittals shall be numbered as follows: 01330-

001-00, where “01330” is the applicable specification section to which the submittal pertains, “001” is a sequential number assigned by the Contractor, and “00” indicates original (first) submittals. Resubmittals shall be numbered “R01”, “R02”, etc.

4) Product identification. 5) Shop Drawing title, product, drawing number, revision number, date of

drawing and revision. 6) Applicable Contract Drawings and Specification Section numbers. 7) Subcontractor's, vendor's, and/or manufacturer's name, address and

phone number. 8) Contractor's certification statement.

b. Catalog Data: Furnish each separate catalog, brochure, or single page submitted with identification required above. 1) Catalogs or brochures submitted containing multiple items for approval

need identification only on exterior. In this instance, identification to include page and catalog item numbers.

2) In the event that one (1) or more of the multiple items are not approved in any submittal, the additional copies required shall not be requested until all items are approved.

c. Space: Provide vacant space approximately 3 inches high by 4 inches wide

adjacent to identification data to receive Engineer's status stamp.

4. Contractor's Responsibility:

a. Affix following signed Certification Statement to each Shop Drawing, working drawing, sample, and catalog data submitted: 1) Certification Statement:

“By this submittal, I hereby represent that I have determined and verified all field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with the Contract Drawings, Specifications, other applicable approved shop drawings and all Contract requirements.

Page 79: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

01330-3 2370/60087

7/16 Submittals

Specification Section Reference: _____________________ Deviations from Specification No Yes (If yes, explain.) Contractor Approval by: ___________________________

Date: _________________”

b. Review and approval of Shop Drawings, Samples, or Catalog Data by Engineer

shall not relieve responsibility with regard to fulfillment of terms of Contract. Assume risk of error and omission with no responsibility by Engineer.

c. No portion of work requiring a Shop Drawing, working drawing, sample, or catalog data shall be started nor materials be fabricated or installed prior to approval or qualified approval of item. Fabrication performed, materials purchased or on site construction accomplished that does not conform to approved Shop Drawings and data is at Contractor's risk. Owner shall not be liable for expense or delay due to corrections or remedies required to accomplish conformity.

d. Project work, materials, fabrication, and installation to conform with approved Shop Drawings, working Drawings, applicable Samples, and Catalog Data.

01330.02 PRODUCTS

NOT USED 01330.03 EXECUTION NOT USED

End of Section

Page 80: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

THIS PAGE INTENTIONALLY LEFT BLANK

Page 81: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

01455-1 2370/60087

7/16 Quality Control

SECTION 01455

QUALITY CONTROL 01455.01 GENERAL

A. Summary

1. Section Includes: General requirements related to Contractor’s responsibility for testing laboratory services, equipment testing, certifications and reports.

B. Testing

1. Arrange for services of testing laboratories to perform tests as specified in Contract Documents. Include cost of tests in price bid for applicable bid item. Testing laboratories utilized are to be approved by Engineer and be completely independent of Contractor's and/or supplier's operations.

C. Equipment Testing

1. When an item of equipment designated for testing in Contract Documents has been completely erected, including controls and instrumentation, notify Engineer, who shall designate the time to make tests as required. Testing shall be done in presence of the Engineer and the item of equipment operated to the satisfaction of the Engineer. a. "Completely erected" means that installation is erected, necessary adjustments

have been made, required utility connections have been made, required lubricants have been applied and following requirements have been met: O&M Manuals submitted, electrical system tests, spare parts lists and manufacturer's installation certificate submittals. The Contractor shall furnish labor, lubricants, and other materials, equipment, and instruments necessary for required tests.

b. The Contractor shall provide competent and experienced personnel representing manufacturer of equipment furnished and installed under this Contract, to assist in installation, adjustment, and testing of equipment in accordance with Contract Documents.

2. After an item of equipment has satisfied the above conditions, the Contractor shall notify the Engineer, and at such time as directed, conduct operational tests to demonstrate to Engineer's satisfaction that equipment is ready for operation.

D. Reports

1. Certified Test Reports: a. Certified test reports required by Contract Documents, shall meet following

requirements: 1) Before delivery of materials for which certified test reports are required,

certified copies of reports of tests required in referenced publications or specified within Contract Documents shall be submitted for approval to Engineer.

2) Testing shall be performed in an approved independent laboratory, within one year of submittal of reports for approval.

Page 82: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

01455-2 2370/60087

7/16 Quality Control

3) Test reports shall be submitted with a notarized certificate from manufacturer or supplier certifying tested material meets specified requirements and is of same type, quality, manufacture and make as that proposed to be supplied.

2. Certificate of Compliance: a. If approved by Engineer, or where specified, the Contractor may furnish a

Certificate of Compliance from manufacturer in lieu of specified tests and other tests required in various reference documents.

b. The certificate shall state that manufacturer has performed required tests; that products to be supplied meet test requirements; that tests have been performed within one year of submittal of certificate; that products tested were of same type, quality, manufacture and make as those proposed to be supplied.

3. Installation Certificates: a. The Contractor shall submit Installation Certificates for those items of equipment

listed by Contract Documents. b. Installation Certificates shall state that equipment has been installed under either

continuous or periodic supervision of manufacturer's authorized representative, that it has been adjusted and initially operated in presence of manufacturer's authorized representative and that it is operating in accordance with specified requirements to manufacturer's satisfaction.

01455.02 PRODUCTS

NOT USED

01455.03 EXECUTION

NOT USED

END OF SECTION

Page 83: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

01510-1 2370/60087

7/16 Temporary Facilities and Controls

SECTION 01510

TEMPORARY FACILITIES AND CONTROLS 01510.01 GENERAL A. Summary

Section includes requirements for temporary utilities, support facilities, environmental protection and security and protection facilities.

B. Informational Submittals

1. Site Plan: Show temporary facilities, utility hookups, staging areas, and parking areas

for construction personnel.

2. Moisture-Protection Plan: Describe procedures and controls for protecting materials and construction from water absorption and damage, including delivery, handling, and storage provisions for materials subject to water absorption or water damage, discarding water-damaged materials, protocols for mitigating water intrusion into completed Work, and replacing water damaged Work. a. Sequencing of work that requires water, such as sprayed fire-resistive

materials, plastering, and terrazzo grinding, and describe plans for dealing with water from these operations. Show procedures for verifying that wet construction has dried sufficiently to permit installation of finish materials.

3. Dust-Control and HVAC-Control Plan: Submit coordination drawing and narrative that

indicates the dust-control and HVAC-control measures proposed for use, proposed locations, and proposed time frame for their operation. Identify further options if proposed measures are later determined to be inadequate. Include the following: a. Locations of dust-control partitions at each phase of the work b. HVAC system isolation schematic drawing c. Location of proposed air filtration system discharge d. Other dust-control measures

C. Construction Facilities

1. General: Temporary facilities and protective devices include, but are not limited to,

temporary barricades, fences, bridges, guards, temporary utilities, steel plates over trenches, maintenance of traffic, project identification signs, and construction of haul roads. a. Use materials in construction of above-mentioned items of work of size, shape,

and strength suitable for use intended. b. Conduct construction operations to cause least inconvenience possible to

general public, the County, and its employees. c. Wherever required, erect and maintain signs, fences, barricades, and pedestrian

bridges, and supply guards and flagmen for protection of public. d. Take positive measures to prevent entry of children, animals, and unauthorized

adults to work site and storage areas at all times. e. Obtain Engineer's approval before transporting or locating temporary facilities

within construction site.

Page 84: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

01510-2 2370/60087

7/16 Temporary Facilities and Controls

2. Barricade or close openings in roadways, floors, walls, or other parts of structures

or walkways while openings are not in regular use. a. Use barricades substantial in character, neat in appearance, and of size and

arrangement with Engineer's approval.

3. Lighting: a. Spark proof artificial lighting shall be provided for work areas inside the

tank. Light bulbs shall be guarded to prevent breakage. Lighting fixtures and flexible chords shall comply with the requirements of NFPA 70 "National Electrical Code" for the atmosphere in which they will be used.

D. Quality Assurance 1. Electric Service: Comply with NECA, NEMA, and UL standards and regulations for

temporary electric service. Install service to comply with NFPA 70. a. Tests and Inspections: Arrange for authorities having jurisdiction to test and

inspect each temporary utility before use. Obtain required certifications and permits.

2. Project Conditions

a. Temporary Use of Permanent Facilities: Engage installer of each permanent service to assume responsibility for operation, maintenance, and protection of each permanent service during its use as a construction facility before Owner's acceptance, regardless of previously assigned responsibilities.

01510.02 PRODUCTS A. Materials

1. Chain-Link Fencing: Minimum 2-inch, 0.148-inch thick, galvanized steel, chain-link fabric fencing; minimum 6 feet high with galvanized steel pipe posts; minimum 2-3/8-inch OD line posts and 2-7/8-inch OD corner and pull posts, with 1-5/8-inch OD top rails, with galvanized barbed-wire top strand.

2. Polyethylene Sheet: Reinforced, fire-resistive sheet, 10 mils minimum thickness, with flame-spread rating of 15 or less per ASTM E 84.

3. Dust Control Adhesive-Surface Walk-off Mats: Provide mats minimum 36 by 60 inches.

4. Insulation: Unfaced mineral-fiber blanket, manufactured from glass, slag wool, or rock wool; with maximum flame-spread and smoke-developed indexes of 25 and 50, respectively.

B. Temporary Facilities

1. Contractors Field Offices, General: Prefabricated or mobile units with serviceable finishes, temperature controls, and foundations adequate for normal loading.

Page 85: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

01510-3 2370/60087

7/16 Temporary Facilities and Controls

2. Storage and Fabrication Sheds: Provide sheds sized, furnished, and equipped to accommodate materials and equipment for construction operations. a. Store combustible materials apart from building.

C. Equipment

1. Fire Extinguishers: Portable, UL rated; with class and extinguishing agent as required

by locations and classes of fire exposures.

2. HVAC Equipment: Provide vented, self-contained, liquid-propane-gas or fuel-oil heaters with individual space thermostatic control. a. Use of gasoline-burning space heaters, open-flame heaters, or salamander-type

heating units is prohibited. b. Heating Units: Listed and labeled for type of fuel being consumed, by a

testing agency acceptable to authorities having jurisdiction, and marked for intended use.

3. Air Filtration Units: HEPA primary and secondary filter-equipped portable units with four-stage filtration. Provide single switch for emergency shutoff. Configure to run continuously.

01510.03 EXECUTION A. Installation, General

1. Locate facilities where they will serve Project adequately and result in minimum interference with performance of the Work. Relocate and modify facilities as required by progress of the Work.

2. Provide each facility ready for use when needed to avoid delay. Do not remove until facilities are no longer needed or are replaced by authorized use of completed permanent facilities.

B. Temporary Utility Installation

1. General: Install temporary services.

a. Arrange with utility company, Owner, and existing users for time when service can be interrupted, if necessary, to make connections for temporary services.

2. Sewers and Drainage: Provide temporary utilities to remove effluent lawfully.

a. Connect temporary sewers to municipal system as directed by authorities having jurisdiction.

b. Effluent shall meet County standards.

3. Water Service: Install water service and distribution piping in sizes and pressures adequate for construction, and provide backflow preventer.

4. Sanitary Facilities: Provide temporary toilets, wash facilities, and drinking water for use of construction personnel. Comply with requirements of authorities having jurisdiction for type, number, location, operation, and maintenance of fixtures and facilities.

Page 86: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

01510-4 2370/60087

7/16 Temporary Facilities and Controls

5. Heating and Cooling: Provide temporary heating and cooling required by construction activities for curing or drying of completed installations or for protecting installed construction from adverse effects of low temperatures or high humidity. Select equipment that will not have a harmful effect on completed installations or elements being installed.

6. Isolation of Work Areas in Occupied Facilities: Prevent dust, fumes, and odors from entering occupied areas. a. Prior to commencing work, isolate the HVAC system in area where work is to

be performed in accordance with approved coordination drawings. 1) Disconnect supply and return ductwork in work area from HVAC

systems servicing occupied areas. 2) Maintain negative air pressure within work area using HEPA-

equipped air filtration units, starting with commencement of temporary partition construction, and continuing until removal of temporary partitions is complete.

b. Maintain dust partitions during the Work. Use vacuum collection attachments on dust-producing equipment. Isolate limited work within occupied areas using portable dust containment devices.

c. Perform daily construction cleanup and final cleanup using approved, HEPA-filter-equipped vacuum equipment.

7. Ventilation and Humidity Control: Provide temporary ventilation required by

construction activities for curing or drying of completed installations or for protecting installed construction from adverse effects of high humidity. Select equipment that will not have a harmful effect on completed installations or elements being installed. Coordinate ventilation requirements to produce ambient condition required and minimize energy consumption. a. Provide dehumidification systems when required to reduce substrate moisture

levels to level required to allow installation or application of finishes.

8. Electric Power Service: Provide electric power service and distribution system of sufficient size, capacity, and power characteristics required for construction operations.

9. Lighting: Provide temporary lighting with local switching that provides adequate illumination for construction operations, observations, inspections, and traffic conditions. a. Install and operate temporary lighting that fulfills security and protection

requirements without operating entire system. C. Support facilities installation

1. General: Comply with the following:

a. Provide construction for temporary offices, shops, and sheds located within construction area or within 30 feet of building lines that is noncombustible according to ASTM E 136. Comply with NFPA 241.

b. Maintain support facilities until Engineer schedules Substantial Completion inspection. Remove before Substantial Completion. Personnel remaining after Substantial Completion shall be permitted to use permanent facilities, under conditions acceptable to Owner.

Page 87: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

01510-5 2370/60087

7/16 Temporary Facilities and Controls

2. Temporary Roads and Paved Areas: Construct and maintain temporary roads and paved areas adequate for construction operations. Locate temporary roads and paved areas within construction limits indicated on Contract Drawings. a. Provide dust-control treatment that is non-polluting and non-tracking. Reapply

treatment as required to minimize dust.

3. Traffic Controls: Comply with requirements of authorities having jurisdiction. a. Protect existing site improvements to remain including curbs, pavement, and

utilities. b. Maintain access for fire-fighting equipment and access to fire hydrants.

4. Parking: Provide temporary parking areas for construction personnel.

5. Dewatering Facilities and Drains: Comply with requirements of authorities having jurisdiction. Maintain Project site, excavations, and construction free of water. a. Dispose of rainwater in a lawful manner that will not result in flooding Project

or adjoining properties nor endanger permanent Work or temporary facilities. b. Remove snow and ice as required to minimize accumulations.

6. Project Signs: Provide Project signs as indicated on the Contract Drawing. Unauthorized signs are not permitted. a. Temporary Signs: Provide other signs as required to inform public and

individuals seeking entrance to Project. 1) Provide temporary, directional signs for construction personnel and

visitors. b. Maintain and touchup signs so they are legible at all times.

7. Waste Disposal Facilities: Provide waste-collection containers in sizes adequate to handle waste from construction operations. Comply with requirements of authorities having jurisdiction. Comply with Section entitled "Execution" for progress cleaning requirements.

8. Lifts and Hoists: Provide facilities necessary for hoisting materials and personnel. a. Truck cranes and similar devices used for hoisting materials are considered

"tools and equipment" and not temporary facilities.

D. Security and Protection Facilities Installation 1. Environmental Protection: Provide protection, operate temporary facilities, and

conduct construction as required to comply with environmental regulations and that minimize possible air, waterway, and subsoil contamination or pollution or other undesirable effects.

2. Temporary Erosion and Sedimentation Control: Comply requirements indicated on Contract Drawings.

3. Stormwater Control: Comply with requirements of authorities having jurisdiction. Provide barriers in and around excavations and subgrade construction to prevent flooding by runoff of stormwater from heavy rains.

Page 88: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

01510-6 2370/60087

7/16 Temporary Facilities and Controls

4. Tree and Plant Protection: Install temporary fencing located as indicated or outside the drip line of trees to protect vegetation from damage from construction operations. Protect tree root systems from damage, flooding, and erosion.

5. Pest Control: Engage pest-control service to recommend practices to minimize attraction and harboring of rodents, roaches, and other pests and to perform extermination and control procedures at regular intervals so Project shall be free of pests and their residues at Substantial Completion. Perform control operations lawfully, using environmentally safe materials.

6. Security Enclosure and Lockup: Install temporary enclosure around partially completed areas of construction. Provide lockable entrances to prevent unauthorized entrance, vandalism, theft, and similar violations of security. Lock entrances at end of each work day.

7. Barricades, Warning Signs, and Lights: Comply with requirements of authorities having jurisdiction for erecting structurally adequate barricades, including warning signs and lighting.

8. Temporary Enclosures: Provide temporary enclosures for protection of construction, in progress and completed, from exposure, foul weather, other construction operations, and similar activities. Provide temporary weathertight enclosure for building exterior. a. Where heating or cooling is needed and permanent enclosure is not complete,

insulate temporary enclosures.

9. Temporary Partitions: Provide floor-to-ceiling dustproof partitions where required to limit dust and dirt migration.

E. Moisture and Mold Control

1. Contractor's Moisture-Protection Plan: Avoid trapping water in finished work.

Document visible signs of mold that may appear during construction.

2. Exposed Construction Phase: Before installation of weather barriers, when materials are subject to wetting and exposure and to airborne mold spores, protect as follows: a. Protect porous materials from water damage. b. Protect stored and installed material from flowing or standing water. c. Keep porous and organic materials from coming into prolonged contact with

concrete. d. Remove standing water from decks. e. Keep deck openings covered or dammed.

3. Partially Enclosed Construction Phase: After installation of weather barriers but before

full enclosure and conditioning of building, when installed materials are still subject to infiltration of moisture and ambient mold spores, protect as follows: a. Do not load or install drywall or other porous materials or components, or

items with high organic content, into partially enclosed building. b. Keep interior spaces reasonably clean and protected from water damage. c. Periodically collect and remove waste containing cellulose or other organic

matter. d. Discard or replace water-damaged material. e. Do not install material that is wet.

Page 89: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

01510-7 2370/60087

7/16 Temporary Facilities and Controls

f. Discard, replace or clean stored or installed material that begins to grow mold. g. Perform work in a sequence that allows any wet materials adequate time to dry

before enclosing the material in drywall or other interior finishes.

4. Controlled Construction Phase of Construction: After completing and sealing of the building enclosure but prior to full operation of permanent HVAC systems, maintain as follows: a. Control moisture and humidity inside building by maintaining effective dry-in

conditions. b. Use permanent HVAC system to control humidity. c. Comply with manufacturer's written instructions for temperature, relative

humidity, and exposure to water limits. 1) Hygroscopic materials that may support mold growth, including wood

and gypsum-based products, that become wet during the course of construction and remain wet for 48 hours are considered defective.

2) Measure moisture content of materials that have been exposed to moisture during construction operations or after installation. Record daily readings over a forty-eight hour period. Identify materials containing moisture levels higher than allowed. Report findings in writing to Engineer.

3) Remove materials that cannot be completely restored to their manufactured moisture level within 48 hours.

F. Operation, Termination and Removal

1. Supervision: Enforce strict discipline in use of temporary facilities. To minimize waste and abuse, limit availability of temporary facilities to essential and intended uses.

2. Maintenance: Maintain facilities in good operating condition until removal. a. Maintain operation of temporary enclosures, heating, cooling, humidity

control, ventilation, and similar facilities on a 24-hour basis where required to achieve indicated results and to avoid possibility of damage.

3. Temporary Facility Changeover: Do not change over from using temporary security

and protection facilities to permanent facilities until Substantial Completion.

4. Termination and Removal: Remove each temporary facility when need for its service has ended, when it has been replaced by authorized use of a permanent facility, or no later than Substantial Completion. Complete or, if necessary, restore permanent construction that may have been delayed because of interference with temporary facility. Repair damaged Work, clean exposed surfaces, and replace construction that cannot be satisfactorily repaired. a. Materials and facilities that constitute temporary facilities are property of

Contractor. Owner reserves right to take possession of Project identification signs.

b. Remove temporary roads and paved areas not intended for or acceptable for integration into permanent construction. Where area is intended for landscape development, remove soil and aggregate fill that do not comply with requirements for fill or subsoil. Remove materials contaminated with road oil, asphalt and other petrochemical compounds, and other substances that might impair growth of plant materials or lawns and dispose of properly. Repair or

Page 90: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

01510-8 2370/60087

7/16 Temporary Facilities and Controls

replace street paving, curbs, and sidewalks at temporary entrances, as required by authorities having jurisdiction.

c. At Substantial Completion, repair, renovate, and clean permanent facilities used during construction period. Comply with final cleaning requirements specified in Section 01770 "Closeout Procedures."

End of Section

Page 91: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

01749-1 2370/60087

7/16 Worker Protection, Environmental, Protection and Waste Disposal

SECTION 01749

WORKER PROTECTION, ENVIRONMENTAL PROTECTION AND WASTE DISPOSAL 01749.01 GENERAL A. Purpose

1. This specification provides the requirements for:

a. Protecting the public, Contractor workers, and the environment from exposure to toxic metals during the demolition of steel and removal of existing coatings containing toxic metals.

b. The disposal of all waste and scrap steel. 2. The Contractor is required to implement and maintain programs and procedures which

comply with the requirements of this specification and all applicable federal, state and local OSHA and EPA standards or regulations. The Contractor is cautioned that it must comply with all applicable regulations even if the regulation is not specifically referenced herein. If a state or local regulation is more restrictive than the requirements of this specification, the more restrictive requirements prevail.

3. Analytical results of paint chip samples collected from the exterior surfaces and interior

dry surfaces of the tank indicate detectable concentrations of lead. The test results of these samples are located in the Dixon Evaluation located in Appendix E.

4. No recent analysis has been performed on the existing coatings of the ductile iron pipe

located in the station pipe troughs or the exterior vault. The contractor is to treat the referenced existing coatings as hazardous material.

5. The paint chip sample results are provided for bidding purposes only. At project start up,

conduct worker exposure monitoring for all metals that may be present in the paint, and adjust all protection, training, medical surveillance, and recordkeeping provisions according to the results. Note that the results or any worker exposure monitoring undertaken by the Contractor have no bearing on the environmental protection and waste handling requirements of this specification.

6. The Contractor is required to provide, operate, and maintain adequate containment and

ventilation which comply with the requirements of the contract documents and all applicable federal, state and local standards or regulations. All costs for providing adequate containment and ventilation shall be included in the total cost for surface preparation and painting operations.

7. The Contractor shall have the necessary experience and training required for working in

radio frequency environments in accordance with OSHA 1910.2689(c) and the Federal Communications Commission (FCC) rules on radio frequency emissions 47 CFR 1.1307(b). Monitoring RF exposure will be required when working around active RF equipment.

Page 92: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

01749-2 2370/60087

7/16 Worker Protection, Environmental, Protection and Waste Disposal

8. The Contractor shall be solely responsible any fines imposed on the Owner or Engineer by any regulatory agency as a result of the Contractor’s noncompliance with any environmental regulations and standards.

9. Identification of the items below which are of specific interest to Anne Arundel County

in no way relieves the Contractor of the responsibility to comply with all EPA requirements, nor should it be construed that OSHA, EPA, or state and local regulators are only interested in these items.

B. Reference Standards

The latest edition of the following regulations, guides, and standards form a part of this specification.

1. Code of Federal Requirements

a. 29 CFR 1926, Occupational Safety and Health Regulations for Construction b. 29 CFR 1926.51, Sanitation c. 29 CFR 1926.55, Gases, Vapors, Fumes, Dust and Mists d. 29 CFR 1926.62, Lead e. 29 CFR 1926.103, Respiratory Protection f. 29 CFR 1926.354, Welding, Cutting, and Heating in Way of Preservative

Coatings g. 29 CFR 1926.451, Scaffolding h. 29 CFR 1926.1126, Hexavalent Chromium i. 29 CFR 1926.1127, Cadmium j. 40 CFR 261, Appendix II EPA, ToxiCounty Characteristic Leaching Procedure k. 40 CFR 262, Standards Applicable to Generators of Hazardous Waste l. 40 CFR 263, Standards Applicable to Transporters of Hazardous Waste m. 40 CFR 264, Standards for Owners and Operators of Hazardous Waste

Treatment, Storage and Disposal Facilities n. 40 CFR 265, Interim /Status Standards for Owners and Operators of Hazardous

Waste Treatment, Storage and Disposal Facilities o. 40 CFR 265, Subpart C, Preparedness and Prevention p. 40 CFR, 265, Subpart D, Contingency Plan and Emergency Procedures q. 40 CFR 265.16, Personnel Training r. 40 CFR 268, Land Disposal Restrictions s. 40 CFR 302, Designation, Reportable Quantities and Notifications t. 40 CFR 355, Emergency Planning and Notification u. 49 CFR 171-179, Hazardous Materials Regulations

2. EPA Methods

a. SW 846, Test Methods for Evaluating Solid Waste – Physical/Chemical Methods b. Method 3050, Acid Digestion of Sediment, sludge and Soils c. Method 1311, ToxiCounty Characteristic Leaching Procedures (TCLP)

3. NIOSH Methods

a. Method 7048, Cadmium b. Method 7082, Lead c. Method 7600, Hexavalent Chromium d. Method 7300, Chromium

Page 93: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

01749-3 2370/60087

7/16 Worker Protection, Environmental, Protection and Waste Disposal

4. Society for Protective Coatings (SSPC) a. Guide 6, Guide for Containing Debris Generated During Paint Removal

Operations b. Guide 7, Guide for the Disposal of Lead-Contaminated Surface Preparation

Debris c. SSPC 93-02, Industrial Lead Paint Removal Handbook, Latest Edition d. SSPC 95-05, Project Design, Industrial Lead Paint Removal Handbook, Volume

II

5. American Industrial Hygiene Association (AIHA) a. Environmental Lead Laboratory Accreditation Program (ELLAP) b. Industrial Hygiene Accredited Laboratory for Metal Analysis

C. Submittals

Submittals are required to be specific to this tank. Provide shop drawings in accordance with Section 01330 “Submittals” for submittal requirements. The Contractor shall maintain a written log tracking the status of all submittals. At a minimum, the log shall provide information concerning the submittal title, relevant specification section, date submitted, date reviewed, review expiration date, date returned, and disposition (i.e., reviewed, reviewed & noted, rejected, resubmit for revisions). Submittals include, but are not limited to the following: 1. Worker Toxic Metal Health and Safety Compliance Program. Program shall include:

a. Compliancy Program – A written, project-specific compliance program prepared under the direction of and signed by a Certified Industrial Hygienist (CIH), for the protection of Contractor workers from toxic metal in accordance with 29 CFR 1926.62 and other toxic metals in the paint. Include the name of the competent person who will be making routine inspections of project activities to ensure compliance with the program. Verify that any subcontractors working for the Contractor are included in the program or in a separate program which meets the requirements of this item. If subcontractors are operating under a separate program, include the program with the submittals.

b. Personnel Qualifications – Provide the name, experience, and qualifications of both the CIH who will be overseeing the development of the compliance program, and the competent person who will be assigned to the project.

c. Outside Laundry – Provide the name, address and qualifications of the launderer, if one will be used, for the cleaning of reusable clothing. Provide a letter from the laundry indicating that it is permitted to handle clothing contaminated with toxic metals of concern.

d. Personal Protective Equipment for County Use – Acknowledge that all protective clothing and equipment, laundering or disposal, fit testing as needed, and hygiene facilities will be provided for up to two Engineers each day.

e. All appropriate contractor personnel shall have current toxic metal licenses as required by the Maryland Department of the Environment. Accreditation must be renewed every 2 years.

2. Public and Environmental Protection

a. Provide a written description of the visual assessment that will be undertaken by the Contractor to ensure that the public and the environment are not impacted from project activities, and that emissions are controlled in accordance with the requirements of this specification.

Page 94: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

01749-4 2370/60087

7/16 Worker Protection, Environmental, Protection and Waste Disposal

b. PM-10 Air Quality Monitoring (during abrasive blasting operations) – A written, project-specific plan to include a statement of qualifications, QA/QC program, specifications for monitor type and placement, monitoring duration, and reporting schedule. The monitoring plan shall include the use of TSP monitors, and high volume air samplers equipped with PM-10 heads.

c. Include statements that appropriate corrective action will be implemented if the results of any sampling and analysis that will be undertaken show that violations of emissions criteria are occurring. Corrective action includes making changes to the work practices to achieve compliance, and undertaking the necessary clean up or remediation of the ground (soil) when directed by the County. Clean up of the media to pre-project levels is required. The Engineer will take soil samples prior to the contractor performing any surface preparation work to determine pre-project contamination levels. These samples are separate from preconstruction samples taken by the Contractor.

3. Waste Handling, Transportation, and Disposal

a. Provide a written program that addresses the proper handling and disposal of all waste, including but not limited to, removed paint, paint chips, and scrap steel. Include the procedures that will be followed for collecting representative samples of the paint waste for testing; the testing and analytical procedures that will be sued; the procedures for the site handling, storage, and packaging of all waste including scrap steel; and the contingency plans that will be implemented in the event of a spill.

b. Transporter Information – Provide the names, addressed, license or permit numbers, and qualifications of the proposed haulers of hazardous waste, scrap steel, non-hazardous waste, and waste water. Transporter to provide EPA ID number at time of submittal.

c. Hazardous Waste and Scrap Steel Disposal Information – Provide letter(s) from legally permitted hazardous waste recycling or disposal facilities that will be accepting the paint waste and the painted steel, stating that the facilities have agreed to accept the waste; are authorized to accept the waste under the laws of the state of residence; have the required capability to treat and dispose of the materials, and in the case of paint waste, will provide or assure the ultimate disposal method indicated on the Uniform Hazardous Waste Manifest. The letter (s) must be signed by a legally authorized representative of the facility.

d. Submit the name and address of the permitted landfill that will accept non-hazardous waste, and the disposal of waste water. Include a letter from the permitted waste water disposal facility stating that it will be accepting the waste water generated from hygiene and cleaning activities. The letter must be signed by a legally authorized representative of the facility. Provide permitted landfill/disposal facility EPA ID number at time of submittal.

e. Include procedures that will be followed to assure that all reusable items such as equipment, ground covering materials and scaffolding are cleaned of loose dust and debris prior to removal from the site.

4. Laboratory Information

a. Provide the name of the laboratory that will be used for the worker exposure monitoring and paint waste sampling and analysis required in this specification.

b. Verify that the analytical laboratory utilized for personal air samples is American Industrial Hygiene Association (AIHA) accredited from metals analysis. The

Page 95: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

01749-5 2370/60087

7/16 Worker Protection, Environmental, Protection and Waste Disposal

laboratory must have successfully participated in the AIHA ELPAT Program for metals in the previous 12 months.

5. Final Submittals

Submit the following information prior to conditional acceptance: a. Laboratory test results for all waste testing, including copies of chain-of custody

forms. b. Bills of Lading for non-hazardous waste. c. Confirmation that completed waste manifests have been received by the County

from the disposal facility. d. Certifications for each manifested shipment that the waste was properly treated

and disposed. e. Copy of MSDS and documentation prepared to accompany the scrap steel

shipments, and written confirmation from the receiving facility that the painted scrap steel was properly destroyed.

f. Final project clearance letter indicating that the surrounding property, equipment, and structures are clean. Include a summary of any problems or releases that occurred, and the clean up and corrective action that was undertaken.

g. Written confirmation that worker blood toxic metal levels are below OSHA allowable thresholds upon completion of all paint exposure activities.

6. Engineer Review

a. Do not construe Engineer acceptance of Contractor submittals to imply approval of any particular method or sequence for conducting the work, or for addressing health and safety. Acceptance of the programs does not relieve the Contractor from the responsibility to conduct the work in strict accordance with the requirements of this specification, or to adequately protect the health and safety of all workers involved in the project including any members of the public who may be affected by the project.

b. The Contractor remains solely responsible for the adequacy and completeness of the programs and work practices and adherences to them.

D. Pre-Construction Meeting

The Contractor shall coordinate a meeting to review Contractor Worker Protection Plan and Environmental Protection and Waste Disposal Plans in detail with the Engineer. This meeting is to be held separate from the surface preparation and coatings meeting discussed in Section 09970 “Water Storage Tank Surface Preparation and Coating”.

01790.02 PRODUCTS A. Monitoring and Testing Equipment

Supply the instrumentation needed for ambient air monitoring, the monitoring of worker exposures, and waste sampling, as required in this specification, including all equipment needed for its operation (e.g. generator, batteries, power cored, fuel, etc.)

B. Personal Protective Equipment and Hygiene Facilities 1. Provide all personal protective equipment (PPE) and hygiene facilities needed for the

project in accordance with the requirements of this specification. Provide all necessary

Page 96: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

01749-6 2370/60087

7/16 Worker Protection, Environmental, Protection and Waste Disposal

protective equipment and clothing for use by up to two Engineers each day, including proper cleaning and disposal.

2. Repair or replace PPE as required to assure that it continues to provide it intended

purpose. 3. Use PPE and hygiene facilities that are free of toxic materials when brought onto the site,

and that are clean upon removal. Properly handle and dispose of all hygiene water, cleaning materials, and PPE that cannot be cleaned for reuse. Comply with the specification for proper disposal.

C. Waste Containers

1. Hazardous Waste – Provide DOT-approved containers for the appropriate size and type

for the hazardous paint waste generated on the project. Use containers that are resistant to rust and corrosion (painted, if constructed of steel) that have tight fitting lids or covers, and which are water resistant and leak proof.

2. Municipal/Construction Waste – Provide all containers for non-hazardous municipal/

construction waste. Use containers that are free of loose debris when brought on-site. 3. Demolition Debris – Provide appropriate equipment for the handling, storage and

transportation of scrap steel. 4. Container Maintenance – Maintain all containers in good operating condition with all lids

and closing mechanisms intact and operational to prevent the escape of debris by wind, spilling of the contents, or access by unauthorized personnel.

01749.03 EXECUTION A. Worker Protection

1. Compliance Program

Implement a worker protection compliance program to protect Contractor personnel from exposure to toxic metals in the paint that will be disturbed during demolition activities. The OSHA Lead in Construction Standard, 29 CFR 1926.62, is the basis for the requirements of this specification, but make certain that the workers are protected from harmful exposures to all toxic metals in the paint.

2. Worker Protection and Exposure Monitoring

a. Use personal pumps to monitor worker exposures during the initiation of activities which disturb the paint. These activities include, but are not limited to, the removal of bolts, and the localized removal of the paint prior to cutting, and cutting or burning on surfaces after the paint is removed. Provide all exposed workers with the appropriate protective clothing, wash facilities, respiratory protection, medical surveillance, and training during the initial monitoring. 1) If the results of the monitoring indicate that exposures to toxic metals are

below the OSHA Action Levels (30µg/m3 in the case of lead), specialized protective measures other than providing hand washing

Page 97: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

01749-7 2370/60087

7/16 Worker Protection, Environmental, Protection and Waste Disposal

facilities are not required. Additional monitoring is not necessary unless the conditions and operations that took place during the initial monitoring are no longer representative of the paint disturbance activities being performed.

2) If the results of the monitoring indicate that exposures to toxic metals are above the OSHA Action Level, but below the OSHA Permissible Exposure Limit (50µg/m3 in the case of lead), comply with the following paragraphs of 29 CFR 1926.62: Exposure Monitoring, Housekeeping, Employee Medical Surveillance and Medical Removal Protection, Employee Information and Training, and Recordkeeping.

3) If the results of the monitoring indicate that exposures to toxic metals are above the OSHA Permissible Exposure Limits, comply with the following paragraphs of 29 CFR 1926.62 in addition to those presented in the preceding paragraph when the Action Level is exceeded. Respiratory Protection, Protective Clothing and Equipment, and Hygiene Facilities and Practices.

b. Ensure that all personal air samples are analyzed by laboratories accredited by the American Industrial Hygiene Association (AISHA) for metals analysis.

3. Regulated Areas

a. Establish physically demarcated regulated area(s) around the work areas involving the disturbance of paint, and in the waste storage areas to prevent entry into the areas by untrained and unprotected personnel.

b. Post signs at the entrance of the regulated area(s) with the following legend:

WARNING TOXIC METAL WORK AREA

POISON NO SMOKING OR EATING

c. In the submittals, describe the methods that will be used for establishing the

locations for the regulated areas, and the identification system that will be used (e.g. ribbons and signs).

B. ENVIRONMENTAL PROTECTION, AND CONTROL OF EMISSIONS 1. Containment and Dust Collection

a. At a minimum, provide full containment meeting emission control requirements of a Class 1A system as specified in the SSPC-Guide 6, Guide for Containing Debris Generated During Paint Removal Operations. The containment system shall comply with the contract documents and all applicable OSHA, EPA, federal, state and local regulations.

b. The containment system and attachments shall be designed, stamped, and signed by a Professional Engineer licensed in the State of Maryland. The design shall indicate the maximum wind speed allowed for the containment system.

c. The containment system shall be designed to give surety that no damage occurs to the tank roof or shell. Damage or deformation to the tank structure as a result of the containment system shall be repaired by the Contractor at no additional cost to the owner. The Contractor assumes any and all responsibility for the tank to structurally support the containment system.

Page 98: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

01749-8 2370/60087

7/16 Worker Protection, Environmental, Protection and Waste Disposal

d. All containment system items desired to be left on the tank structure upon completion of work shall be approved by the Owner prior to containment system installation.

e. The contractor shall provide, operate, and maintain a Type J1 Air Filtration System as a minimum to achieve a negative pressure within the containment as specified in SSPC-Guide 6, Guide for Containing Debris Generated During Paint Removal Operations.

f. Dust collection shall be maintained during all abrasive cleaning and all other operations in which dust, emissions, and debris may be produced.

g. The quantity and size of all ventilation system components shall be based upon the limits of the Contractor’s paint removal operations.

2. Air Quality and Ambient Air Monitoring

a. Visible airborne emissions and debris are prohibited and are cause for immediate project shutdown. If visible emissions are observed, the Owner reserves the right to require additional containment methods at no additional cost.

b. The contractor shall be responsible for ambient air monitoring (PM-10) during all abrasive cleaning or other operations in which emissions may be produced. Monitoring shall be in accordance all applicable OSHA, EPA, federal, state and local regulations.

c. The Contractor shall submit for approval an air monitoring plan, including proposed number, locations and frequency of sampling. The monitoring plan shall include the use of TSP monitors, and high volume air samplers equipped with PM-10 heads. The Contractor shall provide for environmental monitoring before, during, an after paint removal operations. In the event air sampling indicated that airborne lead concentrations are equal to or greater than 1.5 micrograms per cubic meter or background levels; or wipe samples indicated lead concentrations equal to or greater than 500 micrograms per square foot, or background levels outside of the containment, the Contractor shall stop paint removal operations and take such steps as are required to reduce the concentrations of airborne dust generation.

d. Monitoring results shall be submitted as expeditiously as possible. e. All air quality sampling, analysis, and reporting shall be conducted by persons

who have no financial interest in, or personal association with, the site owner or operator, general contractor, or the abrasive blasting contractor.

3. Ground Protection

a. Conduct all activities so that release of paint debris onto the unprotected ground does not occur.

b. Protect the ground surrounding the work area with air and dust impenetrable materials to capture dislodged paint chips. Extend the ground covers at a minimum of 15 feet in all directions around the perimeter of the project to avoid losing debris through rips, tears, or breaks in the coverings. Remove paint chips and debris from the ground covers at the end of the each day together with any paint chips or debris that is not captured by the ground covers.

4. Soil Sampling and Analysis

a. The Contractor shall perform pre and post construction soil samples borings and

pay for laboratory analysis. A minimum of four (4) pre and post construction soil samples will be taken and analyzed for all eight (8) RCRA heavy metals. Each

Page 99: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

01749-9 2370/60087

7/16 Worker Protection, Environmental, Protection and Waste Disposal

sample shall consist of five (5) 3/4" diameter plugs by 1/2" deep taken from a 1 square foot area. Samples shall be taken randomly throughout the site and specifically in areas suspected of containment breach and spills. Pre and post soil samples should be taken in the same areas. Pre soil samples shall be taken before repairs, rigging and surface preparation. Post soil samples shall be performed prior to substantial completion. The Engineer shall conduct visual and laboratory testing and analysis of soil. A certified laboratory for soil analysis shall be required. The contractor will be advised if such testing and analysis will be performed. The Engineer will take soil samples prior to the contractor performing any surface preparation and after project completion. These samples are separate from the preconstruction samples taken by the Contractor. This will determine the pre-project contamination levels.

b. The ground (soil) will be considered to have been impacted by project activities based on the analysis a described below: 1) Visible paint chips or debris are present on the ground. 2) Any post -job sample levels increase over the geometric mean pre-job

lead concentration. If the geometric mean pre-job total toxic metal concentration is less than 200 ppm, an impact is considered to have occurred if the post-job geometric mean toxic metal concentration is an increase of 100 ppm or more. If the pre-job concentration is greater than 200 ppm, an impact is considered to have occurred if the post-job geometric mean toxic metal concentration exceeds the pre-job geometric mean plus 2 standard deviations, or an increase of 100 ppm occurs, whichever is greater.

c. If ground has been impacted, then remediation must take place in accordance with all applicable regulations. A plan for remediation must be submitted by the Contractor to the Engineer for approval. Remediation will be performed at no additional cost to the County. Note also that Section 3D-2a requires that the project site be cleaned of all paint chips and debris upon completion, even if the paint chips and debris are a pre-existing condition.

C. WASTE CLASSIFICATION, HANDLING, AND DISPOSAL

1. General

a. All costs associated with providing hazardous and non-hazardous waste disposal shall be included in the total cost of surface preparation and painting operations.

b. The County is the generator of the hazardous waste for permitting purposes, and will provide the EPA identification number, but the Contractor is responsible for the collection, handling, storage, transportation and disposal of all wastes (hazardous and non-hazardous) including scrap steel.

c. Recover all waste products generated during demolition activities, including but not limited to rags, tape, disposal coveralls, filters, and paint debris.

d. Select the location of the secured waste storage area together with the Engineer. Transport the waste to the secured storage area at the end of each day.

e. Conduct the work in strict accordance with Federal, State, and local regulations governing the handling, transportation and disposal of waste.

2. Items provided by the County a. An EPA ID number.

Page 100: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

01749-10 2370/60087

7/16 Worker Protection, Environmental, Protection and Waste Disposal

3. Items provided by the Contractor

a. Containerizing, testing (classifying), handling, and storage of all waste. b. Contracting with licensed and/or permitted waste transporters for the

transportation of all hazardous and non-hazardous waste, waste water and scrap steel.

c. Contracting with licensed and/or permitted recyclers or disposers of paint waste, and smelting facilities for the scrap steel.

d. Secure waste storage areas, selected with the approval of the Engineer. e. Completed hazardous waste manifest signed by DOT trained representative.

4. Paint Waste Sampling, Testing, and Classification

a. General 1) Comply with the following provisions for the sampling, testing, and

classification of any paint waste generated from the project, such as the paint removed prior to cutting or loose paint chips dislodged from the scrap steel.

2) Separate requirements for scrap steel are provided later in this specification. b. Sampling of Paint Debris

1) Collect representative samples of the paint debris generated by project activities. Collect all samples under the observation of the Engineer.

2) Collect samples in accordance with SW-846, “Test Methods for Evaluating Solid Waste – Physical/Chemical Methods”. Describe the sampling methods in the Waste Handling Plan.

3) Complete the initial sampling of each waste stream immediately upon filling the first container, but do not allow waste to accumulate for longer than 30 days before sampling. After the representative samples are collected, send them immediately to the laboratory for analysis.

4) Unless otherwise directed by the County, or required by state regulations or the waste recycling or disposal facility, once each waste stream is sampled, tested, and classified, additional sampling and analysis are not required for subsequent shipments unless the waste stream changes.

c. Testing of Paint Debris 1) Have all testing performed by a qualified laboratory acceptable to the

County. Direct the laboratory to test the waste in accordance with individuals collecting the samples and conducting the laboratory tests, and an interpretation of the results. Include copies of the chain-of-custody forms in the documentation.

2) Copies of the test results shall be sent to the Engineer prior to removal from the site.

3) All copies of documentation including manifests, chain of custody forms, and test results shall be submitted to the Engineer prior to final payment.

5. Handling, Packaging, and Storage of Waste

a. Comply with 40 CFR 262 and state County regulations for the on-site handling, packaging, and storage of all hazardous waste generated by the project.

b. Comply with State and County regulations as applicable for the handling, packaging, and storage or non-hazardous construction waste.

c. Do not place hazardous waste on the unprotected ground (e.g., cover the ground with impervious tarpaulins). Locate hazardous waste in a secure area with signs around the perimeter, and shielded adequately to prevent dispersion of the waste by wind or water. Contact the Engineer for approval of the storage location(s).

Page 101: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

01749-11 2370/60087

7/16 Worker Protection, Environmental, Protection and Waste Disposal

If the Engineer identifies a separate location at the project site as the secure storage area, when the quantity of waste at the satellite storage area exceeds 55 gallons, move the debris to the designated storage area within three days.

d. At minimum, collect and store the waste at the end of each working day in the storage drums or containers such that no waste is left exposed overnight. Use DOT-approved containers for hazardous waste storage.

e. Cover all containers immediately upon filling and confirm that all lids are attached except when filling. Verify that all labels remain intact.

f. Store non-hazardous waste separately from hazardous waste. Do not co-mix hazardous waste with non-hazardous waste. Do not mix different types of hazardous waste together unless specifically approved by the County and the disposal facility.

g. Arrange containers in the storage area for easy accessibility. Stage the containers together in lots no greater than two rows of five containers each. Maintain a minimum lane clearance of 36 inches between each lot of ten containers.

h. Verify that all waste is transported to the appropriate recycling or disposal facility within 60 days after waste is first place into the container.

i. Improper waste storage is cause for immediate project shut down until appropriate corrective action is completed.

j. Train all personnel in the proper handling of the hazardous waste at the work site in accordance with 40 CFR 265.16. Include procedures in the Waste Handling Plan that will follow in the event of a release or spill, required notification, and methods to be used for cleanup. Maintain all training records on-site.

k. Do not fill any container or roll-off in excess of the capacity marked on the container. If delays during pick-up are caused by overfilled containers, remediate the situation at no additional cost to the County.

l. If soil remediation is required as a result of Contractor activities, place the soil into separate containers, and assume all costs for its disposal.

6. Labeling of Waste Containers

a. Immediately label all containers of project waste and debris to identify the contents.

b. After the TCLP test results are received, immediately apply hazardous waste labels, if the waste tests hazardous. Label each container or roll-off of hazardous waste in accordance with 40 CFR 262, 49 CFR 147-179, and State and County regulations. Include the following minimum information: 1) Hazardous Waste. Federal law prohibits improper disposal. If found,

contact the nearest police, or public safety authority, or the U.S. Environmental Protection Agency.

2) Proper DOT Shipping Name 3) Manifest Document Number 4) Generator Name, Address, and EPA ID Number 5) Date of Accumulation 6) EPA Waste Number

c. Apply non-hazardous waste classification labels on all other project waste in accordance with County and state regulations.

d. Enter the above information using permanent marking material, printed in English, and displayed on a background of contrasting color unobscured by other labels or attachments. Locate labeling away from other markings that could substantially reduce its effectiveness.

Page 102: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

01749-12 2370/60087

7/16 Worker Protection, Environmental, Protection and Waste Disposal

e. Complete the labeling, marking, and placarding activities under the observation of the Engineer, prior to storing or transporting any container or roll-off.

f. Separate labeling requirements for scrap steel are provided later in this Specification.

7. Transportation and Disposal of all waste, Except Scrap Steel

a. Hazardous Waste 1) Prepare the hazardous waste manifest for each shipment and provide to

the Engineer for review. 2) Arrange for the transportation of all hazardous waste by a licensed

transporter in accordance with 40 CFR 263, 49 CFR 171-179, and County and state regulations. Also comply with applicable County or County regulations. Waste must be completely covered during transportation. Provide the name, address, and qualifications of the licensed waste transporter to the County for acceptance.

3) Arrange for the recycling or disposal of all hazardous waste in accordance with 40 CFR 264, 40 CFR 268, and County and state regulations. Verify that only licensed TSD facilities are used. Provide the name, address, qualifications, and letter of commitment from the recycling or TSD facility to the County or acceptance.

4) Provide a certification for each manifest shipment that the waste was accepted by the recycling or disposal facilities, and was properly treated and disposed. If the manifest is not returned to the County within 30 days, contact the disposal facility and/or transporter to track the shipment.

5) Comply with all of the manifesting, certifications, and reporting requirements for hazardous waste in accordance with 40 CFR 262, 40 CFR 268, and County and State regulations, including certificates of final disposal for each shipment.

b. Non-Hazardous Construction Waste 1) Transport and dispose of all residual and non-hazardous construction

waste in accordance with County and State regulations. 2) Waste must be completely covered during transport.

c. Comply with additional County and County regulations are applicable. 8. Special Requirements for Scrap Steel

a. The scrap steel from this project is coated with paints containing toxic metals. b. Store all demolished steel on solid ground covers or on solid surfaces such as

pavement or concrete, and isolate the area with ribbons or other barriers. Clean up dislodged paint chips on a daily basis as established in Section 3B of this Specification.

c. Scrap Steel coated with paint which contains lead can be accepted for re-melt. Identify the ultimate destination of the scrap steel (e.g., steel mill, ferrous foundry), including the capability of the selected firm to process steel coated with paint containing toxic metals. With the submittals, provide the County with a letter from the steel smelter indicating that it is a permitted facility and will accept the waste. If the steel is not shipped for processing, treat it the same as paint debris as detailed in the preceding sections.

d. Prepare an MSDS to accompany all shipments of scrap steel, identifying the toxic metals that are presented. Provide a copy of the MSDS to the Engineer prior to shipping the steel.

Page 103: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

01749-13 2370/60087

7/16 Worker Protection, Environmental, Protection and Waste Disposal

e. Ship that scrap steel to the smelter within 60 days after it is generated. Provide the name, address, and qualifications of the licensed waste transporter to the County for acceptance.

f. Provide the County with written confirmation from the receiving facility that the painted steel was properly destroyed.

9. Special Handling and Disposal Conditions for Waste Water

a. Provide containers for the collection and retention of all waste water, including but not limited to the water used for hygiene purposes, laundering of clothing if done on site, and cleanup activities.

b. Filter visible paint chips and particulate from the water prior to placing it into the containers. Prior to disposal, test the water for total toxic metals and provide ample filtration (e.g., through a multi-state filtration system ending in 5 microns or better if needed) until the water is not classified as hazardous.

c. Make disposal arrangements with the local publicly owned treatment works (POTW), Sanitation Company, or other appropriate permitted facility. Provide the County with documentation signed by an official of the facility stating that the facility will accept the waste, and that the levels of any toxic metals remaining in the water is acceptable.

d. Provide the County with the name and address of the transporter and disposal facility for acceptance prior to use.

10. Recordkeeping – Provide the following information to the County for a retention period

of a minimum of 5 years; all manifests, a listing of the type and quantity of all waste generated, and the transportation and disposal facilities used for all waste.

D. Cleaning and Clearance of Materials, Equipment, and Surrounding Surfaces

1. Contractor Materials and Equipment

a. Upon completion of project activities, remove all Contractor equipment and materials. Thoroughly HEPA vacuum, wash, or otherwise decontaminate reusable items until they are visually clean prior to removal from the project site. The use of compressed air for cleanup activities is prohibited unless used in conjunction with a ventilation system designed to capture the airborne particulate. The items to be cleaned include, but are not limited to, demolition equipment, containment materials, ground covers, and scaffolding.

b. If adequate cleaning is not possible, treat materials as waste and dispose of in accordance with the requirements of this specification.

c. Collect water used for cleaning and dispose of in accordance with the requirements of this specification.

d. The Contractor shall conduct work area clearance testing at such time as the paint removal operations are complete and prior to the removal of work area containment structures. Prior to any clearance testing, the Contractor shall package and remove all debris, residue, and waste materials (with the exception of the single layer of plastic sheeting on the barrier walls) and clean all surfaces free of visible dust and paint debris. Clearance testing, will be performed after the final clean-up has been completed and all surfaces are dry, and after the area has passed a visual inspection by the Engineer. The Contractor shall collect both air and wipe samples inside and outside of the work area.

e. Clearance shall be deemed complete at such time as all samples are found to be below the following:

Page 104: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

01749-14 2370/60087

7/16 Worker Protection, Environmental, Protection and Waste Disposal

1) Air samples - 1.5 micrograms per cubic meter or background levels, whichever is greater.

2) Wipe samples - 200 micrograms per square foot. f. At the completion of all clearance monitoring, the Contractor may remove the

barrier walls and decontamination units. g. The Contractor shall provide for observation by the Engineer of all testing

performed.

2. Cleaning of Surrounding Property and Surfaces a. General Inspection and Cleaning Requirements

1) Upon completion of project activities, and after all Contractor equipment and materials have been removed, conduct an inspection of the project site and surrounding property and surfaces located within the likely dispersion zone of project dust and debris.

2) Thoroughly inspect the property and surfaces for the presence of project-generated debris including, but not limited to, spent paint removal media, paint chips, materials of construction, fuel, and other litter. Remove all visible paint chips, and debris from the project site, even if the paint chips and debris were a pre-existing condition. Use HEPA vacuums as needed for the cleaning.

3) After all clean up activities are completed, conduct a final inspection with the County. Conduct any additional cleaning identified by the County.

4) Include procedures for project cleanup in the Environmental compliance Plan, including the type of testing and analysis that will be employed to verify that the cleanliness complies with the acceptance criteria identified in this item.

5) Collect water used for cleaning and dispose of in accordance with the requirements of this specification.

b. Remediation of Surrounding Property – If directed by the County, conduct the necessary remediation of soil if impacted by project activities as described earlier in this specification

3. Report on Clearance Inspections – Prepare a letter report presenting the results of the

inspections and test conducted to verify the final cleanliness of the project site, surrounding property, waterways, equipment, buildings, and structures. Include a summary of any problems or releases that occurred during the project and the clean up and corrective action measures that were taken to resolve the problem and to prevent reoccurrence.

E. Reportable Releases

1. CERCLA – Reportable quantities under CERCLA are found in 20 CFR 302. In the case

of lead, the reportable quantity is a release of 10 or more pounds in a 24 hour period. If such releases occur, stop work immediately and notify the County and the National Response Center (800.424.8802)

End of Section

Page 105: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

01770-1 2370/60087

7/16 Closeout Procedures

SECTION 01770

CLOSEOUT PROCEDURES

01770.01 GENERAL

A. Summary

1. Section includes administrative and procedural requirements for contract closeout, including, but not limited to, the following: a. Substantial Completion procedures b. Final completion procedures c. Warranties d. Final cleaning

2. Requirements in this Section are in addition to those specified in the General Requirements.

B. Substantial Completion 1. Preliminary Procedures: Before requesting inspection for determining date of

Substantial Completion, complete the following. a. Advise Owner of pending project liability insurance changeover requirements. b. Submit specific warranties, workmanship bonds, maintenance service

agreements, final certifications, and similar documents. c. Obtain and submit releases permitting Owner unrestricted use of the Work and

access to services and utilities. Include occupancy permits, operating certificates, and similar releases.

d. Prepare and submit Project Record Documents, operation and maintenance manuals, final completion construction photographic documentation, damage or settlement surveys, and similar final record information.

e. Deliver tools, spare parts, extra materials, and similar items to location designated by Owner. Label with manufacturer's name and model number where applicable.

f. Make final changeover of permanent locks and deliver keys to Owner. Advise Owner's personnel of changeover in security provisions.

g. Complete startup testing of systems. h. Submit test/adjust/balance records. i. Terminate and remove temporary facilities from Project site, along with

mockups, construction tools, and similar elements. j. Advise Owner of changeover in heat and other utilities. k. Submit changeover information related to Owner's occupancy, use, operation,

and maintenance. l. Complete final cleaning requirements, including touchup painting.

m. Touch up and otherwise repair and restore marred exposed finishes to eliminate visual defects.

2. Inspection: Submit a written request for inspection for Substantial Completion. On receipt of request, Engineer shall either proceed with inspection or notify Contractor of unfulfilled requirements. Engineer shall prepare the Certificate of Substantial Completion after inspection or shall notify Contractor of items that must be completed or corrected before certificate will be issued.

Page 106: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

01770-2 2370/60087

7/16 Closeout Procedures

a. Reinspection: Request reinspection when the Work identified in previous inspections as incomplete is completed or corrected.

b. Results of completed inspection shall form the basis of requirements for final completion.

3. Certificate of Substantial Completion shall include a list of items to be completed and corrected (punch list), prepared by the Engineer.

C. Conditional Completion

1. Preliminary Procedures: Before requesting final inspection for determining conditional completion, complete the following: a. Submit a final Application for Payment according to General Requirements. b. Submit certified copy of Engineer’s Substantial Completion inspection list of

items to be completed or corrected (punch list), endorsed and dated by Engineer. The certified copy of the list shall state that each item has been completed or otherwise resolved for acceptance.

c. Submit evidence of final, continuing insurance coverage complying with insurance requirements.

d. Submit pest-control final inspection report and warranty. e. Instruct Owner's personnel in operation, adjustment, and maintenance of

products, equipment, and systems. Submit demonstration and training video recordings.

2. Inspection: Submit a written request for final inspection for acceptance. On receipt of

request, Engineer shall either proceed with inspection or notify Contractor of unfulfilled requirements. Engineer shall prepare a final Certificate for Payment after inspection or shall notify Contractor of construction that must be completed or corrected before certificate will be issued. a. Reinspection: Request reinspection when the Work identified in previous

inspections as incomplete is completed or corrected.

D. LIST OF INCOMPLETE ITEMS (PUNCH LIST)

1. List shall include name and identification of each space and area affected by construction operations for incomplete items and items needing correction including, if necessary, areas disturbed by Contractor that are outside the limits of construction. a. List of spaces shall be organized in sequential order, starting with exterior

areas first and proceeding from lowest floor to highest floor. b. Items applying to each space shall be organized by major element, including

categories for ceiling, individual walls, floors, equipment, and systems. c. List shall include the estimated value of each item to be completed or

corrected.

E. WARRANTIES

1. Submittal Time: Submit written warranties on request of Engineer for designated portions of the Work where commencement of warranties other than date of Substantial Completion is indicated.

Page 107: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

01770-3 2370/60087

7/16 Closeout Procedures

2. Partial Occupancy: Submit properly executed warranties within 15 days of completion of designated portions of the Work that are completed and occupied or used by Owner during construction period by separate agreement with Contractor.

3. Organize warranty documents into an orderly sequence based on the table of contents of the Contract Documents. a. Scan warranties and bonds and assemble complete warranty and bond

submittal package into a single indexed electronic PDF file with links enabling navigation to each item. Provide table of contents at beginning of document.

4. Provide additional copies of each warranty to include in operation and maintenance

manuals.

01770.02 PRODUCTS

A. Materials

1. Cleaning Agents: Use cleaning materials and agents recommended by manufacturer or fabricator of the surface to be cleaned. Do not use cleaning agents that are potentially hazardous to health or property or that might damage finished surfaces.

01770.03 EXECUTION

A. Final Cleaning

1. General: Perform final cleaning. Conduct cleaning and waste-removal operations to comply with local laws and ordinances and Federal and local environmental and antipollution regulations.

2. Cleaning: Employ experienced workers or professional cleaners for final cleaning. Clean each surface or unit to condition expected in an average commercial building cleaning and maintenance program. Comply with manufacturer's written instructions. a. Complete the following cleaning operations before requesting inspection for

certification of Substantial Completion for entire Project or for a portion of Project: 1) Clean Project site, yard, and grounds, in areas disturbed by

construction activities, including landscape development areas, of rubbish, waste material, litter, and other foreign substances.

2) Sweep paved areas broom clean. Remove petrochemical spills, stains, and other foreign deposits.

3) Rake grounds that are neither planted nor paved to a smooth, even-textured surface.

4) Remove tools, construction equipment, machinery, and surplus material from Project site.

5) Remove snow and ice to provide safe access to building. 6) Clean exposed exterior and interior hard-surfaced finishes to a dirt-

free condition, free of stains, films, and similar foreign substances. Avoid disturbing natural weathering of exterior surfaces. Restore reflective surfaces to their original condition.

7) Remove debris and surface dust from limited access spaces, including roofs, plenums, shafts, trenches, equipment vaults, manholes, attics, and similar spaces.

8) Sweep concrete floors broom clean in unoccupied spaces. 9) Remove labels that are not permanent.

Page 108: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

01770-4 2370/60087

7/16 Closeout Procedures

10) Touch up and otherwise repair and restore marred, exposed finishes and surfaces. Replace finishes and surfaces that cannot be satisfactorily repaired or restored or that already show evidence of repair or restoration. a) Do not paint over "UL" and other required labels and

identification, including mechanical and electrical nameplates. 11) Wipe surfaces of mechanical and electrical equipment, elevator

equipment, and similar equipment. Remove excess lubrication, paint and mortar droppings, and other foreign substances.

12) Replace parts subject to operating conditions during construction that may impede operation or reduce longevity.

13) Clean plumbing fixtures to a sanitary condition, free of stains, including stains resulting from water exposure.

14) Replace disposable air filters and clean permanent air filters. Clean exposed surfaces of diffusers, registers, and grills.

15) Clean ducts, blowers, and coils if units were operated without filters during construction or that display contamination with particulate matter upon inspection.

16) Clean light fixtures, lamps, globes, and reflectors to function with full efficiency. Replace burned-out bulbs, and those noticeably dimmed by hours of use, and defective and noisy starters in fluorescent and mercury vapor fixtures to comply with requirements for new fixtures.

17) Leave Project clean and ready for occupancy.

3. Pest Control: Engage an experienced, licensed exterminator to make a final inspection and rid Project of rodents, insects, and other pests. Prepare and submit report.

4. Construction Waste Disposal: Comply with waste disposal requirements in Section 01510 "Temporary Facilities and Controls."

End of Section

Page 109: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

02556-1 2372/60087

7/16 Tank Chlorination/Dechlorination

SECTION 02556

TANK CHLORINATION/DECHLORNATION

02556.01 GENERAL A. Scope and General Conditions

1. This section includes the requirements for disinfection of the Linthicum Elevated Water

Storage Tank. B. References

1. AWWA D102-Latest Edition 2. AWWA C652-Latest Edition, Section 4.0 "Disinfection Methods", Method 2, 3. MDE 4. National Sanitation Foundation (NSF) Standard 61 "Drinking Water System

Components-Health Effects." C. Record of Compliance

1. The record of compliance shall be Volatile Organic Compounds (VOC), chlorine and pH results and bacteriological test results (total coliform and E coli) for certifying that the water held in the storage facility is safe and compliant. In addition, the turbidity of the water shall be tested and shall meet the requirements of the County.

2. Take samples and conduct necessary testing to ensure water supply is free of coliform and pathogenic organisms, and in accordance with EPA guidelines.

D. Contractor Requirements

1. Furnish all chlorination materials, de-chlorination materials, rigging, equipment, safety

equipment and labor required to disinfect the interior of the Linthicum EWST.

2. After the interior coating has dried at least seven (7) days or at least the minimum number of days required by the coating manufacturer, whichever is greater, the Contractor shall furnish all rigging, equipment, pressure washing equipment, safety equipment, harnesses, respirators, labor and materials to disinfect the interior of tank with a strong chlorine solution in compliance with standards specified herein. It should be noted that the tank will not be filled if any surfaces of the exterior or interior dry are not fully cured and can be damaged by condensation.

3. The procedures and guidelines suggested are general in nature and the Contractor shall submit a disinfection plan for approval. The plan shall be submitted in compliance with Section 01330 "Submittals." At a minimum the plan shall include: a. Tank Isolation and Pre-chlorination Procedures, b. Initial Cleaning Procedures Prior to Chlorination, c. Chlorination Procedures in Conjunction with Chlorination Method 2, d. Rigging and Safety Equipment to be used,

Page 110: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

02556-2 2372/60087  

7/16 Tank Chlorination/Dechlorination

e. Emergency Evacuation Plan, f. Materials to be used, g. Dechlorination Procedures, h. Schedule. Where no schedule has been defined, bacteriological samples shall be

taken as soon as the tank is filled and always within three (3) working days after receipt of written notification from Contractor that chlorination is complete. Results of sample analysis will be available within three (3) calendar days after sampling,

i. Contingency Plan (should VOC and bacteria tests) fail including causes for failure and procedure for correction and re-disinfection, sampling and related requirements.

4. The Contractor shall insure that the finish-coat is not damaged as a result of pressure

washing and disinfection operations. Any such damage shall be corrected and reinspected at the Contractor's expense.

5. No work shall be permitted until proper notification and verification of the schedule.

6. Ensure lining has cured prior to chlorination. E. County Requirements

1. General: The County shall provide water for filling the tank only. The County's personnel

shall coordinate all valve and piping work. 2. The County shall schedule a meeting prior to disinfection with all parties present. The

purpose of the meeting is to define all of the responsibilities of each party, procedures required for disinfection and also to establish a time frame.

3. The County's personnel shall operate all valves and maintain isolation valves in closed position during disinfection period until bacteriological samples have satisfactorily passed tests.

F. Approved Chlorination Method

1. AWWA C652-Latest Edition, Section 4.0 "Disinfection Methods", Method 2,

a. Sufficient chlorine compound shall be dissolved in water to form to a 200 mg/L

solution, which shall be sprayed on all interior areas. Repeat the spray process after a 30 minute interval, and then remove from tank. Chlorine solution may be mixed in a drum on the ground and pumped with airless spray equipment into the tank, piping and wet riser.

b. De-chlorinate spent water as per County requirements and properly dispose of once the captured water has had sufficient time to be neutralized.

G. Special Conditions

1. The Contractor shall be required to seal all piping and drains and shall isolate and or capture all spent tap water, chlorinated water and debris. Discharging water with any measurable chlorine residual or contaminated water or other liquids and/or solids into any drain or sewer is prohibited. Such release shall be grounds for immediate termination of this Contact and the Contractor shall be liable for any fines, penalties or remediation

Page 111: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

02556-3 2372/60087

7/16 Tank Chlorination/Dechlorination

costs. The Contractor shall protect all drain systems from the entrance of any liquids or solids at all times. Once the chlorination material dissipates to a residual of 0.0 ppm the Contractor shall legally dispose of the material. Utilization of storm sewers and waterways is not permitted.

2. Should the bacteria test(s) fail, the Contractor shall re-disinfect at no cost to County until acceptable bacteria and VOC tests and also, turbidity goals are met. The Contractor is also responsible for disposing of all water. If adjustments are required in the Contractor's disinfection plan, they shall be made at no cost to the County.

3. As part of this Contract, the Contractor shall be required to repeat the tank chlorination plan at the anniversary inspections.

H. Submittals

1. General: Submit for Information Only.

a. Qualifications and experience of personnel under whose supervision chlorination or dechlorination is to be performed when liquid chlorine as described in A WW A B301 or other pressurized chemicals.

b. Method of Construction with Contactor Drawings to include method of chlorination, type and quantity of chemicals, source of water for disinfection, discharge locations of chlorinated water or, if required, method of treating chlorinated water.

2. Disinfection Plan: The procedures and guidelines suggested in the disinfection plan are

general in nature and the Contractor shall submit his or her own plan for approval. The plan shall be submitted to the County for review at least fourteen (14) days prior to the work and shall include the following minimum items: a. Tank Isolation and Pre-chlorination Procedures b. Initial Cleaning Procedures Prior to Chlorination c. Chlorination Procedures in Conjunction with Chlorination Method 2 d. Rigging and Safety Equipment to be used e. Emergency Evacuation Plan f. Materials to be used g. Dechlorination Procedures h. Schedule i. Contingency Plan should VOC and bacteria testes) fail including causes for

failure and procedure for correction and re-disinfection, sampling and related requirements.

I. Quality Assurance

1. The Contractor shall subcontract a certified MDE water sampler to obtain a sample from the bowl of the tank 10 feet below the water line before the completion of the project. This water sample shall be obtained after all coating rehabilitation work on the interior has been completed. The sample shall be tested for the following: a. Volatile Organic Compounds (VOC) -as per table in Appendix E. b. Chlorine and pH results at the time the sample was taken as well as from the

laboratory. c. Bacteriological-(Total Coliform and E coli.) The results after 24 hours shall be

Page 112: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

02556-4 2372/60087  

7/16 Tank Chlorination/Dechlorination

submitted to the County for all Bacteriological testing, as well as the complete test results after 3-5 days of full growth on the sample.

d. Turbidity

2. The Contractor shall provide appropriate testing to insure the adequacy of chlorination, de-chlorination, VOC (Volatile Organic Compounds), and bacteria-free condition of the water tank in accordance with AWWA DlOO-11 and MDE drinking water quality. Contractor shall provide additional chemicals when needed to achieve appropriate chemical residuals or bacteriological purity requirements. The Contractor is also responsible to provide new gaskets for each manway on the tank when the tank is disinfected. The Contractor shall install all new gaskets and ensure that there are no leaks prior to filling the tank.

3. The Contractor is also responsible to comply with all applicable State and Federal agencies regarding drinking water standards. The MDE water quality standards include all of the parameters listed in the MDE Sampling Form which is provided in Appendix D of this Specification.

4. The Contractor shall furnish the results of the total coliform, E. coli, and VOC tests to MDE for

approval prior to placing the tank in service.

5. The Contractor is responsible for all costs incurred for additional draining, and refilling of the tank and any additional testing necessary to comply with regulations for the residual chlorine, bacteria, and/or VOC levels of the water after disinfection. The Contractor is responsible for all costs for testing the drinking water prior to returning the tank to service. Should the bacteriological samples not pass satisfactorily, Contractor shall repeat process until samples pass on two consecutive days.

02256.02 PRODUCTS A. Materials

1. General: All materials used to disinfect the tank interior, that may come in contact with surfaces that will store potable water shall meet the requirements under the National Sanitation Foundation (NSF) Standard 61 "Drinking Water System Components-Health Effects."

2. Disinfection: Approved Forms of Chlorine have been provided and shall comply with

AWWAC651: a. Liquid Chlorine, b. Sodium Hypochlorite Solution (liquid), c. Calcium Hypochlorite Granules (dry solid).

3. Dechlorination;

a. Ascorbic Acid, or approved equal.

4. Related Materials and Products: a. Materials: Follow AWWA standards and requirements specified herein:

1) Dechlorination Tablets: LPD-CHLOR M Sodium Sulfite, Bio-Max Sodium Sulfite, or VIT A-D-CHLOR (Ascorbic acid).

2) Bag: 16 inch (top opening) by 8 inch nylon.

Page 113: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

02556-5 2372/60087

7/16 Tank Chlorination/Dechlorination

3) Diffusers: a) For flow rates up to 120 gpm: Use 4 inch circular strainer to

hold bag with sodium sulfite or ascorbic acid tablets, attach to fire hydrant or fire hose using adapter.

b) For flow rates from 31-1250 gpm: use Pollard LPD-250 or LPD-250A Diffusing Dechlorinator.

c) Low Flow Inserts: For flow rates from 31 to 200gpm. 4) Rubber Bands: Heavy duty to fit around nylon bag. 5) Fire Hose: Standard 2 Y, inch. 6) High Pressure washing Hoses: Suitable for machine they are serving. 7) Adapters: To connect 4-inch circular strainer to fire hydrant or fire hose. 8) End Wall Cap: Threaded for use with standard fire hose. 9) Protection Equipment: See LPD-CHLOR TM TABLET Material Safety

Data Sheets (MSDS). 10) Chlorine Field Test Kit (Hach Colorimeter). 11) Containers: Any containers used for mixing chlorine or de-chlorine

solutions (i.e. 55 gallon drums, etc.) shall be free of contaminants as per National Sanitation Foundation (NSF) Standard 61 "Drinking Water System Components-Health Effects."

02256.03 EXECUTION A. Tank Cleaning and Disinfection Procedures

Tank Cleaning and Disinfection Procedures shall include but not limited to:

1. Seal all drains, pipes and tank appurtenances that could result in a release of disinfection materials.

2. Pre-cleaning requirements: a. Physically remove all materials from the interior including but not limited to

unused rigging, tools, spent cleaning and paint materials and debris such as dust and discarded safety equipment prior to washing out the tank

b. Pressure wash clean 100% of all interior surfaces including roof and supports, compression rings, shell, bowl, riser cylinder and related piping and tank appurtenances prior to disinfection.

c. The County reserves the right to conduct an optional pre-cleaning operation in-house, prior to the Contractor performing disinfection procedures. The pre-cleaning or flushing method includes:

1) The County shall open the influent/effluent valve to flush-out the isolation valve to the tank and to remove any residual sediment prior to disinfection. One procedure includes opening the inlet valve to the tank and observing the flow from the riser manway until the water is clear. Once it is clear, shut the supply down and pump out the residual water out of the lower riser.

d. Water Sampling: Specified elsewhere -Refer to Part l.3of this Specification

3. Disinfection: Once pressure wash cleaning of the interior is completed, the Contractor shall disinfect the tank interior as per the AWWA C652-Latest Edition Chlorination Method.

Page 114: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

02556-6 2372/60087  

7/16 Tank Chlorination/Dechlorination

a. A solution of 200 mg/L available chlorine shall be applied directly to surfaces of all parts of the storage facility that would be in contact with water when the storage facility is full to the overflow elevation. This Contractor shall also be required to apply disinfection solution above the overflow as well to prevent any contaminated materials or bacteria from entering the water supply during repeated cycles of condensation.

b. Method of Application: The chlorine solution may be applied with suitable brushes or spray equipment. The solution shall thoroughly coat all surfaces to be treated, including the inlet and outlet piping, and shall be applied to any separate drain piping such that it will have available chlorine of not less than 10-mg/L when filled with water. Overflow piping and weir shall also be disinfected.

c. Retention: The disinfection surfaces shall remain in contact with the strong chlorine solution for at least 30 minutes. Spent chlorinated water, unused tap water and unused mixed solutions shall be neutralized or dechlorinated to a residual of 0.00 ppm prior to disposal. The Contractor is advised that utilization of storm drains or waterways for disposal shall not be permitted and any costs for disposal shall be included in the lump sum price bid. Potable water shall then be admitted, the drain piping shall be purged of the 10-mg/L chlorinated water, and the storage facility shall then be filled to its overflow level. Following this procedure, and subject to satisfactory bacteriological testing and acceptable aesthetic quality, such water may be delivered to the distribution system. No disinfection material shall be released into storm drains or waterways.

B. Discharging and Treating Chlorinated Water

1. Dechlorination or storage of chlorinated water before discharge:

a. Chemically dechlorinate water or store water until chlorine residual is no detectable.

b. The discharge must meet all State and EPA requirements as specified in General Discharge Permit number 06 HT, Part N Sections A and D. 1) Collect at least 3 grab samples evenly spaced over course of discharge, 2) Analyze samples for chlorine residual, 3) Chlorine residual: Non-detectable in all samples, 4) If water is chemically dechlorinated, dissolved oxygen (DO) must be

measured as well in each of the 3 samples, 5) DO: 5.0 mg/L or greater for discharges to I, I-P, and II waters and 6.0

mg/L or greater for discharges to III, III-P, and N-P waters.

2. Safety Procedures Compliance: a. The Contractor's LHASP. b. County's health and safety programs.

3. Dechlorination Procedure: The suggested dechlorination procedure is a guide in assisting

the Contractor in preparing a dechlorination plan. Whatsoever method and procedures used must be approved by the County and shall meet the requirements specified in this section. a. Proportion mixture or quantity for dechlorination will be made based on the

volume of water being retained. 1) Retain treated chlorinated water in tank and piping for a minimum of 24

hour period or as determined in the Contractor's Plan.

Page 115: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

02556-7 2372/60087

7/16 Tank Chlorination/Dechlorination

2) At end of 24 hour period, treated water shall have no measureable residual chlorine before the water and be discharged into the drain. If the desired residual is not met re-test in 24-hours. The Contractor can adjust the treatment solution as deemed necessary to achieve the desired chlorine residual provided the pH remains below 9.2.

4. Discharging:

a. When sanitary sewers, tanks or detention ponds are not available at project site, then dechlorinate potable water, store or discharge as specified herein. 1) Safety Procedures: LPD-Chlor™ MSDS and the County's health and

safety programs. b. To treat water or pipe lines with flow rates up to 120 gpm: Use

fabricated diffuser of 4-inch strainer and adapter: 1) Place 8 tablets in 8 inch by 16 inch (top opening) nylon bag with 4

tablets pushed to each side of bag. 2) Fold bag over tablets, twisting in center. 3) Secure with rubber bands and position firmly inside fabricated 4 inch

diffuser. 4) Estimated time to replenish tablets:

a) 15 hours for flows of 31 to 120 gpm b) Dechlorination with a low flow insert for flow rates from 31-120

gpm. c) Minimum tables: 10 for every discharge d) Carefully stack tables in column changer of LPD unit.

c. Discharging Methods: Once properly treated: 1) Discharge into existing sanitary sewer (S.S) manholes: The Contractor

shall not discharge into the County's sanitary sewers without permission and also, after meeting federal, state and local standards. The nearest sanitary sewer is *****

2) Maintain minimum 1 foot vertical air gap between end of discharge pipe and drain or manhole frame.

3) Do not cause surcharge or disrupt service. 4) Flow rate into the sanitary sewer may not exceed 0.25 mgd.

a) If flow rate is expected to exceed 0.25 mgd, disposal to sanitary sewer maybe be possible through coordination with Waste Water Collection System Group and/or the appropriate Production Team wastewater treatment plant.

b) Detention pond will not be available for dechlorination or for discharging operations.

02556.04 METHOD OF MEASUREMENT Chlorination & Dechlorination will not be measured for payment.

Items in Section 02556 “Tank Clorination/Dechlorination” will not be paid for as a separate item, but is considered incidental to other items of work. Payment will be included in other related items of work and will constitute full compensation for all labor, equipment, chemicals, tools and incidentals necessary to complete the required work.

End of Section

Page 116: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

THIS PAGE INTENTIONALLY LEFT BLANK

Page 117: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

03900-1 2370/60087

7/16 Restoration of Surfaces

SECTION 03900 RESTORATION OF SURFACES 03900.01 GENERAL A. Summary

1. This Section includes restoration and maintenance of all types of surfaces, sidewalks, curbs, gutters, culverts and other features disturbed, damaged or destroyed during the performance of the work under or as a result of the operations of the Contract.

2. The quality of materials and the performance of work used in the restoration shall produce

a surface or feature equal to the condition of each before the work began. B. References

1. Materials and installation shall be in accordance with the latest revisions of the following codes, standards and specifications, except where more stringent requirements have been specified herein: a. American Society for Testing and Materials (ASTM)

1) D698 - Test Method for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lbf/ft3) (600 kN-m/m3)

b. Maryland Department of Transportation 1) Roads and Bridge Specifications (Current Edition)

C. Submittals

1. In addition to those submittals identified in the General Provisions, the following items shall be submitted: a. A schedule of restoration operations shall be submitted for approval. After an

accepted schedule has been agreed upon it shall be adhered to unless otherwise revised with the approval of the Engineer.

03900.02 PRODUCTS

NOT USED 03900.03 EXECUTION A. General

1. In general, permanent restoration of paved surfaces shall not be permitted until one months' time has elapsed after excavations, including sidewalks, curbs, valve vault, tank footer, and tank foundations have been completely backfilled as specified. A greater length of time may be allowed to elapse before permanent restoration of street surfaces is undertaken, if additional time is required for shrinkage and settlement of the backfill.

Page 118: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

03900-2 2370/60087

7/16 Restoration of Surfaces

2. The replacement of surfaces at any time, whether as scheduled or as directed by the owner or Engineer, shall not relieve the Contractor of responsibility to repair damages by settlement or other failures.

3. Work performed on private property shall be confined to the easements obtained. B. Temporary Pavement

1. Immediately upon completion of backfilling of the trench or excavation, the Contractor shall place a temporary pavement over all disturbed areas of streets, driveways, sidewalks, and other traveled places where the original surface has been disturbed as a result of his operations.

2. Unless otherwise specified or directed the temporary pavement shall consist of compacted crusher run aggregate (limestone) to such a depth as required to withstand the traffic to which it will be subjected.

3. Where concrete pavements are removed, the temporary pavement shall be surfaced with

"cold patch". The surface of the temporary pavement shall conform to the slope and grade of the area being restored.

4. The Contractor shall treat all surfaces, not covered with cold patch, for dust prevention,

and as frequently as may be required. 5. The temporary pavement shall be maintained by the Contractor in a safe and satisfactory

condition until such time as the permanent paving is completed. The Contractor shall immediately remove and restore all pavements that have become unsatisfactory.

C. Permanent Pavement Replacement

1. The permanent and final repaving of all streets, driveways and similar surfaces where pavement has been removed, disturbed, settled or damaged by or as a result of performance of the Contract shall be repaired and replaced by the Contractor, with a new and similar pavement. a. The top surface shall conform to the grade of the existing adjacent pavement. The

entire replacement shall meet the current specifications of the MDOT or the local community which ever has jurisdiction for the particular types of pavement being replaced.

b. Where the local community has no specification for the type of pavement being replaced, the work shall be done in conformity with the MDOT’s Road and Bridges Specifications, most current addition. The Engineer shall determine which portion of the specifications most closely conforms to the type of surface being replaced.

D. Preparation For Permanent Pavement

1. When scheduled and within the time specified, the temporary pavement shall be removed and a base prepared for the permanent pavement. The depth of the base course shall conform to the requirements of the local community or the MDOT Permit. To receive the permanent pavement:

Page 119: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

03900-3 2370/60087

7/16 Restoration of Surfaces

a. The base shall be brought to the required grade and cross-section and thoroughly compacted before placing the permanent pavement.

b. Any base material that has become unstable for any reason shall be removed and

replaced with compacted base materials.

2. Prior to placing the permanent pavement all service boxes, manhole frames and covers and similar structures within the area shall be adjusted to the established grade and cross-section.

3. Edges of the existing asphalt pavement shall be cut a minimum of 1 foot beyond the excavation or disturbed base whichever is greater.

a. All cuts shall be parallel or perpendicular to the centerline of the street. E. Asphalt Pavement

1. The permanent asphalt pavement for streets, driveways and parking area surfaces shall be of bituminous materials of the same depth and kind as the existing pavement unless otherwise specified.

2. Prior to placing of any bituminous pavement a sealer shall be applied to the edges of the existing pavement and other features.

3. Furnishing, handling and compaction of all bituminous materials shall be in accordance

with the MDOT’s Road and Bridge Specifications most current edition. F. Concrete Pavement And Pavement Base

1. Concrete pavements and concrete bases for asphalt, brick or other pavement surfaces shall be replaced with MDOT Class "A3" Concrete, air-entrained.

2. Paving slabs or concrete bases shall be constructed to extend 1 foot beyond each side of

the trench and be supported on undisturbed soil. Where such extension of the pavement will leave less than 2 feet of original pavement slab or base, the repair of the pavement slab or base shall be extended to replace the slab to the edge of the original pavement or base unless otherwise indicated on the Contract Drawings.

3. Where the edge of the pavement slab or concrete base slab falls within the excavation, the

excavation shall be backfilled up to the base of the concrete with Special Backfill. The Special Backfill shall be compacted to 95% maximum dry density as determined by ASTM D 698.

4. The new concrete shall be of the same thickness as the slab being replaced and shall contain

reinforcement equal to the old pavement.

a. New concrete shall be placed and cured in accordance with the applicable provisions of the MDOT’s Road and Bridge Specification most current edition.

Page 120: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

03900-4 2370/60087

7/16 Restoration of Surfaces

G. Stone or Gravel Pavement

1. All pavement and other areas surfaced with stone or gravel shall be replaced with material to match the existing surface unless otherwise specified. a. The depth of the stone or gravel shall be at least equal to the existing. b. After compaction the surface shall conform to the slope and grade of the area

being replaced. H. Concrete Walks, Curbs and Gutter Replacement

1. Concrete walks, curbs and gutters removed or damaged in connection with or as a result of the construction operations shall be replaced with new construction. a. The minimum replacement will be a flag or block of sidewalk or 5 feet of curb or

gutter.

2. Walks shall be constructed of MDOT Class "B2" concrete, air-entrained and on a 4-inch base of compacted gravel or stone. a. The walk shall be not less than 4 inches in thickness or the thickness of the

replaced walk where greater than 4 inches. The walk shall have construction joints spaced not more than 25 feet apart, shall have expansion joints spaced not more than 50 feet apart and shall be sloped at right angles to the longitudinal centerline at approximately 1/4 inch per foot of width.

3. -inch expansion joint material shall be placed around all objects within the sidewalk area

as well as objects to which the new concrete will abut, such as valve boxes, manhole frames, curbs, and buildings.

4. Walks shall be hand-floated, broom-finished, edged, grooved at the construction joints and at intermediate intervals matching those intervals of the walk being replaced.

a. The intermediate grooves shall be scored a minimum of 1/4 of the depth of the walk.

b. The lengths of blocks formed by the grooving tool, and distances between construction and expansion joints shall be uniform throughout the length of the walk in any one location.

5. The minimum length of curb or gutter to be left in place or replaced shall be 5 feet. Where

a full section is not being replaced, the existing curb or gutter shall be saw cut to provide a true edge. a. The restored curb or gutter shall have the same shape, thickness and finish as the

curb or gutter being replaced. The curb and gutter shall be built of the same material (concrete) with construction and expansion joints as stated above for sidewalks.

b. New concrete shall be placed and cured in accordance with the applicable provisions of the MDOT’s Road and Bridge Specification most current edition.

I. Lawns And Improved Areas

1. The area to receive topsoil shall be graded to a depth as specified but not less than 4 inches below the proposed finished surface. a. If the depth of existing topsoil prior to construction was greater than 4 inches,

topsoil shall be replaced to that depth.

Page 121: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

03900-5 2370/60087

7/16 Restoration of Surfaces

2. The furnishing and placing of topsoil, seed and mulch shall be in accordance with the

Section entitled "Topsoil and Seeding".

3. If required to obtain germination, the seeded areas shall be watered. Watering shall be accomplished in such a manner as to prevent washing out of the seed.

4. Any washout or damage that occurs shall be regraded and reseeded until a good sod is

established. 5. The Contractor shall maintain the newly seeded areas in good condition. Maintenance shall

include as needed regrading, reseeding and watering. J. Cultivated Area Replacement

1. Areas of cultivated lands shall be graded to receive topsoil to a depth of not less than the depth of the topsoil before being disturbed. All debris and inorganic material shall be removed prior to the placing of the topsoil.

2. After the topsoil has been placed and graded, the entire area disturbed during construction shall be cultivated to a minimum depth of 12 inches with normal farm equipment. a. Any debris or inorganic materials appearing shall be removed. b. The adjacent undisturbed cultivated area shall govern the removal of stones.

3. Grass areas shall be reseeded using a mixture equal to that of the area before being

disturbed, unless otherwise specified. K. Other Types Of Restoration

1. Trees, shrubs and landscape items damaged or destroyed as a result of the construction operations shall be replaced in like species and size. a. All planting and care thereof shall meet the standards of the American Association

of Nurserymen.

2. Culverts destroyed or removed as a result of the construction operations shall be replaced in like size, material, and shall be replaced at the original location with the proper grade. When there is minor damage to a culvert, with the consent of the Engineer, a repair may be undertaken. Satisfactory results of the repair must be obtained.

3. Should brick pavements be encountered in the work, the restoration shall be as directed.

L. Maintenance

1. The finished products of restoration shall be maintained in an acceptable condition for and during a period of one year following the date of Final Completion or other such date as set forth elsewhere in the Contract Documents.

End of Section

Page 122: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

THIS PAGE INTENTIONALLY LEFT BLANK

Page 123: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

03931-1 2370/60087

7/16 Concrete Protective Coatings

SECTION 03931

CONCRETE PROTECTIVE COATINGS

03931.01 GENERAL

A. Summary 1. This section addresses the work related to furnishing and installing all supervision, labor,

materials and equipment in the work for concrete protective coatings, surface preparation, including formwork, reinforcing, mix design, placement procedures, and finishes.

B. Submittals

1. Submit shop drawings and manufacturers data in accordance with the provisions of Section 01330 “Submittals”, and a. Design Data

1) Epoxy Primer, Epoxy Resin Binder, and Coating System b. Instructions

1) Epoxy Primer, Epoxy Resin Binder, and Coating System: Surface preparation; mixing; curing; application methods, rates and thickness; and holiday detection and repairing.

c. Reports

1) Epoxy Resin Binder and Epoxy Primer – include the following a) Viscosity b) Consistency c) Gel time d) Absorption e) Shrinkage f) Thermal compatibility

2) Coating – Include the following: a) Viscosity b) Number of coats c) Tensile strength d) Abrasion resistance e) Hardness f) Adhesive strength

d. Product Experience and Test Data – Coating

1) Provide documentation including project information, reference, and contact information regarding at least five similar coating applications that have been in service for five years.

2) Provide certified test data documenting compliance with Section 2 B-1 and applicable standards for epoxy coatings used in acid environments.

e. Certificates – Training and Qualifications

All personnel associated with the mixing, handling, and placing of epoxy products

Page 124: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

03931-2 2370/60087

7/16 Concrete Protective Coatings

shall be certified for a minimum of three years by the manufacturer as trained and qualified to perform all operations in accordance with the requirements of the manufacturer and these contract documents. Submit training and qualification certificates for the following products:

1) Epoxy Resin Binder 2) Epoxy Primer 3) Coating System

f. CONTRACTOR shall warrant all work against defects in workmanship and materials for a period of two years from date of final acceptance of the project. Any manufacturer’s warranty shall be provided to the COUNTY in writing but it shall be the responsibility of the CONTRACTOR to enforce the manufacturer’s warranty.

C. References The publications listed below form a part of this Specification to the extent referenced. The publications are referred to in the text by the basic designation only.

AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM)

ASTM C 881 (2014) Epoxy-Resin-Base Bonding System for Concrete

ASTM D 2197 (2013) Standard Test Method for Adhesion for Organic Coating by Scrape Adhesion

ASTM D 4414 (2013) Standard Practice for Measurement of Wet Film Thickness of Organic Coatings by Notched Gages

SOCIETY FOR PROTECTIVE COATINGS (SSPC)

SSPC SP 13 (1997; rev 2013) Discontinuity (Holiday) Testing of New Protective Coatings on Conductive Substrates

D. Definitions

1. Epoxy Resin Binder

A two-component epoxy bonding system, in low and medium viscosities, that is used by itself as a primer or for producing epoxy concrete or mortars when mixed with aggregate.

2. Epoxy Primer

A two-component Polyamide based epoxy primer that adheres to masonry, metal, dry and damp concrete surfaces.

3. Coating System Epoxy Coating System: A 100% solids epoxy lining system suitable for application on concrete surfaces and having resistance to deterioration by gasses and liquids typical of a

Page 125: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

03931-3 2370/60087

7/16 Concrete Protective Coatings

municipal sewer system. The system shall be suitable for application on horizontal, vertical, and overhead surfaces.

E. Measurement and Payment

Concrete coating shall be paid for as part of the Lump Sum Payment for the Contract, and will not be measured for separate payment.

F. Delivery, Storage, and Handling

Inspect materials delivered to site for damage; unload and store with a minimum of handling. Deliver epoxy resin components in original sealed containers and store in dry covered areas at temperatures between 60 and 90 degrees F. Remove from job site unused mixed materials that have reached end of working or pot life. All materials shall be stored and handled in accordance with the respective material safety data sheets and the manufacturer’s written instructions.

G. Weather Limitations

Apply epoxy resin materials only when the contact surfaces are completely dry and when the atmospheric and surface temperature ranges are suitable for the specified epoxy material. Follow manufacturer’s instructions for weather conditions and temperature ranges.

H. Equipment Use a container recommended by the epoxy manufacturer as the mixing vessel. Use a power driven (air or spark proof) propeller type blade for mixing epoxy except that hand mixing may be used for small batches. Use equipment specified by the epoxy resin or polyurea manufacturer for field mixing and application of the coatings system.

03931.02 PRODUCTS

A. Manufacturer

Not used.

B. Materials 1. Epoxy

a. Epoxy Resin Binder for Concrete Repairs:

For horizontal surfaces, use ASTM C 881, Type III Grade 1, and Class C without mineral filler. For vertical and overhead use ASTM C 881, Type III, Grade 3, Class C with filler.

b. Epoxy Primer

When required or recommended by the coating manufacturer, or these documents, apply an epoxy primer to the concrete surfaces receiving the coating. The primer type and application shall be in strict conformance with the coating manufacturer’s instructions.

Page 126: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

03931-4 2370/60087

7/16 Concrete Protective Coatings

c. Coating

1) General

Coating shall be 100% solids epoxy system specifically resistant to corrosive wastewater environments. The coating shall be capable of withstanding, without detrimental effect, continuous contact with or immersion in 10% sulfuric acid solution, moisture, turbulent sewage flow, and temperatures ranging from 20 degrees F. to 120 degrees F. Coating shall use a primer recommended for use with the coating. The epoxy system used for the concrete repair described in Section 03900 “Restoration of Surfaces” shall be compatible with the primer and coating.

03931.03 EXECUTION

A. Preparation 1. General

Clean and prepare all interior horizontal, vertical and overhead concrete in accordance with SSPC SP13. Sand blast and/or water blast with high-pressure water cleaning equipment at 5000 to 10,000 psi at a flow of at least 4 gallons per minute. Cleaned surface must be free of all dirt, debris, oil, grease, fats, chemical contamination, salts, solvents, surface hardeners, incompatible curing compounds and form release agents, laitance and efflorescence. A 28-day minimum cure time is required for all new concrete surfaces before any coating components may be applied.

2. Coating a. Prepare new, rehabilitated, and existing concrete surfaces for coating in

accordance with the coating manufacturer’s written instructions.

3. Obtain written approval of the Engineer prior to applying any new material on existing surfaces.

B. Placement

1. Coating

a. Prime concrete surfaces to be coated in accordance with manufacturer’s recommendation. Allow the primer to set firm to the touch before applying coating. Prevent the primed surfaces from becoming contaminated. Clean primed surfaces, which become contaminated, in accordance with manufacturer’s recommendations. Test for pin-holes in prime coating using high voltage holiday detection equipment to ensure a pin-hole free lining. Repair pin-holes in accordance with the manufacturer’s recommendations and retest to ensure the prime coat is free of pinholes prior to receiving the final coat. 1) Obtain written approval of the spark test by an independent testing

laboratory, approved by the Engineer, prior to applying the final coat over the primer upon Engineer’s request. Upon full cure, the installed lining system shall be checked by high voltage spark detection in accordance with NACE RP0188-90 to verify a pinhole-free surface. Voltage shall be set a 11,000 volts.

Page 127: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

03931-5 2370/60087

7/16 Concrete Protective Coatings

b. The CONTRACTOR shall use equipment as recommended by the manufacturer

for the application of the coating. The coating system shall be applied to a thickness required by the manufacturer to sustain the specified conditions (Paragraph 2-B-1c-1) and measured with a wet film thickness gauge. Test for pinholes in coating using high voltage holiday detection equipment to ensure a pin-hole free lining. Repair pin-holes in accordance with manufacturer’s recommendations and retest to ensure the finish coat is free of pin-holes.

c. The minimum thickness of the coating system (prime and finish coat) shall be 125 mils.

d. Have the Engineer sign and approve the final spark test and wet film thickness and

include this approval with monthly payment requests. C. Curing

Cure coating materials in accordance with the manufacturer’s recommendations.

D. Field Quality Control

1. Testing a. Thickness

During the coating application, a wet film thickness gage, as available through the Paul N. Gardner Company, Inc. meeting ASTM D 4414 shall be used to ensure a monolithic coating, adequate and uniform thickness during application.

b. Holiday Detection

After the protective coating has set hard to the touch it shall be inspected with high-voltage holiday detection equipment in accordance with the manufacturer’s recommendations and NACE RPO188-99. Holiday detection results shall only be valid if the Engineer witnesses all testing and co-signs the inspection report to indicate concurrence with the report’s contents.

c. Visual Inspection

A final visual inspection shall be made by the Engineer and the manufacturer’s representative. Any deficiencies in the finished coating shall be marked and repaired according to the manufacturer’s recommendations.

2. Manufacturer Representative Manufacturer’s representative shall be on-site to inspect the completed surface preparation and for final inspection. Holiday detection results shall only be valid if the Manufacturer’s Representative witnesses all testing and co-signs the inspection report to indicate concurrence with the report’s contents.

End of Section

Page 128: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

THIS PAGE INTENTIONALLY LEFT BLANK

Page 129: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

05510-1 2370/60087

7/16 Metal Fabrications

SECTION 05510

METAL FABRICATIONS

05510.01 GENERAL

A. SUMMARY

1. This Section includes miscellaneous metal fabrications as shown on the Contract Drawings, complete including fabrication, shop finishing and installation.

B. References

1. Materials and installation shall be in accordance with the latest revisions of the following codes, standards and specifications, except where more stringent requirements are specified herein:

a. American Society for Testing and Materials (ASTM) 1) ASTM A36 - Carbon Structural Steel. 2) ASTM A53 - Pipe, Steel, Black and Hot-Dipped, Zinc-Coated, Welded and

Seamless. 3) ASTM A123 - Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel

Products. 4) ASTM A153 - Zinc Coating (Hot-Dip) on Iron and Steel Hardware. 5) ASTM A167 – Stainless and Heat-Resisting Chromium-Nickel Steel Plate,

Sheet and Strip. 6) ASTM A193 – Alloy-Steel and Stainless Steel Bolting Materials for High-

Temperature or High Pressure Service and Other Special Purpose Applications.

7) ASTM A194 – Carbon and Alloy Steel Nuts for Bolts for High Pressure or High Temperature Service, or Both.

8) ASTM A269 – Seamless and Welded Austenitic Stainless Steel Tubing for General Service.

9) ASTM A283 – Low and Intermediate Tensile Strength Carbon Steel Plates. 10) ASTM A307 - Carbon Steel Bolts and Studs, 60,000 PSI Tensile Strength. 11) ASTM A325 - Structural Bolts, Steel, Heat Treated, 120/105 KSI Minimum

Tensile Strength. 12) ASTM A500 - Cold-Formed Welded and Seamless Carbon Steel Structural

Tubing in Round and Shapes. 13) ASTM A992 - Structural Steel Shapes. 14) ASTM B177 – Engineering Chromium Electroplating. 15) ASTM F1554 – Anchor bolts, Steel, 36, 55, and 105-KSI Yield Strength.

b. American Welding Society (AWS) 1) AWS A2.4 - Standard Symbols for Welding, Brazing, and Nondestructive

Examination. 2) AWS D1.1 - Structural Welding Code-Steel.

c. SSPC - Steel Structures Painting Council.

C. Submittals

1. In addition to those submittals identified in the General Provisions, the following items shall also be submitted:

Page 130: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

05510-2 2370/60087

7/16 Metal Fabrications

a. Shop drawings indicating profiles, sizes, connection attachments, reinforcing, anchorage, size and type of fasteners, and accessories. Include erection drawings, elevations, and details where applicable.

b. Indicate welded connections using standard AWS A2.4 welding symbols. Indicate net weld lengths.

D. Quality Assurance

1. Perform work in accordance with the following:

a. Prepare shop drawings under direct supervision of a Professional Engineer experienced in design of this work and licensed in the state of Maryland.

b. Use certified welders employed on the Work, with verification of AWS qualification within the previous 12 months.

E. Field Measurements

1. Verify that field measurements are as indicated on shop drawings.

05510.02 PRODUCTS

A. MATERIALS AND CONSTRUCTION

1. Structural steel W-shapes shall be ASTM A992, Grade 50.

2. Steel M, S, C, MC and L-shapes, plates and threaded rods shall be ASTM A36.

3. Steel anchor bolts shall be ASTM F1554, Grade 36.

4. Steel tubing shall be ASTM A500, Grade B.

5. Steel pipe shall be ASTM A53, Grade B, Schedule 40. Bollards shall be Schedule 80.

6. Bolts, nuts, and washers for structural steel connections shall be ASTM A325, galvanized to ASTM A153 for galvanized components.

7. Stainless steel bolts shall be ASTM A193, Type 304 or 316, grade B8 or B8M.

8. Stainless steel nuts shall be ASTM A194, Type 304 or 316, grade 8 or 8M.

9. Stainless steel washers shall be ANSI B18.22.1.

10. Welding materials shall comply with AWS D1.1 or AWS D1.2; type required for materials being welded.

11. Adhesive anchors for solid base substrates shall be a two-component adhesive system supplied in manufacturer’s standard side-by-side or co-axial cartridge dispensed through a static mixing nozzle. System shall be capable of anchoring internally threaded inserts, threaded rods and steel reinforcing. Adhesive anchor system shall be one of the following:

a. For applications above 40°F, use one of the following: 1) HIT HY 200 MAX or HIT RE 500 Injection Adhesive system by HILTI, Inc.

Page 131: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

05510-3 2370/60087

7/16 Metal Fabrications

2) SET High Strength Epoxy system by Simpson Strong-Tie b. For applications below 40°F, use one of the following:

1) HIT-ICE Injection Adhesive system by HILTI, Inc. 2) ACRYLIC-TIE system by Simpson Strong-Tie

12. Adhesive anchors for hollow base substrates shall be a two-component adhesive system supplied in manufacturer’s standard side-by-side or co-axial cartridge dispensed through a static mixing nozzle. System shall be capable of anchoring internally threaded inserts, threaded rods and steel reinforcing. Adhesive anchor system shall be one of the following:

a. For applications above 40°F, use one of the following: 1) HIT HY 70 Injection Adhesive system with screen tube by HILTI, Inc. 2) SET High Strength Epoxy system with screen tube by Simpson Strong-Tie

b. For applications below 40°F, consult manufacturer for recommendation.

13. Expansion bolts shall be Kwik Bolt TZ Expansion anchors by HILTI, Inc. or WEDGE-ALL wedge anchors by Simpson Strong-Tie.

14. Primer for steel shall be fast-curing, lead and chromate free, universal primer with good resistance to normal atmospheric corrosion, complying with performance requirements of FS-TT-P-664. Primer shall be compatible with finish paint system.

B. Fabrication

1. Fit and shop assemble in largest practical sections, for delivery to site.

2. Fabricate items with joints tightly fitted and secured.

3. Grind exposed joints flush and smooth with adjacent finish surface. Make exposed joints butt tight, flush, and hairline. Ease exposed edges to small uniform radius.

4. Exposed mechanical fastenings shall consist of flush countersunk screws or bolts, unobtrusively located, consistent with design of component, except where specifically noted otherwise.

5. Supply components required for anchorage of fabrications. Fabricate anchors and related components of same material and finish as fabrication, except where specifically noted otherwise.

C. Finishes

1. All items shall be hot dipped galvanized unless otherwise noted.

2. Do not prime surfaces in direct contact with concrete or where field welding is required.

3. Items to be galvanized shall be given a minimum 2.0 oz/sq ft zinc coating in accordance with ASTM A123.

Page 132: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

05510-4 2370/60087

7/16 Metal Fabrications

05510.03 EXECUTION

A. Installation

1. Examination

a. Verify that field conditions are acceptable and are ready to receive work. b. Beginning of installation means erector accepts existing conditions.

2. Preparation

a. Clean and strip primed steel items to bare metal where site welding is required. b. Supply items required to be cast into concrete or embedded in masonry with setting

templates.

3. Erection

a. Install items plumb and level, accurately fitted, free from distortion or defects. b. Allow for erection loads, and for sufficient temporary bracing to maintain true

alignment until completion of erection and installation of permanent attachments. c. Field weld components indicated on shop drawings. d. Perform field welding in accordance with AWS D1.1 or AWS D1.2.

4. Erection Tolerances

a. Maximum variation from plumb shall be 1/4 inch per 10 feet, non-cumulative. b. Maximum offset from true alignment shall be 1/4 inch.

5. Schedule

a. Bollards shall be steel pipe, concrete filled, crowned cap, size as detailed; galvanized.

b. Fixed metal ladders shall be aluminum, mill finish, unless indicated otherwise on the Contract Drawings.

End of Section

Page 133: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

05521-1 2370/60087

7/16

SECTION 05221

PIPE AND TUBE RAILINGS

05521.01 GENERAL

A. Summary

1. This Section Includes the following as shown on the Contract Drawings, complete including fabrication, shop finishing and installation.

a. Steel pipe and tube railings.

B. References

1. Materials and installation shall be in accordance with the latest revisions of the following codes, standards and specifications, except where more stringent requirements are specified herein.

a. American Society for Testing and Materials (ASTM) 1) ASTM A 36 - Carbon Structural Steel. 2) ASTM A 47 - Ferritic Malleable Iron Castings. 3) ASTM A 48 - Gray Iron Castings. 4) ASTM A 53 - Pipe, Steel, Black and Hot-Dipped, Zinc-Coated, Welded and

Seamless. 5) ASTM A 123 - Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel

Products. 6) ASTM A 153 - Zinc Coating (Hot-Dip) on Iron and Steel Hardware. 7) ASTM A 325 - Structural Bolts, Steel, Heat Traced, 120/105 ksi Minimum

Tensile Strength. 8) ASTM A 500 - Cold-Formed Welded and Seamless Carbon Steel Structural

Tubing in Round and Shapes. 9) ASTM C 1107 - Packaged Dry, Hydraulic-Cement Grout (Nonshrink).

b. American Welding Society (AWS) 1) AWS D1.1 - Structural Welding Code – Steel.

c. Federal Specification 1) FS TT-P-664D - Primer Coating, Alkyd, Corrosion-Inhibiting, Lead and

Chromate Free, VOC-Compliant. d. National Association of Architectural Metal Manufacturers

1) Metal Finishes Manual for Architectural and Metal Products. e. Steel Structures Painting Council (SSPC) f. Occupational Safety and Health Administration (OSHA), Department of Labor

1) Code of Federal Regulations (CFR) 29, Part 1910 – Occupational Safety and Health Standards.

C. Performance Requirements

1. All railings shall be in accordance with applicable OSHA regulations.

Page 134: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

05521-2 2370/60087

7/16

2. Delegated Design: Design railings, including comprehensive engineering analysis by a qualified professional engineer, licensed in the State of Maryland, using performance requirements and design criteria indicated.

3. General: In engineering railings to withstand structural loads indicated, determine allowable design working stresses of railing materials based on the following:

a. Steel: 72 percent of minimum yield strength.

4. Structural Performance: Railings shall withstand the effects of gravity loads and the following loads and stresses within limits and under conditions indicated:

a. Handrails and Top Rails of Guards: 1) Uniform load of 50 lbf/ ft. (0.73 kN/m) applied in any direction. 2) Concentrated load of 200 lbf (0.89 kN) applied in any direction. 3) Uniform and concentrated loads need not be assumed to act concurrently.

b. Infill of Guards: 1) Concentrated load of 50 lbf (0.22 kN) applied horizontally on an area of 1 sq.

ft. (0.093 sq. m). 2) Infill load and other loads need not be assumed to act concurrently.

5. Thermal Movements: Allow for thermal movements from ambient and surface temperature changes acting on exterior metal fabrications by preventing buckling, opening of joints, overstressing of components, failure of connections, and other detrimental effects.

a. Temperature Change: 120 deg F (67 deg C), ambient; 180 deg F (100 deg C), material surfaces.

6. Control of Corrosion: Prevent galvanic action and other forms of corrosion by insulating metals and other materials from direct contact with incompatible materials.

D. Quality Assurance

1. Obtain each type of handrail and railing through one source from a single manufacturer.

2. Welding Qualifications: Quality procedures and personnel according to the following:

a. AWS D1.1, “Structural Welding Code – Steel”

E. Submittals

1. In addition to those submittals identified in the General Provisions, the following shall also be submitted.

a. Shop Drawings indicating fabrication and installation of handrails and railings. Include plans, elevations, sections, component details, and attachments to other Work. 1) Indicate welded connection using standard AWS A2.0 welding symbols.

Indicate net weld lengths. 2) Welding certificates.

b. Grout, anchoring cement, and paint products.

Page 135: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

05521-3 2370/60087

7/16

F. Storage

1. Store handrails and railings in a dry, well-ventilated, away from uncured concrete and masonry and protected from weather, moisture, soiling, abrasion extreme temperature and humidity.

G. Project Conditions

1. Where handrails and railing systems are indicated to fit to other construction, check actual dimensions of other construction by accurate field measurements before fabrication; show recorded measurements on final shop drawings. Coordinate fabrication schedule with construction progress to avoid delaying the Work.

H. Coordination and Scheduling

1. Coordinate selection of shop primers with topcoats to be applied over them. Comply with paint and coating manufacturers' written recommendations to ensure that shop primers and topcoats are compatible with one another.

2. Coordinate installation of anchorages for railings. Furnish setting drawings, templates, and directions for installing anchorages, including sleeves, concrete inserts, anchor bolts, and items with integral anchors, that are to be embedded in concrete or masonry. Deliver such items to Project site in time for installation.

3. Schedule installation so wall attachments are made only to completed walls. Do not support railings temporarily by any means that do not satisfy structural performance requirements.

055210.02 PRODUCTS

A. Manufacturers

1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following:

B. Metals, General

1. Metal Surfaces, General: Provide materials with smooth surfaces, without seam marks, roller marks, rolled trade names, stains, discolorations, or blemishes.

2. Brackets, Flanges, and Anchors: Cast or formed metal of same type of material and finish as supported rails unless otherwise indicated.

C. Steel and Iron

1. Tubing: ASTM A 500 (cold formed).

Page 136: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

05521-4 2370/60087

7/16

2. Pipe: ASTM A 53/A 53M, Type F or Type S, Grade A, Standard Weight (Schedule 40), unless another grade and weight are required by structural loads.

a. Provide galvanized finish for exterior installations and where indicated.

3. Plates, Shapes, and Bars: ASTM A 36/A 36M.

4. Cast Iron: Either gray iron, ASTM A 48/A 48M, or malleable iron, ASTM A 47/A 47M, unless otherwise indicated.

D. Fasteners

1. General: Provide the following:

a. Hot-Dip Galvanized Railings: Type 304 stainless-steel or hot-dip zinc-coated steel fasteners complying with ASTM A 153/A 153M or ASTM F 2329 for zinc coating.

2. Fasteners for Anchoring Railings to Other Construction: Select fasteners of type, grade, and class required to produce connections suitable for anchoring railings to other types of construction indicated and capable of withstanding design loads.

3. Fasteners for Interconnecting Railing Components:

a. Provide concealed fasteners for interconnecting railing components and for attaching them to other work, unless exposed fasteners are unavoidable or are the standard fastening method for railings indicated.

b. Material for Exterior Locations and Where Stainless Steel is Indicated: Alloy Group 1 (A1) stainless-steel bolts, ASTM F 593 (ASTM F 738M), and nuts, ASTM F 594 (ASTM F 836M).

E. Miscellaneous Materials

1. Welding Rods and Bare Electrodes: Select according to AWS specifications for metal alloy welded.

2. Etching Cleaner for Galvanized Metal: Complying with MPI#25.

3. Galvanizing Repair Paint: High-zinc-dust-content paint complying with SSPC-Paint 20 and compatible with paints specified to be used over it.

4. Shop Primer for Galvanized Steel: Water based galvanized metal primer complying with MPI#134.

5. Bituminous Paint: Cold-applied asphalt emulsion complying with ASTM D 1187.

6. Nonshrink, Nonmetallic Grout: Factory-packaged, nonstaining, noncorrosive, nongaseous grout complying with ASTM C 1107. Provide grout specifically recommended by manufacturer for interior and exterior applications.

Page 137: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

05521-5 2370/60087

7/16

7. Anchoring Cement: Factory-packaged, nonshrink, nonstaining, hydraulic-controlled expansion cement formulation for mixing with water at Project site to create pourable anchoring, patching, and grouting compound.

a. Water-Resistant Product: At exterior locations provide formulation that is resistant to erosion from water exposure without needing protection by a sealer or waterproof coating and that is recommended by manufacturer for exterior use.

F. Fabrication

1. General: Fabricate railings to comply with requirements indicated for design, dimensions, member sizes and spacing, details, finish, and anchorage, but not less than that required to support structural loads.

2. Assemble railings in the shop to greatest extent possible to minimize field splicing and assembly. Disassemble units only as necessary for shipping and handling limitations. Clearly mark units for reassembly and coordinated installation. Use connections that maintain structural value of joined pieces.

3. Cut, drill, and punch metals cleanly and accurately. Remove burrs and ease edges to a radius of approximately 1/32 inch (1 mm) unless otherwise indicated. Remove sharp or rough areas on exposed surfaces.

4. Form work true to line and level with accurate angles and surfaces.

5. Fabricate connections that will be exposed to weather in a manner to exclude water. Provide weep holes where water may accumulate.

6. Cut, reinforce, drill, and tap as indicated to receive finish hardware, screws, and similar items.

7. Connections: Fabricate railings with welded connections unless otherwise indicated.

8. Welded Connections: Cope components at connections to provide close fit, or use fittings designed for this purpose. Weld all around at connections, including at fittings.

a. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals.

b. Obtain fusion without undercut or overlap. c. Remove flux immediately. d. At exposed connections, finish exposed surfaces smooth and blended so no

roughness shows after finishing and welded surface matches contours of adjoining surfaces.

9. Nonwelded Connections: Connect members with concealed mechanical fasteners and fittings. Fabricate members and fittings to produce flush, smooth, rigid, hairline joints.

a. Fabricate splice joints for field connection using an epoxy structural adhesive if this is manufacturer's standard splicing method.

10. Form changes in direction as follows:

Page 138: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

05521-6 2370/60087

7/16

1) As detailed. 2) By bending or by inserting prefabricated elbow fittings.

11. Bend members in jigs to produce uniform curvature for each configuration required; maintain cross section of member throughout entire bend without buckling, twisting, cracking, or otherwise deforming exposed surfaces of components.

12. Close exposed ends of railing members with prefabricated end fittings.

13. Provide wall returns at ends of wall-mounted handrails unless otherwise indicated. Close ends of returns unless clearance between end of rail and wall is 1/4 inch (6 mm) or less.

14. Brackets, Flanges, Fittings, and Anchors: Provide wall brackets, flanges, miscellaneous fittings, and anchors to interconnect railing members to other work unless otherwise indicated.

a. At brackets and fittings fastened to plaster or gypsum board partitions, provide crush-resistant fillers, or other means to transfer loads through wall finishes to structural supports and prevent bracket or fitting rotation and crushing of substrate.

15. Provide inserts and other anchorage devices for connecting railings to concrete or masonry work. Fabricate anchorage devices capable of withstanding loads imposed by railings. Coordinate anchorage devices with supporting structure.

16. For railing posts set in concrete, provide steel sleeves not less than 6 inches long with inside dimensions not less than 1/2 inch greater than outside dimensions of post, with metal plate forming bottom closure.

17. For removable railing posts, fabricate slip-fit sockets from steel tube or pipe whose ID is sized for a close fit with posts; limit movement of post without lateral load, measured at top, to not more than one-fortieth of post height. Provide socket covers designed and fabricated to resist being dislodged.

18. Toe Boards: Where indicated, provide toe boards at railings around openings and at edge of open-sided floors and platforms. Fabricate to dimensions and details indicated.

G. Finishes, General

1. Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes.

2. Protect mechanical finishes on exposed surfaces from damage by applying a strippable, temporary protective covering before shipping.

3. 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.

Page 139: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

05521-7 2370/60087

7/16

4. Provide exposed fasteners with finish matching appearance, including color and texture, of railings.

H. Steel and Iron Finishes

1. Galvanized Railings:

a. Hot-dip galvanized exterior steel and iron railings, including hardware, after fabrication.

b. Hot-dip galvanized indicated steel and iron railings, including hardware, after fabrication.

c. Comply with ASTM A 123/A 123M for hot-dip galvanized railings. d. Comply with ASTM A 153/A 153M for hot-dip galvanized hardware. e. Do not quench or apply post galvanizing treatments that might interfere with paint

adhesion. f. Fill vent and drain holes that will be exposed in the finished Work, unless indicated

to remain as weep holes, by plugging with zinc solder and filing off smooth.

2. For galvanized railings, provide hot-dip galvanized fittings, brackets, fasteners, sleeves, and other ferrous components.

3. Preparing Galvanized Railings for Shop Priming: After galvanizing, thoroughly clean railings of grease, dirt, oil, flux, and other foreign matter, and treat with etching cleaner.

4. Preparation for Shop Priming: Prepare uncoated ferrous-metal surfaces to comply with SSPC-SP 6/NACE No. 3, "Commercial Blast Cleaning."

05521.03 EXECUTION

A. Examination

1. Examine plaster and gypsum board assemblies, where reinforced to receive anchors, to verify that locations of concealed reinforcements have been clearly marked for Installer. Locate reinforcements and mark locations if not already done.

B. Installation, General

1. Fit exposed connections together to form tight, hairline joints.

2. Perform cutting, drilling, and fitting required for installing railings. Set railings accurately in location, alignment, and elevation; measured from established lines and levels and free of rack.

a. Do not weld, cut, or abrade surfaces of railing components that have been coated or finished after fabrication and that are intended for field connection by mechanical or other means without further cutting or fitting.

b. Set posts plumb within a tolerance of 1/16 inch in 3 feet (2 mm in 1 m). c. Align rails so variations from level for horizontal members and variations from

parallel with rake of steps and ramps for sloping members do not exceed 1/4 inch in 12 feet (5 mm in 3 m).

Page 140: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

05521-8 2370/60087

7/16

3. Adjust railings before anchoring to ensure matching alignment at abutting joints.

4. Fastening to In-Place Construction: Use anchorage devices and fasteners where necessary for securing railings and for properly transferring loads to in-place construction.

C. Railing Connections

1. Nonwelded Connections: Use mechanical or adhesive joints for permanently connecting railing components. Seal recessed holes of exposed locking screws using plastic cement filler colored to match finish of railings.

2. Welded Connections: Use fully welded joints for permanently connecting railing components. Comply with requirements for welded connections in "Fabrication" Article whether welding is performed in the shop or in the field.

3. Expansion Joints: Install expansion joints at locations indicated but not farther apart than required to accommodate thermal movement. Provide slip-joint internal sleeve extending 2 inches (50 mm) beyond joint on either side, fasten internal sleeve securely to one side, and locate joint within 6 inches (150 mm) of post.

D. Anchoring Posts

1. Use metal sleeves preset and anchored into concrete for installing posts. After posts have been inserted into sleeves, fill annular space between post and sleeve with nonshrink, nonmetallic grout or anchoring cement, mixed and placed to comply with anchoring material manufacturer's written instructions.

2. Form or core-drill holes not less than 5 inches (125 mm) deep and 3/4 inch (20 mm) larger than OD of post for installing posts in concrete. Clean holes of loose material, insert posts, and fill annular space between post and concrete with nonshrink, nonmetallic grout or anchoring cement, mixed and placed to comply with anchoring material manufacturer's written instructions.

3. Cover anchorage joint with flange of same metal as post, attached to post with set screws.

4. Leave anchorage joint exposed with 1/8-inch (3-mm) buildup, sloped away from post.

5. Anchor posts to metal surfaces with oval flanges, angle type, or floor type as required by conditions, connected to posts and to metal supporting members as follows:

a. For steel pipe railings, weld flanges to post and bolt to metal supporting surfaces.

6. Install removable railing sections, where indicated, in slip-fit metal sockets cast in concrete.

Page 141: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

05521-9 2370/60087

7/16

E. Attaching Railings

1. Anchor railing ends at walls with round flanges anchored to wall construction and welded to railing ends.

2. Anchor railing ends to metal surfaces with flanges bolted to metal surfaces and welded to railing ends.

3. Attach railings to wall with wall brackets, except where end flanges are used. Provide brackets with 1-1/2-inch clearance from inside face of handrail and finished wall surface. Locate brackets as indicated or, if not indicated, at spacing required to support structural loads.

a. Use type of bracket with flange tapped for concealed anchorage to threaded hanger bolt.

b. Locate brackets as indicated or, if not indicated, at spacing required to support structural loads.

4. Secure wall brackets and railing end flanges to building construction as follows:

a. For concrete and solid masonry anchorage, use drilled-in expansion shields and hanger or lag bolts.

b. For hollow masonry anchorage, use toggle bolts.

F. Adjusting and Cleaning

1. Galvanized Surfaces: Clean field welds, bolted connections, and abraded areas and repair galvanizing to comply with ASTM A 780.

G. Protection

1. Protect finishes of railings from damage during construction period with temporary protective coverings approved by railing manufacturer. Remove protective coverings at time of Substantial Completion.

End of Section

Page 142: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

THIS PAGE INTENTIONALLY LEFT BLANK

Page 143: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

05530-1 2370/60087

7/16 Metal Gratings

SECTION 05530

METAL GRATINGS

05530.01 GENERAL

A. SUMMARY

1. This Section Includes the Following:

a. Metal bar gratings. b. Metal frames and supports for gratings.

B. References

1. Materials and installation shall be in accordance with the latest revisions of the following

codes, standards and specifications, except where more stringent requirements are specified herein: a. National Association of Architectural Metal Manufacturer’s (NAAMM)

1) NAAMM MBG 531 - Metal Bar Grating Manual for Steel, Stainless Steel and Aluminum Gratings and Stair Treads.

2) NAAMM MBG 532 - Heavy-Duty Metal Bar Grating Manual for Structural Carbon Steel and Stainless Steel

3) Metal Finishes Manual for Architectural and Metal Products b. American Welding Society (AWS)

1) AWS D1.1 - Structural Welding Code – Steel 2) AWS D1.3 - Structural Welding Code – Sheet Steel

c. American Society for Testing and Materials (ASTM) 1) ASTM A36 - Carbon Structural Steel. 2) ASTM A123 - Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel

Products. 3) ASTM A510 - General Requirements for Wire Rods and Coarse Round

Wire, Carbon Steel 4) ASTM A1011 - Steel, Sheet and Strip, Hot-Rolled, Carbon, Structural,

High-Strength Low-Alloy, High-Strength Low-Alloy with Improved Formability, and Ultra-High Strength

5) ASTM A653 - Steel Sheet, Zinc-Coated (Galvanized) or Zinc-Iron Alloy-Coated (Galvannealed) by the Hot-Dip Process

6) ASTM A780 - Repair of Damaged and Uncoated Areas of Hot-Dip Galvanized Coatings

7) ASTM B633 - Electrodeposited Coatings of Zinc on Iron and Steel 8) ASTM F1267 - Metal, Expanded, Steel

C. Quality Assurance

1. Fabricator shall be experienced in producing gratings similar to those indicated for this Project and with a record of successful in-service performance, as well as sufficient production capacity to produce required units.

2. Metal Bar Grating Standards: Comply with applicable requirements of the following:

Page 144: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

05530-2 2370/60087

7/16 Metal Gratings

a. Non-Heavy-Duty Metal Bar Gratings: Comply with NAAMM MBG 531, "Metal Bar Grating Manual for Steel, Stainless Steel, and Aluminum Gratings and Stair Treads."

b. Heavy Duty Metal Bar Gratings: Comply with NAAMM MBG 532, “Heavy Duty Metal Bur Grating Manual for Structural Carbon Steel and Stainless Steel”.

3. Comply with applicable provisions of AWS D1.1 “Structural Welding Code – Steel”, AWS D1.2 “Structural Welding.

a. Certify that each welder has satisfactorily passed AWS qualification tests for welding processes involved and, if pertinent, has undergone recertification.

D. Submittals

1. Submit the following in accordance with the General Provisions:

a. Product Data 1) Metal bar gratings. 2) Clips and anchorage devices for gratings.

b. Shop Drawings detailing fabrication and erection of gratings. Include plans, elevations, sections, and details of connections. Show areas of fixed and removable sections, anchorage, accessory items, and load tables. Provide templates for anchors and bolts specified for installation under other Sections.

c. Welding Certificates: Copies of certificates for welding procedures and personnel.

E. Project Conditions

1. Field Measurements: Verify actual locations of walls and other construction contiguous

with gratings by field measurements before fabrication.

F. Coordination

1. Coordinate installation of anchorages for gratings, grating frames, and supports. Furnish

setting drawings, templates, and directions for installing anchorages, including sleeves, and anchor bolts. Deliver such items to Project site in time for installation.

05530.03 EXECUTION A. Ferrous Metals

1. Recycled Content of Steel Products: Provide products with average recycled content of

steel products so postconsumer recycled content plus one-half of preconsumer recycled content is not less than 25 percent.

2. Steel Plates, Shapes, and Bars: ASTM A 36/A 36M. 3. Steel Bars for Bar Gratings: ASTM A 36/A 36M or steel strip, ASTM A 1011/A 1011M

or ASTM A 1018/A 1018M.

Page 145: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

05530-3 2370/60087

7/16 Metal Gratings

4. Wire Rod for Bar Grating Crossbars: ASTM A 510 (ASTM A 510M). 5. Uncoated Steel Sheet: ASTM A 1011/A 1011M, structural steel, Grade 30 (Grade 205) 6. Galvanized-Steel Sheet: ASTM A 653/A 653M, structural quality, Grade 33

(Grade 230), with G90 (Z275) coating. B. Fasteners

1. General: Unless otherwise indicated, provide Type 316 stainless-steel fasteners for exterior use and zinc-plated fasteners with coating complying with ASTM B 633 or ASTM F 1941 (ASTM F 1941M), Class Fe/Zn 5, at exterior walls. Select fasteners for type, grade, and class required.

2. Steel Bolts and Nuts: Regular hexagon-head bolts, ASTM A 307, Grade A

(ASTM F 568M, Property Class 4.6); with hex nuts, ASTM A 563 (ASTM A 563M); and, where indicated, flat washers.

3. Retain Alloy Group 1 (A1) fasteners in first paragraph below for use with Type 304; retain

Alloy Group 2 (A4) fasteners for use with Type 316. 4. Stainless-Steel Bolts and Nuts: Regular hexagon-head annealed stainless-steel bolts, nuts,

and, where indicated, flat washers; ASTM F 593 (ASTM F 738M) for bolts and ASTM F 594 (ASTM F 836M) for nuts, Alloy Group 1 (A1).

5. Anchor Bolts: ASTM F 1554, Grade 36, of dimensions indicated; with nuts, ASTM A 563

(ASTM A 563M); and, where indicated, flat washers. 6. Hot-dip galvanize or provide mechanically deposited, zinc coating where item being

fastened is indicated to be galvanized. 7. Plain Washers: Round, ASME B18.22.1 (ASME B18.22M). 8. Lock Washers: Helical, spring type, ASME B18.21.1 (ASME B18.21.2M).

C. Miscellaneous Materials

1. Welding Rods and Bare Electrodes: Select according to AWS specifications for metal alloy that is welded.

2. Galvanizing Repair Paint: High-zinc-dust-content paint complying with SSPC-Paint 20

and compatible with paints specified to be used over it. 3. Bituminous Paint: Cold-applied asphalt emulsion complying with ASTM D 1187.

D. Fabrication

1. Shop Assembly: Fabricate grating sections in shop to greatest extent possible to minimize field splicing and assembly. Disassemble units only as necessary for shipping and handling limitations. Use connections that maintain structural value of joined pieces. Clearly mark units for reassembly and coordinated installation.

Page 146: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

05530-4 2370/60087

7/16 Metal Gratings

2. Cut, drill, and punch material cleanly and accurately. Remove burrs and ease edges to a

radius of approximately 1/32 inch (1 mm) unless otherwise indicated. Remove sharp or rough areas on exposed surfaces.

3. Form from materials of size, thickness, and shapes indicated, but not less than that needed

to support indicated loads. 4. Fit exposed connections accurately together to form hairline joints. 5. Provide for anchorage of type indicated; coordinate with supporting structure. Fabricate

and space the anchoring devices to secure gratings, frames, and supports rigidly in place and to support indicated loads.

E. Metal Bar Gratings

1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. IKG Industries; a division of Harsco Corporation. b. Ohio Gratings, Inc. c. Klemp. Corp

2. Welded Steel Grating:

a. Bearing Bar Spacing: 1-3/16 inches o.c. b. Bearing Bar Depth: As indicating on the Contract Drawings. c. Bearing Bar Thickness: 3/16 inch d. Crossbar Spacing: 4 inches o.c. e. Traffic Surface: Serrated f. Steel Finish: Hot-dip galvanized with a coating weight of not less than 1.8 oz./sq.

ft. (550 g/sq. m) of coated surface.

3. Pressure-Locked Steel Grating: Fabricated by pressing rectangular flush-top crossbars into slotted bearing bars. a. Bearing Bar Spacing: 1-3/16 inches o.c. b. Bearing Bar Depth: As indicated on the Contract Drawings. c. Bearing Bar Thickness: 3/16 inch d. Crossbar Spacing: 4 inches o.c. e. Traffic Surface: Serrated f. Steel Finish: Hot-dip galvanized with a coating weight of not less than 1.8 oz./sq.

ft. (550 g/sq. m) of coated surface.

4. Removable Grating Sections: Fabricate with banding bars attached by welding to entire perimeter of each section. Include anchors and fasteners of type indicated or, if not indicated, as recommended by manufacturer for attaching to supports. a. Provide no fewer than four weld lugs for each heavy-duty grating section, with

each lug shop welded to two bearing bars.

Page 147: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

05530-5 2370/60087

7/16 Metal Gratings

b. Usually retain first subparagraph below for non-heavy-duty gratings with rectangular crossbars spaced 15/16 inch (24 mm) or more o.c. Saddle clips hook over the tops of two adjacent bearing bars and have a hole for inserting a fastener.

c. Provide no fewer than four saddle clips for each grating section composed of rectangular bearing bars 3/16 inch (4.8 mm) or less in thickness and spaced 15/16 inch (24 mm) or more o.c., with each clip designed and fabricated to fit over two bearing bars.

d. Provide no fewer than four weld lugs for each grating section composed of rectangular bearing bars 3/16 inch (4.8 mm) or less in thickness and spaced less than 15/16 inch (24 mm) o.c., with each lug shop welded to three or more bearing bars. Interrupt intermediate bearing bars as necessary for fasteners securing grating to supports.

e. Furnish threaded bolts with nuts and washers for securing grating to supports. f. Furnish self-drilling fasteners with washers for securing grating to supports. g. Furnish galvanized malleable-iron flange clamp with galvanized bolt for securing

grating to supports. Furnish as a system designed to be installed from above grating by one person. 1) Products: Subject to compliance with requirements, available products

that may be incorporated into the Work include, but are not limited to, the following: a) Kee Industrial Products, Inc.; Grating Clip. b) Lindapter North America, Inc.; Grate-Fast.

5. Fabricate cutouts in grating sections for penetrations indicated. Arrange cutouts to permit

grating removal without disturbing items penetrating gratings. a. Edge-band openings in grating that interrupt four or more bearing bars with bars

of same size and material as bearing bars.

6. Do not notch bearing bars at supports to maintain elevation. F. Grating Frames and Supports

1. Frames and Supports for Metal Gratings: Fabricate from metal shapes, plates, and bars of welded construction to sizes, shapes, and profiles indicated and as necessary to receive gratings. Miter and weld connections for perimeter angle frames. Cut, drill, and tap units to receive hardware and similar items. a. Unless otherwise indicated, fabricate from same basic metal as gratings. b. Equip units indicated to be cast into concrete or built into masonry with integrally

welded anchors. Unless otherwise indicated, space anchors 24 inches o.c. and provide minimum anchor units in the form of steel straps 1-1/4 inches wide by 1/4 inch thick by 8 inches long.

2. Galvanize steel frames and supports in the following locations:

a. Exterior.

G. Steel Finishes

1. Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products"

for recommendations for applying and designating finishes.

Page 148: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

05530-6 2370/60087

7/16 Metal Gratings

2. Finish gratings, frames, and supports after assembly. 3. Galvanizing: Hot-dip galvanize items as indicated to comply with ASTM A 153/A 153M

for steel and iron hardware and with ASTM A 123/A 123M for other steel and iron products. a. Do not quench or apply post galvanizing treatments that might interfere with paint

adhesion.

05530.03 EXECUTION

A. Installation, General

1. Fastening to In-Place Construction: Provide anchorage devices and fasteners where necessary for securing gratings to in-place construction. Include threaded fasteners for concrete and masonry inserts, through-bolts, lag bolts, and other connectors.

2. Cutting, Fitting, and Placement: Perform cutting, drilling, and fitting required for installing gratings. Set units accurately in location, alignment, and elevation; measured from established lines and levels and free of rack. a. Perform all cutting and fitting required for installation. Grating shall be placed

such that cross bars align. b. Wherever grating is pierced by pipes, ducts and structural members, cut openings

neatly and accurately to size and weld a rectangular band bar of the same height and material as bearing bars.

c. Cutouts for circular obstructions are to be at least 2 inches larger in diameter than the obstruction. Cutouts for al piping 4 inches or less shall be made in the field.

d. All rectangular cutouts are to be made to the next bearing bar beyond the penetration with a clearance not to exceed bearing bar spacing.

e. Utilize standard panel widths wherever possible.

3. Fit exposed connections accurately together to form hairline joints. a. Weld connections that are not to be left as exposed joints but cannot be shop

welded because of shipping size limitations. Do not weld, cut, or abrade the surfaces of exterior units that have been hot-dip galvanized after fabrication and are for bolted or screwed field connections.

4. Field Welding: Comply with the following requirements:

a. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals.

b. Obtain fusion without undercut or overlap. c. Remove welding flux immediately.

. B. Installing Metal Bar Gratings

1. General: Install gratings to comply with recommendations of referenced metal bar grating standards that apply to grating types and bar sizes indicated, including installation clearances and standard anchoring details.

Page 149: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

05530-7 2370/60087

7/16 Metal Gratings

2. Attach removable units to supporting members with type and size of clips and fasteners

indicated or, if not indicated, as recommended by grating manufacturer for type of installation conditions shown.

3. Attach nonremovable units to supporting members by welding where both materials are

same; otherwise, fasten by bolting as indicated above. C. Adjusting And Cleaning

1. Galvanized Surfaces: Clean field welds, bolted connections, and abraded areas and repair galvanizing to comply with ASTM A 780.

End of Section

Page 150: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

THIS PAGE INTENTIONALLY LEFT BLANK

Page 151: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

07920-1 2370/60087

7/16 Joint Sealants

SECTION 07920 JOINT SEALANTS

07920.01 GENERAL

A. Summary

1. Work furnished and installed:

a. Preparing substrate surfaces.

b. Sealant and joint backing.

c. Sealant accessories.

d. Non-fire-rated through wall penetrations.

e. Acoustical sealant.

B. References

1. ANSI/ASTM D1056 – Flexible Cellular Materials – Sponge or Expanded Rubber.

2. ANSI/ASTM D1565 – Flexible Cellular Materials – Vinyl Chloride Polymers and Copolymers (Open – Cell Foam).

3. ASTM C790 – Use of Latex Sealing Compounds.

4. ASTM C804 – Use of Solvent Release Type Sealants.

5. ASTM C834 – Latex Sealing Compounds.

6. FS TT –S-001657 – Sealing Compound, Single Component, Butyl Rubber Based, Solvent Release Type.

7. FS TT-S-00227 – Sealing Compound: Elastomeric Type, Multi- Component.

8. FS TT-S-00230 – Sealing Compound: Elastomeric Type, Single Component.

9. FS TT-S- 001543 – Sealing Compound, Silicone Rubber Base.

10. SWRI (Sealing, Waterproofing and Restoration Institute) – Sealant and Caulking Guide Specification.

11. ASTM C920 – Elastomeric Joint Sealants.

C. System Performance Requirements

1. Provide joint sealants for exterior applications that have been produced and installed to establish and maintain watertight and airtight continuous seals without causing staining or deterioration of joint substrates.

Page 152: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

07920-2 2370/60087

7/16 Joint Sealants

2. Provide joint sealants for interior applications that have been produced and installed to establish and maintain airtight continuous seals that are water resistant and cause no staining or deterioration of joint substrates.

D. Quality Assurance

1. Engage an experienced Installer who has completed joint sealant applications similar in material, design, and extent to that indicated for Project that have resulted in construction with a record of successful in-service performance.

2. Obtain joint sealant materials from a single manufacturer for each different product required.

E. Submittals

1. In addition to those submittals identified in the General Provisions, the following items shall also be submitted:

a. Product data from manufacturers for each joint sealant product required.

b. Certification by joint sealant manufacturer that sealants plus the primers and cleaners required for sealant installation comply with local regulations controlling use of volatile organic compounds.

c. Samples for initial selection purposes in form of manufacturer's standard bead samples, consisting of strips of actual products showing full range of colors available, for each product exposed to view.

d. Certificates from manufacturers of joint sealants attesting that their products comply with specification requirements and are suitable for the use indicated.

e. Qualification data complying with requirements specified in "Quality Assurance" article. Include list of completed projects with project names addresses, names of Engineer and Owners, plus other information specified.

f. Compatibility and adhesion test reports from elastomeric sealant manufacturer indicating that materials forming joint substrates and joint sealant backings have been tested for compatibility and adhesion with joint sealants. Include sealant manufacturer's interpretation of test results relative to sealant performance and recommendations for primers and substrate preparation needed to obtain adhesion.

g. Product test reports for each type of joint sealants indicated, evidencing compliance with requirements specified.

F. Delivery, Storage and Handling

1. Deliver materials to Project site in original unopened containers or bundles with labels indicating manufacturer, product name and designation, color, expiration period for use, pot life, curing time, and mixing instructions for multicomponent materials.

Page 153: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

07920-3 2370/60087

7/16 Joint Sealants

2. Store and handle materials in compliance with manufacturer's recommendations to prevent their deterioration or damage due to moisture, high or low temperatures, contaminants, or other causes.

G. Project Conditions

1. Do not proceed with installation of joint sealants under the following conditions:

a. When ambient and substrate temperature conditions are outside the limits permitted by joint sealant manufacturer or below 40 deg F.

b. When joint substrates are wet.

2. Do not proceed with installation of joint sealants where joint widths are less than allowed by joint sealant manufacturer for application indicated.

3. Do not proceed with installation of joint sealants until contaminants capable of interfering with their adhesion are removed from joint substrates.

H. Warranty

1. Provide five year warranty under general provisions.

2. Warranty: Include coverage for replacement of installed sealants and accessories which fail to achieve air tight seal, watertight seal, exhibit loss of adhesion or cohesion, or do not cure. Include loss of color fastness.

07920.02 PRODUCTS

A. Manufacturers

1. Acceptable Manufacturers:

a. Sonneborn Building Products

b. Tremco.

c. Dow Corning.

d. United States Gypsum.

B. Materials

1. Type 1 Sealant: Urethane, single component, non-sag.

a. ASTM C920, Type S, Grade NS, Class 25, uses NT,M,A,O.

b. TT-S-00230C (COM-NBS ) Interim Federal Specification for sealing compound: Elastomeric Type, Single Component for Caulking, Sealing, and Glazing.

c. Joint Movement Capability: plus or minus 25%.

Page 154: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

07920-4 2370/60087

7/16 Joint Sealants

d. Sonneborn Sonolastic NP 1, Tremco Dymonic, or equal.

2. Type 2 Sealant: Urethane, single component, self leveling.

a. ASTM C920, Type S, Grade P, Class 25, use T.

b. TT-S-00230C (COM-NBS) Interim Federal Specification for Sealing Compound: Elastomeric Type, single component for Caulking and Sealing.

c. Joint Movement Capability: plus or minus 25%.

d. Sonneborn Sonolastic SL 1 or equal.

3. Type 3 Sealant: Silicone sealant.

a. ASTM C920, Type S, Grade NS, Class 25, uses NT,G,A,O.

b. TT-S-00230C (COM-NBS) Interim Federal Specification for Sealing Compound: Silicone Rubber Base for Caulking, Sealing, and Glazing.

c. Joint Movement capability: plus or minus 25%.

d. Sonneborn Omniseal, General Electric Silpruf or equal.

4. Type 4 Sealant: Silicone sealant, mildew resistant.

a. ASTM C920, Type S, Grade NS, Class 25, Use NT, G and A.

b. TT-S-001543A

c. Sonneborn Omniplus, General Electric Sanitary 1700 or equal.

5. Type 5 Sealant: Acoustical Sealant.

a. Non-hardening, non-drying, non-bleeding.

b. Synthetic rubber conforming to ASTM D217.

c. Fire rated at fire rated partitions, matching hour rating of partition.

6. Type 6 Sealant: Acrylic latex sealant

a. ASTM C834 for latex sealing compounds.

b. Joint movement capability; plus or minus 7.5%.

c. Sonneborn Sonolac, Tremco Acrylic Latex 834, or equal.

7. Type 7 Sealant: Urethane Sealant (cold weather sealant)

a. ASTM C920, Type M, Grade NS, Class 25, uses NT, M, A, O.

Page 155: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

07920-5 2370/60087

7/16 Joint Sealants

b. TT-S-00227E (COM-NBS) Interim Federal Specification for sealing compound: Elastomeric type, Multi-component for caulking, sealing, and glazing.

c. Joint movement capability: Plus or minus 25%.

d. Sonolastic NP-2 or equal.

8. Type 8 Sealant: Acoustical sealant.

a. ASTM C919.

b. Highly elastic, water based sealant.

c. Sheetrock acoustical sealant by U.S.G.

9. Type 9 Sealant: Ultra-low-modulus silicone sealant for EIFS joints within the system, between EIFS panels.

a. ASTM C920, Type S, Grade NS, Class 25, use T, NT, M, G, A, O.

b. Federal specification TT-S-001543A.

c. Dow Corning 790, or equal for all joints within the EIFS system.

10. Type 10 Sealant: Medium-modulus silicone sealant for EIFS perimeter joints abutting adjacent materials.

a. ASTM C920, Type S, Grade NS, Class 25, use NT, G, A, M, O.

b. Federal Specification TT-S-001543A

c. Dow Corning 791 or 795, or equal for joints EIFS and aluminum frames.

11. Type 11 Sealant: 3 Component two-part non-sag polysulfide sealant.

a. ASTM C920, Type M, Grade NS Class 25, use T, G, M, A, O.

b. Federal specification TT-S-00227E, Type II, Class A.

c. USDA compliant in meat and poultry areas.

d. Certified to ANSI/NSF International (National Sanitation Foundation.)

e. No degradation under limited chemical exposure.

f. Ideal for foundations, tanks, industrial areas.

g. Withstands constant water immersion.

h. Plus or minus 25% joint movement.

Page 156: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

07920-6 2370/60087

7/16 Joint Sealants

C. Joint Sealant Backing

1. 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.

2. Provide plastic foam joint fillers consisting of preformed, compressible, resilient, nonstaining, nonwaxing, nonextruding strips of flexible plastic foam of material indicated below and of size, shape, and density to control sealant depth and otherwise contribute to producing optimum sealant performance:

a. Closed-cell polyethylene foam, nonabsorbent to liquid water and gas, nonoutgassing in unruptured state.

b. Proprietary, reticulated, closed-cell polymeric foam, nonoutgassing, with a density of 2.5 pcf and tensile strength of 35 psi per ASTM D 1623, and with water absorption less than 0.02 gms/cc per ASTM C 1083.

3. Provide bond-breaker tape consisting of polyethylene tape or other plastic tape as recommended by sealant manufacturer for preventing sealant from adhering to rigid, inflexible joint filler materials or joint surfaces at back of joint where such adhesion would result in sealant failure. Provide self-adhesive tape where applicable.

D. Miscellaneous Materials

1. Primer material shall be as recommended by joint sealant manufacturer where required for adhesion of sealant to joint substrates indicated, as determined from preconstruction joint sealant-substrate tests and field tests.

2. Cleaners for nonporous surfaces shall be chemical cleaners acceptable to manufacturers of sealants and sealant backing materials, free of oily residues or other substances capable of staining or harming in any way joint substrates and adjacent nonporous surfaces, and formulated to promote optimum adhesion of sealants with joint substrates.

3. Masking tape shall be nonstaining, nonabsorbent material compatible with joint sealants and surfaces adjacent to joints.

07920.03 EXECUTION

A. Examination

1. Examine joints indicated to receive joint sealants, with Installer present, for compliance with requirements for joint configuration, installation tolerances, and other conditions affecting joint sealant performance. Do not proceed with installation of joint sealants until unsatisfactory conditions have been corrected.

B. Preparation

1. Clean out joints immediately before installing joint sealants to comply with recommendations of joint sealant manufacturer and the following requirements:

Page 157: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

07920-7 2370/60087

7/16 Joint Sealants

a. Remove all foreign material from joint substrates that could interfere with adhesion of joint sealant, including dust, paints (except for permanent, protective coatings tested and approved for sealant adhesion and compatibility by sealant manufacturer), old joint sealants, oil, grease, waterproofing, water repellents, water, surface dirt, and frost.

b. Clean concrete, masonry, unglazed surfaces of ceramic tile, and similar 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 operations by vacuuming or blowing out joints with oil-free compressed air.

c. Remove laitance and form release agents from concrete.

d. Clean metal, glass, porcelain enamel, glazed surfaces of ceramic tile, and other nonporous surfaces with chemical cleaners or other means that do not stain, harm substrates, or leave residues capable of interfering with adhesion of joint sealants.

2. Prime joint substrates where indicated or where recommended by joint sealant manufacturer based on preconstruction joint sealant-substrate tests or prior experience. Apply primer to comply with joint sealant manufacturer's recommendations. Confine primers to areas of joint sealant bond; do not allow spillage or migration onto adjoining surfaces.

3. Use masking tape where required to prevent contact of sealant with adjoining surfaces that otherwise would be permanently stained or damaged by such contact or by cleaning methods required to remove sealant smears. Remove tape immediately after tooling without disturbing joint seal.

C. Installation of Joint Sealants

1. Comply with joint sealant manufacturer's printed installation instructions applicable to products and applications indicated, except where more stringent requirements apply.

2. Comply with recommendations of ASTM C1193 for use of joint sealants as applicable to materials, applications, and conditions indicated.

3. Install sealant backings to comply with the following requirements:

a. Install joint fillers of type indicated to provide support of sealants during application and at position required to produce the cross-sectional shapes and depths of installed sealants relative to joint widths that allow optimum sealant movement capability.

b. Do not leave gaps between ends of joint fillers.

c. Do not stretch, twist, puncture, or tear joint fillers.

d. Remove absorbent joint fillers that have become wet prior to sealant application and replace with dry material.

Page 158: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

07920-8 2370/60087

7/16 Joint Sealants

e. Install bond breaker tape between sealants where backer rods are not used between sealants and joint fillers or back of joints.

4. Install sealants by proven techniques that result in sealants directly contacting and fully wetting joint substrates, completely filling recesses provided for each joint configuration, and providing uniform, cross-sectional shapes and depths relative to joint widths that allow optimum sealant movement capability. Install sealants at the same time sealant backings are installed.

5. Immediately after sealant application and prior to time skinning or curing begins, tool sealants to form smooth, uniform beads of configuration indicated, to eliminate air pockets, and to ensure contact and adhesion of sealant with sides of joint. Remove excess sealants from surfaces adjacent to joint. Do not use tooling agents that discolor sealants or adjacent surfaces or are not approved by sealant manufacturer.

a. Provide concave joint configuration per Figure 5A in ASTM C1193, unless otherwise indicated.

b. Provide flush joint configuration, per Figure 5B in ASTM C1193, where indicated.

(1) Use masking tape to protect adjacent surfaces of recessed tooled joints.

c. Provide recessed joint configuration, per Figure 5C in ASTM C1193, of recess depth and at locations indicated.

6. Install each length of preformed foam sealants immediately after removing protective wrapping, taking care not to pull or stretch material, and to comply with sealant manufacturer's directions for installation methods, materials, and tools that produce seal continuity at ends, turns, and intersections of joints. For applications at low ambient temperatures where expansion of sealant requires acceleration to produce seal, apply heat to sealant in conformance with sealant manufacturer's recommendations.

D. Cleaning

1. Clean off excess sealants or sealant smears adjacent to joints as work progresses by methods and with cleaning materials approved by manufacturers of joint sealants and of products in which joints occur.

E. Protection

1. Protect joint sealants during and after curing period from contact with contaminating substances or from damage resulting from construction operations or other causes so that they are without deterioration or damage at time of Substantial Completion. If, despite such protection, damage or deterioration occurs, cut out and remove damaged or deteriorated joint sealants immediately so that and installations with repaired areas are indistinguishable from original work.

Page 159: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

07920-9 2370/60087

7/16 Joint Sealants

F. Schedule LOCATION TYPE

a. Perimeter of exterior openings where aluminum and hollow metal frames meet masonry and concrete ................................................................................. 1 or 7

b. Control joints in exterior and interior concrete and masonry .............................. 1 or 7 c. Flashing to masonry joints ...................................................................................... 1 d. Interior perimeters of exterior openings .................................................................. 1 e. Junction of interior masonry and GWB or plaster with hollow metal frames

and aluminum frames .............................................................................................. 1 f. Joints in and around window stools ........................................................................ 1 g. Junction where new gypsum board walls and ceilings abut existing walls and

dissimilar materials .................................................................................................. 6 h. Juncture between gypsum board or masonry .......................................................... 1 i. Vertical interior corners of ceramic tile walls and along bullnose edges ................ 4 j. Joints in pre-formed soffit panels and at perimeter of panels .............................. 1 or 7 k. Other locations shown on drawings for sealant, joint sealer or caulk ..................... 1 l. Metal to metal .......................................................................................................... 3 m. Perimeter and openings of all sound rated partitions and walls .............................. 5 n. Horizontal joints in slabs and flooring materials ..................................................... 2 o. Junction where new or existing acoustic walls meet adjacent materials of metal

deck, concrete floors or GWB walls........................................................................ 8 p. Sealing end seams and termination points in waterproof/anti-fracture membrane . 1 q. Joints between plumbing fixtures and walls/floors ................................................. 6 r. Waterproof joints in concrete, stone, masonry, metal and glass ............................. 9

End of Section

Page 160: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

THIS PAGE INTENTIONALLY LEFT BLANK

Page 161: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

09970-1 2370/60087

7/16 Water Storage Tank Surface Preparation and Coatings

SECTION 09970

WATER STORAGE TANK SURFACE PREPARATION AND COATINGS 09970.01 GENERAL A. Purpose and Scope

1. This section provides the material and workmanship requirements for the surface

preparation and coating of Linthicum Water Tank. The purpose is to remove the existing interior tank coating, exterior tank coating, concrete foundation coating, and to field apply new coating systems to all referenced surfaces.

2. Linthicum Water Tank is an existing 1.5 million gallon fluted pedestal, potable water

storage tank with ellipsoidal roof. This tank was erected by Pitt-Des Moines, Inc., The Contractor shall be aware that the tank dimensions supplied are approximate and actual field construction dimensions may vary. The Contractor is solely responsible for verifying as constructed field dimensions and bid accordingly.

3. Information about the original coating system was not available.

4. Analytical results of paint chip samples collected from the coated surfaces of the tank are shown below: Cadmium (%) Chromium (%) Lead (%) Exterior (Leg) <RL <RL 0.0030 Exterior (Roof) <RL <RL <RL Dry Interior <RL 0.003 0.044 Exterior of Wet Riser <RL 0.01 0.012 Wet Interior <RL 0.034 <RL

*RL = Reportable Limit

Provide adequate containment and dust collection systems meets the emission control requirements of Class 1, as specified in SSPC-Guide 6, Guide for Containing Debris Generated During Paint Removal Operations.

B. Qualifications and Experience

1. Subcontracting for surface preparation and painting is prohibited. If a Subcontractor is specified for work other than surface preparation and painting, the proposed Subcontractor’s information (name and address) shall be provided with the bid form.

2. The Contractor shall have five (5) years of successful water tank painting experience with

a minimum of three projects in the last two years involving a similar scope of work regarding surface preparation; surface preparation inspection; coating application and coating application inspection.

3. All coating work, including surface preparation and coating application, shall be

accomplished by personnel employed by the Contractor under agreement with the Owner to perform the work specified herein.

Page 162: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

09970-2 2370/60087

7/16 Water Storage Tank Surface Preparation and Coatings

4. The Contractor is responsible for supervising and directing the work efficiently using the best skills and attention, and is solely responsible for the means, methods, techniques, sequences and procedures of construction.

5. The Contractor shall keep an experienced NACE International (NACE) Certified resident

superintendent acceptable to the Engineer on the job at all times. The superintendent shall be fluent in understanding and speaking the English language. Do not replace the superintendent except under extraordinary circumstances, and only upon approval of the Engineer.

6. The superintendent is the Contractor’s representative in the field site and must have the

authority to act on behalf of the Contractor. All communications given to the superintendent are binding upon the Contractor.

C. Quality Assurance

1. Manufacturer: a. The materials of the Tnemec Company, mentioned in this Section, and other

companies specified, are designated solely as a "standard of quality". Equivalent products of the following manufacturers may be used subject to approval: 1) Sherwin Williams Company, Cleveland OH (800-474-3794). 2) Carboline Company, Richmond, VA (804-379-2203).

b. Products of similar composition, application, and performance characteristics can be submitted by the Contractor for consideration by the Engineer as an alternate. Ample documentation of equivalency must be provided. The substitute shall be a standard, regularly produced product of a manufacturer, submitted for approval and on the manufacturer's published literature that states generic type, instructions for use, solids by volume, VOCs, mix ratio, pot life, application rates and chemical components of vehicles and solids. Should the proposed equivalent manufacturer's literature require greater film thickness than specified, the greater film thickness shall apply at no additional cost to the Owner. Film thickness less than the mil thickness specified will not be approved.

c. The coatings selected shall comply with all current environmental protection regulations. Coatings shall be free of lead and chromate and shall have volatile organic compound content of 3.5 lbs/gallon mixed or less. Coating shall be NSF and DHMH approved and certified by the Contractor to meet the requirements of this specification.

2. The Contractor shall carefully coordinate all work such that all tank structural and/or

other modifications that require welding or would otherwise damage a new coating system are completed prior to the coating application. The Contractor shall cooperate with the Owner who may have separate contractors conducting other operations on or near the tank. If directed by the Engineer, the Contractor shall clean and paint all areas added or disturbed by separate contractors. Payment shall be made in accordance with these specifications.

3. Prior to any painting, arrange a meeting between a representative of the paint

manufacturer, the Engineer, and the Contractor's personnel involved in painting. The purpose of the meeting shall be to have the representative:

Page 163: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

09970-3 2370/60087

7/16 Water Storage Tank Surface Preparation and Coatings

a. Define surface preparation requirements for the different items which are to receive

paint. b. Review which paint shall be used on which items and summarize application

procedures. c. Answer questions.

4. It shall be the Contractor's responsibility to insure that all surfaces are properly prepared,

the proper primer applied to the correct mil thickness, and the finish coat is compatible with the primer coat and applied to the correct mil thickness. This includes preparation and priming of all faying surfaces. This applies to all equipment and material, whether the total process is done in the shop, in the field, or partially in the shop and partially in the field.

5. Job Mockup: One area shall be selected by the Engineer to represent typical job surfaces

and conditions. Blast, clean, paint and finish this area as specified. After finishes are accepted, this area shall be used for comparison in evaluation of other surface preparation, painting and finishing of a similar nature.

6. All paint products shall be supplied by the same manufacturer unless otherwise approved

by the Engineer. 7. Reference Standards: Comply with applicable provisions and recommendations of the

following, except where otherwise shown or specified:

D. Reference Standards The latest edition of the following standards and regulations form a part of this specification.

1. American Institute of Steel Construction (AISC)

a. Sophisticated Paint Endorsement Qualification

2. American Society for Testing and Materials (ASTM) a. ASTM D 4138 Standard Test Method for Measurement of Dry Paint

Thickness of Protective Coating Systems by Destructive Means

b. ASTM D 4214 Standard Test Methods for Evaluating the Degree of Chalking of Exterior Paint Films

c. ASTM D 224 Standard Practice for Calculation of Color Tolerances and Color Differences from Instrumentally Measured Color Coordinates

d. ASTM D 4285 Standard Test Method for Indicating Oil or Water in Compressed Air

e. ASTM D 4263 Standard Test Method for Indicating Moisture in Concrete by the Plastic Sheet Method

f. ASTM D 4414 Standard Practice for Measurement of Wet Film Thickness by Notch Gages

g. ASTM D 4417 Standard Test Methods for Field Measurement of Surface Profile of Blast Cleaned Steel

h. ASTM D 4541 Standard Test Method for Pull-Off Strength of Coatings Using Portable Adhesion Testers

Page 164: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

09970-4 2370/60087

7/16 Water Storage Tank Surface Preparation and Coatings

i. ASTM D523-89 Standard Test Method for Specular Gloss j. ASTM D610-95 Standard Test Method for Evaluating Degree of Rusting

on Painted Steel Surfaces

3. American Welding Society (AWS) a. AWS D1.1 Structural Welding Code-Steel

4. American Water Works Association (AWWA)

a. AWWA C 652 Standard for Disinfection of Water-Storage Facilities b. AWWA D 100-11 Standard for Welded Steel Tanks for Water Storage c. AWWA D 102-14 Standard for Coating Steel Water-Storage Tanks

5. The Society for Protective Coatings (SSPC)

a. SSPC-Guide 6 Guide for Containing Debris Generated During Paint Removal Operations

b. SSPC-SP 15 Commercial Grade Power Tool Cleaning c. SSPC-SP 13 Surface Preparation of Concrete d. SSPC-SP 10 Near-White Metal Blast Cleaning e. SSPC-SP 11 Power Tool Cleaning to Bare Metal f. SSPC-SP 6 Commercial Blast Cleaning g. SSPC-PA 2 Measurement of Dry Film Thickness with Magnetic Gages h. SSPC-VIS 1 Visual Standard for abrasive Blast Cleaned Steel i. SSPC-AB 1 Mineral and Slag Abrasives j. SSPC-AB 2 Cleanliness of Recycled Ferrous Metallic Abrasive k. SSPC-AB 3 Ferrous Metallic Abrasive l. SSPC-QP 1 Standard Procedure for Evaluating Painting Contractors

Field Application to Complex Industrial Structures) m. SSPC-Paint 36 Two-Component Weatherable Aliphatic Polyurethane

Topcoat, Performance-Based n. SSPC-Paint 42 Polyamide/polyamidoamine primer, Performance-

Based.

6. International Concrete Repair Institute (ICRI) a. Technical Guideline No.03732, “Selecting and Specifying Concrete Surface

Preparation for Sealers, Coatings, and Polymer Overlays”. Includes visual standards to act as a guide in defining acceptable surface profiles for the application of industrial coatings and polymer floor toppings.

b. Technical Guideline No.03730, “Guide for Surface Preparation for the Repair of Deteriorated Concrete Resulting from Reinforcing Steel Corrosion”.

7. Occupational Safety and Health Administration (OSHA)

a. 29 CFR 1910 General Industry Standard b. 29 CFR 1926 Construction Industry Standard c. 29 CFR 1910.146 Permit Required Confined Spaces d. 29 CFR 1926.104 Safety Belts, Lifelines, and Lanyards e. 29 CFR 1926.450-454 Scaffolds f. 29 CFR 1926.500-503 Fall Protection

8. NSF International (NSF) a. ANSI/NSF Standard 61 “Drinking Water System Components – Health Effects”

Page 165: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

09970-5 2370/60087

7/16 Water Storage Tank Surface Preparation and Coatings

In accordance with Code of Maryland regulations (COMAR) 26.04.01.33, Direct and Indirect Additives, suppliers of water shall only use products (any materials that come in contact with water intended for use in public water supply) that meet the applicable American National Standards Institute/NSF International (ANSI/NSF) standards for direct or indirect drinking water additives.

9. American Conference of Governmental Industrial Hygienists (ACGIH)

a. 2005 Threshold Limit Values for Chemical Substances and Physical Agents * Biological Exposure Indices

10. Reduction of Lead in Water Drinking Act

a. All materials that contact drinking water will comply with the Reduction of Lead in Drinking Water Act, which went into effect in Maryland in February 2013 [COMAR 09.20.01.03, Safe Drinking Water Act section 1417 (a)(4)(8)].

11. Equipment and Coating Manufacturer’s Published Instructions.

E. Submittals

1. Submit in accordance with Section 01330 “Submittals” copies of manufacturer's technical information, including paint label analysis and application instructions for each material proposed. a. Submit a detailed schedule of coating applications including product, place of

application, method, equipment and inspection services. Submit at least thirty (30) days prior to surface preparation.

b. List each material and cross-reference to the specific paint and finish system and application. Identify by manufacturer's catalog number and general classification.

c. Submit copies of manufacturer's complete color charts for each coating system. d. Provide certifications from manufacturers verifying that the factory applied

prime coats are compatible with specified finish coatings. e. Submit certificate stating painting system has been properly prepared and painted

in accordance with the Specifications. f. Have manufacturer submit certificate stating the quantity of paint furnished was

sufficient to properly coat all surfaces. g. Submit detailed inspection report as specified in Article 3.H.3.

2. Maintenance Manual: Upon completion of the work, furnish copies of a detailed

maintenance manual in accordance with Section 01330 “Submittals” including the following information: a. Product name and number. b. Name, address and telephone number of manufacturer and local distributor. c. Detailed procedures for routine maintenance and cleaning. d. Detailed procedures for light repairs such as but not limited to dents, scratches

and staining.

3. Paint Removal/Painting Plan – Provide details of the following items: a. Provide a detailed schedule of coating applications including product, place of

application, method, and equipment. b. Provide written procedures for the preparation of surfaces and the application of

coatings, along with a description of the equipment and abrasive media that shall be used for surface preparation and paint application, including limited access

Page 166: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

09970-6 2370/60087

7/16 Water Storage Tank Surface Preparation and Coatings

areas. c. Identify the coating materials. Include manufacturer’s name, product name, and

product number. Provide coating materials project data sheets, VOC levels, MSD sheets and written application instructions including mixing requirements, specified thinners, and thinner amounts.

d. Identify abrasive media to be used. Include manufacturer’s name, product name, supplier information, size, MSD sheets, and written application instructions.

e. Identify methods of field testing for soluble salt (chloride) testing and proposed methods of remediation.

f. Provide written procedures for collection, handling, and disposal of spent solvents, degreasers and detergents in accordance with all local, state and /or federal laws and /or regulations.

g. Submit a written contingency plan for overspray removal. Address how abrasive and/or paint damage to automobiles and property will be accomplished. Provide the company name, address, phone number and contact of the company performing the work. Submit proof that this company is properly licensed, trained, and insured to perform such work.

h. Submit two 6” x 6” samples of each of the proposed finish colors of all surfaces to be coated.

4. Work Schedule: Provide a schedule of mobilization, surface preparation, all other

rehabilitation items, painting clean-up, and demobilization operations. Address the schedule in calendar days and work days. Initial work schedule is to be submitted at the pre-construction conference.

5. Applicator's Qualifications: Submit qualifications as specified in 1.B.

F. Worker Protection/Safety

1. The Contractor is responsible for the safety of the work under its direct control and

supervision. 2. The Contractor is responsible for the health and safety of its employees and its

subcontractors’ employees. Develop an approved safety and health program for all employees and subcontractors consistent with OSHA requirements.

3. Due to the fall potentials associated with the field work, pay specific and special attention

to fall prevention and protection and compliance with 29 CFR 1926.104, and 29 CFR 1926.500-503.

4. Keep the work area in a clean, neat and safe condition. 5. Equip personnel with safety clothing, including shoes with non-sparking soles, and

proper respiratory protection as required for the work. Provide explosion proof lighting, fans, pumps, sprayers, flashlights, etc. in all painting and curing areas.

6. Prohibit smoking, matches, lighters, or other spark/flame producing items in the painting,

curing, or storage areas. Provide and maintain adequate ventilation during surface preparation, coating application, and curing phases of work to adequately remove dust and fumes to prevent injury to workmen or accumulation of volatile gases.

Page 167: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

09970-7 2370/60087

7/16 Water Storage Tank Surface Preparation and Coatings

7. Provide and maintain safe, secure field rigging and scaffolding in accordance with 29 CFR 1926.450-454. Carefully evaluate all rigging and existing attachments of the type and magnitude of loads that will be imposed on the structure immediately prior to use. Rigging and scaffolding shall require certification by a Professional Engineer licensed in the State of Maryland. The Contractor assumes all responsibility for the use of any existing or added attachments.

8. Have Confined Entry Space Procedures available at the field site at all times in

accordance with 29 CFR 1910.146 and comply with any state and/or local requirements which are more restrictive than the federal requirements. Provide confined space monitoring before and during entry of all personnel in accordance with OSHA requirements.

9. Maintain accurate record files on accidents, occupational illnesses, fatalities, or OSHA

citations. 10. The Engineer has the right to examine the site of any accident at the field site and to

question any person having knowledge of any such accidents. The Engineer has the right, but not a duty, to inspect that the safety and health requirements under this contract are being implemented and fulfilled. If inspections reveal deficiencies, immediately take action as may be required to correct the deficiencies. If Contractor fails or refuses to correct an unsafe or unhealthful condition, the Engineer has the right to stop all or part of work performed until satisfactory corrective action has been taken. The Engineer shall not be subject to claims by Contractor, its employees or its subcontractors as a result of this stop work order or for its failure to detect an unsafe condition. The Engineer maintains the right to remove any person(s) from the site if, in the opinion of the Engineer, the person(s) endangers the safety or health of others.

G. Use of Premises

1. The Contractor shall visit the site and carefully evaluate the plans and specifications to

determine the level of effort required to complete the project safely, in accordance with the specifications, and within the scheduled time period. Normal working hours shall be Monday through Friday, exclusive of holidays, between 8:00 am and 6:00 pm. The Contractor shall provide and pay for all labor, equipment, supplies, materials, machinery, facilities, subcontractors, and services necessary to complete the work to the satisfaction of the Engineer. No additional compensation shall be considered for failure of the Contractor to visit the site prior to submitting the bid, for any items that could reasonable been anticipated by such site visit.

2. Be aware of any access or staging area limitations that may exist at the project site.

Staging area limitations have been delineated on the contract documents. Notify the Engineer of any limitations in writing prior to mobilization. As appropriate, the Contractor shall anticipate access limitations in the bid.

3. Confine apparatus, material storage, and work operations to the limits prescribed by

ordinances or permits, contract documents, or as may be directed by the Engineer. Do not unreasonably encumber the premises. Access to the property for operations personnel as shown in contract documents shall be maintained at all times.

4. All operations which include opening/closing valves, switching, starting, stopping, or

Page 168: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

09970-8 2370/60087

7/16 Water Storage Tank Surface Preparation and Coatings

removal from service of any equipment shall be done by the County. The Contractor shall submit a request two days in advance for such services, or fourteen days in advance for any radio system or communication equipment. The request shall be submitted to the Engineer. Approval of the request shall be at the sole discretion of the Owner.

5. Comply with and enforce any instructions of the Engineer, and local laws regarding

signs, advertising, fire and smoking. 6. Maintain the jobsite in a clean and safe condition. 7. Upon completion of work, restore or replace all disturbed surfaces, structures, and

materials to the satisfaction of the Engineer, all at no additional cost. 8. The FAA obstruction light circuit located on the tank roof shall be maintained at all

times. The contractor may run temporary service as necessary to maintain equipment. The FAA obstruction light may be de-energized during daylight hours but must be reenergized 30 minutes prior to dusk. The FAA obstruction light must be visible from the air and must be the highest point on the tank.

09970.02 MATERIALS A. General

Provide and use surface preparation and painting equipment as required to perform the work in accordance with the requirements of the project specifications. Provide all equipment needed to perform the work including the necessary power supplies, even if the required equipment is not specifically designated in this Section. 1. Blast Cleaning Equipment

a. Provide blast cleaning equipment as required performing work as specified. b. Use well-maintained equipment. Use properly sized pots, hoses, nozzles, and all

support equipment (eg. Compressors) needed to perform the work as specified. c. Provide specialized equipment such as angled nozzles (e.g. 45o, 90o and 135o) or

short nozzles for cleaning of limited access areas as specified. 2. Abrasives

a. Provide abrasives that are clean and dry. New abrasives shall be provided in unopened containers. The media shall be sized properly to provide the surface profile as specified.

b. The use of recycled abrasives from previous projects other than this one is prohibited.

c. If abrasives are to be recycled, provide the appropriate equipment to clean the abrasive for reuse, including the removal of fine particulate and dust. Recycled abrasives shall conform to SSPC-AB 2, Cleanliness of Recycled Ferrous Metallic Abrasive

d. Use abrasives that are compatible with the substrate being cleaned and that are acceptable to the Engineer. Abrasives used on the exterior surfaces shall not be used on the interior.

e. The use of silica sand is not permitted. Recyclable steel abrasives are acceptable if adequate equipment is available to clean the abrasive for reuse. Metallic abrasives shall conform to SSPC-AB 3. Mineral abrasives shall conform to SSPC-AB 1.

Page 169: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

09970-9 2370/60087

7/16 Water Storage Tank Surface Preparation and Coatings

3. Brushes and Rollers

a. Provide brushes and rollers as required to perform the work. Use specialized applicators (e.g. Mitts, daubers, rollers, brushes) as required to apply paint to limited access areas.

b. Use equipment that is clean, constructed of a material that will not be softened or deteriorated by the paint material or solvents, that will not leave excessive amounts of roller nap or bristles in the applied paint film, and which is sized properly to perform the work.

4. Spray Equipment

a. Provide airless, conventional, and/or other spraying equipment as required to perform work not considered a limited access area.

b. Use equipment that is clean, equipped with agitators and ancillary equipment (e.g. heaters) as required, and is size properly to perform the work.

B. Coating Materials

1. General

a. The steel storage tank shall be painted with a minimum 3-coat epoxy system on the interior and a minimum 3-coat polyurethane system on the exterior.

b. Apply a contrasting color stripe coat by brush to all difficult, insufficient, or non-uniform surface irregularities prior to applying the second full coat. These surfaces include but are not limited to edges, seams, welds, crevices, stiffening structures, drain holes, nuts, brackets, threads, bolt heads, manhole necks, pitted areas, etc.

c. Use the same manufacturer for all coats of the specified system, including thinners and other additives.

d. Do not co-mix coating products or components produced by different manufacturers under any circumstance.

e. Deliver paint materials in sealed, original, labeled containers bearing manufacturer’s name, type of material, brand name, color designation, shelf life, batch number, and instruction for mixing and thinning.

f. Upon the completion of the work, provide the Owner with at least one new 1-gallon paint kits of each type and color of product used. Tightly seal and clearly label each container for identification.

g. Use thinners approved by the coating manufacturer only. Do not use methyl ethyl ketone (MEK). The Contractor is strictly prohibited from brining MEK to the site or using it for any reason on the project.

2. Tank Interior Wet Container Coating System:

a. Three-coat application system consisting of Tnemec Series N140 Pota-Pox Plus, including stripe-coats for the intermediate epoxy and finish-coat epoxy, both tinted for better visibility during application and inspection.

b. Total Dry Film Thickness of the Interior Epoxy System shall range from a minimum of 6.0 mils to a maximum of 30.0 mils.

c. Interior System shall be DHMH and NSF approved.

3. Tank Interior Dry Space Coating System:

Page 170: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

09970-10 2370/60087

7/16 Water Storage Tank Surface Preparation and Coatings

a. 1st Coat (Primer Coat): Tnemec Series 91-H2O or 94-H2O Hydro-Zinc, applied to a D.F.T. of 2.4 mils to 3.5 mils.

b. 2nd Coat (Intermediate Coat) Tnemec Series N69 Hi-Build Epoxoline II/N140 Pota-Pox, applied to a D.F.T. of 2.0 to 10.0 mils. Color to slightly contrast with finish color.

c. 3rd Coat (Finish Coat): Tnemec Series N69 Hi-Build Epoxoline II/N140 Pota-Pox, applied to a D.F.T. of 2.0 to 10.0 mils. Color is

to match ex. interior dry coating system color and shall be confirmed by the Owner.

d. Total Dry Film Thickness of the Interior Epoxy System shall range from a minimum of 6.5 mils to a maximum of 23.5 mils.

e. The three-coat system specified should include stripe-coats for the intermediate epoxy and finish-coat epoxy, both tinted for better visibility during application and inspection.

4. Tank Exterior Coating System:

a. 1st Coat (Primer Coat): Tnemec Series 530 Omnithane (2 to 3 mils D.F.T.).

b. 2nd Coat (Intermediate Coat): Tnemec Series 1075 Endura-Shield (3 to 5 mils D.F.T.) Color to slightly contrast with finish color.

c. 3rd Coat (Finish Coat): Tnemec Series 700 Hydroflon (2 to 3 mils D.F.T.). Color to be confirmed by Owner.

d. Total Dry Film Thickness of the Exterior Epoxy/Urethane System shall range from a minimum of 7.0 mils to a maximum of 11.0 mils .

e. The three-coat system specification should receive a stripe-coat of epoxy after application of the zinc primer and prior to the application of the intermediate urethane coat.

5. Ductile Iron Piping Coating System:

a. Two-coat application system consisting of Tnemec Series 135 Chembuild. b. Total Dry Film Thickness of the moisture tolerant, high-solids, epoxy coating

system shall range from a minimum of 7.0 mils to a maximum of 9.0 mils (Tnemec).

C. Substitutions

1. No substitutions shall be considered that decrease the film thickness, the number of coats, the surface preparation or the generic type of coating specified. Approved manufacturers must furnish the same color selection as the manufacturers specified, including accent colors in all coating systems.

D. Joints

1. All joints between structural members and shell or two (2) structural members shall be sealed with CIM 1061 membrane or an approved equal.

Page 171: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

09970-11 2370/60087

7/16 Water Storage Tank Surface Preparation and Coatings

09970.03 EXECUTION A. Containment and Protection of Surfaces Not to be Coated

1. Containment and Dust Collection a. At a minimum, provide full containment meeting emission control requirements

of a Class 2A system as specified in the SSPC-Guide 6, Guide for Containing Debris Generated During Paint Removal Operations. The containment system shall also comply with the contract documents and all applicable OSHA, EPA, federal, state and local regulations.

b. The containment system and attachments shall be designed, stamped, and signed by a Professional Engineer licensed in the State of Maryland. The design shall indicate the maximum wind speed allowed for the containment system.

c. The containment system shall be designed to give surety that no damage occurs to the tank roof or shell. Damage or deformation to the tank structure as a result of the containment system shall be repaired by the Contractor at no additional cost to the owner. The Contractor assumes any and all responsibility for the tank to structurally support the containment system.

d. All containment system items desired to be left on the tank structure upon completion of work shall be approved by the Owner prior to containment system installation.

e. Dust collection shall be maintained during all abrasive cleaning and all other operations in which dust, emissions, and debris may be produced.

f. The quantity and size of all system components shall be based upon the limits of the Contractor’s paint removal operations.

2. Protection

a. Use protective coverings, shields, or masking as necessary to protect items specified in this Section such as equipment, hardware, fixtures, vent screens, cathodic protection equipment, clog resistant pallet materials and screens, ladder safety climbing devices, equipment nameplates, identification plates, surrounding mechanical and electrical equipment, machinery, drainage systems miscellaneous appurtenances, and other surfaces not scheduled for coating work are protected against abrasive damage, paint spillage, overspray, etc. The Contractor is responsible to make full restitution for damages occurred.

b. Maintain all protective coverings during the entire period the work is being performed, and remove all coverings upon completion of the work.

c. Spray and brush/roller application of coatings to exterior surfaces shall be performed only with the containment system fully installed and the roof covered.

d. Overspray removal shall be performed by a subcontractor specializing in overspray removal and that is licensed, bonded, and insured to the same levels required of the Contractor, as specified in these documents. The contractor shall not attempt to remove overspray with in-house forces. Overspray removal shall be performed at a time and location convenient to the property owner. All cost for overspray removal shall be at the Contractor’s expense.

e. Erect all scaffolding and staging required for the work and remove it upon project completion. Exercise extreme care in fastening, bracing and handling the scaffolding and staging to avoid scratching or damaging tank surfaces and surrounding property and equipment. The Contractor is responsible for the repair of any damage created.

Page 172: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

09970-12 2370/60087

7/16 Water Storage Tank Surface Preparation and Coatings

B. Surface Preparation

1. Pre-Production Surface Preparation Test Section a. Prior to proceeding with production surface preparation operations, prepare a test

section of at least 10 square feet as well as three 1 square foot test panels for blast cleaned surfaces. Prepare a 1 square foot test section for power tool cleaned surfaces. Perform testing in locations considered by the Engineer to be representative of the existing surface characteristics and structures characteristics. Blast clean and power tool clean the test sections using the same equipment, materials, and procedures that shall be used for production blast cleaning. Provide safe access for close visual inspection and testing. Do not precede with the production surface preparation operations until the Engineer agrees that the surface of the test sections complies with specified requirements.

b. Seal the test sections with a clear urethane to prevent oxidation so that these prepared surfaces can be used for future reference as to the degree of surface preparation required.

2. Welding, Pitting Repair and Seam Welding

a. Subsequent to abrasive blast cleaning, grind and replace any existing defective welds, seam deteriorations as directed by the Engineer in accordance with AWS and AWWA D 100-11, Standard for Welded Steel Tanks for Water Storage. Seam welding shall include all work related to the welding of all areas of severe undercut or reduction of weldment. Seam welding shall also be required if stitch welding is observed in a location determined to be unfavorable by the Engineer.

b. Subsequent to abrasive blast cleaning, significant pitting in isolated locations shall require repair welding. The pits shall be filled with weld metal deposits and grinded to achieve a smooth uniform surface for coating operations. All labor, material, equipment, and other associated costs required to perform this work shall be included in the unit cost.

c. Subsequent to abrasive blast cleaning, any rough edges, seams, or minor pitting in close proximity shall be filled with a solventless epoxy seam sealer recommended by the selected coating manufacture and sanded to achieve a smooth surface for coating operations. Apply material as recommended by the selected coating manufacturer.

d. The significance of the pitting and the action taken to resolve the pitting encountered shall be determined by the Engineer. Initial abrasive blast cleaning for evaluation of the pitting shall be included in the bid.

e. Chipping and grinding operations necessary to accomplish this work is considered incidental to the work specified in this Section.

3. Weld Spatter, Rust Scale, and Sharp Edges

a. All unused brackets, conduits, conduit supports, etc. shall be removed from the tank interior and exterior surfaces. Remaining weld burrs shall be ground flush with the host metal to provide a smooth surface for coating application.

b. Prior to abrasive blast cleaning, remove slag, flux deposits, rust scale, and weld spatter. Grind any resulting burrs smooth. After grinding, blast clean these areas to achieve the specified surface cleanliness and profile. The operation (i.e., chipping, grinding, etc.) necessary to accomplish this work is considered incidental to the coating work specified in this Section. No additional compensation for this work shall be considered.

c. Prior to surface preparation, round sharp edges. The rolled edged of angles,

Page 173: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

09970-13 2370/60087

7/16 Water Storage Tank Surface Preparation and Coatings

channels, and wide flange beams generally do not require further rounding unless specifically directed by the Engineer.

d. Notwithstanding, edge of items shall be rounded to a 1/16” minimum radius and corners shall be rounded to a 1” minimum radius.

4. Solvent Cleaning a. Prior to using any of the methods of surface preparation specified herein, remove

visible grease and oil from the surface by solvent cleaning. b. SSPC-SP 1 Solvent/Detergent Cleaning

1) Clean the surface in accordance with SSPC-SP 1 to remove grease, oil, and other similar surface material. Only use solvents or detergents that will not damage the substrate, and that were acceptable to the coating manufacturer and the Engineer.

2) Contractor shall not dispose of residues from degreasers or detergents into the drain system. Collect, properly handle, and dispose of the materials in accordance with all local, state and /or federal laws and /or regulations. Submit a written procedure for the proper collection, handling and disposal of these residues for Engineer’s review.

c. Clean cloths shall be used for final wiping.

5. Compressed Air Cleanliness a. Provide compressed air that is free from moisture and oil contamination. b. Verify that cleanliness of the compressed air by the white blotter test in

accordance with ASTM D 4285 at least once per shift for each compressor system. Sufficient freedom from oil and moisture is confirmed if soiling or discoloration is not visible on the paper.

c. If air contamination is evident, change filters, clean traps, add moisture separators or filters, or make such adjustments as necessary to achieve clean, dry air.

6. Ambient Conditions

a. Do not conduct final surface preparation which exposes bare steel under damp environmental conditions or when the surface temperature is less than 5oF greater than the dew point temperature of the surrounding air.

b. Monitoring ambient conditions shall be the responsibility of the Contractor. The Engineer on site shall also monitor the ambient conditions to verify the accuracy of the Contractor.

7. Abrasives/Profile

a. Use new, clean, dry, uniformly graded abrasives for blast cleaning that are free of oil, soluble salts and other similar substances which could contaminate the base cleaned surface. Store all abrasives in original, sealed packaging within a clean, dry area. The abrasive used shall be properly sized and capable of producing a 1.5 to 3.0-mil surface profile depth, unless otherwise recommended by the coating manufacturer. Verify the surface profile depth with appropriate surface profile replica tape, such as Testex Tape. Tape shall become part of the project documentation.

b. Do not reuse abrasive unless the abrasive is specifically designed for that purpose (e.g. recyclable steel grit) and ample equipment is available at the project site for the safe, controlled cleaning of the abrasive. Determine the cleanliness of the

Page 174: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

09970-14 2370/60087

7/16 Water Storage Tank Surface Preparation and Coatings

recycled abrasive by performing a vial test and chloride tests on new and recycled abrasive in accordance with SSPC-AB2.

c. Operate and monitor abrasive blasting equipment to ensure efficient, effective operation.

8. Surface Preparation – Abrasive Blast Cleaning of Steel Surfaces

a. Prior to blast cleaning, conduct tests for soluble chloride salts on blast cleaned surfaces. At a minimum, conduct at least one test per 1,000 square feet, or increment thereof, of steel surface cleaned. Conduct the tests in accordance with SSPC Guide 15 using Class A retrieval methods (patch cell or sleeve). If soluble chloride is present at levels greater than 7 µgcm2, conduct water washing or steam cleaning. Retest after cleaning to conform that the salts have been adequately removed.

b. Contractor shall work with coating manufacturer to verify the existing coating system will be compatible with the new coating system at be applied. Adhesion testing shall also be conducted to verify existing coating adhesion is adequate to accept additional new coats.

c. Prepare all interior wet tank surfaces and appurtenances by abrasive blast cleaning in accordance with SSPC-SP 5, “White Metal Blast Cleaning”.

d. Prepare all exterior tank surfaces and interior dry surfaces and appurtenances by abrasive blast cleaning in accordance with SSPC-SP 10, “Near White Metal Blast Cleaning”.

e. Prepare all ductile iron pipe surfaces, fittings, and valves by abrasive blast cleaning in accordance with SSPC-SP 6, “Commercial Blast Cleaning”.

9. Surface Preparation – Power Tool Cleaning of Steel Surfaces , Including Interior (Dry)

Surfaces a. Prepare steel surfaces and appurtenances in limited access areas where abrasive

blast cleaning is not feasible or permissible in accordance with SSPC-SP 11, “Power Tool Cleaning to Bare Metal”.

b. Prepare carbon steel surface areas determined by the Engineer to be an inaccessible area in accordance with SSPC-SP 15 “Commercial Grade Power Tool Cleaning”.

C. Product Delivery, Storage and Handling

1. Deliver, store and handle the paint in accordance the manufacturer's recommendations, and as supplemented herein.

2. Delivery of Materials: 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. d. Contents by volume, for major pigment and vehicle constituents. e. Thinning instructions where recommended. f. Application instructions. g. Color name and number.

3. Storage of Materials:

Page 175: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

09970-15 2370/60087

7/16 Water Storage Tank Surface Preparation and Coatings

a. Store only acceptable project materials on project site. b. Store in a suitable location approved by the Engineer. Keep area clean and

accessible. c. Restrict storage to paint materials and related equipment. d. Comply with health and fire regulations including the Occupational Safety and

Health Act of 1970 as amended. e. Keep temperature of storage area above 50F or the manufacturer's

recommended storage temperature, whichever is higher f. Maintain all MSDS for all materials. g. Keep all containers of paint unopened until required for use. h. Store the paint and solvents under cover, out of direct sunlight. Maintain the

temperature between 50oF and 90oF, unless the requirements of the manufacturer are more restrictive.

i. In the field, provide the size and number of fire extinguishers in proper proportion to the quantity of pint stored and located in accordance with OSHA regulations.

j. Do not permit smoking in any field paint storage, mixing, and application areas. k. Do not open or mix paints in the field storage area. l. Do not return mixed paints to the field storage area. m. For field work, bulk containers for solvents and thinners must be equipped with

spring-loaded, self-closing, dispensing nozzles and Underwriter’s Laboratories approved drum bund vents. Use Underwriter’s Laboratories approved containers for transporting paint to mixing areas.

n. Use explosion-proof lighting fixtures during coating work. o. Do not permit the accumulation of empty paint cans, combustibles, and other

debris.

4. Mixing and Thinning of Coating Materials a. Verify that the paint to be mixed has not exceeded its shelf life. b. Utilize proper ventilation in the field mixing areas to prevent injury to workmen

or the accumulation of volatile gases. c. Mix all coatings in accordance with the requirement of the coating manufacturer.

Particular attention shall be given to the observance of proper induction times. d. Mix only complete kits of material. Mixing of partial kits is not allowed. e. Do not use two-component materials beyond the pot life established by the

manufacture’s written instructions. f. Thin paints in strict accordance with the coating manufacturers written

instructions. Use only those types, brands, and amounts of thinner recommended by the coating manufacturer. Limit the thinning to only the amount necessary to facilitate application. Measure and record amounts of thinner added to each batch of coatings. The use of MEK is not permitted.

D. Coating Application

1. All paint application shall be in accordance with Steel Structures Painting Council Paint

Application Specifications. 2. No painting will be done on Saturdays, Sundays, or holidays, without written permission

of the Engineer. No painting will be done between November 15 and March 15 without written permission from the Engineer. No painting will be permitted on the exterior of the tank if there is water in the tank.

Page 176: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

09970-16 2370/60087

7/16 Water Storage Tank Surface Preparation and Coatings

3. Adequate ventilation shall be maintained at all times in the tank. Ventilation shall be of

sufficient capacity for a clear atmosphere within the tank during both surface preparation and coating operations.

4. Supplementary heating or dehumidification (if required) shall be furnished, installed, and

operated by the Contractor at no additional cost to the Owner. 5. Adequate flood lighting and spot lighting shall be provided for blasting and coating

operations. Spotlights shall be attached to surface preparation equipment (blast guns) during blasting operations. Only explosion-proof lighting shall be used during the application of the coatings.

6. Surface Preparation - Verify that the surface exhibits the specified degree of preparation

immediately prior to painting operations. 7. Surface Cleanliness – Thoroughly clean the surface in accordance with SSPC-SP 1,

Solvent Cleaning, prior to the application of each coat to remove spent abrasive, dirt, dust, and other interference material.

8. Grease/Oil – If grease or oil have become deposited on the bare surface to be painted, or

on the surface of any of the applied coats, remove by solvent cleaning in accordance with SSPC-SP1 prior to the application of the next coat.

9. Ambient Conditions – Apply coatings under the following conditions unless the

requirements of the coating manufacturer are more restrictive. a. Surface, Material, and Air Temperature – Between 50oF and 110oF. b. Relative Humidity – Less than 85% c. Dew Point – Surface temperature of at least 5oF above the dew point temperature

of the surrounding air. d. Frost/Rain – Do not apply coatings to surfaces containing frost or during rain,

fog, or similar conditions. e. Remove and replace any paint that is exposed to unacceptable conditions (e.g.

rain or dew) prior to adequate curing.

10. Methods of Application – Apply all coats by the methods shown below unless the methods recommended by the paint manufacturer are more restrictive. a. Airless or Conventional Spray Application – If conventional spray is used, verify

that the compressed air supply is clean and dry prior to each application. Use extreme care to avoid contamination of surrounding areas or property by overspray. Spray applies coatings only within a containment of adequate design to contain all overspray.

b. Brush or Roller Application – Brushes and rollers may be employed to provide better controls over overspray. Specialized application tools such as rollers, daubers, mitts, etc., shall be used to ensure coating coverage in limited access areas and non-uniform surfaces.

11. Coverage and Continuity a. Apply a contrasting color stripe coat by brush to all difficult, insufficient, or non-

Page 177: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

09970-17 2370/60087

7/16 Water Storage Tank Surface Preparation and Coatings

uniform surface irregularities prior to applying the second full coat. These surfaces include but are not limited to edges, seams, welds, crevices, stiffening structures, drain holes, nuts, brackets, threads, bolt heads, manhole necks, pitted areas, etc.

b. Apply each coat in a workmanlike manner to assure thorough wetting of the substrate or underlying coat, and to achieve a smooth, streamline surface completely free of dryspray, overspray, and orange peel. Shadow-through, pinholes, bubbles, skips, misses, lap marks between applications, or other visible discontinuities are not acceptable. Runs or sags may be brushed out while the material remains wet.

c. The Contractor shall make every effort to prepare and paint all surfaces including incidental areas of limited access in accordance with this section. The use of specialized surface preparation and equipment designed for improved accessibility to the limited access areas may be required. The determination of the limited access areas shall be at the sole discretion of the Engineer.

d. Interior tank surfaces to be painted include but are not limited to the tank surfaces, roof surfaces, roof stiffeners, interior piping, manholes, overflow, threads, bolts, nuts, pins, brackets, seams, corners, etc.

e. Exterior tank surfaces to be painted include but are not limited to the tank surfaces, stiffeners, roof railings, exterior piping, appurtenances, threads, bolts, nuts, entry manholes, pins, brackets, seams, corners, roof vent flanges, etc.

f. Ductile iron pipe surfaces to be painted inside the referenced vault include but are not limited to all piping, flanges, corporation stops, pipe supports, fittings, valves, bolts and threads.

12. Tint – Tint successive coats (if approved by the manufacturer), or use materials of

sufficiently different color to facilitate proper coverage and to provide a visible distinction between coats.

13. Recoat Time – Apply each coat only after verifying that the previous coat has been

allowed to dry as required by the manufacturer’s written instruction, but as soon as possible to minimize the length of exposure to dust and contamination. Obtain written instructions from the coating manufacturer detailing the tests/inspections required to verify that minimum recoat time have been met and also not exceeded. If the recoat window is exceeded prior to application of the next coat, completely remove the coating or prepare the existing coating as recommended in writing by the coating manufacturer. The Contractor shall provide the written procedure from the coating manufacturer in advance for Engineer’s review. Written recommendations or instructions from the coating manufacturer shall be on company letterhead and must be from a qualified, certified, and technically responsible company employee.

14. Coating Adhesion – Apply all coats in such a manner to assure that they are well-

adherent to each other and to the substrate. If the application of any coat causes lifting of an underlying coat, or there is poor adhesion between coats or to the substrate, remove the coating in the affected area to adjacent sound, adherent, coating, and reapply the material.

15. Wet Film Thickness – Use wet film thickness gages to measure and record the thickness

of each coat at the time of application in accordance with ASTM D 4414, Standard Practice for Measurement of Wet Film Thickness by Notch Gages. Calculate to ensure that the applied wet film thickness is appropriate for the specified dry film thickness. Be

Page 178: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

09970-18 2370/60087

7/16 Water Storage Tank Surface Preparation and Coatings

sure to adjust calculations to address thinning (if performed).

16. Dry-Film Thickness a. Apply each coat to the thicknesses as specified in Part 2.02 of this Section unless

the requirements of the coating manufacturer are more restrictive. b. Measure the thickness of each coat on steel using nondestructive magnetic dry

film thickness gages. Comply with SSPC-PA 2, Measurement of Dry Film Thickness with Magnetic Gages for the verification of calibration and use of the gages, and the frequency of thickness measurements.

c. If there are disputes regarding the coating thickness applied, A Tooke Gage (destructive scratch gage) may be used, but limit its use to a minimum number of locations. Mark and repair all damage created by the destructive testing.

d. Apply additional coating to areas of insufficient thickness with care to assure that all repairs blend in with the surrounding material.

e. Unless directed otherwise by the Engineer, remove excessive coating thicknesses and reapply the affected coat(s).

17. Backfilling and Restoration

a. Backfill around concrete foundation surfaces after coatings have cured according to the manufacturer’s recommendations and approved by the Engineer.

b. All disturbed areas shall be restored to a condition equal to that before the work began and to the satisfaction of the Owner.

E. Repair of Damage Coating

1. Repair all damaged coating prior to project completion. 2. Surface Preparation

a. Prepare localized damage by solvent cleaning in accordance with SSPC-SP 1 followed by power tool cleaning. If the damage exposes the substrate, clean to bare metal in accordance with SSPC-SP 11. If the substrate is not exposed, clean in accordance with SSPC-SP-3. Feather the surrounding coating at each repair for a distance of 1” to 2” to provide a smooth, tapered transition into intact coating. Roughen the existing coating to assure proper adhesion of the repair coat(s). Use hand tool cleaning for surface preparation only upon approval of the Engineer.

b. Prepare extensive damage to the coating by abrasive blast cleaning as directed by the Engineer. When employing abrasive blast cleaning, use extreme care to avoid damage to the surrounding coating caused by overblast. Feather the existing coating to provide a smooth, tapered transition.

3. Coating Application – When the bare substrate is exposed in the damaged area, re-apply

all coats of the coating system. When the damaged are does not extend to the bare substrate, re-apply only the affected coats. Maintain the thickness of the system in the overlap areas within the specified total thickness tolerances.

F. Control of Dust, Sand And Paint

1. The Contractor shall be responsible for the control of dust, blasting media, paint droppings, paint driven by wind, or any damage caused by his operations. Coatings on structures or any private property resulting from the failure to control dust, paint, or other

Page 179: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

09970-19 2370/60087

7/16 Water Storage Tank Surface Preparation and Coatings

airborne substances during the operation of the Contractor's equipment shall be removed promptly by the Contractor at his expense.

G. Completion of Painting

1. Upon completion of the painting, no water shall be placed in the tank nor shall any attempt be made to fill the tank until the Contractor has determined that the paint is thoroughly dry and all evidence of solvent vapors has disappeared from the tank. The Engineer must approve the filling operation. The paint manufacturer must also state in writing the earliest date the tank may be filled.

H. Inspection

1. The Engineer shall provide the full-time services of an NACE-Certified Coating Inspector to inspect the steel storage tank surfaces from surface preparation to acceptance and immersion.

2. The Contractor is responsible for providing daily full-time resident hold-point inspection

and reports to verify work is performed in accordance with the requirements of this Section. A hold point is defined as a quality control check that requires that the work be stopped, at the direction of the Engineer, to permit inspection of certain aspects of the work prior to proceeding with further work. The Engineer shall inspect all hold-point work to verify that it is in accordance with the requirements of this Section. The contractor shall facilitate this inspection as required, including allowing ample time for the inspections and access to the work. Hold point inspections include but are not limited to the following: a. Pre-surface Preparation – Surfaces to be prepared are surveyed to document

whether grease and oil have been removed, and that sharp edges and weld spatter are removed if or when specified.

b. Protective Coverings – Protective coverings are examined to determine if this placement will prevent contamination of motors, parts, equipment name plates, glass, and other surfaces not to be subjected to overblast or overspray.

c. Ambient Conditions – Air and surface temperatures, relative humidity, and dew point are monitored periodically to document that the work is done under proper weather conditions.

d. Compressed Air Cleaners – Coating operations requiring compressed air such as blast cleaning, conventional spray application, and air for blow down are checked for moisture and oil contamination.

e. Surface Preparation – Abrasive and equipment used for surface preparation are examined for adequacy to do the work. Proper storage and size of abrasives are verified, and the degree of cleaning and surface profile is confirmed. Areas of insufficient or inadequate cleaning are marked for repair and rework prior to the application of coatings.

f. Coating Mixing – Mixing of coatings is observed to document that the specified material is used, multiple components are mixed, agitated and thinned properly, and that materials are used within the allowable pot and shelf lives.

g. Coating Application – Application equipment is examined for cleanliness and adequacy to perform the work. Application techniques are observed to document that coverage is obtained without detrimental runs, sags, pinholes or other deficiencies. Spot checks of the wet film thickness may be performed so that corrections to the amount of material can be made at the time of application to

Page 180: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

09970-20 2370/60087

7/16 Water Storage Tank Surface Preparation and Coatings

minimize the amount of rework required after the coating has dried. h. Dry Film Thickness – Dry film thickness of individual coats is measured to

document that it complies with the specification requirements and manufacturer’s instructions.

i. Intercoat Cleanliness – The integrity and cleanliness of each coat is examined prior to application of the next. This includes determination that the surfaces are free from oil/grease, dryspray, overspray, or other detrimental contamination.

j. Recoat Times – The time between coats can be critical for certain materials. The minimum and maximum recoat times are observed and recorded, and required conditioning agents or roughening between coats are verified to have been accomplished.

k. Holiday Testing – following adequate cure of the lining system, holiday testing is performed in accordance with AWWA D102 and NACE SP0188 to assure that a void-free, continuous coating has been achieved.

l. Cure Testing – Following the required number of days or hours, satisfactory cure of the coating system is verified by performing the specified test (e.g. solvent sensitivity test).

m. Disinfection Monitoring – The tank interior disinfection process is monitored to verify that the proper AWWA method was employed and satisfactorily performed.

3. The Engineer shall prepare daily reports and submit to the Owner these reports at least

weekly (any work not in compliance shall be reported to the Owner immediately). These reports shall address the quality of work being performed as to the acceptability of the work and conformance with the project documents. All daily reports shall be typed or otherwise legible. The reports shall at a minimum address the following: a. Temperature of steel. b. Weather Conditions

1) Temperature 2) Wind velocity & direction 3) Relative humidity 4) Dew point

c. Paint Batch Numbers used on the day of the observation. d. Location of work performed. e. Quality of work being performed & compliance with the project documents. f. Wet & dry film thickness readings. g. Calibration record of dry mil thickness gauge. h. Measure of the paint cure. i. Number of men on the job. j. Equipment on the job. k. Recommendations made. l. Estimated completion date. m. Photographs of significant details. n. Other pertinent data as required or requested. o. Identify additional work and estimated man-hours to complete. p. Hazardous waste removal and disposal documentation (if necessary). q. Total daily hours worked. r. Total daily hours blasted. s. Total daily hours painted. t. Gallons of paint applied. u. Observation number.

Page 181: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

09970-21 2370/60087

7/16 Water Storage Tank Surface Preparation and Coatings

v. Observation date. w. Contract day number (from NTP). x. Hours worked by the Field Observer. y. Noise levels for compliance with documents. z. Visitors to the site.

4. Equipment used during inspection include, but is not limited to the following:

a. SSPC-Vis 1 Visual blasting standards b. NACE Visual Standard TM-01-70/75 (available) c. Testex Press-O-Film Profile Measurement System d. Surface Contamination Detection Device (soluble salts) e. Wet Film Thickness Gauge f. Dry Film Thickness Gauge g. Certified Thickness Calibration ¬Standards h. Steel Temperature Gauges i. Sling Psychrometer and ¬Psychometric ¬Tables j. Tooke Gauge (if required) k. Adhesive Force Measurement Device (if required) l. Decibel meter m. Wet Sponge Holiday Detector (low voltage)

5. The Contractor shall schedule and perform a minimum of eight (8) site evaluations with

the coating manufacturer during the work. These evaluations shall include visits during the preconstruction meeting; start of surface preparation and primer application; and field primer, intermediate, and finish coat applications. The manufacturer shall provide a written report commenting on the work, along with any recommendations. The Contractor shall forward the reports to the Engineer.

6. The presence or activity of Engineer in no way relieves the Contractor of the responsibility to comply with all provisions of this Section to provide adequate inspections of its own.

7. Furnish, until final acceptance of the coating system, all equipment and instrumentation

needed to inspect all phases of the work. 8. The tank shall be drained during all rehabilitation, surface preparation, coating

application and curing time. The contractor shall provide a letter certifying the interior coating is ready for immersion prior to filling the tank.

I. One-Year and Three-Year Anniversary Inspections

1. One-year and three-year anniversary inspections shall be conducted approximately

twelve (12) months and thirty-six (36) months after completion of the painting. The Contractor shall participate in these inspections with the Engineer at no additional cost to the Owner.

2. The Contractor is responsible for washout procedures. This includes but is not limited to

removing all remaining standing water, mud, and debris from the tank prior to starting the inspection and dispose of the debris in accordance with applicable county, state and federal regulations.

Page 182: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

09970-22 2370/60087

7/16 Water Storage Tank Surface Preparation and Coatings

3. The Contractor shall provide for all aspects of this inspection. This includes but is not limited to rigging, scaffolding, access, ventilation, and all of the materials necessary at no additional cost.

4. The Contractor shall be prepared to perform minor spot repairs operations. All locations

where coating defects are observed shall be repaired at no cost to the Owner, all locations where the coating exhibits defects. Defects include but are not limited to disbanding, cracking, rusting, etc. Perform all repairs in accordance with this Section and the coating manufacturer’s written instructions.

5. The Contractor shall disinfect the tank in accordance with the Maryland Department of

the Environment regulations and AWWA C652-02 “Disinfection of Water-Storage Facilities” and take any bacteriological, VOC, and chlorine samples. The results of these samples shall be furnished to MDE for approval prior to placing the tank back into service. The Owner shall be responsible for draining the tank prior to inspection and refilling the tank after inspection is complete.

6. The performance of these the one-year and three year inspections or corrective work as a

result of these inspections shall not relieve the Contractor of any responsibility for defects in material or workmanship, which may or may not be evident during the First or Third Anniversary Inspections.

End of Section

Page 183: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

11268-1 2370/60087

7/16 Reservoir Hydrodynamic Mixing System

SECTION 11268 RESERVOIR HYDRODYNAMIC MIXING SYSTEM 11268.01 GENERAL A. Summary

This Section includes all components of the Reservoir Hydrodynamic Mixing System (HMS) consisting of a bi-directional flow manifold equipped with variable orifice duckbill inlet nozzles and outlet flow check valves that are NSF61 certified.

B. Quality Assurance

1. The complete Hydrodynamic Mixing System shall be supplied by one duckbill manufacturer to maintain single source responsibility for the system. The complete system shall be defined as all piping and appurtenances within the tank downstream of the tank penetration. Appurtenances include pipe, fittings, horizontal and vertical pipe supports, expansion joints, variable orifice duckbill check valves, and any other equipment required for the a complete HMS system.

2. Regardless of the completeness or accuracy of this specification and the Contract

Drawings, the HMS system manufacturer and contractor shall be responsible for providing and/or coordinating all equipment and appurtenances required to provide a fully functional HMS system meeting the requirements of the Specifications and the Contractor shall be responsible for providing all supplemental equipment/appurtenances required to make a fully functional and operational system. The Contractor shall also be responsible for coordinating with the HMS system manufacturer to insure proper installation and operation of the system.

3. The HMS system shall be furnished by duckbill manufacturers who have at least five

years of experience in the design, production, assembly and service of such system. 4. Materials and installation shall be in accordance with the latest revisions of the

following codes, standards and specifications, except where more stringent requirements have been specified herein:

a. American National Standards Institute (ANSI)

B16.1 – Cast Iron Pipe Flanges and Flanged Fittings B16.5 – Pipe Flanges and Flanged Fittings B36.10 – American National Standard Weights and Dimensions of Welded and

Seamless Wrought Steel Pipe b. American Society for Testing and Materials (ASTM)

A53 – Standard Specification for Pipe, Steel, Black and Hot-Dipped, Zinc-Coated, Welded and Seamless

A234 – Standard Specification for Piping Fittings of Wrought Carbon Steel and Alloy Steel for Moderate and High Temperature Service

A351 – Standard Specification for Castings, Austenitic, Austenitic-Ferritic (Duplex), for Pressure-Containing Parts

A536 – Standard Specification for Ductile Iron Castings

Page 184: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

11268-2 2370/60087

7/16 Reservoir Hydrodynamic Mixing System

C110 – Ductile Iron and Gray-Iron Fittings, 3 In. through 48 In. for Water D1330 – Standard Specification for Rubber-Sheet Gaskets D1784 – PVC/CPVC Pipe Compounds D1785 – PVC Pipe, Schedules 40, 80 & 120 D2466 – PVC Solvent Cement D2855 – PVC Solvent Joints D3261 – Butt Heat Fusion Polyethylene (PE) Plastic Fittings for Polyethylene (PE) Plastic Pipe and Fittings D3915 – PVC Pipe Fitting Compounds

c. American Iron and Steel Institute (AISI)

AISI 304 – 304 Stainless Steel Plate AISI 316 – 316 Stainless Steel Plate AISI 1040 – Carbon Steel Plate

d. American Water Works Association (AWWA)

C110 – Ductile-Iron and Gray-Iron Fittings, 3 In. through 48 In. for Water C200 - AWWA Standard for Steel Water Pipe 6” and Larger C207 – Standard for Steel Pipe Flanges for Waterworks Service – Size 4

In. to 144 In. C220 – AWWA Standard for Stainless Steel Pipe, 4” and Larger C900 – AWWA Standard for Polyvinyl Chloride (PVC) Pressure Pipe, 4

In. Through 12 In. for Water Distribution C905 – AWWA Standard for Polyvinyl Chloride (PVC) Pressure Pipe

and Fabricated Fittings, 14 In Through 48 In. for Water Transmission and Distribution

C906 – AWWA Standard for Polyethylene (PE) Pressure Pipe and Fittings, 4 In. Through 63 In. for Water Distribution

e. National Sanitation Foundation (NSF)

NSF Standard 14 – Plastic Piping System Components and Related Materials NSF Standard 61 – Drinking Water System Components – Health Effects

5. Manufacturers

a. Tideflex

b. Or Equal

C. Submittals

In addition to the submittals listed in the General and Special Provisions, the following shall also be submitted: 1. Shop Drawings:

Prior to obtaining any equipment in connection with this section, the Contractor shall submit detailed shop drawings and descriptions of equipment. Shop drawings shall include dimensional drawings, showing the complete manifold piping system, shall include plan view piping arrangement, sections and elevations as required, support

Page 185: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

11268-3 2370/60087

7/16 Reservoir Hydrodynamic Mixing System

bracket installation details, duckbill nozzle orientation details, and all dimensions required for locating the system within the specified dimensions of the tank. Drawings shall be a minimum of 11x17 inches.

2. Calculations showing the fill time required, under isothermal conditions, for the HMS

system to achieve complete mix of the reservoir volume at minimum, average and peak fill rates. Complete mixing defined as 95% homogenous solution.

3. Model output documentation from a Computational Fluid Dynamics (CFD) model evaluation of the proposed HMS system configuration applied within a reservoir of similar geometry. Model output documentation shall include all design variables applied for the simulation, plot of the 3-D geometry showing the mesh definition, velocity magnitude vector and contour plots at different cross-sections throughout the water volume, simulated tracer animations showing the spatial and temporal distribution of inlet water in real time during the fill cycle.

4. Hydraulic curves for each inlet nozzle showing headloss, jet velocity, and effective

open area all versus flow rate. Hydraulic calculations showing the flow distribution among all inlet ports at minimum, average and peak fill rates.

5. Manifold hydraulic calculations showing the total headloss of the HMS at minimum,

average, and peak fill and draw rates. Headloss shall include all minor losses and headloss of nozzles and outlet check valves.

6. Hydraulic curves for each outlet check valves showing headloss vs. flow. 7. Calculations showing the terminal rise height of the jets that discharge at an angle

above horizontal. The terminal rise height shall be calculated assuming 10ºF and 20ºF colder inlet water and calculated at minimum, average and peak fill rates.

8. NSF61 Certified listing for the valves used in the Hydraulic Mixing System (HMS). 9. Test report from an accredited independent laboratory that confirmed there is no

degradation in the elastomer when exposed to chlorine per the ASTM D471-98 “Standard Test Method for Rubber Property – Effect of Liquids.”

10. Manufacturer’s operations and maintenance manual in accordance with the General Provisions of the specification including storage and handling instructions.

11. Warranty: The HMS system shall be warranted to be free of defects in material and

workmanship for a period of one (1) year from the date start-up service is performed. 11268.02 MATERIALS A. Materials Furnished by the County

The County shall not furnish any materials for the HMS system. B. Contractor’s Options Not used.

Page 186: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

11268-4 2370/60087

7/16 Reservoir Hydrodynamic Mixing System

C. Detailed Material Requirements 1. Variable Orifice Inlet Nozzles

a. Inlet ports/nozzles shall be duckbill-style check valves that allow fluid to enter

the reservoir during fill cycles and prevent flow in the reverse direction through the nozzle during draw periods. Inlet ports/nozzles shall not be fixed-diameter ports or pipes.

b. Inlet ports/nozzles shall have a variable diameter vs. flow hydraulic profile that

provides a non-linear jet velocity vs. flow characteristic and a linear headloss vs. flow characteristic.

c. The duckbill style nozzles shall be one-piece elastomer matrix with internal

fabric reinforcing designed to produce the required discharge velocity and mixing. The flange portion shall be an integral portion of the nozzle with fabric reinforcing spanning across the joint between the flange and nozzle body

d. The duckbill-style check valve shall be constructed of fabric reinforced

EPDM.

e. Valves shall be NSF 61 certified.

2. Outlet Check Valves

a. The outlet flow valves shall be perforated plate type with elastomeric membrane closure disc. The membrane closure disc shall be circular, one piece EPDM rubber construction with fabric reinforcement. The diameter of the membrane shall allow adequate clearance between the membrane O.D. and the pipe I.D. The membrane shall be vulcanized with a specified convex radius to produce a compression set to allow the membrane to seal against the perforated disc at low reverse differential pressure. The valve shall provide forward flow of the fill water and prevent flow in the reverse direction through the valve during draw periods.

b. The support rod shall be 316 stainless steel and drilled with three (3)

longitudinal holes to allow fastening of rod to membrane and perforated disc.

c. Valves shall be NSF 61 certified.

3. Carbon Steel Pipe and Fittings a. Dimensions for carbon steel fittings shall conform to AWWA C110, unless

otherwise specified. b. Carbon steel pipe and fittings shall be Schedule 40 conforming to ANSI

B36.10-1985. c. All flanges shall be carbon steel ring flanges conforming to AWWA C207

Class D. Flange drilling pattern shall be in accordance with ANSI

Page 187: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

11268-5 2370/60087

7/16 Reservoir Hydrodynamic Mixing System

B16.1/B16.5 standards. d. Ring flanges shall be continuously welded on both sides. e. Welding of carbon steel pipe and fittings shall be in accordance with the

Reference standards. f. All butt welds shall be fully penetrated with gas shielding to the interior and

exterior of the joint. g. Welded cross-sections shall have a thickness equal to or greater than the

welded material. h. Field welding of carbon steel pipe and fittings shall not be allowed unless

approved by the Engineer. i. All welded joints shall be free of sharp edges and burrs.

4. Flange Gaskets

a. EPDM Flange gaskets shall be full-faced and shall be in accordance with ASTM D1330.

b. Flange gasket drilling pattern shall conform to ANSI B16.1/B16.5.

c. Flange gaskets shall be 1/8” thick.

5. Fasteners

a. Hex head bolts and nuts shall be 316 S.S conforming to ANSI/ASME B18.2.1

and ANSI/ASME B18.2.2. Nylon insulating sleeves shall be provided for all bolted connects to isolate carbon and stainless steel materials.

6. Pipe Supports

a. All components of the bracket assembly shall be carbon steel in accordance with the associated standards

b. The bracket assemblies shall consist of four components:

(1) A base plate (when required). For concrete tanks, the base plate shall

have four thru holes for expansion anchors.

(2) A top-works weldment that consists of structural channel and angle iron. The TMS piping shall rest on the angle iron. The angle iron shall have predrilled holes for the U-bolt.

(3) U-bolt with four hex nuts. (4) An 1/8” thick EPDM strip with a length equivalent to the

circumference of

Page 188: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

11268-6 2370/60087

7/16 Reservoir Hydrodynamic Mixing System

the pipe. The strip shall be placed between the pipe and the angle iron and U-bolt.

c. The channel of the top-works weldment shall be field fit and modified to the

required length. The channel shall then be field welded to the base plate. d. For steel tanks, the base plate shall be field welded to the tank floor or shell.

The location of the base plate shall avoid welded joints in the floor/shell plates.

e. For concrete tanks, the support shall be anchored to the concrete floor with stud type expansion anchors, the pull-out rating of the combined anchors shall be a minimum of 10 times greater than the static weight of the vertical pipe section.

11268.03 EXECUTION A. Preparation

1. Inspection

a. Prior to all work of this Section, the Contractor shall inspect the installation areas to see that the installed work of other trades has progressed to the point where the installation may properly commence.

b. The Contractor shall verify that the installation can be made in accordance

with all pertinent codes and regulations, the original design, and the referenced standards.

2. Discrepancies

a. In the event that the inspection reveals discrepancies, the Contractor shall notify the Engineer at once.

b. The Contractor shall not proceed with the installation in areas of discrepancy

until said discrepancy is fully resolved B. Installation

1. The installation of the HMS system shall be in accordance with the configuration shown in the Contract Documents.

2. The installation shall be in accordance with the manufacturer’s guidelines and

recommendations. C. Manufacturers Services

1. The HMS manufacturer shall provide one (1) day start-up services by a factory

representative to verify that the system has been installed in accordance with the design specifications and requirements listed within this section.

Page 189: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

11268-7 2370/60087

7/16 Reservoir Hydrodynamic Mixing System

D. Start-Up Flow Testing

1. Following installation of the complete manifold piping system, the contractor shall open the upstream isolation valve to allow flow into the tank through the manifold system. The isolation valve must be opened slowly to prevent surge or over-pressurization of the manifold system. The isolation valve must be fully opened to inspect the flow characteristics of the manifold system.

2. The contractor shall visually inspect the entire piping system for leakage and correct

as needed. 3. The contractor shall visually inspect all of the inlet nozzles to ensure flow is being

discharged into the tank through all nozzles. E. Field Painting

1. Field painting of all carbon steel and ductile iron pipe, fittings, bolted connections, pipe

supports, and appurtenances shall be according to Section 09970 "Water Storage Tank Surface Preparation and Coating".

End of Section

Page 190: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

THIS PAGE INTENTIONALLY LEFT BLANK

Page 191: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

13110- 1 2370/60087

7/16 Cathodic Protection for Interior of Steel Water Tanks

SECTION 13110

CATHODIC PROTECTION FOR INTERIOR OF STEEL WATER TANKS 13110.01 GENERAL A. Summary

1. The cathodic protection design/install constructor shall provide all engineering services, materials, equipment, labor and supervision for the installation of an automatically controlled impressed current cathodic protection system for corrosion control for the interior submerged surface of the specified tank. All work furnished shall be in accordance with A.W.W.A. Standard D104-11 and features included in this specification.

2. All engineering services shall be provided by a Corrosion Specialist who is accredited

by the National Association of Corrosion Engineers International as a Senior Corrosion Technologist, Corrosion Specialist, or Cathodic Protection Specialist.

3. The Corrosion Specialist(s) shall provide services for:

a. Design of system b. Supervision of installation c. Supervision of start-up testing d. Review of reports

B. Design

1. The system shall be designed by a Corrosion Specialist with experience in cathodic protection for water storage tanks. The Corrosion Specialist shall design the system to provide effective corrosion control in accordance with criteria for protection. The criteria for protection shall be based on a tank-to-water potential and IR drop free (within a range of -0.850 volts to -1.050 volts relative to a stationary copper-copper sulfate reference electrode.) This potential shall be measured free of the effect of voltage gradients, AKA IR drops.

2. The Corrosion Specialist shall also base system capacity and performance on:

a. Total submerged surface area of the tank (Total surface area includes H x W x L including wet risers dimensions when wet riser is component of an elevated tank and exceeds 30" diameter.)

b. Type of coating and condition of coating. c. Total bare surface area to be protected will be a minimum of 25% of total

surface area.

d. Minimum current density of 0.5 MA/ft.2 bare surface area.

e. Chemical analysis of water including resistivity expressed in ohm-cm. f. Tank is, or is not, susceptible to icing. g. Minimum anode design life of twenty (20) years. h. Selection, dimensions, and layout of system components specified in Section

C.

Page 192: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

13110- 2 2370/60087

7/16 Cathodic Protection for Interior of Steel Water Tanks

13110.02 PRODUCTS A. Rectifier

1. The rectifier unit shall perform in accordance with ANSI/AWWA Standard D104-11 Section 4: 4.1.1.1.1., Type A, IR drop free system, and include: a. Transformer b. Selenium or silicon rectifying elements c. Circuit breaker(s) d. Lightning, surge and overload protection e. Provision for air-cooling operation f. Voltmeter(s) and ammeter(s) g. Weatherproof cabinet in accordance with NEMA 4R requirements h. Provision to vary current output from 0% to 100% of rated capacity i. Provisions for mounting, grounding, and locking j. Provision for 110-120 volt, 60 Hz, single phase A.C. power

k. D.C. output capacity in volts and amperes in accordance with Design (Section B)

l. Number of circuits or separate rectifiers in accordance with Design (Section B) m. Automatic controller shall be AWWA D104-11, Type A and shall adjust

current output to compensate for changes in water level, temperature of water, water chemistry, and cathodic polarization, and shall include the following provisions: 1) Utilize long-life reference electrode(s) mounted in tank 2) Monitor the tank-to-water potential, free of IR drop 3) Automatically adjust the tank-to-water potential, free of IR drop, to a reset

value (Section B) 4) Operate within 25MV of preset value 5) Limit current to a preset value 6) Utilize potential meter(s) to display tank-to-water potential, free of IR drop

n. Contractor shall submit justification for selection of rectifier voltage and

current output for review. The Contractor shall submit all test data obtained while balancing the rectifier settings for review.

B. Long Life Reference Electrode(s)

1. The permanent reference electrode shall consist of a copper-copper sulfate electrode which is manufactured to remain stable (plus or minus 10MV) for a minimum of ten (10) years. The reference electrode to lead wire connection shall be encapsulated to prevent water migration.

2. The stationary reference electrode shall be positioned in the tank water to provide the

most representative measurements for the submerged surface area(s). C. Anode Suspension System

1. The anode suspension system shall be designed to be resistant to ice damage and in

accordance with ANSI/AWWA Standard D104-11, Section 4.2.4.1.1 Type A, Horizontal System.

Page 193: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

13110- 3 2370/60087

7/16 Cathodic Protection for Interior of Steel Water Tanks

2. The anode suspension system shall consist of a minimum 5/16" polyester cord. The cord shall be secured to steel anchors welded to the side wall of the tank bowl or to the exterior of the dry access column of spheroidal type tanks and the side wall of wet risers which are 30" diameter or larger. All cord to cord connections shall be tied and taped.

D. Anode Materials

1. The anode materials shall be selected in accordance with Design (Section B) and shall consist of one of the following:

a. Minimum .062" diameter platinized niobium with 25 micro inches of platinum.

The wire anode shall be continuous with a maximum of two (2) anode to header connections.

b. Minimum .062" diameter titanium with a precious metal oxide coating. The

wire Anode shall be continuous with a maximum of two (2) anode to header connections.

c. All anode-to-header cable connections shall be sealed to prevent water

migration. E. Pressure Entrance Fitting

1. For icing tanks the pressure entrance fitting shall accommodate anode and reference

electrode lead wires at the base of the tank or at the base of wet risers for elevated tanks, which are 30" diameter or larger. The fitting shall be manufactured to prevent leakage through the fitting and to prevent water migration through the wire insulation.

2. The entrance fitting shall be sized for a maximum 1.5 inch Schedule 80 steel coupling.

F. Wiring

1. All DC voltage wiring within the tank shall be HWPE insulated to prevent copper conductor to water contact. Cable shall be specifically designed for DC service in catholic protection system installations.

2. All wiring on the exterior of the tank shall be insulated NEC Type THWN or other

Code approved insulation and run in rigid steel conduit as specified in Section 16110 “Raceways, Boxes and Fittings”. Wiring in corrosive locations shall be installed in Schedule 80 PVC conduit.

G. Hardware

1. All hardware used in conjunction with the system shall be protected against corrosion. H. NSI/NSF 61

1. All materials in contact with the water, or exposed to the interior of the tank, shall be classified in accordance with ANSI/NSF 61 “Drinking Water System Components.”

Page 194: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

13110- 4 2370/60087

7/16 Cathodic Protection for Interior of Steel Water Tanks

I. Submittals

1. The cathodic protection constructor shall submit the following information to the purchaser for approval by the Engineer.

a. Drawings showing system design/configuration. b. Description of system components. c. Copy of ANSI/NSF 61 classification for all system components located within

the tank. d. Operation and Maintenance manual of the system.

13110.03 EXECUTION A. Qualifications

1. The cathodic protection constructor shall have a minimum of five (5) years experience installing and servicing the types of system described in this specification. The system shall be installed by personnel specifically trained by the constructor to provide all workmanship required for corrosion control performance. All personnel shall be subject to Federal Substance Abuse and Testing Regulations.

2. The cathodic protection system shall be designed by a certified corrosion protection

engineer, and installed by factory authorized corrosion protection technicians. The system design life shall be greater or equal to 20 years. The system shall be tested and the final test report signed off and approved by a NACE Certified Corrosion or Cathodic Protection Specialist.

3. Contractor shall submit the certification of the NACE Certified Corrosion or Cathodic

Protection Specialist responsible for reviewing all test data. B. Performance

1. All work shall be in accordance with the following requirements:

a. Components of the cathodic protection system shall be installed in the manner and at the locations as shown on the design drawings prepared by the Corrosion Specialist.

b. Pressure entrance fitting shall be installed in accordance with AWWA D100-11, Section 3.13.

c. Welding, cutting, and coating shall be in accordance with AWWA Standards D100-11 and D102-14.

d. Welding of steel coupling and anchors for horizontal anode suspension and rectifier mounting bracket shall be furnished by the prime contractor prior to coating the tank. Cutting of 5" diameter access openings for vertical anode suspension shall be furnished by the prime contractor. The cathodic protection constructor shall furnish drawings and materials to the prime contractor prior to coating.

e. Electrical continuity of all sections of bolted or riveted tanks shall be furnished by the prime contractor.

f. Materials and equipment shall be inspected prior to installation. Any defective component shall be repaired or replaced.

g. Electrical work shall be in accordance with the National Electrical Code. All

Page 195: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

13110- 5 2370/60087

7/16 Cathodic Protection for Interior of Steel Water Tanks

wiring and raceways except the power service to the rectifier shall be provided as part of the Cathodic Protection System.

h. Lead wires shall be installed to prevent damage from abrasion. i. Electrical connections within the tank shall be sealed to prevent water

migration. j. The rectifier shall be mounted at a convenient height (eye level) above grade

for monitoring and service purposes. k. Work provided by the cathodic protection constructor shall be completed in a

clean and safe manner. C. Energizing System

1. A paint inspection shall be conducted one year after the tank has been filled.

2. After the one year paint inspection, the cathodic protection constructor shall provide startup service which includes energizing, testing, and adjusting the system for optimum performance of the cathodic protection system. This startup service shall be in accordance with ANSI/AWWA D104-11 Section 5.2 Testing, 5.2.1 Field Test for Type A, IR Drop-Free System. This startup service shall be coordinated with the County

3. All tank-to-water potential measurements shall be conducted with a calibrated portable

copper-copper sulfate reference electrode and a portable high impedance voltmeter. A minimum of five (5) locations shall be measured. All test data shall be reviewed and evaluated by the NACE certified Corrosion Specialist.

4. The final test and adjustment of the system shall be conducted approximately eleven

(11) months after the system has been energized. The County shall have final authority to require modifications to any system before final acceptance.

5. The Contractor shall submit all test data obtained while energizing the cathodic

protection system and balancing the rectifier settings for review. 6. In addition to the startup service, "as-built" drawings and an Owners Maintenance

Manual shall be submitted to the County. D. Guarantee

1. All workmanship, equipment, and materials furnished by the cathodic protection constructor shall be guaranteed for three (3) years.

E. Service Agreement

1. The cathodic protection constructor shall furnish a service agreement for the type of system installed. The agreement shall include the annual service rate and a complete description of the scope of work proposed.

2. The agreement for annual inspection and potential testing shall be in accordance with

AWWA D104-11 Appendix C and include as a minimum:

a. One (1) annual job site visit. b. Tank-to-water potential measurements conducted at representative locations

Page 196: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

13110- 6 2370/60087

7/16 Cathodic Protection for Interior of Steel Water Tanks

within the tank. A minimum of five (5) locations shall be measured. c. Measurements shall be conducted with a portable high impedance voltmeter

and a calibrated copper-copper sulfate reference cell. d. Adjustments for optimum corrosion control shall be in accordance with criteria

for protection. e. Data recorded shall provide sufficient information to evaluate the performance

of the system relating to criteria for protection. f. In the event additional work is required, the constructor shall submit a report

with recommendations for optimizing corrosion control. g. Manufacturer to provide system training.

F. Training

1. A four (4) hour training session shall be held at a time convenient to the County maintenance personnel to explain the overall system operations, review monthly checks, PM tasks, record keeping procedures, and basic troubleshooting. The training session shall be conducted by a NACE Corrosion or CP Specialist and should include classroom discussion and field demonstration at the Linthicum EWST. The O&M Manual shall also be reviews and explained at that time. An additional ten (1) O&M Manuals shall be provided for the County to distribute during the training course.

End of Section

Page 197: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

15140- 1 2370/60087

7/16 Pipe Hangers and Supports

SECTION 15140 PIPE HANGERS AND SUPPORTS 15140.01 GENERAL A. Description 1. General a. Pipe hangers and supports include all metallic hanging and supporting devices

and all concrete piers for above-ground or interior pipelines and fittings, except electrical conduits. Hangers and supports for electrical work are specified in Division 16.

B. Quality Assurance 1. Qualifications of Manufacturer a. All equipment furnished under this Section shall be furnished by manufacturers

who meet the quality, workmanship, and experience requirements as specified in the General Provisions section of this contract.

2. Acceptable Manufacturers

a. Anvil International, Inc (Formerly Grinnell) b. B-Line c. Stanton Equal 3. Unless stated otherwise, the catalog figure numbers in this Section refer to products of

the Anvil International, Inc. Equivalent products by other acceptable manufacturers shall be reviewed by the Engineer.

4. Applicable Codes a. American Society of Mechanical Engineers (ASME) b. American National Standards Institute (ANSI) c. Manufacturers Standardization Society of the Valve and Fittings Industry, Inc.

(MSS) 5. Standard Design a. Hangers and supports shall conform to the latest requirements of the ASME

Code for Pressure Piping B31.1.0, and the MSS Standard Practice SP-58, SP-

Page 198: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

15140- 2 2370/60087

7/16 Pipe Hangers and Supports

69, and SP-90 except as supplemented or modified by the requirements of this specification. Hangers and supports shall be adequate to maintain the supported load in proper position under all operating conditions. Supports and anchors shall be adequate to support the pipe filled with water with a minimum safety factor of 5 and for the test pressure specified.

C. Submittals

1. Shop Drawings/Manufacturer’s Data

a. Shop drawings and/or manufacturer’s data demonstrating detailed compliance with the provisions of this Section shall be submitted to the Engineer in accordance with the General Provisions.

b. The manufacturer shall provide (for informational purposes only) to the

Engineer and Contractor, at least 90 days prior to the scheduled arrival date of the initial equipment, complete instructions for unloading, handling, protection and storage of the equipment.

c. Submit shop drawings on all custom fabricated pipe supports.

D. Delivery, Storage and Handling

1. Generally, unpainted machined parts shall be protected from damage by the elements with the application of a strippable protective coating.

2. Unloading of the equipment shall be performed by the Contractor. Unload, handle,

protect, and store the equipment in accordance with the manufacturer’s instructions. 3. Material and equipment damaged by handling or storage shall be repaired or replaced,

at no extra cost to the Owner, by the Contractor as directed by the Engineer. 15140.02 MATERIALS A. Materials Furnished by the County The County shall not furnish any pipe hangers or supports. B. Contractor's Options None. C. Detailed Material Requirements 1. Pipe a. Pipe for supports shall be in accordance with the following standards: Wrought Steel Pipe - ASTM Des: A 53 Schedule 40 Cast Iron Pipe - Cast Iron Pipe - ANSI: A21.6 and A21.8, ANSI Thickness

Class 22

Page 199: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

15140- 3 2370/60087

7/16 Pipe Hangers and Supports

2. Plate and Castings a. Structural steel, wrought metals and metal castings used for hangers and

supports shall meet the requirements of the applicable Sections of the Contract Documents.

3. Construction a. Hangers 1) Overhead hangers for pipes eight inches in diameter and smaller shall

be supported by threaded rods and shall be Split Ring Type. 2) Overhead hangers for pipes 10 inches in diameter and larger, and for

smaller pipes where shown or specified, shall be single rolls and sockets.

3) Ceiling flanges shall be utilized for pipes 8 inches or less. Concrete rod

attachment plates shall be utilized for pipes larger than 8 inches. b. Supports 1) Brackets for supporting piping from walls or columns shall be furnished

with back plates where required to prevent the safe bearing capacity of the wall from being exceeded.

2) Saddle stands shall be of the adjustable type with floor flanges for

bolting to floors or foundations equal to Standon Model S96 or equal. 3) Where piping is installed on structural steel supports, blocking or pipe

rolls shall be provided to prevent lateral pipe movement. 4) Insulated pipes 2-1/2 inches in diameter and larger shall be provided

with protection saddles. 5) Beam and channel clamps shall be of malleable iron. 6) Channel sections shall be complete with clamping nuts and fittings.

Channel sections systems for piping supports systems shall be Series PS-200 Power Strut or equal. Finish for channel sections and fittings shall be hot dipped galvanized conforming to ASTM A-153. All exposed channel ends shall be provided with end caps.

7) Concrete pier supports shall be of Class "B" concrete. 60 durometer

rubber shall be placed between concrete and pipe.

Page 200: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

15140- 4 2370/60087

7/16 Pipe Hangers and Supports

8) Pipe sections continuously supported by channel iron shall be as follows:

For PVC Pipe Pipe Size Maximum Hanger Size of Channel Iron (inches) Spacing (feet) (inches) 2" 10 2 3" 10 3 4" 10 4 9) Clamps for supporting piping (3/8" to 4") from walls shall be malleable

iron. 10) U-straps shall be carbon steel.

11) Riser or offset pipe clamps shall be provided for small diameter piping 4” and smaller for horizontal or vertical runs along walls, beams, or columns and shall be galvanized steel. When supporting PVC pipe, neoprene rubber 1/8” thick shall be inserted between pipe and clamp.

c. Inserts 1) Inserts for concrete shall be stainless steel with expander plug for

threaded connection and shall be installed in concrete structures where required and where shown or specified.

2) Continuous inserts shall be PS-349 by Power Strut or equal. 3) Split inserts shall be Power Strut G-152 or equal. 4) All concrete inserts shall have plastic coated filler to prevent concrete

seepage. 5) Inserts shall be flush with slab surface where concrete slabs form

finished ceiling. d. Hanger Rods 1) The minimum acceptable size hanger rod for each installation shall be

determined from the following table: Size of Pipe-Inches Diameter of Rod-Inches Up to 2 3/8 2-1/2 to 3-1/2 1/2 4 and 5 5/8 6 and 8 3/4 10 and 12 7/8 14 and 16 1

Page 201: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

15140- 5 2370/60087

7/16 Pipe Hangers and Supports

18 to 30 1-1/4 36 to 42 1-1/2 42 to 48 1-3/4 e. Shop Painting 1) Hangers and supports shall be painted in accordance with Section

09970 "Water Storage Tank Surface Preparation and Coatings." 15140.03 EXECUTION A. Installation 1. Installation shall be performed as recommended by the manufacturer and shall be such

that the centerline elevations of supported piping are maintained in an orderly manner. 2. Install hanger to provide minimum ½-in space between finished covering and adjacent

work. 3. Install a hanger or support within 12 inches of each horizontal elbow. 4. Use hangers with 1-1/2 inch minimum vertical adjustment. 5. Provide multiple or trapeze hangers where several pipes can be installed in parallel and

at the same elevation. 6. Support riser piping independently of connected horizontal piping. 7. Unless otherwise indicated, hangers and supports for all pipe other than PVC shall be

spaced not more than 5 feet apart and at or near changes in direction of pipelines. 8. PVC pipe supports shall be in accordance with the following and at or near changes in

direction of pipelines. Non-continuously Supported Pipe

Pipe Size* Maximum Hanger or Clamp (Inches) Spacing (feet) ½" PVC 4.25 1" PVC 5.0 2" PVC 6.5 3" PVC 7.75 4" PVC 8.5 6" PVC 10.25 8" PVC 11.25

* Fractional piping diameters shall conform to the next smallest support spacing.

Page 202: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

15140- 6 2370/60087

7/16 Pipe Hangers and Supports

9. For copper pipe and copper tubing carrying liquid with specific gravity of 1.0 or less:

Pipe Size Spacing 1/2 inch 5 feet 3/4 inch 5 feet 1 inch 6 feet 1-1/2 inch 8 feet 2 inch 8 feet 2-1/2 inch 9 feet

3 inch 10 feet

10. For steel pipe carrying water or liquid with specific gravity less than or equal to 1.0, at pressures from 0 to 125 psig and temperatures from 0 to 250 deg F:

Pipe Size Spacing 1/2 inch 7 feet 3/4 inch 7 feet 1 inch 7 feet 1-1/2 inch 9 feet 2 inch 10 feet 2-1/2 inch 11 feet 3 inch 12 feet 4 inch 14 feet 6 inch 17 feet 8 inch 19 feet 10 inch 20 feet 12 inch 23 feet 16 inch 27 feet

20 inch 30 feet 11. Unless otherwise shown, specified or directed, no piping shall be supported from other

piping or from metal stairs, ladders or walkways. B. Field Painting

1. Field painting shall be performed in accordance with Section 09970 "Water Storage Tank Surface Preparation and Coatings."

End of Section

Page 203: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

15181-1 2370/60087

7/16 Miscellaneous Valves and Traps

SECTION 15181 MISCELLANEOUS VALVES AND TRAPS 15181.01 GENERAL A. Description 1. This Section includes all valves to be installed in pressure pipelines (excluding natural

gas piping) and all special valves and traps not specified elsewhere. 2. Valves shall be solid brass, bronze, stainless steel, or polyvinyl chloride as noted with

screwed ends or with soldered joints or true union ends where specified or shown. 3. Unless otherwise specified, valves located in flanged piping shall have flanged ends. 4. Unless otherwise specified, the interior surfaces of metal valves in contact during the

seating operation shall be either solid bronze or faced with bronze. 5. Unless otherwise specified, valves shall be designed for 150 psi working pressure. 6. Valves shall be equipped for nut, wrench, lever, or handwheel operation, as shown or

required and shall be equipped with extension stems, where necessary.

7. All manually operated valves shall open by turning to the left (counterclockwise).

8. Each valve shall have the name of the manufacturer and the size of the valve cast on the body or bonnet in raised letters.

9. All valves and traps of like type shall be the product of one manufacturer for the purpose

of parts interchangeability. B. Quality Assurance 1. Applicable Codes, Standards, and Specifications a. American Society for Testing and Materials (ASTM) b. American Water Works Association (AWWA) C. Submittals 1. Shop Drawings a. Prior to delivery of any valves, submit detail drawings and description of each

size valve including materials of construction and parts lists for compliance with this specification.

b. Shop Drawings for solenoid valves and motor operated ball valves shall include

wiring diagrams showing field connection points.

Page 204: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

15181-2 2370/60087

7/16 Miscellaneous Valves and Traps

D. Equipment Identification Those valves covered under this section shall be identified by P&ID number as shown in the

Contract Drawings and in accordance with Section 15190 "Mechanical Identification." 15181.02 MATERIALS A. Materials Furnished by the County The County shall not furnish any valves or traps specified herein. B. Contractors Options None. C. Detailed Material Requirements 1. Gate Valves a. Gate valve bodies under the 2-1/2 inch size shall be bronze, and the 2-1/2 inch

size and larger shall be cast iron. b. The valves shall be the single disc, double seat, tapered wedge type, built to the

manufacturer's standards with materials and construction conforming to AWWA Specification C-500 insofar as possible.

c. Unless otherwise shown, gate valves shall have handwheel operators. 2. Hose Valves a. Hose valves for service in water lines shall be bronze angle hose valves, Nibco

No. 70, or equal. b. All hose valves shall have American Standard Iron Pipe Hose Threads on the

outlet end and shall be equipped with brass cap and chain. 3. Pressure Reducing Valves 2 Inches or Smaller a. Pressure reducing valves 2 inches and smaller shall be Watts Regulator Series

223 or equal. b. All valves shall be factory set to maintain the downstream pressure indicated on

the Contract Drawings. c. Each pressure reducing valve shall be preceded by a wye strainer. 4. Solenoid Valves a. Solenoid valves shall be designed to operate on 120 volts, single phase, and 60

cycle current, as required, and shall be provided with Class "H" insulated coils for high temperature service. Coils and Contacts shall be housed in NEMA 4 enclosure.

b. Solenoid valves shall be as manufactured by Automatic Switch Company

Page 205: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

15181-3 2370/60087

7/16 Miscellaneous Valves and Traps

(ASCO), Skinner, Magnetrol or Equal. c. Solenoid valves shall have maintained manual operators. d. Each solenoid valve shall be preceded by a bronze body strainer with stainless

steel metal element equal to Automatic Switch Company Bulletin 8600, unless otherwise shown or specified.

e. All strainers shall be supplied by the solenoid valve manufacturer. f. All solenoid valves shall be normally closed unless otherwise specified. 5. Pet Cocks a. Pet cocks shall be of bronze construction and shall be lever operated equal to

Crane No. 702. 6. Pressure Relief Valves a. Pressure relief valves in the chemical system systems' piping shall be diaphragm

or TEFLON shaft type equal to Plastic Piping System's series "RVT" relief valves, Wallace and Tiernan catalog No. 470.200, or Milton Roy bulletin No. ADS 15.40.

b. The Contractor shall coordinate with the manufacturer to ensure that all valve parts are compatible with the respective chemical solution.

7. Wye Strainers a. Wye strainers shall be installed where shown on the Contract Drawings or as

specified. b. Wye type strainers shall be equipped with blow-off valves and shall be

Hayward, Nibco or equal. c. The Contractor shall coordinate with the manufacturer to ensure that the strainer

parts are compatible with the respective chemical. 8. Air and Vacuum Valves a. Combination air release/air and vacuum valves shall be designed to allow large

volumes of air to escape/enter when the pipeline is filling/draining and to release small pockets of air automatically when fluid is flowing through the full pipeline. The discharge orifice of the air and vacuum valve shall be fitted with a double acting throttling device that shall automatically open upon pump stop. The pipeline combination air valves shall be equal to APCO Bulletin No. 586, by the Valve and Primer Corporation.

b. Air and Vacuum Release Valves shall be provided on the discharge of the vertical turbine pumps as shown or specified. These valves shall be equal to APCO No. 142 with throttling device as manufactured by the Valve and Primer Corporation.

c. Air valves 4" and larger shall be equipped with an isolation butterfly valve with hand lever operator equal to APCO Bulletin 900. Air valves less than 4" shall be equipped with an isolation gate valve in accordance with this specification. All isolation valves shall be suitable for connection to the air valve inlet and pipeline outlet.

d. All internal valve components shall be corrosion resistant.

Page 206: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

15181-4 2370/60087

7/16 Miscellaneous Valves and Traps

9. PVC Ball Valves a. Ball valves shall be Ashahi true union, or equal, with EPDM or Viton O-rings

and Teflon seats. The Contractor shall coordinate with the manufacturer regarding the compatibility of the fluid with the O-ring material.

b. Valves shall have full pipe area ports, and shall have solvent welded connector pieces.

c. Valves shall be lever operated. 10. Motor Operated PVC Ball Valves a. Motor operated ball valves shall be Asahi/American true union, or equal, with

EPDM or Viton O-rings and Teflon seats. The Contractor shall coordinate with the manufacturer regarding the compatibility of the fluid with the O-ring material.

b. Valves shall have full pipe area ports, and shall have solvent welded connector pieces.

c. The valve actuator/motor shall be the Quarter Master II as manufactured by ASAHI or equal. The motor shall be a reversing type which shall generate a minimum of 120 in-lbs. of torque at relatively low current draw. The travel shall be controlled via SPDT limit switches (5 ampere) activated by field adjustable cams for 90 degrees of rotation. Valve position limit switches shall be provided for remote monitoring of the valve. Valve actuator shall be suitable for operation on a 120 VAC, 1 phase power supply.

d. A large handle shall be provided for manual override of the motor. The handle shall also serve as a position indicator.

11. PVC Check Valves a. Ball check and swing check valves shall be Ashahi true union, or equal, with

PVC bodies and EPDM or Viton seats and seals. PVC check valves shall have solvent-welded connector pieces.

b. The Contractor shall coordinate with the manufacturer to ensure that all valve parts are compatible with the respective chemical solution.

12. PVC Foot Valves a. Foot valves shall be Asahi true union ball check valves, or equal. They shall be

of solid thermoplastic construction and shall be designed with a viton elastomeric uniseat/seal for tight shut-off under pressure. The same seal shall function as both the ball seat and the union seal. Foot valves shall be rated 150 psi at 120F and provided with PVC screens.

13. Floor Mounted Bronze Hose Angles a. Floor-mounted bronze hose angles shall be of the nonfreezing handwheel

operated type. b. The angles shall have a two and one half inch inlet connection, a two and one

Page 207: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

15181-5 2370/60087

7/16 Miscellaneous Valves and Traps

half inch hose thread outlet connection, and a polished brass face. c. The angles shall be NIBCO Catalog No. T-331-HC, or equal 14. Sediment Traps and Strainers a. Sediment traps and strainers shall be PVC with 1" pipe thread inlet, 3/8" pipe

thread drain and 3/8" pipe thread signal taping. The unit shall be complete with drain cock and strainer.

15. Yard Hydrants a. Yard Hydrants shall be Josam series 71700, or equal, with 1" NPT outlet, and

1" female NPT inlet connection. Yard hydrants shall be the non-freeze, post type. Hydrants shall have a minimum bury depth of 36" and outlets shall be located 30" above grade.

16. Stainless Steel Ball Valves

a. Stainless steel ball valves for filter test connections shall be Watts Regulator Series S-8000-LL, or equal.

17. Corporation Stops

a. Corporation stops shall be Mueller Type 110, or equal.

15181.03 EXECUTION A. Installation 1. General a. The installation of all valves shall be in accordance with the configuration

shown on the plans and manufacturer's recommendations. End of Section

Page 208: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

THIS PAGE INTENTIONALLY LEFT BLANK

Page 209: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

15190- 1 2370/60087

7/16 Mechanical Identification

SECTION 15190 MECHANICAL IDENTIFICATION 15190.01 GENERAL A. Description

This section includes requirements for providing nameplates, labeling and identification methods for mechanical equipment and components as indicated in accordance with the Contract Documents. Items to be labeled shall include valves and equipment.

B. Submittals

1. Submit Contractor's Drawings in accordance with the General and Special Provisions for the following:

a. Shop drawings for service identification charts. Description of this

specification and shall contain the following information: 1) Tag number (if applicable). 2) Location. 3) Function and service. 4) Manufacturer's name and model number.

b. Catalog data for nameplates, tags, and accessories, including letter size and color, background color, label size, and method of application.

c. A schedule of each item to be provided identifying the specific equipment or valve requiring identification.

2. Submit samples for nameplates, and tags, including samples of symbols and abbreviations, letter size, color for coding, and a complete list of legend wording, in accordance with the General and Special Provisions.

15190.02 MATERIALS A. Materials Furnished by the County

The County shall not furnish any mechanical identification B. Contractor's Options

None. C. Detailed Material Requirements

1. Valve Identification

a. Tag type shall be brass, 19 B&S gage, with 1/4 inch high valve service abbreviated lettering over 1/2 inch high lettering indicating valve Process and Instrumentation Diagram numbers. Lettering shall be engraved to the tag with black ink. Tag to have 3/16 inch diameter hole at top for fastening.

b. Tag size shall be 1-1/2 inch diameter round. c. Tag fasteners shall be brass "S" hook or brass jack chain, size as required for

valve stem or handle to which tag is attached.

Page 210: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

15190-2 2370/60087

7/16 Mechanical Identification

d. Provide two framed valve charts for each piping system to have valve identification tags. Charts shall be provided for each process piping system.

e. Valve service identification chart frames shall be satin finished extruded aluminum frame of size to fit 8-1/2 x 11 inch valve chart and complete with rigid clear plastic glazing.

2. Equipment Identification Nameplates

Nameplates shall be two-color laminated plastic not less than 1/16 inch thick, machined engraved to show white letters on a black background. Lettering shall be 1 inch high. Size of the nameplates shall be as shown on the Schedule in Part 22 05 53.03 C of this section.

15190.03 EXECUTION A. Valve Identification

1. General

a. Valves to receive identification as scheduled in this section. Drawings shall be designated by distinguishing numbers and/or letters.

2. Installation

a. Fasten tags to valve stems or handles using brass "S" hooks or jack chain.

shall not interfere with the operation of the valve.

3. Valve Service Identification Chart

Charts shall be provided, but not installed, for each room where valves are located, and shall list the valves located in the specific room by system name.

B. Equipment Identification

1. General

a. Identify mechanical equipment, bare or insulated by use of nameplate. b. Size of Lettering

1) Use the largest lettering size (3 inch or 1 inch height) that will easily fit the available surface space.

2) Use only one lettering height on any given piece of equipment. Do not mix lettering sizes.

2. Location and Content of Identification

a. Equipment shall be identified with a minimum of two sets of lettering. Center

identification lettering, vertically and horizontally, on opposite vertical sides of the equipment.

b. Vertical sides selected shall have the longest dimension. Label sides of equipment and not the ends, unless view is obstructed to those sides. If view is obstructed to sides of equipment, locate identification lettering on the two most visible vertical sides and/or ends.

Page 211: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

15190- 3 2370/60087

7/16 Mechanical Identification

b. Equipment identification numbers and letters shall be formatted similar to the following example: "EXHAUST FAN EF-1A"

c. A schedule of all equipment nameplates shall be submitted to the Engineer for approval prior to installation.

3. Installation

Prepare surface to which nameplate is to be applied and install nameplate using adhesive or nylon tie as indicated in each specification.

End of Section

Page 212: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

THIS PAGE INTENTIONALLY LEFT BLANK

Page 213: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

15200-1 2370/60087

7/16 Interior Process Piping Systems

SECTION 15200 INTERIOR PROCESS PIPING SYSTEMS 15200.01 GENERAL A. Summary

1. This Section includes process piping systems installed within structures as shown on

the Contract Drawings, including pipe, fittings, valves and appurtenances.

2. Certain features of process piping systems shall be as scheduled. B. References

1. Materials and installation shall be in accordance with the latest revisions of the following codes, standards and specifications, except where more stringent requirements have been specified herein: a. American Water Works Association (AWWA)

1) C104/A21.4 Cement-Mortar Lining for Ductile-Iron Pipe and Fittings for Water

2) C105/A21.5 Polyethylene Encasement for Ductile-Iron Pipe Systems

3) C110/A21.10 Ductile-Iron and Gray-Iron Fittings, 3 In. Through 48 In. (75 mm Through 1200 mm), for Water and Other Liquids

4) C111/A21.11 Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings

5) C115/A21.15 Flanged Ductile-Iron Pipe With Ductile-Iron or Gray-Iron Threaded Flanges

6) C150/A21.50 Thickness Design for Ductile-Iron Pipe 7) C151/A21.51 Ductile-Iron Pipe, Centrifugally Cast, for Water or

Other Liquids 8) C153/A21.53 Ductile-Iron Compact Fittings, 3 In. Through 24 in.

(76 mm through 610 mm) and 54 In. Through 64 In. (1400 mm Through 1600 mm), for Water Service

9) C200 Steel Water Pipe-6 In. (150 mm) and Larger 10) C203 Coal-Tar Protective Coatings and Linings for Steel

Water Pipelines - Enamel and Tape - Hot-Applied 11) C205 Cement-Mortar Protective Lining and Coating for

Steel Water Pipe - 4 In. and Larger - Shop Applied 12) C206 Field Welding of Steel Water Pipe 13) C207 Steel Pipe Flanges for Waterworks Service - Sizes 4

In. Through 144 In. (100 mm Through 3,600 mm) 14) C208 Dimensions for Fabricated Steel Water Pipe Fittings 15) C209 Cold-Applied Tape Coatings for the Exterior of

Special Sections, Connections, and Fittings for Steel Water Pipelines

16) C210 Liquid-Epoxy Coating Systems for the Interior and Exterior of Steel Water Pipelines

17) C213 Fusion-Bonded Epoxy Coating for the Interior and Exterior of Steel Water Pipelines

Page 214: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

15200-2 2370/60087

7/16 Interior Process Piping Systems

18) C214 Tape Coating Systems for the Exterior of Steel Water Pipelines

19) C215 Extruded Polyolefin Coatings for the Exterior of Steel Water Pipelines

20) C216 Heat-Shrinkable Cross-Linked Polyolefin Coatings for the Exterior of Special Sections, Connections, and Fittings for Steel Water Pipelines

21) C217 Cold-Applied Petrolatum Tape and Petroleum Wax Tape Coatings for the Exterior of Special Sections, Connections, and Fittings for Buried Steel Water Pipelines

22) C218 Coating the Exterior of Aboveground Steel Water Pipelines and Fittings

23) C219 Bolted, Sleeve-Type Couplings for Plain-End Pipe 24) C220 Stainless-Steel Pipe, 4 In. (10 mm) and Larger 25) C221 Fabricated Steel Mechanical Slip-Type Expansion

Joints 26) C500 Metal-Seated Gate Valves for Water Supply

Service 27) C504 Rubber-Seated Butterfly Valves 28) C507 Ball Valves 6 In. Through 48 In. (150 mm Through

1200 mm) 29) C508 Swing-Check Valves for Waterworks Service, 2 In.

(50 mm) Through 24 In. (600 mm) 30) C509 Resilient-Seated Gate Valves for Water Supply

Services 31) C512 Air-Release, Air/Vacuum, and Combination Air

Valves for Waterworks Service 32) C600 Installation of Ductile-Iron Water Mains and Their

Appurtenances 33) C602 Cement-Mortar Lining of Water Pipelines In Place –

4 In. and Larger 34) C605 Underground Installation of Polyvinyl Chloride

(PVC Pressure Pipe and Fittings for Water 35) C606 Grooved and Shouldered Joints 36) C651 Disinfecting Water Mains 37) C800 Underground Service Line Valves and Fittings 38) C900 Polyvinyl Chloride (PVC) Pressure Pipe, 4 In.

Through 12 In. (100 mm Through 300 mm), for Water Distribution

39) C901 Polyethylene (PE) Pressure Pipe and Tubing, 1/2 In. (13 mm) Through 3 In. (76 mm), for Water Service

40) C905 Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 14 In. Through 48 In. (350 mm Through 1200 mm), for Water Transmission and Distribution

41) C906 Polyethylene (PE) Pressure Pipe and Fittings, 4 In. Through 63 In., for Water Distribution

42) C907 Polyvinyl Chloride (PVC) Pressure Fittings for Water - 4 In. Through 8 In. (100 mm Through 200 mm)

43) C950 Fiberglass Pressure Pipe

Page 215: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

15200-3 2370/60087

7/16 Interior Process Piping Systems

b. American National Standards Institute (ANSI) 1) B16.1 Cast Iron Pipe Flanges and Flanged Fittings 2) B16.5 Pipe Flanges and Flanged Fittings 3) B16.42 Ductile Iron Pipe Flanges and Flanged Fittings,

Classes 150 and 300 4) B16.47 Large Diameter Steel Flanges, NPS 26 through NPS 60

c. American Society for Testing and Materials (ASTM) 1) A53 Pipe, Steel, Black and Hot-Dipped, Zinc-Coated,

Welded and Seamless 2) B68 Seamless Copper Tube, Bright Annealed 3) B88 Seamless Copper Water Tube 4) A53 Pipe, Steel, Black and Hot-Dipped, Zinc-Coated,

Welded and Seamless 5) B68 Seamless Copper Tube, Bright Annealed 6) B88 Seamless Copper Water Tube 7) A53 Pipe, Steel, Black and Hot-Dipped, Zinc-Coated,

Welded and Seamless 8) B68 Seamless Copper Tube, Bright Annealed 9) B88 Seamless Copper Water Tube 10) B306 Copper Drainage Tube (DWV) 11) D1784 Rigid PVC Compounds and CPVC Compounds 12) 1785 PVC Plastic Pipe, Schedules 40, 80 and 120 13) D2104 PE Plastic Pipe, Schedule 40 14) D2239 PE Plastic Pipe (SIDR-PR) Based on Controlled

Inside Diameter 15) D2447 PE Plastic Pipe, Schedules 40 and 80, Based on

Outside Diameter 16) D2464 Threaded PVC Plastic Pipe Fittings, Schedule 80 17) D2466 PVC Plastic Pipe Fittings, Schedule 40 18) D2467 PVC Plastic Pipe Fittings, Schedule 80 19) D2468 ABS Plastic Pipe Fittings, Schedule 40 20) D2683 Socket-Type PE Fittings for Outside Diameter-

Controlled PE Pipe and Tubing 21) D2737 PE Plastic Tubing 22) D2749 Dimensions of Plastic Pipe Fittings 23) D2837 Test Method for Obtaining Hydrostatic Design Basis

for Thermoplastic Pipe Materials 24) D2855 Practice for Making Solvent-Cemented Joints with

PVC Pipe and Fittings 25) D3035 PE Plastic Pipe (DR-PR) Based on Controlled

Outside Diameter 26) D3222 Specification for Unmodified PVDF Molding,

Extrusion and Coating Materials 27) D3261 Butt Heat Fusion PE Plastic Fittings for PE Plastic

Pipe and Tubing 28) F437 Threaded CPVC Plastic Pipe Fittings, Schedule 80 29) F438 Socket-Type CPVC Plastic Pipe Fittings 30) F439 CPVC Plastic Pipe Fittings, Schedule 80 31) F441 CPVC Plastic Pipe, Schedule 40 and 80 32) F714 PE Plastic Pipe (SDR-PR) Based on Outside

Page 216: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

15200-4 2370/60087

7/16 Interior Process Piping Systems

Diameter 33) F1970 Special Engineered Fittings or Appurtenances for

use in PVC or CPVC Systems

d. American Welding Society (AWS) e. National Sanitation Foundation (NSF)

1). 61 Drinking Water System Components - Health Effects

C. Submittals

1. In addition to those submittals identified in the General Provisions, the following items shall also be submitted: a. Manufacturer's certification that all materials furnished are in compliance

with the applicable requirements of the referenced Standards and this specification.

b. Layout drawings for piping systems to be installed within structures, showing the location and details of the support system, sleeves and appurtenances.

c. Detailed shop drawings for all materials indicating compliance with these specifications.

15200.02 MATERIALS A. General

1. Each length of pipe, fitting and special section shall be marked with an identifying number which shall correspond with the number shown on the layout drawing and laying schedule.

B. Piping Materials

1. Ductile Iron Pipe and Fittings a. Ductile iron pipe and fittings shall be as specified in Anne Arundel County

General Provision 02551 “Water Mains”.

2. Carbon Steel Pipe and Fittings a. Minimum yield strength of the steel shall be no less than 30,000 psi. b. Allowable hoop stress under scheduled test pressure shall be no greater than

50% of the specified minimum yield strength of the steel. c. Pipe wall thickness shall be such that the maximum deflection between pipe

supports shall be no greater than 1/360 of the span. d. Joints for pipe, fittings, and special sections shall be as welded or flanged. e. Flanges and flange accessories shall be in accordance with AWWA C207.

1) Class D flanges shall be used where test pressures are less than 125 psi. Class E flanges shall be used where test pressures are 125 psi and greater.

2) Gaskets shall be 1/8 inch thick and shall extend from the inside diameter of the flange to at least the inside edge of the bolt circle.

3) The inside diameter of the flange, for pipe sizes 26 inches and larger, shall be 3/16 inch larger in diameter than the nominal outside diameter of the pipe.

Page 217: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

15200-5 2370/60087

7/16 Interior Process Piping Systems

4) Unless otherwise shown, flanges shall be oriented such that the bolt holes straddle the vertical centerline.

f. Field welded joints shall be of the lap joint, butt joint or butt-strap joint type, as per AWWA C206, and as scheduled. The Contractor shall supply a certified welding inspector whenever field welding is to be performed.

g. Fittings shall be in accordance with AWWA C208, unless otherwise shown on the Contract Drawings.

h. Coatings and Linings 1) Pipe shall be cement mortar or fusion bonded epoxy lined internally.

External coating shall meet the requirements of Section 09970 “Water Storage Tank Surface Preparation and Painting”.

2) All linings shall be NSF approved. 3) Coal tar linings shall be in accordance with AWWA C203. 4) Cement mortar linings shall be shop applied in accordance with

AWWA C205. 5) Coatings and linings shall be sufficiently held back to allow the

make-up of the joints specified. 6) Cement mortar linings at field joints shall be in accordance with

Appendix A of AWWA C205. 7) Where necessary, mortar thickness shall be feathered or filleted to a

smooth transition with adjoining sections.

3. Copper Tubing

a. Copper tubing shall conform to the referenced standards. b. Seamless copper water tube shall be used for hot and cold water and

compressed air. 1) Type K where installed in concrete, underground or when immersed

in liquids. 2) Type L where exposed and in concealed locations inside structures. 3) Soft temper when installed in concrete or underground. 4) Hard temper when installed in exposed and concealed locations. 5) Joints for seamless copper water tube installed exposed and inside

structures shall be soldered. a) Solder and flux used in joints of water lines shall contain no

more than 0.2% lead. b) Solder shall be Tin-Silver or approved equal. c) Solder flux shall be as recommended by the solder

manufacturer. c. Copper drainage tube shall be permitted only for sanitary waste, drain and

vent piping above ground and inside structures. 1) Joints for copper drainage tube installed exposed and inside

structures shall be soldered. a) Solder and flux used in joints of water lines shall contain no

more than 0.2% lead. b) Solder shall be Tin-Silver or approved equal. c) Solder flux shall be as recommended by the solder

manufacturer. d. Bright annealed seamless copper tube shall be used for liquid fuel and

refrigerant and all small (3/8 inch and smaller) tubing unless otherwise specified.

Page 218: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

15200-6 2370/60087

7/16 Interior Process Piping Systems

1) Wall thickness shall be at least equal to Type K seamless copper water tube unless heavier walls are specified.

2) Joints for bright annealed seamless copper tube used in liquid fuel lines shall have flared joints, approved by Underwriter’s Laboratories.

e. Fittings shall be wrought copper or cast bronze for soldered joints and brass for flared joints.

f. Where shown or required, flexible couplings shall be flexible metal hose couplings.

g. Joints for small tubing (3/8 inch and smaller) shall be of the locking type compression fittings or soldered.

4. Polyvinyl Chloride (PVC) Pipe and Fittings

a. PVC piping shall comply with ASTM D1784, Type I, Grade I, Schedule 80. b. Joints and fittings shall be solvent welded. Provide flanged joints at valves

and equipment. Threaded fittings shall only be permitted to connect to threaded accessories.

C. Valves and Appurtenances

1. Valves 2-1/2” inches and smaller shall be as specified in the Section 15181 “Miscellaneous Valve and Traps”.

2. Duckbill Elastomeric Check Valve a. Check valves shall be Tideflex Series 37, inline flanged style duckbill check

valve as manufactured or equal. Duckbill fabric shall be Ethylene propylene rubber.

b. The flange drilling shall conform to ANSI B16.1 Class 125/ANSI B16.5, Class 150 standards.

c. Manufacturer must have available flow test data from an accredited hydraulics laboratory to confirm pressure drop data. Company name, plant location, valve size and serial number shall be bonded to the check valve. Valves shall be manufactured in the USA

D. Flexible Couplings

1. Bolted Sleeve Type Couplings a. Sleeve type couplings shall be designed to fit the outside diameter of the pipes

they connect. b. Sleeves for use exposed or submerged shall be steel or epoxy coated steel. c. Gaskets shall be natural or synthetic rubber of a grade suitable for the

intended service. d. Unless otherwise specified or shown the middle ring shall be furnished

without a pipe stop and shall have the following minimum dimensions:

Pipe Diameter

Thickness

Length Less than 6 inch --

5 inches

6 inch inch

5 inches

8 inch - 14 inch 5/16 inch

7 inches

16 inch - 24 inch 3/8 inch

7 inches

Page 219: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

15200-7 2370/60087

7/16 Interior Process Piping Systems

30 inch and larger inch 10 inches

e. Bolts and nuts shall be stainless steel for submerged service. f. All flanges, bolts, nuts and washers used shall be isolated from dissimilar

metals by using dielectric insulating sleeves and washers.

3. Harness Rods

a. Harness rods and nuts shall be of heat-treated steel. 1) Minimum yield strength: 70,000 psi 2) Minimum ultimate strength: 110,000 psi 3) American Standard Course Threads 4) Stainless steel, Galvanized or Zinc plated unless otherwise scheduled

or shown

4. Pressure Rating

a. Flexible pipe couplings shall be designed to withstand the test pressure specified for the pipeline in which they are to be installed.

5. Manufacturers

a. Flexible Couplings shall be Fernco or equal. E. Pipe Hangers and Supports

1. Hangers and supports shall be in accordance with the Section 15140 “Pipe Hangers and Supports”.

2. Special supports shall be as detailed on the Contract Drawings. F. Pipe Insulation 1. Fiberglass Pipe Insulation:

a. High-density insulation composed of organic glass fibers bonded with a thermosetting resin, conforming to ASTM C547 Type 1. Pre-formed for pipe size and 2” thick. Outside shall have a reinforced foil and kraft paper (RFK) facing. Maximum temperature limits shall be -20 F to 850 F. Thermal conductivity (k) shall be:

0.25 BTU in / hr ft2 F at 100ºF 0.31 BTU in / hr ft2 F at 200ºF 0.40 BTU in / hr ft2 F at 300ºF

b. Johns Manville "Micro-Lok", Manson "Alley-K", or equal.

2. ELASTOMERIC INSULATION

a. Flexible insulation composed of closed-cell elastomeric foam. Available forms shall be pre-formed pipe sections and sheets. Temperature range shall

Page 220: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

15200-8 2370/60087

7/16 Interior Process Piping Systems

be -40 F to 180 F. Thermal conductivity (k) shall be 0.27 BTU in / hr ft2 F at 75 F.

b. Armstrong AP "Armaflex" or equal. 3. ALUMINUM JACKET

a. Metal jacketing made from aluminum alloy conforming to ASTM B209, with vapor barrier bonded to inside surface. Vapor barrier shall be one layer of one-mil polyethylene film protected by one layer of 40-pound kraft paper. Wall thickness shall be 0.016, inches. Surface shall be corrugated and stucco embossed.

b. Childers' Aluminum Roll Jacketing or equal. 15200.03 EXECUTION A. Installation

1. Exposed piping shall be carefully erected and neatly arranged. Pipelines shall run parallel to the nearest wall of structures.

2. Supports and anchors shall be adequate to support the pipe filled with liquid with a

minimum safety factor of 5 and for the test pressure scheduled. 3. Do not use flexible couplings to support the weight of adjoining pipe or fittings. 4. Install harness rods on flexible pipe couplings where scheduled or shown on the

Contract Drawings.

a. Provide steel lugs of the type shown on the Contract Drawings. 1) Lugs and welds shall be designed and installed to develop the full

strength of the harness rods. 2) Lugs on galvanized pipe shall be galvanized after welding.

b. Provide harness ears as shown on the Contract Drawings. 5. Provide tees and threaded plugs at low and high points in piping systems for venting

and draining. 6. 20” Inlet/outlet water pipe shall be insulated with Fiberglass pipe insulation from roof

of Altitude Room to underside of tank bowl. 7. Provide unions at all pumps and equipment connections, and at maximum 50 feet

spacing to permit piping disassembly. 8. Piping shall not impart undue stresses on equipment to which it is connected. 9. Where connecting dissimilar pipe materials, or where shown on the Contract Drawings,

provide insulating gaskets equipped with sleeves and washers. Sleeves and washers shall be fabric reinforced Bakelite, Micarta, or Teflon. The completed joint shall have an electrical resistance of at least 10,000 ohms.

Page 221: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

15200-9 2370/60087

7/16 Interior Process Piping Systems

B. Leakage Testing

1. Perform hydrostatic and leakage tests in accordance with the applicable provisions of the Anne Arundel County General Provision 02551 "Water Mains", at the test pressure specified or scheduled.

C. Chlorination

1. Disinfect piping and appurtenances in accordance with the Section 02556 “Tank Chlorination / Dechlorination”, where specified or scheduled.

D. Painting

1. With the exception of those parts and components customarily furnished unpainted, all metal surfaces shall be shop prepared and coated with rust inhibitive shop paint. Shop paint shall be fully compatible with the field paint specified. Machined surfaces shall be protected against damage and corrosion by other means.

2. Perform field painting in accordance with the Section 09970 “Water Storage Tank

Surface Preparation and Painting”. E. Schedule of Inside Pipe

Service ID Description Size Mat’l

Wall Thickness or Class Joints

Int. Lining

Exterior Coating

Insula-tion

Test Pressure

(psig) Chlorination

Water Water pipe 6”-20”

CS/SS .375 min Wld/Flg Epoxy Pt Y 150 Y

Overflow Overflow Pipe

8” CS .375 min Wld/Flg -- Pt. N 25 N

IW Instrument Piping

½” Cu Type L Sold -- -- N 150 Y

ID Instrument Drain

¾”-2”

PVC Sch 80 Solv Wld

--

--

N 150 N

D Drain Pipe 4” DI Cl250 Flg Cement Asph N 150 N LEGEND SS Stainless Steel CS Carbon Steel DI Ductile Iron Cu Copper Solv Wld Solvent Welded Sold Soldered

Wld Welded Asph Asphalt C Mort Cement Mortar Epoxy Liquid epoxy per AWWA Standard

C210 Pt Paint

End of Section

Page 222: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

THIS PAGE INTENTIONALLY LEFT BLANK

Page 223: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

15903-1 2370/60087

7/16 Pressure Gauges

SECTION 15903 PRESSURE GAUGES 15903.01 GENERAL A. Description

1. Direct reading, bourdon tube, pressure gauges for liquid service with accessories as shown or specified.

2. All gauges 4-1/2 inch unless otherwise shown.

B. Quality Assurance 1. Acceptable Manufacturers

a. Ashcroft b. Ametek/US Gauge c. Ernst

c. Or equal

2. Gauges of like type shall be the product of one manufacturer. C. Submittals 1. Shop Drawings

a. Submit manufacturer's details including materials of construction for compliance with this specification.

15903.02 MATERIALS A. Materials Furnished by the County

1. The County shall not furnish any pressure gauges. B. Contractor's Options None. C. Detailed Material Requirements

1. Cases a. Stainless steel or alloy.

1) Finish to be black except for stainless steel. b. Heavy acrylic dial covers.

c. 4-1/2 inch and larger gauges shall have flanges for wall or flush mounting where specified.

d. Gauge ranges and units shall be as indicated on the Contract Drawings. e. Gauges shall be vibration and shock resistant and able to withstand 150% of

the working pressure of the pipeline.

Page 224: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

15903-2 2370/60087

7/16 Pressure Gauges

2. Bourdon Tubes a. Bronze unless otherwise specified.

b. 1/2" NPT connection 3. Accuracy a. Gauges 4-1/2 inch and larger, 1% of full scale. b. Gauges smaller than 4-1/2 inch, 2% of full scale. 4. Movements a. Brass or stainless steel. b. Adjustable for recalibration. 5. Isolation Valves

a. Isolation valves bronze ball valves with 1/2" NPT ends (male x female) equal to Apollo 70-800 Series shall also be acceptable. Pressure gauge isolation valves shall be rated at a minimum for the same pressure as the line on which they are located.

6. Pulsation Dampener a. Brass construction. b. Adjustable by pin size or pin location. 7. Diaphragm Seals a. Stainless steel housing. b. 316 stainless steel diaphragm. c. Glycerin or silicone filled gauges shall be factory assembled. 15903.03 - EXECUTION A. Installation

1. General

a. All gauges shall be provided with isolation valves and pulsation dampeners unless otherwise shown.

b. Gauges 4-1/2 inch or larger, where not panel or wall mounted, shall be supported by suitable brackets.

c. All gauges shall be protected until acceptance. End of Section

Page 225: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

16010- 1 2370/60087

 7/16 Electrical and Instrumentation - General

SECTION 16010

ELECTRICAL AND INSTRUMENTATION - GENERAL 16010.01 GENERAL A. Summary

1. Provide complete, tested and fully functional electrical and instrumentation systems, as

shown on the Drawings and specified herein.

2. Electrical equipment and installed systems shall be suitable for the application, safe for the intended use, fully rated for the available fault current, and in conformance with local building codes and statutory requirements.

3. Coordinate work with the County in accordance with the Special Provisions.

B. Related Documents

1. Electrical requirements specified in this Section apply to electrical and instrumentation equipment and materials described in other Sections of Division 16.

C. Scope of Work

1. The work shall include, but is not limited to, the following:

a. Grounding and bonding b. Electrical identification c. Wire and cable d. Raceways, boxes, and fittings e. Lighting f. Radio telemetry g. Temporary lighting and power as required for construction h. Field wiring for equipment provided under all Sections of the Specification i. Thorough cleaning of all equipment prior to energization j. Acceptance testing of equipment k. Protection of equipment until the final acceptance of the work

2. Coordinate Division 16 installation requirements with work in other Divisions of the

Specification.

3. Submit shop drawings and product data, design data, test reports, certificates, manufacturer’s instructions, manufacturer’s field reports, operation and maintenance data, closeout submittals and other specified documents to the Engineer for review and approval as described in this Section, in the Special Provisions, and in other Sections of Division 16.

4. Perform electrical acceptance tests described in Part 3 of other Division 16 Sections.

D. Project Conditions

1. Ambient temperature, humidity, and elevation ranges: Equipment other than transformers

Page 226: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

16010- 2 2370/60087  

 7/16 Electrical and Instrumentation - General

shall be rated for continuous operation at full rated load without de-rating, under the following conditions:

a. Ambient Temperature: 0 to 40 deg C. b. Humidity: Less than 90 percent (non-condensing). c. Altitude: Not exceeding 3300 feet (1000 m).

2. Product Selection for Restricted Space: Drawings show allowable space to scale for

anticipated equipment sizes. Comply with NEC requirements for working clearances and with manufacturer’s recommendations for access for maintenance. Notify the Engineer if insufficient space is available for available products.

E. Definitions

The following definitions apply to Division 16:

1. AHJ: The statutory Authority Having Jurisdiction as defined in NEC Article 100 for

enforcement of legally required compliance to local codes, standards, and ordinances.

2. ANSI: American National Standards Institute

3. AEIC: Association of Edison Illuminating Companies

4. ASQ: American Society for Quality

5. AWG: American Wire Gauge

6. CFR: Code of Federal Regulations

7. Cable: an assembly of insulated conductors

8. Control panel: an electrical enclosure housing control logic devices and an operator control interface. Note that the steel panel mounted on studs inside a control panel is defined as a sub-panel below.

9. Commissioning: the process of testing system performance after the sequential steps of

installation, testing, energization, startup (including initial adjustment and de-bugging) and functional testing of individual pieces of equipment have all been completed

10. Contract: as used in the Electrical Specification, includes all Contract documents including

Specifications and Appendices, Drawings, Addenda, and Change Orders

11. Deficiency List: document containing detailed descriptions of non-conformities 12. Equipment: a general term including materials, fittings, devices, appliances, fixtures,

apparatus, and the like, used as part of, or in connection with, an electrical installation (OSHA Section 29 CFR 1910.399(46) definition)

13. FM: Factory Mutual, Inc.

Page 227: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

16010- 3 2370/60087

 7/16 Electrical and Instrumentation - General

14. Field wiring: on-site installation of raceways & conductors to connect equipment in accordance with approved drawings

15. Field test: electrical test carried out on-site

16. Fail-safe: selection of control devices and contacts in a manner which results in safe

shutdown of the equipment whenever one of the following events occurs:

a. Loss of remote control RUN command (normal configuration: contacts close to run equipment)

b. Intentional and unintentional disconnection of device (normal configuration: contacts open to shut down equipment)

c. High contact resistance or high resistance connection

d. Loss of 4-20mADC signal

e. Definite-time sequence takes too long, e.g., reduced voltage motor starter fails to make transition from START mode to RUN mode after a reasonable time

f. Defined sequence does not occur, e.g., there is no flow from a motor driven pump within a reasonable time after the motor starter contactor is energized.

17. Furnish and install: same as “Provide” below.

18. Functional testing: verification of the satisfactory performance of control logic, with due attention to equipment protective devices, for example, overload relays, temperature switches, pressure switches, flow switches, and similar devices, under actual operating conditions

19. HMI: human-machine interface

20. HV: high voltage, operating voltage over 600V (NEC definition)

21. IEEE: Institute of Electrical and Electronics Engineers, Inc.

22. ICEA: Insulated Cable Engineers Association 23. ISO: International Standards Organization

24. LV: low voltage, operating voltage under 600V (NEC definition)

25. Megger: insulation tester with megohm scale

26. NEC: NFPA 70, the National Electrical Code

27. NETA: InterNational Electrical Testing Association, Inc.

28. NICET: National Institute for Certification in Engineering Technologies

Page 228: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

16010- 4 2370/60087  

 7/16 Electrical and Instrumentation - General

29. NFPA: National Fire Protection Association

30. NRTL: Nationally recognized testing laboratory as defined in 29 CFR 1910.7 as it applies to testing and inspecting for safety in the workplace (OSHA definition)

31. Nonconformity: The non fulfillment of a specified requirement (ASQ definition)

32. OIT: Operator interface terminal

33. “Or approved equal”: where used “equal” product shall be in conformance with all

specified requirements, shall be equivalent in materials of construction to specified manufacturers’ products, shall have equal or superior performance in the conditions anticipated for use of the product in this project, and shall be approved by the Engineer

34. OSHA: Occupational Safety and Health Act

35. PLC: Programmable Logic Controller

36. Panel: with respect to circuit breaker and fuse power distribution centers, panel is

equivalent to “distribution board”, e.g., lighting panel; with respect to control panels, refers either to the entire control panel itself or to a steel plate used for mounting devices inside the control panel

37. Provide: Throughout Division 16, use of this term includes project administration, quality

assurance, human resources, tools & equipment, logistics and scheduling, submittals of shop drawings & samples for approval, managing suppliers, purchasing, manufacturing, factory testing, release for shipment, packing, delivery, storage, submittal of coordinated & dimensioned installation drawings for approval, installation, surface preparation & finishes, site testing, startup & commissioning, on-site supervision by equipment manufacturers’ representatives, spare parts & tools, Operations and Maintenance (O&M) Manuals, training, guarantees and warrantees, other work described in individual Sections of the Specification, and the Contractor’s duties, responsibilities, risks, and liabilities under the Contract.

38. Quality: conformance to specified requirements.

40. RMS: root mean square

41. Raceways: cable ladder and tray, conduit, duct, wireway, and associated boxes and fittings

which enclose, support, and protect wires and cables

42. Shop drawings: a complete package of manufacturer’s equipment drawings, bill of materials, catalog data sheets, performance curves, calculations, and other data provided to demonstrate conformance to the equipment specification

43. Sub-panel: In the case of panelboards, a sub-fed panelboard. In the case of control panels,

the internal sheet metal plates used for mounting components inside the control panel.

44. Substitution: an alternative, nonconforming product proposed by the Contractor in lieu of a specified, conforming product

Page 229: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

16010- 5 2370/60087

 7/16 Electrical and Instrumentation - General

45. Substantial Completion: an electrical system may be considered substantially complete

when the equipment has passed the specified tests required prior to energization, has been energized, has passed the Electrical Acceptance Tests, and all related Specification requirements have been met except for well-defined minor items which, in the opinion of the Engineer, may be repaired or replaced prior to Final Acceptance without adversely affecting process performance.

46. Terminal box: an electrical enclosure containing labeled terminal blocks for connection of

wiring

47. UL: Underwriters Laboratories, Inc.

49. Wiring: conductors and connections to equipment terminals. ‘Wiring’ and ‘cabling’ shall be considered equivalent terms. Fiber optic cables shall be included in the scope of electrical wiring.

G. Reference standards

1. Notwithstanding revision dates shown in this and other Sections of Division 16, the codes

and standards applicable to this project shall be those in effect at the time of bid submittal, except for NFPA 70 NEC, which shall be the version acceptable to the AHJ.

H. Quality Assurance

1. Manufacturers of electrical equipment shall have quality certification to ISO 9000:2000 or

an equivalent Quality Management System acceptable to the Engineer.

2. Equipment, materials, and installation shall conform to NEC requirements and shall be NRTL-listed and labeled.

3. Electrical acceptance testing shall be performed by a qualified electrical testing firm, as specified in other Sections.

4. Manufacturers, manufacturer’s representatives, subcontractors, supervisors, installers, and testing agencies shall have qualifications and experience as described in other Sections of the Specification. Qualifications and experience submittals for firms and individuals shall be submitted, re-submitted, or updated whenever requested by the Engineer.

I. Safety in the Workplace

1. Electrical equipment and materials, and the Contractor’s installation practices, shall conform to the following:

a. Current edition of OSHA sections of the Code of Federal Regulations (CFR): Part

29 CFR 1910 for General Industry and Part 19 CFR 1926 for Construction Activities

b. NFPA 70, the National Electrical Code

Page 230: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

16010- 6 2370/60087  

 7/16 Electrical and Instrumentation - General

c. Current edition of NFPA 70E, Standard for Electrical Safety Requirements for Employee Workplaces

2. These regulations and standards impose obligations on equipment manufacturers to obtain

NRTL certification, listing, and labeling to comply with OSHA (Occupational Safety and Health Act) and Department of Labor regulations.

3. All electrical equipment for which NRTL test procedures have been established shall be certified, listed, and labeled, or otherwise determined to be safe for its intended use, by a NRTL. The absence of a specific reference to NRTL-listing in other Sections shall not relieve the Contractor of the requirement to provide NRTL-listed equipment, and to obtain certification as required by the AHJ in cases where NRTL listing and labeling is not a manufacturer’s standard offering for a particular product.

4. Equipment shall not be modified in any manner adversely affecting safety for the intended use, nor shall any equipment be modified on-site without the approval of the manufacturer.

5. Equipment sound levels shall not exceed limits established by reference standards and local regulations. In the absence of reference standards and local regulatory requirements, sound pressure levels shall not exceed 85 dB (A) measured three feet from the equipment.

6. Equipment with moving parts shall be fully guarded in compliance with OSHA rules and regulations.

J. Inspections by the AHJ

1. The Contractor shall make arrangements for electrical inspection of the project by the AHJ.

Upon completion of the work, final certificate of approval documents shall be submitted to the Engineer for forwarding to the Owner. This certificate shall be submitted prior to request for final payment. The Contractor shall pay all fees required for inspection.

K. Workmanship and Materials

1. Materials and equipment shall be new and undamaged, shall be marked by the manufacturer, and shall be delivered to the construction site in the original factory packaging.

2. Materials and equipment shall be installed in accordance with the Drawings, the

Specification, and the manufacturer’s installation, operation, and maintenance instructions. In the event of apparent conflicts or discrepancies, the Engineer shall be informed of the apparent conflict or discrepancy in writing, and shall instruct the Contractor how to proceed.

L. Resources and Construction Schedule

1. The Contractor shall provide sufficient resources, including qualified and experienced

project managers, electrical engineers, superintendents, technicians, supervisors, electricians, tools and construction equipment to complete the electrical work in accordance with the activity durations and sequences shown on the Construction Schedule for this project.

Page 231: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

16010- 7 2370/60087

 7/16 Electrical and Instrumentation - General

2. The construction schedule shall include the following activities and milestones, in realistic

sequence, for each building or structure:

a. Review of shop drawings b. Approval of shop drawings (milestone) c. Factory testing d. Shipping e. Delivery to site (milestone) f. Formwork ready for sleeves, openings, and inserts g. Room ceiling, wall, and floor finishing complete (ready for equipment installation) h. Equipment installation (including “remote” sites) i. Tests on completion of installation (prior to energization) j. Energization (milestone) k. Functional testing l. Acceptance testing m. Installation, testing, and commissioning complete (milestone)

3. The construction schedule shall include the following activities and milestones, in the

following sequence, for electrical raceways and wiring in each building and structure:

a. Materials delivery to site (milestone) b. Foundations ready for grounding electrode and conduit installation c. Imbedded raceway installation d. Room ceiling, wall, and floor finishing complete (ready for exposed raceway

installation) e. Surface raceway installation f. Wire & cable installation g. Tests on completion of installation (prior to energization) h. Wire and cable testing complete (milestone)

M. Contract Drawings

1. The Electrical Drawings provide scaled layouts of representative equipment and key

building elements, for example, walls and doorways, but do not include “approved for construction” dimensions for equipment.

N. Coordination of Work

1. Work under this Division shall be performed in conjunction with the work of other trades

and County requirements. Coordinate electrical work with the overall construction schedule. Examine the plans and specifications prior to commencement of work and become familiar with all phases of work involved prior to commencing installation work.

2. The Contractor shall be responsible for coordinating dimensions of equipment and working clearances in accordance with NEC, and in all cases bring to the attention of the Engineer any discrepancies on the plans and in the specifications prior to installation. Any work not in conformance with the NEC shall be removed and reinstalled at the Contractor's expense. The layout for sleeves, chases, openings, etc., must be arranged prior to construction in

Page 232: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

16010- 8 2370/60087  

 7/16 Electrical and Instrumentation - General

order to prevent unnecessary cutting. Examine drawings for doors swings, countertop heights, built-in furniture and casework, and other factors affecting electrical outlet locations prior to roughing-in raceways, boxes, fittings, and outlets.

O. Coordination Drawings

1. Following approval of equipment shop drawings, the Contractor shall create dimensioned electrical equipment layout drawings, showing the relationships of approved electrical equipment with the building structural and architectural components, walls, floors, ceilings, doors, windows, louvers, access hatches, and concrete equipment pads. One set of these Coordination Drawings shall be maintained at the construction site throughout the construction phase.

P. Codes and Standards

1. All equipment and materials shall be manufactured, tested, and installed in accordance with

the National Electrical Code (NEC) and all applicable portions of local codes, in accordance with the requirements of the AHJ.

2. In addition, work shall be in accordance with the versions of the following referenced standards in effect at the time of bid opening:

a. American Association for Laboratory Accreditation (A2LA) b. American Society for Testing and Materials (ASTM) c. American National Standards Institute (ANSI) d. Americans with Disabilities Act (ADA) e. Code of Federal Regulations (29 CFR 1903, 1910, and 1926) f. Factory Mutual Engineering & Research (FME&R) g. Illuminating Engineering Society of North America (IESNA) h. Insulated Cable Engineers Association (ICEA) i. International Organization for Standardization (ISO) j. National Electrical Manufacturers Associates (NEMA) l. Institute of Electrical and Electronic Engineers (IEEE) m. National Fire Protection Association (NFPA) n. Occupational Safety and Health Act (OSHA) o. Underwriters Laboratory, Inc. (UL) and other NRTL standards and test procedures

Q. Submittals

1. In addition to the requirement described herein, submittals shall conform to the

requirements in the Special Provisions.

2. Submittal Format

a. Each submittal shall conform to the requirements described in the Special Provisions.

3. Submittal Categories

a. Shop Drawings, including manufactured equipment drawings, and Coordination

Page 233: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

16010- 9 2370/60087

 7/16 Electrical and Instrumentation - General

Drawings b. Product Data marked to indicate precisely which items are proposed for this

project. Information that does not apply to this project shall be crossed out. c. Test Reports, including prototype tests, factory tests, field tests, acceptance tests,

and functional tests d. Certificates, including factory training certificates for manufacturer’s

representatives e. Manufacturer’s Instructions, including unloading, hoisting, rigging, short term

storage, long term storage, method of field assembly, and installation instructions f. Manufacturer’s Field Reports, including inspections and training records g. Operation and Maintenance Manuals, including manufacturer’s standard published

literature and specially prepared descriptions of operation

h. Closeout Submittals, including black line paper copy of record drawings. i. Spare Parts and Special Tools List

4. Product Data Sheets: Submit a list of manufacturers with catalog numbers and product data

sheets for the following materials and equipment in the following Sections, and obtain approval before the items in question are ordered or installed.

a. Section 16060 “Grounding” b. Section 16110 “Raceways, Boxes, and Fittings” c. Section 16120 “Wire and Cable” d. Section 16141 “Wiring Devices” e. Section 16510 “Lighting”

A single submittal for all of the equipment and materials in these Sections is preferred. Indicate product selections and cross out inapplicable data.

5. Meetings: Attend Coordination meetings with the Owner for review of submittals as

specified in other Sections of Division 16. 6. Record Drawings: Maintain a full size paper set of “black-line” working drawings

throughout the project, and shall carefully record in red ink the actual locations including dimensions to locate each piece of electrical equipment, raceways, boxes, & fittings, and electrical outlets. Upon Substantial Completion of the work, deliver the marked-up set of prints to the Engineer. The Engineer reserves the right to withhold final payment until "As-Built" drawings are received.

7. Operation and Maintenance Manuals: Prior to acceptance of the finished project, provide

copies of electrical Operation and Maintenance Manuals in conformance with the Special Provisions. O&M Manuals shall be organized according to Division 16 Section numbers. Each copy shall be bound in a durable, 3-ring hardback binder, with data sheets individually punched and reinforced to prevent tear-out. Data sheets shall be grouped, and

Page 234: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

16010- 10 2370/60087  

 7/16 Electrical and Instrumentation - General

binder dividers shall be provided to match the Table of Contents. Each Manual shall have an identifying label on the spine and front cover and shall include the following:

a. List of all O&M Manuals in the front of each manual.

b. Table of Contents for each manual and each binder

c. Copy of each of the following:

1) Shop Drawings

2) Product Data 3) Design Data 4) Test Reports 5) Certificates 6) Manufacturer’s Instructions 7) Manufacturer’s Field Reports 8) Operation and Maintenance Data 9) Closeout Submittals 10) Spare Parts and Special Tools

11) Panelboard directories (as-built)

8. Required spare parts and special tools list: conform to the Special Provisions.

9. Optional spare parts and special tools list: conform to the Special Provisions. R. Outages

1. Electrical outages: Do not interrupt electrical service to facilities occupied by Owner or

others unless permitted under the following conditions and then only after arranging to provide temporary electrical service if required by the Specification.

a. Notify the Owner a minimum of 10 days in advance of proposed interruption of

electrical service. b. Submit step-by-step sequence and schedule for proposed interruption, and if

required, proposed method of providing temporary electrical service, to the Owner for approval.

c. Confirm approved interruption of electrical service one week in advance of Owner-

approved date. d. Do not proceed with interruption of electrical service without written permission

from the Owner.

S. Temporary Lighting and Power

1. The Contractor shall provide temporary power and lighting for construction work including generators, grounding, feeders, panelboards, lighting, outlets, branch circuits, lighting fixtures, and ground fault protected outlets.

Page 235: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

16010- 11 2370/60087

 7/16 Electrical and Instrumentation - General

2. The Owner’s electrical power supplies shall not be used without permission of the Owner.

3. All temporary work shall be in accordance with the NEC, OSHA, and NFPA safety requirements and shall be completely removed upon completion of the project.

16010.02 PRODUCTS

A. Equipment and Materials

1. Provide equipment and materials in compliance with other Sections of Division 16. The

requirements in this Section apply to all Division 16 Sections.

B. Electrical Identification

1. Electrical equipment, raceways, boxes, fittings, wires and cables shall be marked in the field in accordance with Section 16095 “Electrical Identification”.

C. Electrical Enclosures

1. In the absence of other specified NEMA enclosure ratings in other Sections of the Specification, electrical enclosures shall have degree of protection ratings suitable for the intended application (e.g., watertight, dust-tight) and environmental conditions. Electrical equipment enclosures shall have the following NEMA 250 ratings: a. NEMA 4X: Enclosures located outdoors shall be NEMA 4X stainless steel. b. NEMA 12: Enclosures located indoors shall be NEMA 12 painted steel. c. Where different enclosure ratings and enclosure materials are specified in

other Sections of the Specification, the Contractor shall submit a written request for clarification of the intent of the Specification to the Engineer.

D. Electromagnetic Interference

1. Power conversion equipment, including variable frequency controllers, battery-powered

inverters, computer power supplies, frequency converters, and Uninterruptible Power Supplies, shall be fitted with EMI (electromagnetic interference), RFI (radio frequency interference) and telephone interference filters to limit interference effects on other equipment in the area in accordance with IEEE standards and recommendations applicable to the equipment.

E. Dissimilar Metals

1. Dissimilar metals shall not be connected, spliced, or joined except where specifically

approved in writing by the Engineer. Copper busbars, aluminum busbars, and copper-to-aluminum busbar connections shall be tin-plated at joints and at cable lugs. Bolted electrical conductor connections shall be made with silicone-bronze bolts, nuts, and washers. Belleville washers & tin-plated flat washers shall be used at aluminum-to-copper and aluminum-to-aluminum busbar joints.

Page 236: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

16010- 12 2370/60087  

 7/16 Electrical and Instrumentation - General

F. Warranties

1. Provide an on-site part and labor warranty for a minimum period of one year after

Substantial Completion for all equipment and materials. In cases where the manufacturer offers a longer warranty period, the longer warranty period shall apply as described by the manufacturer.

2. All components of electrical systems that are not fully functional at the time of Substantial

Completion shall have warranties extended to provide minimum three (3) years coverage of fully operational equipment unless otherwise approved by the Engineer.

16010.03 EXECUTION A. Delivery and Handling

1. Equipment delivered to site shall be handled in accordance with manufacturer’s

recommendations by experienced riggers, crane operators, and forklift truck operators.

B. Storage and Protection of Equipment

1. All electrical equipment to be used in construction shall be properly stored and protected against the elements. General construction materials shall be stored in covered trailers. Electrical equipment shall be stored in a clean, dry, indoor location, under cover, until the building is weather-tight and the area where the equipment is to be installed has been completed to the satisfaction of the Engineer, including completion of overhead work by other trades.

2. Anti-condensation heaters shall be energized during storage. Long term storage instructions of the manufacturer shall be followed.

3. Equipment with anti-condensation heaters shall have the 120VAC anti-condensation heaters energized from temporary 120VAC supplies as soon the factory packaging has been opened.

4. Equipment enclosures exposed to construction damage such as paint spots, spackling, waterproofing, insulation etc. shall be covered and protected against damage.

C. Inspections Prior to Covering-up

1. Raceways embedded in concrete or otherwise concealed shall be inspected in the presence

of the Engineer prior to placement of concrete. Sufficient time shall be allowed to make corrections if required.

D. On-Site Inspections and Non-conformities

1. Equipment shall be inspected on delivery to the site for physical damage and for

compliance with the Specification and approved equipment shop drawings. Notify the Engineer when equipment is delivered to the site, and make it available for inspection.

Page 237: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

16010- 13 2370/60087

 7/16 Electrical and Instrumentation - General

2. Installed equipment, raceways, and wiring shall be inspected on completion of installation for compliance with the Specification and approved installation drawings.

3. A Deficiency List shall be prepared by the Engineer during inspections and testing, and issued to the Contractor for corrective action.

4. Repairs, replacement, and other corrective action that requires de-energizing any part of the Electrical Power Distribution and Control System shall be completed prior to the scheduled date for Substantial Completion of the project.

E. Penetrations and Sealing

1. Sleeves and rectangular openings shall be provided for raceways provided under this

Contract, and for raceways for future equipment where future equipment is shown on the Drawings. Sleeves and rectangular openings for the passage of raceways and conductors shall be sealed after the raceways and conductors have been installed. Spare sleeves and rectangular openings shall also be sealed.

2. Penetration of Waterproof Construction: Coordinate the work to minimize penetration of

waterproof construction, including roofs and exterior walls. Where penetrations are necessary, provide sleeves and sealing fittings to make each penetration watertight. Conduit sleeves and openings shall be sealed watertight with mechanical seals. Water-tightness shall not rely on caulking.

3. Penetration of Fire-Rated Construction: Sleeves and openings in fire-resistant walls and floors for electrical raceways, wires, and cables shall be sealed after installation of the raceways, wires, and cables with NRTL-certified fire penetration seals, sealant, and fire-rated foam filler products to the same degree of fire resistance (e.g., 1, 2, or 4 hours) as the adjacent walls and floors, and to the satisfaction of the AHJ. Where both fire sealing and water sealing is required, mechanical seals with NRTL-listed fire-resistant properties shall be used. Fire sealants shall be compatible with the cable jacket and wire insulation materials. Manufacturer’s certification of compatibility shall be provided at the request of the Engineer. For additional requirements, refer to Section 16110 “Raceways, Boxes, and Fittings”.

F. Electrical Safety and Test Equipment

1. Maintain the following test instruments and calibration certificates less than 12 months old

on-site during construction as a minimum:

a. True RMS digital volt-ohm meter with resistance scale b. Clip-on ammeter with range from 1 to 1000 amps c. 1000V DC megger insulation tester

2. Provide electrical safety equipment, including personal protective equipment, HV gloves,

electrical blankets, test instruments, lighting, ventilation, and instructions in the use of safety equipment, and perform the work under this Contract in accordance with applicable safety rules and regulations. The Contractor’s attention is directed to safety issues related to confined spaces as defined in OSHA regulations.

Page 238: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

16010- 14 2370/60087  

 7/16 Electrical and Instrumentation - General

G. Cleaning and Painting

1. After installation and wiring work is completed, all dust and debris shall be removed from the interior and exterior of each electrical equipment enclosure and motor by vacuum-cleaning with circuits de-energized. Do not use compressed air for cleaning. Vacuum cleaner wands and brushes shall be non-conducting. Anti-static protection shall be provided for static-sensitive devices.

2. Clean and remove all rust, scale, oil, grease, and dirt from panelboard enclosures, conduits, pull, junction and terminal boxes, fittings and hangers, leaving surfaces in condition for final surface preparation and painting under Division 9.

3. All ferrous materials that are exposed, including fittings, hangers, junction, pull and

terminal boxes, that are not plated, coated, or painted with a factory-applied finish, shall be painted. Nonferrous materials shall be cleaned only and left unpainted.

4. Equipment furnished with a factory finish coat shall have finish carefully touched-up where it is scratched or otherwise damaged. Touch-up work shall match the color and type of the original finish.

H. Inspection and Testing On-Site

1. The Contractor shall hire a NETA-certified or NICET-certified specialist electrical testing

firm to perform on-site inspection and electrical testing.

2. Perform Electrical Acceptance Tests in accordance with NETA Acceptance Testing Standards as described in individual Division 16 Sections, Part 3.

3. Submit manufacturer-endorsed field test data sheets & procedures for approval, test equipment and materials on-site prior to site visit by manufacturer’s factory-trained representative, test equipment on-site under the supervision of the Engineer and the equipment manufacturer’s factory-trained representative(s), and submit manufacturer’s statement of acceptance of installation prior to energization of equipment. Invite the Engineer to witness field testing.

4. Electrical equipment shall not be energized without the approval of the Engineer. 5. A complete certified electrical test report shall be compiled by the electrical testing firm,

checked for completeness, and submitted for the record.

6. The Contractor shall notify all parties whose presence is necessary for the test; and in all cases, the Engineer shall be notified at least one week prior to the actual test.

I. Load Balancing

1. Single phase circuits in single and three-phase fuse and circuit breaker distribution boards

and lighting panels shall be balanced initially based on the load calculations. Load currents shall be measured under actual operating conditions, and under conditions described by the Engineer. Circuiting shall be re-arranged as necessary to obtain current balancing within

Page 239: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

16010- 15 2370/60087

 7/16 Electrical and Instrumentation - General

10% on each busbar.

J. Disturbing Existing Pavement and Landscaping

1. Where cutting existing pavement and disturbing existing landscaping is necessary to perform work included in this Contract, the Contractor shall employ professional subcontractors to restore the appearance of disturbed areas to their original condition.

K. Demonstration and Training

1. Conform to Special Provisions.

2. Upon completion of all work furnished and installed under Division 16, instruct and train the Engineer in the operation and maintenance of all the various apparatus and equipment to the complete satisfaction of the Engineer. Training shall be as specified in each Section of Division 16, and shall start when the completed systems have been put in operational condition and tested as specified. A complete Training Course syllabus together with copies of the training materials shall be submitted with the Contractor’s proposed schedule for instruction and training.

3. Provide classroom and on-site training of the Owner’s staff by an authorized representative

of the equipment manufacturer during commissioning of the following electrical equipment:

a. Field Instruments: 1 day b. Elevated Storage Tank PLC Cabinet: 1 day d. Radio (Telemetry): 1 day

4. Submit qualifications and experience of manufacturer’s proposed training personnel for approval.

5. Additional requirements for training are described in other Sections of the Specification.

END OF SECTION  

Page 240: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

THIS PAGE INTENTIONALLY LEFT BLANK

Page 241: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

16060-1 2370/60087

7/16 Grounding

SECTION 16060

GROUNDING

16060.01 GENERAL

A. Summary

1. Provide a complete system of grounding electrodes, grounding electrode conductors, main bonding jumpers, equipment, grounding conductors, and bonding in accordance with NEC requirements, in conformance with this Section and as shown on the Drawings.

2. This Section includes requirements for grounding electrical systems and equipment. Grounding requirements specified in this Section may be supplemented by special requirements of systems described in other Sections.

B. Related Documents

1. Related Sections include the following:

a. Section 1641 “Wire and Cable” for wire connector and equipment grounding

conductor requirements. b. Section 16110 “Raceways, Boxes, and Fittings” for grounding bushing

requirements.

C. Definitions

1. Refer to NEC for definitions of grounding terms used in this Section.

D. Qualifications

1. Manufacturer’s Factory Qualifications: Manufacturing facilities shall have accreditation to ISO 9000:2000 or an equivalent quality management system acceptable to the Engineer. The manufacturing company shall be listed in a published NRTL directory of companies offering NRTL-listed and labeled products.

2. Testing Firm Qualifications: An independent firm, with experience and capability to conduct specified tests, and is a member company of NETA or is an NRTL as defined by OSHA in 19 CFR 1910.7, acceptable to the AHJ.

3. Testing Firm’s Field Supervisor Qualifications: person currently certified by NETA or NICET to supervise on-site testing specified in Part 3.

E. Reference Standards

1. Comply with the following standards:

Page 242: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

16060-2 2370/60087

7/16 Grounding

a. IEEE 81 2012 Guide for Measuring Earth Resistively, Ground

Impedance, and Earth Surface Potentials of a Ground System (Part 1)

b. IEEE 118 2015 Standard Test Code for Resistance Measurements c. IEEE 142 2007 Recommended Practice for Grounding of Industrial

and Commercial Power Systems (IEEE Green Book) d. IEEE 1100 2006 IEEE Recommended Practice for Powering and

Grounding Electronic Equipment. (IEEE Emerald Book) e. NFPA 70 2014 The National Electrical Code

F. Submittals

1. Product Data: Submit manufacturer's catalog data and specification sheets for each manufacturer's product described in Part 2 of this Section, marked to show which products are proposed for this project.

2. Qualification Data: For firms and persons specified in "Qualifications" in Part 1 of this Section.

3. Acceptance Test Reports: Submit written test reports to include the following:

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.

16060.02 PRODUCTS

A. Manufacturers

1. Manufacturers: Subject to compliance with the requirements described in this Section, provide products by one of the listed manufacturers in the Sub-Sections below.

a. Ground Rods:

1) Copperweld Corp. 2) Eritech / Erico International Corporation 3) Galvan Industries, Inc. 4) Harger Lightning and Grounding, Inc. 5) Robbins Lightning, Inc.

b. Grounding electrode connectors:

1) Exothermic type:

a) Cadweld / Erico International Corporation b) Furseweld

Page 243: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

16060-3 2370/60087

7/16 Grounding

c) Harger Lightning and Grounding, Inc. (Ultraweld) d) ThermOweld, a division of Continental Industries

2) Copper compression type:

a) Dossert Corp. b) Framatome Connectors / Burndy c) Harger Lightning and Grounding, Inc. d) ILSCO e) O. Z. Gedney / EGS Electrical Group f) Panduit Corp. g) Robbins Lightning, Inc.

B. Grounding Electrodes

1. Ground Rods: 3/4 in. x 10 ft. copper-clad steel, sectional type, with silicone bronze threaded connectors.

2. Ground Ring: #4/0 AWG Class A stranded copper conductor (7 strand). 17 strand ground wire is not acceptable in contact with earth.

C. Grounding Electrode Conductors

1. Grounding Electrode Conductors: Solid for #6 AWG and smaller, Class A stranded for #4 AWG and larger, bare copper conductor, size(s) as indicated on the Drawings. Class B stranding is not acceptable for conductors in contact with earth.

2. Comply with the following:

a. Solid Conductors: ASTM B 3. b. Assembly of Stranded Conductors: ASTM B 8. c. Tinned Conductors: ASTM B 33.

D. Bonding Jumpers

1. Main Bonding Jumpers: furnished with the service equipment by the equipment manufacturer. Panelboards up to 225 amps may use a bonding screw.

2. Equipment Bonding Jumpers: insulated copper building wire, sized to match the largest equipment grounding conductor in the associated conduits.

3. Bonding Jumper: insulated copper wire, protected by conduit where exposed to physical damage

4. Electrical and telephone room ground bus: Bare, annealed copper bars of rectangular cross section, with insulators.

Page 244: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

16060-4 2370/60087

7/16 Grounding

E. Equipment Ground Conductors

1. Equipment Grounding Conductors: Insulated building wire in accordance with Section 16141 “Wire and Cable”. #6 AWG and smaller shall have green insulation, #4 AWG and larger shall have green insulation or shall be marked with green tape at each end.

F. Connector Products

1. Comply with IEEE 837 and UL 467. Products shall be NRTL-listed and shall be suitable for use for specific types, sizes, and combinations of conductors and connected items.

2. Bolted Connectors: Two-hole long barrel tin-plated copper compression type at equipment busbars and bonding connections to structural steel.

3. Grounding clamps for metal water pipe connections: all cast bronze parts with silicone bronze bolts.

4. Welded Connectors: Exothermic-welded type, in kit form, and selected per manufacturer's written instructions.

5. Wirenuts: Use only for branch circuit wiring in switch and receptacle outlet and junction boxes containing #10 AWG and smaller wires.

16060.03 EXECUTION

A. Installation – General

1. Install grounding electrodes, grounding electrode conductors, main bonding jumpers, equipment grounding conductors, equipment bonding jumpers, and bonding, in accordance with NEC requirements and as shown on the Drawings.

2. Provide only copper and bronze grounding materials in direct contact with earth, concrete, masonry, crushed stone, and similar materials.

3. Make connections so galvanic action or electrolysis possibility is minimized. Select connectors, connection hardware, conductors, and connection methods so metals in direct contact shall be galvanically compatible.

a. Use electroplated or hot-tin-coated materials to ensure high conductivity and to

make contact points closer to order of galvanic series. b. Make connections with clean, bare metal at points of contact. c. Coat and seal connections having dissimilar metals with inert material to prevent

future penetration of moisture to contact surfaces.

4. Exothermic-Welded Connections: Comply with manufacturer's written instructions. Welds that are puffed up or that show convex surfaces indicating improper cleaning are not acceptable.

Page 245: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

16060-5 2370/60087

7/16 Grounding

B. Installation: Grounding Electrodes

1. Ground Rods: Install ground rods at least two rod lengths apart outside the concrete of the building, as shown on the Drawings.

a. Drive ground rods until tops are 12 inches below finished floor or final grade, unless otherwise indicated.

b. Interconnect ground rods with grounding electrode conductors. Use exothermic welds. Make connections without exposing steel or damaging copper coating.

2. Metal Water Service Pipe: Provide insulated copper grounding electrode conductor, in conduit, from the building main service equipment ground bus to the closest main metal water service entrance to the building. Connect grounding electrode conductor to main metal water service pipes with grounding clamp. Where a dielectric main water fitting is installed, connect grounding conductor to street side of fitting.

3. Remove paint and surface corrosion from structural steel and metal water pipes at grounding connection points down to bright metal, and coat dissimilar metals with anti-corrosion compound after making grounding connections wrench-tight.

4. Ground ring: Use bare Class A stranded (7-strand) copper conductor, #4/0 AWG. Bury at least 30 inches below grade

C. Installation: Grounding Electrode Conductors

1. Grounding Electrode Conductors: Route along shortest and straightest paths possible, unless otherwise indicated on the Drawings. Avoid obstructing access or placing conductors where subject to strain, impact, or damage.

2. Connect grounding electrode conductor(s) to the service entrance equipment ground bus equipment as shown on the Drawings.

3. For connections to structural steel and for underground connections, provide exothermic-welded connections except at test (access) wells, where bolted mechanical connections are required.

4. Bond grounding electrode conductors in metal conduits to each end of each conduit run using a bronze conduit-to-wire grounding fitting.

D. Installation: Equipment Grounding Conductors

1. Provide separate insulated equipment grounding conductors in raceways, boxes, and fittings, as shown on the Drawings and specified herein.

2. Equipment Grounding Conductor Terminations:

Page 246: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

16060-6 2370/60087

7/16 Grounding

a. At panelboards, provide two-hole long-barrel tin-plated compression connector bolted to ground busbar(s) with tin-plated or silicone bronze bolts.

E. Installation: Equipment Bonding Jumpers

1. At sheet metal junction, pull and outlet boxes, and electrical enclosures, use conduit hubs bolted to enclosure or double locknuts to bond enclosure to conduit, and connect grounding bushings to equipment grounding conductors. Install equipment bonding jumpers between conduit bushings entering and leaving boxes, using the lugs provided with the grounding bushings.

2. At cast enclosures, connect equipment grounding conductors together with a mechanical connector. Use mechanical connectors in conformance with Section 16141 “Wire and Cable”.

3. Equipment Grounding Conductor Terminations: For No. 8 AWG and larger, use pressure-type grounding lugs. No. 10 AWG and smaller grounding conductors may be terminated with winged pressure-type connectors.

F. Installation: Main Bonding Jumpers

1. Install main bonding jumpers at service entrance equipment in accordance with service equipment manufacturer’s written instructions.

G. Installation: Bonding Jumpers

1. Bonding Straps and Jumpers: Install so equipment vibration is not transmitted to rigidly mounted equipment support structure. Use long-barrel tin-plated compression connectors and galvanized steel or silicone bronze hex head cap screws in drilled and tapped holes to bond miscellaneous equipment to equipment grounding conductors.

H. Connections

1. Tighten screws and bolts for grounding and bonding 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.

2. Compression-Type Connections: Use hydraulic compression tools to provide correct circumferential pressure for compression connectors. Use tools and dies recommended by connector manufacturer. Provide embossing die code or other standard method to make a visible indication that a connector has been adequately compressed on grounding conductor.

I. Acceptance Testing

1. Testing: Perform the following field quality-control testing:

Page 247: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

16060-7 2370/60087

7/16 Grounding

a. After installing grounding system and before electrical circuitry has been energized, test for conformance with requirements.

b. Perform each electrical test and visual and mechanical inspection stated in NETA Acceptance Testing Specification, Section 7.13 "Grounding Systems". Certify conformance with test parameters.

2. Test Reports: Prepare a written report to record the following:

a. Test procedures used. b. Test results that conform to requirements. c. Test results that do not conform to requirements and corrective action taken to

achieve conformance with requirements.

End of Section

Page 248: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

THIS PAGE INTENTIONALLY LEFT BLANK

Page 249: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

16095- 1 2370/60087

7/16 Electrical Identification

SECTION 16095

ELECTRICAL IDENTIFICATION

16095.01 GENERAL

A. Summary

1. Provide electrical equipment nameplates, junction, pull and outlet box labels, raceway identification, wiremarkers, receptacle circuit identification, and warning signs for electri-cal equipment and field wiring included in this Contract, as specified herein.

B. Summary

1. This Section includes products and installation requirements for identification of electrical equipment, raceways, and conductors, wiring devices, warning signs.

C. Codes and Standards

1. Materials and installation shall be in accordance with the latest revisions of the following codes, standards and specifications, except where more stringent requirements have been specified herein:

a. National Electrical Code - NEC b. Underwriter's Laboratories, Inc. UL

D. Quality Assurance

1. Manufacturers: Manufacturers shall have accreditation to ISO 9000:2000 or an equivalent quality management system acceptable to the Engineer, and shall offer NRTL-listed and labeled products.

2. Comply with NFPA 70.

E. Submittals

1. Submittals shall include the following:

a. Complete list of all engraved nameplates. b. Sample of each size of engraved nameplate, punched tape labels, wiremarkers, and

laminated instrument tags.

16095.02 PRODUCTS

A. Equipment Nameplates

1. Provide custom nameplates for all equipment listed in Part 3 of this Section.

Page 250: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

16095-2 2370/60087

7/16 Electrical Identification

2. Nameplates shall have white letters engraved on black field, and shall be fabricated from 3-layer (black-white-black) thermoset plastic.

3. Drill holes in nameplates to be fastened with tie-wraps as described in Part 3 of this Section.

4. Nameplate lettering to be uppercase Roman block letters, minimum height as follows:

a. Panelboards: 1/2 inch. b. Control Panels (unless factory-labeled): 1/2 inch. c. Valve actuators: 3/8 inch. d. Other equipment: 1/4-inch minimum.

B. Punched Tape Labels (Receptacle Identification)

1. Punched Tape Labels for identification of receptacle circuits shall be 1/2 -inch clear tape with black lettering.

2. Manufacturer: Dymo or approved equal

C. Wiremarkers

1. Wiremarkers shall be computer-printed on white wrap-around paper with clear plastic pro-tective "tail" and pressure-sensitive adhesive.

2. Manufacturer: Brady, T&B, Panduit, or approved equal.

D. Wire Color Coding

1. Comply with NEC requirements for applying color-coding.

2. Color Coding for service, feeder, and branch circuit wiring shall be as follows:

a. 240 / 120 VOLTS Line-Neutral-G Black Red White Green

3. Color coding for 120 VAC control wiring shall be as follows:

a. Line - Red b. Neutral - White c. Ground - Green d. Switched (Powered from an external source) - Yellow

4. Color coding for 4-20 mA DC signal wiring shall be the manufacturer's standard insulation color.

5. Color coding for DC power and control circuits:

a. Powered - Blue b. Neutral – White with a Blue Stripe c. Switched - Yellow

Page 251: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

16095- 3 2370/60087

7/16 Electrical Identification

E. Conduit Identification

1. Identify conduits with a black indelible felt-tip marker.

F. Warning Signs

1. Provide warning signs on electrical equipment, electrical room doors, and automatically started mechanical equipment in accordance with NEC and OSHA requirements.

G. Instruments Tags

1. Instrument tags shall be laminated vinyl type, minimum 3 inches by 5 inches with pre-printed insert and “write on” type laminate for calibration and servicing information. Tag shall include a pre-punched hole for fastening to instrument with a tie wrap.

2. Tags shall be Panduit No. PST-2 or equal with a preprinted (not handwritten insert)

3. Each instruments tag shall include the following as appropriate:

4. SIDE 1

a. FIT – 5021 (instrument tag number) b. FLOW INDICATING TRANSMITTER (instrument type) c. Manufacturer: xxxxx d. Model No.: xxxxx e. Serial No. xxxxx f. Calibrated Range: xxxxxx g. Power: 0-24 VDC (if applicable) h. Installed by: xxxxxx, Inc. i. Any town, Any state, USA

5. SIDE 2 (write-on laminate side)

a. FIT – 5021 (instrument tag number) b. FLOW INDICATING TRANSMITTER (instrument type) c. Calibrated Range: xxxx - xxxx GPM d. Output: 4-20 mA e. Alarms Set @

1) High: xxxxx 2) Low: xxxxx

f. Recommended Service Interval: xxx months g. Last Serviced on: xxxxx h. Last Serviced by: xxxxx

16095.03 INSTALLATION

A. Nameplates

Page 252: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

16095-4 2370/60087

7/16 Electrical Identification

1. Fabricate equipment nameplates using the description and tag number nomenclature shown on the Drawings.

2. Provide equipment nameplates for panelboards, disconnect switches, and control panels.

3. Fasten nameplates to flat sheet metal with pressure-sensitive two-sided adhesive tape.

4. Fasten nameplates to valve actuators with nylon tie-wraps.

B. Receptacles

1. Label all receptacle faceplates with 1/2 - inch clear punched (Dymo) tape.

2. Provide the following information

a. Panel Designations (Per Panel Schedules) b. Branch Circuit Breaker Number.

C. Wire Color Coding and Marking

1. Color code phase, neutral, and ground wires for service conductors, feeders, and branch circuits, at points of origin and termination of wires.

2. Provide wiremarkers on all control and signal wires, as shown on the approved Loop Dia-grams and Control Panel field wiring diagrams.

D. Conduit Identification

1. Clean conduit surfaces with mineral spirits. Write conduit number shown on the Conduit & Wire Schedules on each conduit at each exposed conduit termination point.

E. Special Panelboard Requirements

1. Nameplates

a. Identify in accordance with the Panelboard Schedule shown on the Drawings.

2. Directory

a. Provide complete typewritten directory for each panel, with all load information

and room name and/or numbers, functions, etc., positively identified for each in-dividual branch circuit.

b. Handwritten directory shall be provided until all circuits are connected and bal-

anced. Then, install permanent directory. c. Lighting branch circuits shall be identified in the panel directory as to location. d. Electrical subfeed circuits from panels shall also be identified in the panel directo-

ries.

Page 253: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

16095- 5 2370/60087

7/16 Electrical Identification

e. When branch circuits are relocated, the panel directory shall be updated to indicate

functions, and locations. f. When branch circuits are removed the panel directory shall be updated to indicate

a spare. F. Instrumentation Tags

1. Install instrumentation tags with nylon tie-wraps.

End of Section

Page 254: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

THIS PAGE INTENTIONALLY LEFT BLANK

Page 255: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

16110- 1 2370/60087

7/16 Raceways, Boxes, and Fittings

SECTION 16110

RACEWAYS, BOXES AND FITTINGS

16110.01 GENERAL A. Summary

1. Provide a complete system of raceways, including conduit, fittings, pull boxes, junction boxes, outlet boxes, hangers, supports, and accessories, as shown on the Drawings and in conformance with the requirements in this Section and Section 16010 “Electrical and In-strumentation - General”.

B. Related Documents

1. Related requirements are also specified in the following Sections:

a. Section 16010 “Electrical and Instrumentation – General” for electrical enclosure type requirements by location.

b. Section 16060 “Grounding” for additional grounding requirements.

C. Definitions

1. In addition to the definitions in Section 16010 “Electrical and Instrumentation - General”, the following definitions apply to this Section:

a. Clamp-back: spacer used with conduit one-hole strap to provide air gap between

surface and conduit b. EMT: Electrical metallic tubing (NEC definition) c. Equipment bonding jumper: suitable for connecting sections of conduit used for

equipment grounding conductor (see NEC definition) d. FMC: Flexible metal conduit (NEC definition) e. ID: inside diameter f. IMC: Intermediate metal conduit (NEC definition) g. LFMC: Liquidtight flexible metal conduit (NEC definition) h. Lighting fixture whips: NEC maximum length of flexible conduit run from junc-

tion boxes in fixed raceways to lighting fixtures, to allow movement of the light-ing fixtures for initial installation and for maintenance

i. NPT: National pipe thread j. OD: outside diameter k. PVC: Polyvinyl chloride l. RAC: Rigid aluminum conduit m. RGS: Rigid galvanized steel conduit n. RMC: Rigid metal conduit (NEC definition) o. RNC: Rigid nonmetallic conduit (NEC definition) includes PVC and RTRC p. RTRC: Reinforced thermosetting resin conduit (fiberglass conduit - NEC defini-

tion)

Page 256: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

16110-2 2370/60087

7/16 Raceways, Boxes, and Fittings

D. Reference Standards

1. Comply with the following standards in effect at the time of bid submittal:

a. NEMA Standards applicable to raceways, boxes, and fittings.

b. UL Standards applicable to raceways, boxes, and fittings. Each raceway, box, and fitting shall be NRTL-listed and labeled.

c. ANSI and ASTM standards mentioned in this Section and included in the UL and

NEMA Standards applicable to raceways, boxes, and fittings. E. Environmental Conditions

1. Provide raceways, boxes, and fittings fabricated from materials resistant to corrosion and suitable for the application in the locations where installed, including NEC requirements for installation in “damp”, “wet”, and hazardous classified areas.

F. Submittals

1. Product Data: For all raceways, boxes, and fittings proposed to be installed for this pro-ject. Mark out inapplicable catalog data.

G. Quality Assurance

1. 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.

2. Comply with NFPA 70.

H. Coordination

1. Coordinate layout and installation of raceways, boxes, fittings, hangers, enclosures, cabi-

nets, and supports with other construction including light fixtures and HVAC equipment.

16110.02 PRODUCTS A. Manufacturers

1. In other Part 2 articles where subparagraph titles below introduce lists of manufacturers,

provide products in conformance with this Section produced by the listed manufacturers.

B. Rigid Metal Conduit (RMC) 1. Manufacturers:

a. Robroy Industries b. Perma-Cote c. Or approved equal.

Page 257: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

16110- 3 2370/60087

7/16 Raceways, Boxes, and Fittings

2. PVC-Coated Rigid Galvanized Steel Conduit, Boxes, and Fittings: Rigid galvanized

steel conduit with 40 mil exterior coating, 2 mil urethane interior coating. Certified test results shall be available to confirm coating adhesion under the following conditions:

a. Conduit immersed in boiling water with a minimum mean time to adhesion fail-

ure of 200 hours. (ASTM D870)

b. Conduit and conduit body exposure to 150°F (65°C) and 95% relative humidity with a minimum mean time to failure of 30 days. (ASTM D1151)

c. The interior coating bond shall be confirmed using the Standard Method of Ad-

hesion by Tape Test (ASTM D3359).

d. No trace of the internal coating shall be visible on a white cloth following six wipes over the coating that has been wetted with acetone (ASTM D1308).

e. The exterior coating bond shall be confirmed using the methods described in Sec-

tion 3.8, NEMA RN1. After these tests the physical properties of the exterior coating shall exceed the minimum requirements specified in Table 3.1, NEMA RN1.

3. Provide locknuts, bushings, fittings, conduit bodies, junction boxes, pull boxes, and outlet

boxes as follows:

a. Hubs: conduit entry into sheet metal enclosures shall be made with PVC-coated galvanized bolt-on or threaded hubs with sealing O-rings or gaskets.

b. Bushings for use with threaded hubs in sheet metal enclosures: galvanized steel

or malleable iron, insulated throat grounding type, with thermoset plastic insula-tion insert, complete with mechanical ground lug for connection to ground wire.

c. Fittings: ANSI 80.4, hot-dip galvanized cast steel or malleable iron. PVC-coated

conduit fittings shall be PVC-coated to same thickness as the conduit, and shall have sleeves and collars to overlap the joint.

d. Expansion and deflection couplings: UL 467 and UL 514B. Suitable for the an-

ticipated amount of movement and direction(s) of movement. Materials of con-struction: galvanized steel, bronze, and stainless steel. Non-metallic components shall be neoprene.

e. Sealoff fittings: galvanized cast steel or malleable irons, suitable for horizontal or

vertical installation. For concealed conduit runs requiring sealoffs, install sealoff fittings in flush-mounted galvanized steel boxes with blank flush covers.

f. Conduit bodies: galvanized cast steel or malleable iron Form 8 with oil-resistant

gasket and galvanized cast steel or malleable iron cover. Provide mogul bodies for fittings in trade sizes 2 inch and larger. When PVC-coated conduit is used, conduit bodies shall be PVC-coated to same thickness, and shall have sleeves to overlap the conduit.

Page 258: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

16110-4 2370/60087

7/16 Raceways, Boxes, and Fittings

g. Junction boxes: NEMA enclosure type in accordance with Part 3 of this Section.

h. Pull boxes: NEMA enclosure type in accordance with Part 3 of this Section.

i. Outlet boxes: PVC-coated type FS or FD for exposed locations in non-hazardous areas, NEMA enclosure type in accordance with Part 3 of this Section.

C. Liquidtight Flexible Metal Conduit (LFMC)

1. Manufacturers:

a. AFC Cable Systems, Inc. b. Alflex Inc. c. Anamet Electrical, Inc.; Anaconda Metal Hose. d. Electri-Flex Co. e. Liquidtight flexible metal conduit (LFMC): Flexible steel type UA conduit with

PVC jacket, for use in accordance with NEC Article “Liquidtight Flexible Metal Conduit: Type LFMC”, NRTL-listed and labeled under UL 360. Non-UL listed LFMC is not acceptable.

f. Fittings: Insulated-throat screw-in connectors, NEMA FB 1, UL 514B, galvanized malleable iron or steel. Connectors shall be suitable for use as grounding fittings. Provide fittings with bonding jumper connections for exterior bonding jumpers at motors without ground terminals inside the terminal box.

D. Rigid Nonmetallic Conduit (RNC)

1. PVC Conduit Manufacturers:

a. Cantex Inc. b. CertainTeed Corp.; Pipe & Plastics Group c. Condux International d. Lamson & Sessions; Carlon Electrical Products e. Freedom Plastics, Inc.

2. RNC: NEMA TC 2, PVC Schedule 40 conduit, for use in accordance with NEC Article

“Rigid Nonmetallic Conduit, type RNC”, NRTL-listed and labeled under UL 651 3. PVC conduit fittings: solvent-weld, NEMA TC 3, match to conduit type and material,

UL 514B.

E. Boxes 1. Manufacturers:

a. Adalet / A Scott Fetzer Company b. Appleton c. Cooper Crouse-Hinds; Div. of Cooper Industries, Inc. d. Emerson/General Signal; Appleton Electric Company. e. Erickson Electrical Equipment Co. f. Hoffman.

Page 259: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

16110- 5 2370/60087

7/16 Raceways, Boxes, and Fittings

g. Hubbell, Inc. / RACO h. Hubbell, Inc./ Killark Electric Manufacturing Co. i. Lew Electric Fittings Co. j. Myers k. O-Z Gedney; Unit of General Signal l. Robroy Industries, Inc.; Enclosure Division. m. Scott Fetzer Co.; Adalet-PLM Division. n. Spring City Electrical Manufacturing Co. o. Thomas & Betts Corporation.

2. Cast Metal Outlet and Device Boxes: PVC-coated galvanized malleable iron

NEMA FB 1, Type FD, with gasketed cover, UL 50, UL 514A.

Cast Metal Pull and Junction Boxes: NEMA FB 1, PVC-coated cast or malleable iron with gasketed or threaded cover. UL 514A.

3. Sheet Metal Pull and Junction Boxes: NEMA 250, Type 4X stainless steel with continu-

ous hinged cover and flush latch.

4. Surface-Mounted Enclosures for terminal blocks and electrical equipment and compo-nents: NEMA 250, Type 4X stainless steel with continuous hinged cover and flush latch.

F. Single Conduit Hangers

1. Manufacturers:

a. Appleton b. Crouse-Hinds c. Erico International Corporation (Caddy) d. Killark e. Thomas and Betts (Kindorf, Steel City) f. Unistrut

2. Single conduit attachment to structural steel: galvanized malleable iron PC (parallel

clamp), EC (edge clamp), and RC (right angle clamp) type conduit-to-structural-steel clamps, or galvanized steel clevis hangers on galvanized steel threaded rods attached to galvanized malleable iron beam clamps. Bolts shall be galvanized steel.

3. Single conduit attachment to concrete and masonry surfaces: galvanized malleable iron

one-hole clamp and galvanized malleable iron clamp-back, or galvanized steel clevis hangers on galvanized steel threaded rods attached to galvanized steel rod hanger fitting bolted to concrete with expansion bolts. Bolts shall be galvanized steel.

4. PVC-coated rigid galvanized steel conduit hangers shall be same as specified for RMC

except with epoxy or PVC coating, and 316 stainless steel bolts.

G. Multiple Conduit Hangers (Channel Supports) 1. Fiberglass channel and associated hardware and fittings:

a. 1-1/2 x 1-1/2 inch nominal size FRP Aikenstrut or approved equal.

Page 260: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

16110-6 2370/60087

7/16 Raceways, Boxes, and Fittings

H. Conduit Internal and External Sealing Fittings 1. Manufacturers:

a. Appleton b. Crouse-Hinds c. Spring City Electric d. Thomas & Betts e. O.Z. Gedney

2. Conduit-to-Sleeve Sealing Fittings:

a. Synthetic elastomeric gland with stainless steel compression plates sized for the

conduit OD and sleeve ID. Segmented seals are also acceptable for conduits 4 inch trade size and larger.

b. Sealing fittings for wall penetrations with water or soil on one side shall have

seals installed at both ends of the conduit hole.

c. Seals shall have fire ratings equal to the fire-resistant rating of the wall. I. Conduit Interior Sealing Fittings

1. Manufacturers:

a. Crouse-Hinds b. O.Z. Gedney c. Thomas & Betts

2. Conduit-to-Cable Sealing Fittings:

a. For exposed conduit ends entering pull or junction box: Conduit fitting suitable

for installation of locknuts at conduit entry to sheet metal box, and bushing with synthetic elastomeric sealing gland with stainless steel compression plates drilled for the conduit ID and cable(s) OD, retained by threaded collar at the end of the conduit.

b. Seal shall be watertight at 20 feet of water pressure.

c. Where bare stranded copper conductors pass through sealing fittings, place an

exothermic weld in the stranded cable to prevent water from leaking through the strands.

J. Conduit Expansion and Deflection Fittings

1. Manufacturers:

a. Crouse-Hinds b. Spring City Electric c. O.Z. Gedney

Page 261: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

16110- 7 2370/60087

7/16 Raceways, Boxes, and Fittings

d. Thomas & Betts 2. Conduit expansion and deflection fittings:

a. Suitable for the anticipated expansion joint elongation and deflection at each ex-

pansion joint.

b. Materials of construction: Hot dip galvanized ductile iron body, neoprene sealing sleeve, stainless steel clamps, tinned flexible copper equipment bonding jumper.

K. Factory Finishes

1. Finish: For painted steel enclosures, provide manufacturer's standard commercial and in-

dustrial coating in light or medium gray color, or different color when required by the NEC.

2. Field painting shall be required for uncoated cast iron, steel, and factory primed surfaces.

Products shall be degreased and made suitable for field painting prior to packaging for shipment.

16110.03 EXECUTION A. Delivery, Storage, and Handling

1. Deliver raceways, boxes, and fittings to jobsite in factory packaging. 2. Store in clean, dry, weatherproof locations. 3. Handle in accordance with manufacturer’s recommendations.

B. Raceway Applications 1. Raceways, boxes, and fittings shall be PVC-coated rigid galvanized steel with the follow-

ing exceptions:

a. Connections to motor-driven equipment, vibrating equipment, and equipment re-quiring position adjustment, e.g., motors with belt-driven equipment shall be liquid-tight flexible metal conduit.

2. Minimum Raceway Size: 3/4-inch trade size

C. Installation – General

1. Refer to Section16010 “Electrical and Instrumentation – General” for electrical enclosure

requirements according to location.

2. Install raceways, boxes, and fittings in accordance with manufacturer’s installation in-structions and NEC requirements as a minimum, and comply with the additional re-quirements described in this Section.

3. Conduits shall be electrically and mechanically continuous, and suitable for use as an

equipment grounding conductor. Make up threaded joints wrench tight.

Page 262: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

16110-8 2370/60087

7/16 Raceways, Boxes, and Fittings

4. When coordination drawings are specified in Part 1 of this Section, do not commence

work until coordination drawings for the specified areas are approved.

5. Install and route emergency system raceways independently of other raceways systems, except where specific exceptions are permitted by the NEC.

6. Fasten boxes in wet and damp areas using external mounting feet. Do not drill through

boxes.

7. Comply with NEC requirements for sizing outlet and junction boxes to accommodate wires, splices, and devices.

8. Bends and offsets between pull points shall not exceed a cumulative total of 270 degrees

unless otherwise approved by the Engineer. Maximum distance between pull points in conduit systems inside buildings shall be 100 feet unless otherwise approved by the En-gineer.

9. Raceways shall be routed in accordance with the following guidelines:

a. Run conduits exposed and concealed as indicated on the Drawings.

b. Do not obstruct access to equipment for operation and maintenance. Coordinate

conduit runs with the work of other trades. Plan conduit runs to avoid lighting fixtures, and leave space for easy access to HVAC equipment, motors, and duct access hatches and doors.

c. Route conduits around doors, windows, hatches, louvers, and other building

openings, and around range and fume hoods.

d. Group conduits on horizontal trapeze hangers or on wall-mounted steel channel where long horizontal runs are required.

e. Do not run conduits through stairwells unless required for connection to equip-

ment located in the stairwell.

f. Maintain eight feet minimum clearance above finished floor wherever it is physi-cally possible to do so. Comply with OSHA requirements for minimum head-room.

g. Comply with raceway, boxes, and fittings details shown on the Drawings.

h. Provide seals and flashings at roof penetrations in accordance with the recom-

mendations of the roofing system supplier, or as shown on the Drawings.

i. Where conduits enter the top of electrical equipment enclosures and control pan-els, install conduit interior sealing fittings to prevent entry of water and conden-sation from conduit.

Page 263: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

16110- 9 2370/60087

7/16 Raceways, Boxes, and Fittings

j. Concealed conduits shall not be run below floor slabs in basements unless other-wise indicated on the Drawings. Run concealed conduits embedded in basement floor slab.

10. Cut conduits square with roller-wheel pipe cutter. Hacksaw cuts are acceptable only if the

entire conduit is swabbed clean after cutting and threading is completed. Conduits cut in the field shall be threaded with sharp, standard NPT dies to achieve a fully cut tapered thread with a minimum of five full tapered threads at the end of the conduit. Running threads are not acceptable. Over- and under-threading are not acceptable. After threading, ream conduit ends, remove cuttings and debris from inside and outside of conduit, de-grease, and apply cold spray-on zinc-rich paint.

11. Conduit bends shall be made with conduit bending tools manufactured for the purpose.

Comply with conduit and bending tool manufacturers’ instructions. Use specially sized shoes in bending tools for PVC-coated rigid galvanized steel conduits.

12. Do not cut or drill holes in structural beams and columns, or other structural members.

Do not weld raceway supports to structural steel.

13. Join raceways with fittings designed and approved for that purpose and make joints wrench tight. Comply with NEC requirements for minimum thread engagement in Haz-ardous Classified areas.

14. Provide expansion, deflection, or expansion & deflection couplings at building expansion

joints. Expansion and deflection fittings shall comply with UL 467 and UL 514B, and shall be suitable for the anticipated amount of movement and direction(s) of movement.

15. Provide drain fittings at the first junction or pull box where conduits enter the building

from outdoor and underground locations. Locate drains to permit observation of leakage without damage to electrical and mechanical equipment.

16. Three-piece (Erickson) couplings shall be used where it is not possible to turn conduits to

make up threaded joints. Threadless fittings are not generally acceptable. Application for permission to use threadless fittings at particular locations shall be made in writing to the Engineer, and threadless fittings shall not be used unless approved.

17. Complete raceway installation before starting conductor installation.

18. Apply firestopping to cable and raceway penetrations of fire-rated floor and wall assem-

blies to achieve fire-resistance rating of the assembly.

19. Boxes and poke-through assemblies in fire-rated floors and walls shall be UL-listed for the application. Comply with UL and manufacturer’s requirements for installation.

20. Make bends and offsets so ID is not reduced. Keep legs of bends in the same plane and

keep straight legs of offsets parallel, unless otherwise indicated.

21. Terminations:

a. Where raceways are terminated with locknuts and bushings, align raceways to enter squarely and install locknuts with dished part against box. Use two lock-nuts, one inside and one outside box. Install bushings wrench-tight.

Page 264: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

16110-10 2370/60087

7/16 Raceways, Boxes, and Fittings

b. Where raceways are terminated with threaded hubs, screw raceways or fittings

tightly into hub so end bears against wire protection shoulder. Where chase nip-ples are used, align raceways so coupling is square to box; tighten chase nipple so no threads are exposed.

c. Install temporary closures to prevent foreign matter from entering raceways.

22. Install pull wires in empty raceways. Use polypropylene or monofilament plastic line

with not less than 200-lb (90-kg) tensile strength. Leave at least 12 inches (300 mm) of slack at each end of pull wire.

23. Install raceway sealing fittings at suitable, approved, and accessible locations and fill

them with UL-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 at the following points:

a. Where conduits enter panelboards and control panels at top of enclosure. b. Where required by the NEC.

24. Flexible Connections: Use maximum of 36 inches of flexible conduit for equipment sub-

ject to vibration, noise transmission, or movement; and for all motors. Use LFMC in damp or wet locations. Install separate equipment bonding jumper across flexible con-nections.

25. PVC Coated Rigid Galvanized Steel Conduits: Use only fittings approved for use with

that material. Touch up nicks and scrapes in PVC coating after installing conduits. Dam-aged conduits shall be replaced at the direction of the Engineer.

D. Installation – Exposed Raceways, Boxes and Fittings

1. Install raceways, boxes, and fittings exposed as indicated on the Drawings.

2. Install exposed raceways parallel or at right angles to nearby surfaces or structural mem-

bers.

a. Run raceways together in groups on common supports wherever possible. b. Do not use mechanical piping or ceiling supports to support conduit runs.

3. Make concentric bends in parallel exposed conduit runs. Use factory elbows only where

elbows can be installed parallel; otherwise, provide field bends for parallel raceways.

4. Surface-mounted channel supports shall be 1-1/2 inch x 1-1/2 inch channel bolted to wall or ceiling with expansion anchors.

5. Suspended (trapeze) channel supports shall be 1-1/2 inch x 1-1/2 inch channel suspended

from minimum 3/8 inch threaded rod. Fasten rods to structural steel with beam clamps or channel assemblies designed specifically for each application. Fasten threaded rods to concrete with expansion bolts and threaded rod hanger, or concrete channel inserts

Page 265: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

16110- 11 2370/60087

7/16 Raceways, Boxes, and Fittings

6. Keep raceways at least 6 inches (150 mm) away from parallel runs of flues and mechani-cal piping (including insulation). Install horizontal raceway runs above water and steam piping.

7. Install electrical enclosures and cabinets plumb. Support at each corner. 8. At building interior floor and roof penetrations, provide floor sleeves 2 inches above fin-

ished floor level with fire-rated conduit sealing fittings. Provide flashing at roof penetra-tions in accordance with roofing system manufacturer’s recommendations.

E. Installation – Underground Conduit

1. Install raceways underground as indicated on the Drawings.

2. At conduit entries into buildings, core drill conduit entrance holes and provide conduit

seals and wire and cable seals to prevent water entry into buildings. Use sealing fittings described in Part 2 of this Section.

3. When core-drilling holes, use non-destructive testing method to located reinforcing steel,

and core drill holes to avoid reinforcing steel. F. Protection during Construction

1. Provide final protection and maintain conditions that ensure coatings and finishes without damage or deterioration at time of Substantial Completion. a. Repair damage to galvanized finishes with zinc-rich paint recommended by man-

ufacturer.

b. Repair damage to PVC or paint finishes with matching touchup coating recom-mended by manufacturer.

G. Cleaning & Painting

1. Swab conduits clean after installation and plug ends until conductors are installed.

2. Remove dust, construction debris, plaster and paint spatters from raceways, boxes, and

fittings after all trades have completed their work, and prior to painting.

3. After completing installation of exposed, factory-finished raceways and boxes, inspect exposed finishes, touch up damage, and prepare for finish painting in accordance with Section 09970 “Water Storage Tank Surface Preparation and Coating”.

H. Identification

1. Identify raceways, boxes, and fittings as described in Section 16095 “Electrical Identifi-

cation”.

End of Section

Page 266: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

THIS PAGE INTENTIONALLY LEFT BLANK

Page 267: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

16120- 1 2370/60087

7/16 Wire and Cable

SECTION 16120

WIRE AND CABLE

16120.01 GENERAL A. Summary

1. Provide a complete system of wiring and cabling, including wire and cable pulling, splicing, and termination accessories, as shown on the Drawings and in conformance with the requirements in this Section.

2. This Section includes building wires and cables and associated connectors, splices, and

terminations for wiring systems rated 600 V and less.

B. Related Documents

1. Related requirements are also specified in the following Sections:

a. Section 16095 “Electrical Identification”.

C. Definitions

1. In addition to the definitions in Section 16010 “Electrical and Instrumentation - General”, the following definitions apply to this Section:

a. MTW: machine tool wire, 90 deg. C max in dry locations, 60 deg. C max in wet

locations

b. NMC: non-metallic jacketed cable

c. RTD: resistance temperature detector

d. SE: service entrance cable

e. THHN: NEC and UL designation for flame-retardant and heat resistant thermoplastic insulation, gas and oil resistant nylon jacketed, suitable for dry locations only, 90 deg. C. max in dry locations

f. THW: NEC and UL designation for flame-retardant, moisture resistance

thermoplastic insulation suitable for dry and wet locations, 75 deg. C. max

g. THWN: NEC and UL designation for flame retardant and moisture-resistant thermoplastic insulation, gas and oil resistant nylon jacketed, suitable for dry and wet locations, 75 deg. C. max in wet locations

h. UF: underground feeder

i. USE: underground service entrance cable

Page 268: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

16120- 2 2370/60087

7/16 Wire and Cable

j. XHHW: NEC and UL designation for (thermoset) cross-linked synthetic polymer-

insulation suitable for dry and wet locations, 90 deg. C. max in dry locations, 75 deg. C max in wet locations

k. XHHW-2: NEC designation for (thermoset) cross-linked synthetic polymer-

insulation suitable for dry and wet locations, 90 deg. C. max in wet and dry locations

D. Reference Standards

1. Comply with the following standards in effect at the time of bid submittal:

a. AEIC CG5-90 Underground Extruded Power Cable Pulling Guide b. ICEA P-51-432-1970 Copper Conductors, Bare & Weather Resistant c. ICEA S-58-679-1996 Standard for Control Cable Conductor Identification d. ICEA S-95-658 / NEMA WC70 Non-Shielded Power Cables Rated 2000 V or Less e. ICEA T-22-294-1983 Test Procedures for Extended Time-Testing of Wire and

Cable Insulations for Service in Wet Locations f. IEEE 576-2000 Recommended Practice for Installation, Termination, and Testing

of Insulated Power Cable as Used in Industrial and Commercial Applications g. UL 44 Thermoset–insulated Wires and Cables h. UL 62 Flexible Cord and Fixture Wire i. UL 83 Thermoplastic-insulated Wires and Cables j. UL 486A Wire Connectors and Soldering Lugs for Use with Copper Conductors k. UL 486C Splicing Wire Connectors

E. Submittals

1. Product Data: For each type of product specified herein, including manufacturers technical data sheets and specifications, evidence of UL listing, and evidence of manufacturer’s certification to ISO 9000 or an equivalent quality management system certification acceptable to the Engineer.

2. Qualifications and experience proposal for the electrical testing firm. 3. Operation and maintenance data is not required, however, approved shop drawing

submittals are required to be included for the record in the Operation and Maintenance Manuals, as described in Section 16010 “Electrical and Instrumentation - General”.

F. Quality Assurance

1. Source Limitations: Obtain all wire and cable of a particular type through one source from a single qualified manufacturer.

2. To be a qualified manufacturer, wire, cable, splice and termination components

manufacturers shall have accreditation to ISO 9000:2000 or an equivalent quality management system acceptable to the Engineer, and shall offer NRTL-listed and labeled products.

Page 269: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

16120- 3 2370/60087

7/16 Wire and Cable

3. Testing firm shall be qualified as defined by OSHA in 29 CFR 1910.7, shall be a member of the Inter-National Electrical Testing Association, shall be acceptable t the AHJ, and shall have supervision as follows:

a. Testing Firm's Field Supervisor: Qualifications and experience for the person

currently certified by the Inter-National Electrical Testing Association or the National Institute for Certification in Engineering Technologies to supervise on-site testing specified in Part 3.

4. Wire and cable and accessories: Listed and labeled as defined in NEC Article 100, by a

testing agency acceptable to authorities having jurisdiction, and marked for intended use. 16120.02 PRODUCTS A. Applications

1. Refer to Part 3 for wire and cable applications. B. Manufacturers

1. Manufacturers: Subject to compliance with requirements, provide products by the manufacturers specified.

C. Building Wire and Multi-Conductor Power Cables

1. Manufacturers: a. Belden Wire and Cable Co. b. General Cable Industries Inc. c. Southwire Co.

2. Conductor Material: Stranded copper unless otherwise indicated. 3. Building Wire Insulation Types: Type THHN-THWN and XHHW.

D. Control And Instrumentation Wire And Cable

1. Manufacturers:

a. Belden Wire and Cable Co. b. General Cable Co., Inc. c. Southwire Co.

2. Control wire: 600V type THWN insulated stranded copper conductors in conduit,

minimum size #14 AWG, UL listed and suitable for installation in conduit. 3. Instrumentation cable for 4-20 mA DC circuits: 300 V polyethylene insulated #16 AWG

stranded tinned copper twisted pair, with #18 AWG or larger stranded tinned copper drain wire, overall aluminum-on-mylar shield, with chrome PVC outer jacket. UL listed and suitable for installation in conduit and cable tray.

Page 270: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

16120- 4 2370/60087

7/16 Wire and Cable

4. RTD extension cable: Polyethylene insulated #16 AWG stranded tinned copper twisted

triple, with #18 AWG or larger stranded tinned copper drain wire, overall aluminum-on-mylar shield, with chrome PVC outer jacket. UL listed and suitable for installation in conduit and cable tray.

E. Wire and Cable Connectors and Splices

1. Manufacturers:

a. 3M Company, Electrical Products Division b. AMP Incorporated / Tyco International c. Burndy d. Square D e. Thomas and Betts

2. Description: Factory-fabricated connectors and splices of size, ampacity rating, material,

type, and class for application and service indicated.

3. Wirenuts: Spring type rated for copper wire, sized for the actual number of wires connected.

4. Splices: Tin-plated copper compression type. Pre-insulated crimp-on connectors may be

used for #14 AWG control wires. Long barrel splices shall be used for #1/0 AWG and larger.

5. Connections at molded case circuit breakers, disconnect switches, and other equipment

provided with wire termination lugs: NRTL-listed, suitable for use with the copper wire size to be connected.

6. Connection lugs: Tin-plated copper compression type with NEMA drilling. Long-barrel

lugs shall be used for #1/0 AWG and larger wire. 16120.03 EXECUTION A. Inspection

1. Ensure that conduits are clean and clear of construction debris prior to installation of wire and cable.

B. Delivery, Storage, and Handling

1. Deliver wire and cables to construction site and unload in accordance with manufacturer’s recommendations.

2. Store and transport reels in compliance with manufacturer’s printed instructions.

3. Wire and cable ends shall be taped watertight until terminations and splices are completed.

Page 271: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

16120- 5 2370/60087

7/16 Wire and Cable

C. Wire and Cable Applications

1. Service Entrance: Type XHHW, single conductors in raceway.

2. Feeders: Type XHHW, single conductors in raceway.

3. Branch Circuits: Type THHN-THWN, single conductors in raceways inside buildings, XHHW single conductors in raceways that extend outside buildings.

4. Cord Drops and Portable Appliance Connections: Type SO, 600V hard service cord, for

applications over 150V to ground, and type SJO, 300V hard service cord, for applications less than 150 V to ground.

5. NEC Class 1 Control Circuits: Type THHN-THWN, in raceways inside buildings, XHHW

single conductors in raceways that extend outside buildings.

6. NEC Class 2 and 3 Control Circuits: Type THHN-THWN, in raceway.

D. Cable Laying and Pulling

1. Install cables in accordance with manufacturer’s installation instructions, IEEE 576 and AEIC CG5-90.

2. Run wires and cables in raceways as shown on the Drawings and as specified in Section

16110 “Raceways, Boxes, and Fittings”. 3. Use cable manufacturer approved wire pulling lubricant for pulling in wire and cables in

conduit. Lubricant shall be UL-listed and shall be suitable for the conductor insulation. Use water-based products.

4. Pull wire and cables in accordance with the manufacturer’s installation recommendations

and requirements, with emphasis on the following: a. Do not exceed manufacturer's recommended maximum pulling tensions and

sidewall pressure values. b. Lubricate cables with pulling compound or lubricant that is approved by the cable

manufacturer and will not deteriorate conductor or insulation materials of construction.

c. Follow cable manufacturer’s recommendations for attaching pulling means to

cables, including fish tape, cable, rope, and basket-weave cable grips. Do not attach to cable jacket alone for pulling.

d. Rig pulleys and use pull ropes for pulling cables into raceways. e. Observe manufacturer’s recommendations for the minimum wire and cable

bending radius for each type and size of wire and cable provided for this project.

Page 272: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

16120- 6 2370/60087

7/16 Wire and Cable

5. In pull boxes and junction boxes, train cables around perimeter from entry to exit, and support cables at intervals adequate to prevent sagging.

6. Emergency circuit wires and cables shall be routed and protected from fire and other

hazards in accordance with locals codes, in a manner acceptable to the AHJ.

7. Seal around cables penetrating fire-rated elements with UL listed fire-rated sealing methods.

E. Wire and Cable Connections and Terminations

1. Tighten electrical connectors and terminals according to manufacturer's published torque-tightening values. If manufacturer's torque values are not indicated, use those specified in UL 486A and UL 486B.

2. For compression lugs and splices, use the lug manufacturer’s compression tools and

comply with the manufacturer’s written instructions.

3. Control wires shall be run from terminal to terminal without splices, and no more than two wires under a terminal screw.

4. Splices and terminations shall be insulated with boots, heat shrink tubing, or tape to 600

volts in accordance with the insulation product manufacturer’s written instructions.

5. Feeder taps shall be made with cast bronze 2-bolt or 4-bolt connectors with built-in conductor spacer, suitable for the run and tap conductor sizes. Split bolt connectors shall not be used unless approved by the Engineer.

6. Wiring at Device Outlets: Install conductor at each outlet, leaving 8 inches of wire coiled

in the box for connection to wiring devices. Wiring devices that are suitable for solid wire only shall be pigtailed to stranded wire with solid wire 6 inches long using wirenuts.

7. Install a green insulated NEC-sized grounding jumper from a green ground screw in the

outlet box to the receptacle or switch green ground screw. 8. Shielded cable conductors shall be terminated with insulated crimp-on connectors suitable

for the terminals provided with the equipment, or tinned for connection to terminals which are not suitable for crimp-on connectors. A minimum two inch length of heat shrink tubing shall be applied over each insulated conductor and the insulated portion of the crimp-on connector, and a separate piece of larger diameter heat shrink tubing shall cover the end of the cable jacket and cut shield, and overlap the individual conductor heat shrink tubing. Connect drain wire to the ground bus.

F. Color Coding 1. Color Coding shall be provided throughout the entire network of services, feeders and branch circuits, as tabulated below:

a. 208 / 120 VOLTS A-B-C-N Black Red Blue White b. 240 / 120 VOLTS A-B-C-N Black Red Blue White

Page 273: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

16120- 7 2370/60087

7/16 Wire and Cable

2. Color coding for 120 VAC control wiring shall be as follows:

a. Line - Black b. Neutral - White c. Ground - Green d. Switched - any color except black, white, and green.

3. Color coding for 4-20 mA DC signal wiring shall be the manufacturer's standard insulation

color.

4. Color coding for DC power and control circuits:

a. Negative polarity - Black b. Positive polarity - Red c. Switched - any color except black, red, white, and green.

G. Electrical Acceptance Testing

1. Testing: Engage a qualified testing agency to perform the following field quality-control testing:

a. After installing conductors and cables and before electrical circuitry has been

energized, test for compliance with requirements. b. Perform each electrical test and visual and mechanical inspection stated in

NETA ATS, Section 7.3.2. "Cables, Low Voltage, 600 Volt Maximum". Certify compliance with test parameters.

2. 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.

End of Section

Page 274: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

THIS PAGE INTENTIONALLY LEFT BLANK

Page 275: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

16141- 1 2370/60087

7/16 Wiring Devices

SECTION 16141

WIRING DEVICES

16141.01 GENERAL A. Summary

1. Provide switches, receptacles, and accessories as shown on the Drawings and in conformance with the requirements in this Section.

B. References

1. Material and installation shall be in accordance with latest revisions of the following codes, standards and specifications, except where more stringent requirements have been specified herein:

a. American National Standard Institute (ANSI) b. National Electrical Code (NEC) c. National Electrical Manufacturers Association (NEMA) d. Underwriters Laboratories, Inc. (UL)

C. Submittals 1. Submittals shall be in accordance with the Special Provisions. D. Manufacturer’s Catalog Data

1. Submittals shall contain manufacturer’s catalog data describing the material and showing its compliance with specifications, associated standards, and test requirements.

16141.02 PRODUCTS A. General

1. Provide industrial grade heavy-duty wiring devices, in types, characteristics, grades, colors, and electrical ratings for applications indicated which are UL listed and which comply with NEMA WD 1 and other applicable UL and NEMA standards.

2. Provide brown color devices except as otherwise indicated.

3. Model or series numbers, where indicated, refer only to the specified

manufacturer. Identical numbers by other manufacturers are not considered equal. B. Receptacles

1. 120 V receptacles shall be NEMA 5-20R rated 20 amperes at 120 VAC of the two-pole, three-wire type. They shall be suitable for use with a three-wire polarized plug having two parallel blades and shall have the third leg grounded.

Page 276: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

16141- 2 2370/60087

7/16 Wiring Devices

2. Duplex receptacles shall be: a. Hubbell 5362 Series heavy-duty industrial grade. b. Leviton 5362 Series heavy-duty industrial grade c. Arrow Hart 5362 Series heavy-duty industrial grade. d. Daniel Woodhead 5362 Series heavy-duty industrial grade.

e. Or approved equal. C. GFI Receptacles

1. Receptacles marked as GFI shall be of the ground fault interrupter type, UL rated Class A, Group 1.

a. Hubbell Series GF5362 b. Or approved equal

2. Single GFI Receptacles providing "downstream" protection to other receptacles are not acceptable.

3. GFI breakers used with conventional receptacles are not acceptable where GFI

receptacles are shown. D. Switches

1. Lighting switches shall be rated 20 amperes at 277 VAC, toggle operated, plastic enclosed, single pole, three-way or four-way as shown or required.

a. Hubbell 1221 Series heavy-duty industrial grade b. Leviton 1221 Series heavy-duty industrial grade

c. Arrow Hart 1221 Series heavy-duty industrial grade d. Equal (samples of any proposed equal products shall be submitted as noted above)

2. Switches shall have silver alloy contacts and provisions for side and back wiring. E. Outlet Boxes

1. Outlet boxes for wiring devices shall be PVC-coated cast or malleable iron with cast metal covers, suitable for wet locations and U.L. listed.

2. Conform to requirements in Section 16110 “Raceways, Boxes, and Fittings”.

F. Device Plates

1. Device plates shall be PVC-coated cast metal, suitable for wet locations. 16141.03 EXECUTION A. Installation

1. Receptacles shall be mounted at 18 inches to the centerline of the device box above finished floor, unless otherwise noted or required by the National Electric Code or the

Page 277: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

16141- 3 2370/60087

7/16 Wiring Devices

Americans with Disabilities Act (ADA).

2. Switches shall be mounted 48 inches to the centerline of device box above finished floor on knob side of doors unless otherwise noted or required by the National Electric Code or the Americans with Disabilities Act (ADA). Coordinate switch locations with cabinets, temperature controls, etc. to avoid conflicts.

3. Install wiring devices and accessories as indicated, in accordance with manufacturer's

written instructions, applicable requirements of NEC and in accordance with recognized industry practices to fulfill project requirements.

4. Coordinate with other Work, including painting, electrical boxes and wiring

installations, as necessary to interface installation of wiring devices with other Work.

End of Section

Page 278: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

THIS PAGE INTENTIONALLY LEFT BLANK

Page 279: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

16510- 1 2370/60087

7/16 Lighting

SECTION 16510

LIGHTING

16510.01 GENERAL A. Scope of Work

1. Provide FAA lighting fixtures as specified herein and as shown on the Contract

Drawings. B. Related Work 1. Section 16060 “Grounding”.

2. Section 16110 “Raceways, Boxes, and Fittings”. 3. Section 16120 “Wire and Cable”.

C. Quality Assurance

1. Qualifications of Manufacturer

a. A single manufacturer’s catalog number is listed to establish the Basis of Design for the FAA lighting system. Products offered by other manufacturers shall be acceptable if the quality, functionality, photometrics, and materials of construction are judged equivalent by the Engineer.

D. Submittals

1. General a. Submittals shall be in accordance with the Special Provisions.

2. Shop Drawings

a. Submittals shall demonstrate conformance to the specifications, associated

standards, and test requirements. b. Operations and Maintenance manuals.

16510.02 MATERIALS A. Materials Furnished by the County

1. The County shall not furnish any lighting equipment or materials.

B. Contractor’s Options

1. None. C. FAA Lighting

1. General

Page 280: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

16510-2 2370/60087

7/16 Lighting

a. Lighting fixtures shall be furnished complete with lamps, ballasts, lenses, reflectors, gaskets, and accessories required for a complete installation in conformance with the manufacturer's recommendations. All lighting shall be UL listed and labeled. Unless otherwise indicated, fixtures shall operate on 120 VAC, single phase, and 60 Hz power.

b. Lighting fixtures shall be provided with required mounting brackets for a complete installation.

2. LED Dual Beacon (FAA Type L-864/L-865)

a. Light fixture shall be an LED omnidirectional medium intensity dual

red/white flashing beacon.

b. Beacon shall be certified to FAA AC No. 150/5345-43F.

c. Beacon shall consist of a weather/corrosion resistant lamp assembly and housing.

d. Beacon shall automatically adjust from twilight-to-night when the northern sky illumination drops below 5 foot-candles and from night-to-day when the northern sky illumination is above 2 foot-candles. 1) Light fixture shall be flashing red (20 FPM) for nighttime. 2) Light fixture shall be medium intensity flashing white (40 FPM) for

daytime and twilight.

e. Beacon shall be Cooper Crouse-Hinds cat. no. D8RW-C13-006, or approved equal.

3. FAA Lighting Control Panel

a. Control Panel shall be provided in a NEMA 4 enclosure and line voltage

transient protection.

b. Control Panel shall provide individual isolated alarm contacts for remote alarming for: 1) Beacon lamp failure 2) Obstruction lamp failure 3) Flasher failure 4) Power failure

c. Provide photo-control override switch on enclosure door.

d. FAA Lighting Control Panel shall be Cooper Crouse-Hinds cat. no. 75001S-3, or approved equal.

16510.03 EXECUTION A. General

1. LED dual beacon fixture shall be mounted and wired in conformance with the manufacturer's installation instructions and as shown on the contract drawings.

Page 281: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

16510- 3 2370/60087

7/16 Lighting

2. Install FAA lighting control panel as shown on the contract drawings and in conformance with manufacturer’s installation instructions.

End of Section

Page 282: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

THIS PAGE INTENTIONALLY LEFT BLANK

Page 283: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

16775-1 2370/60087

7/16 Heat Tracing

SECTION 16775

HEAT TRACING

16775.01 GENERAL A. Scope of Work

1. Provide a complete pipeline heat tracing system as shown on the Drawings and specified herein.

2. This Section describes requirements for a complete electrical heat tracing system including temperature self-regulating polymer heat trace cables for insulated pipeline applications, line voltage thermostat controls, cold junction boxes, cable splices, end-of-line indicator lights, and related accessories.

B. Related Work

1. Conform to Section 16010 “Electrical and Instrumentation – General”.

C. Quality Assurance

1. Manufacturer’s Factory Qualifications: Manufacturing facilities shall have accreditation to ISO 9000:2000 or an equivalent quality management system acceptable to the Engineer. The manufacturing company shall be listed in a published NRTL directory of companies offering NRTL-listed and labeled products. All components of the heat tracing system shall be manufactured by one company.

2. Testing Firm Qualifications: An independent firm, with experience and capability to conduct specified tests, and is a member company of NETA or is an NRTL as defined by OSHA in 19 CFR 1910.7, acceptable to the AHJ.

3. Testing Firm’s Field Supervisor Qualifications: person currently certified by NETA or NICET to supervise on-site testing specified in Part 3.

4. Source Limitations: Obtain heat tracing cables and accessories from a single qualified manufacturer.

5. Unit Responsibility: The heat tracing system manufacturer shall be responsible for the design of the entire heat tracing system described in this Section.

6. Comply with NEC requirements.

D. Reference Standards

1. Factory Mutual Research Corporation

2. IEEE 515-1997 IEEE Standard for the Testing, Design, Installation and Maintenance of Electrical Resistance Heat Tracing for Industrial Applications 1997

Page 284: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

16775-2 2370/60087

7/16 Heat Tracing

3. UL 746B Standard for Polymeric Materials; Long Term Property Evaluations

E. Submittals

1. Shop Drawings: Include the following:

a. Compliance Statement: as described in Section 16010 “Electrical and Instrumentation - General”.

b. Product Data: Manufacturer’s technical data sheets for each heat trace component proposed to be installed for this Project.

c. Shop Drawings: Specially prepared power and control wiring diagrams showing factory and field wiring, and details for attaching heat tracing components to mechanical piping.

2. Coordination Drawings: Submit scaled plans, sections, elevations, details, and schedules showing heating cable layout with heat trace panelboard(s), thermostats, cold junction boxes, splices, taps, and panelboard schedules.

3. Field Test Reports: Record and interpret test results for compliance with specified performance requirements.

4. Qualification Data: For testing firm and testing firm’s field supervisor.

5. Installation Instructions: As published by manufacturer.

6. Operation and Maintenance Manual: For electric heat tracing components, to include in Operation and Maintenance Manuals specified the General Provisions.

7. Warranties: Special warranties specified in this Section.

16775.02 MATERIALS A. Basis of Design

1. The heat tracing design shown on the Drawings is based on Raychem Corporation.

2. Heat tracing systems by other specified manufacturers shall be acceptable on the following conditions:

a. The Contractor and the manufacturer shall re-design the heat tracing system for the specified performance requirements, and adjust the quantity and conduit and wire sizes for branch circuits, the heat trace cable lengths, the quantity and trip ratings of branch circuit breakers, and the quantity and location of cold junction boxes, to suit the proposed alternate manufacturer’s products.

b. No delays to completion of the Project. c. No additional cost to the Owner.

B. NRTL Certification

1. Heat trace cable and electrical components shall be NRTL listed and labeled in accordance with NEC Article 100, and OSHA requirements in 29 CFR 1910.7

Page 285: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

16775-3 2370/60087

7/16 Heat Tracing

C. Electrical Ratings

1. Branch circuits: 120V single phase, 20 amp circuit breakers with 30 mA ground fault trip

D. Materials of Construction

1. Heat Tracing Cables:

a. Core and buswires: Nickel-plated copper wires, minimum #16 AWG, configured as parallel buswires that provide constant voltage across a temperature self-regulating heating element

b. Self-Regulating Heating Element: cross-linked polymer or self-regulating polymeric fiber that varies heat output in response to heating element temperature

c. Inner Jacket: Fluoropolymer or similar thermoset insulation d. Overbraid: Woven tinned copper or stainless steel sheath, 100% coverage, connected

to branch circuit equipment grounding conductor e. Outer Protective Jacket: Thermoset extrusion with ultraviolet inhibitor

E. Enclosures

1. Electrical Enclosures:

a. Thermostat housings, cold junction boxes, and other electrical enclosures shall be cast aluminum with plastic coating, zinc-coated malleable iron with plastic coating, stainless steel, or fiberglass-reinforced plastic, rated NEMA 4X in accordance with NEMA 250.

b. Covers: gasketed and fastened with brass or stainless steel screws. c. Electrical enclosures shall be suitable for outdoor use in the ambient conditions at

the installation site. d. Condensation inside electrical enclosures shall be prevented by one or more of the

following methods: 1) Conduits shall enter enclosures at the bottom wherever it is physically

possible. Side entry is permissible. Top entry shall be avoided, and where unavoidable, top entry conduits shall be fitted with explosion-proof sealoff fittings, breathers, and drains.

2) Condensation buildup shall be prevented by heat from control transformers and other electrical components. If insufficient heat is available from component heat losses, anti-condensation heaters shall be provided.

F. Performance Requirements

1. Heat Tracing Application: freeze protection.

2. Minimum Ambient Design Temperature: 32 degrees F

3. Maximum Ambient Air Design Temperature: 110 degrees F

4. Insulation type and thickness: As shown on the Drawings and specified.

5. Spiral wrapping to achieve the specified heat output is acceptable.

6. Cable shall be capable of providing at least 90 percent of nominal power output over a temperature range from 40 to 150 deg F (5 to 65 deg C) pipe temperature, and shall be

Page 286: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

16775-4 2370/60087

7/16 Heat Tracing

capable of crossing over itself without overheating.

7. The electrical heat tracing system shall maintain at least 75% of the specified wattage output in the specified environment for a minimum design life of 20 years when operated and maintained at less than the maximum continuous exposure temperature in accordance with the manufacturer’s recommendations. The heat tracing system shall be certified to operate at 90% of power output after 1000 hours of exposure to the maximum intermittent exposure temperature when tested in accordance with UL 746B.

G. Temperature Control and Monitoring

1. Freeze Protection Thermostat with Air Temperature Sensors: Provide line voltage thermostat with integral air temperature sensor and adjustable temperature range setpoint from 0 to 100 deg. F. Energize heat trace cabling when outside air temperature falls to 40 deg. F. Provide thermostat with green indicating lamp that is illuminated when thermostat is closed.

H. Heat Trace Accessories

1. Cable and Accessory Supports: Provide wrapping tapes, cable ties, and pipe clamps to fasten heat trace cables and accessories in place in accordance with manufacturer’s installation instructions.

2. Cold Junction Boxes: Threaded opening suitable for ¾ inch threaded conduit connection, cast aluminum with protective coating and gasketed screw cover. Provide green grounding screw for equipment ground wire, and spring clamp or screw terminals for line and neutral wires.

3. Illuminated End Seals: Heat shrink insulation with “cable energized” LED type indicator lamp.

4. Splices: Compression connectors, with heat shrink insulation over conductors and over outer jacket.

5. Aluminum tape: Apply over heat trace cable for full length of plastic piping.

6. Warning Labels: OSHA-approved colors and materials, with legend “Warning: Hazardous Voltage May Be Present From Electric Heat Tracing Under Pipe Insulation. Disconnect Heat Tracing Power Supplies Before Removing Pipe Insulation or Working On Heat Tracing.”

I. Factory Quality Assurance

1. Factory Quality Certification

a. Submit copy of factory quality assurance certificate.

2. Manufacturing Process

a. Heat tracing components shall be manufactured or outsourced in accordance with the factory quality certification documents.

3. Factory Quality Assurance

Page 287: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

16775-5 2370/60087

7/16 Heat Tracing

a. Cable production shall be monitored, controlled, and tested in accordance with the manufacturer’s quality assurance program.

b. Components shall be tagged and shipment shall be checked for completeness.

J. Packaging for Shipment

1. Package components in watertight pouches inside corrugated cardboard boxes with manufacturer and contents clearly labeled.

K. Warranty

1. Provide parts and labor warranty in accordance with the General Provisions.

2. General Warranty: Special warranty specified in this Article shall not deprive Owner of other rights Owner may have under other provisions of the Contract Documents and shall be in addition to, and run concurrent with, other warranties made by Contractor under requirements of the Contract Documents.

3. Special Warranty: Written warranty, executed by manufacturer agreeing to repair or replace components of electric heating cables that fail in materials or workmanship within specified warranty period.

4. Warranty Period: Two years from date of Substantial Completion.

16775.03 EXECUTION

A. Inspection Prior To Installation

1. Piping and supports shall be substantially complete without burrs or sharp protrusions, tested, and clean prior to starting installation of heat tracing.

2. Examine surfaces and substrates to receive heating cables for compliance with specified requirements for installation, including manufacturer’s installation instructions and recommendations.

B. Installation

1. In addition to following heat trace manufacturer’s installation instructions and recommendations, perform the following work:

a. Test cable buswires on reel for electrical continuity before installing. b. Test cable insulation resistance on reel before installing. c. Proceed with installation only after unsatisfactory conditions have been corrected. d. Install heater-to-cold lead connections in accessible locations. e. Install end-of-line illuminated terminations in readily visible locations. f. Connect wiring in accordance with approved field wiring diagrams. g. Start acceptance tests. h. Apply pipe insulation. i. Finish acceptance tests

C. Wiring Connections

1. Connect heating cables and other components to power supply wiring as shown on the Drawings, or as shown on approved re-design drawings provided by a specified alternate

Page 288: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

16775-6 2370/60087

7/16 Heat Tracing

heat trace manufacturer.

2. Connect control wiring as shown on the manufacturer’s approved field wiring diagrams.

3. Grounding: Ground equipment according to Section 16060 “Grounding”.

4. 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.

D. Identification in the Field

1. Apply heat trace warning labels to heat traced piping, spaced at 10 foot intervals.

2. Provide typed branch circuit panelboard schedule identifying each cold junction box.

E. Acceptance Testing

1. Prepare for acceptance tests as follows:

a. Test insulation resistance for each enclosed controller element, cable, branch circuit, and control circuit.

b. Test continuity of each circuit.

2. Perform the following field tests and inspections and prepare test reports:

a. Testing prior to initial energization, before application of pipe insulation: 1) Test cables for electrical continuity. 2) Test cables for insulation resistance. Replace cables if measured

resistance is less than 10 megohms to ground. b. Functional testing after energization:

1) Set thermostatic controls and monitor operation of heat tracing system under actual operating conditions if possible, otherwise test system with empty piping.

2) Test cables to verify rating and power input. Energize branch circuit wiring. Record ambient temperature. Measure voltage and current simultaneously, and record test results at one minute intervals for 10 minutes.

c. Correct malfunctioning units on-site, where possible, and retest to demonstrate compliance; otherwise, replace with new units and retest.

F. Demonstration and Training

1. Review installation with Engineer.

End of Section

Page 289: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

16775-7 2370/60087

7/16 Heat Tracing

c. Correct malfunctioning units on-site, where possible, and retest to demonstrate compliance; otherwise, replace with new units and retest.

F. Demonstration and Training

1. Review installation with Engineer.

End of Section

Page 290: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

THIS PAGE INTENTIONALLY LEFT BLANK

Page 291: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

16900- 1 2370/60087

7/16 Field Instruments

SECTION 16900 FIELD INSTRUMENTS 16900.01 GENERAL A. Summary

1. Provide field instruments and accessories as shown on the Drawings, and as specified in this Section.

B. Related Work

1. Section 16060 “Grounding” for equipment grounding. 2. Section 16095 “Electrical Identification” for field instrument tagging. 3. Section 16120 “Wire and Cable” for field wiring.

C. References

1. The latest revisions to the following standards and codes shall be met except where more stringent requirements have been specified:

a. ANSI - American National Standards Institute b. ASME - The American Society of Mechanical Engineers c. ASTM - The American Society for Testing Materials d. AWWA - American Water Works Association e. EPA - Environmental Protection Agency f. ISA - Instrument Society of America g. NEC - National Electrical Code h. NEMA - National Electric Manufacturers Association i. UL - Underwriters Laboratories, Inc.

D. Quality Assurance

1. Uniformity: All field instruments of a particular type shall be products of one manufacturer, new, and of the latest design. Approved manufacturers may submit newer proven variations of substantially equivalent instruments to those specified.

2. Suitable for the intended application: all field instruments and accessories shall be

suitable for potable water applications. E. Submittals

1. Submittals shall be in accordance with the Special Provisions. 2. Submittals for individual pieces of equipment such as indicators, flow meters, level

meters, etc. shall include quantity supplied, the tag IDs, point-by-point compliance with the specifications and standards, and Product Data: “Catalog cuts” and spec sheets marked to specifically indicate the equipment and materials proposed for this project.

Page 292: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

16900-2 2370/60087

7/16 Field Instruments

Indicate selections with arrows, and cross out irrelevant data. Include parts layouts and indicate all options, to include calibration ranges and setpoints.

3. Power requirements and connection information for all components requiring external

power. 16900.02 MATERIALS A. Materials Furnished by the County The County shall not furnish any field instruments. B. Supplier's Options None C. Detailed Material Requirements

1. Enclosures for field instruments shall be NEMA 4X unless otherwise specified. 2. Dry contact outputs shall be Form C (SPDT) rated for 10 amps at 120 Vac, in

conformance with NEMA Standard ICS 5 contact rating designation A150. 3. Special cables, where required by the manufacturer for the field instrument provided,

shall be supplied with the field instrument.

5. Current outputs shall be 4-20 mA DC, able to drive a 600 ohm minimum load.

6. All 4-20 mA DC analog loops containing field-mounted (i.e. remote from control panel) transmitters shall include transient overvoltage protection at the transmitter. Transient protectors shall be Joslyn cat. no. 1020-30, Rosemount Model 470, or approved equal.

E. Equipment

1. Water Quality Monitoring Instrumentation Rack

a. Provide process monitoring for each of the following: pH, Contacting Conductivity, Free Chlorine, and Turbidity. Process monitoring for each process variable shall be via isolated 4-20 mA analog signals. A single probe/transmitter may be utilized to generate signals for multiple process monitoring variables depending on the probe/transmitter selection.

b. A flow switch shall indicate low flow via the opening of normally open dry contacts, contacts are held in the closed position by adequate flow.

c. Casings shall be NEMA 4X

d. Transmitters shall accept 120 Vac 60 Hz power

e. Shall be provided as a complete system mounted to a PVC mounting panel and piped for a single inlet and drain with a flow regulator and Y-strainer and all transmitters, sensors, and flow through sampling chamber/debubbler, flowcell, or other assemblies required for proper operation.

Page 293: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

16900- 3 2370/60087

7/16 Field Instruments

f. Each transmitter shall be powered separately, able to be taken out of service without disruption to the rest of the monitoring process.

g. Any specialized tools required for maintenance, calibration, and cleaning in addition to all solutions, reagents, and calibration/test supplies necessary for one year of operation shall be provided.

h. Base Panel

1) Manufactured by: Rosemount Analytical Model WQS or approved equal by Rosemount.

i. Analyzer - Contacting Conductivity

1) Range: 0.055 - 500 µS

2) Accuracy: ±2% of reading or ±1 µS

Manufacturer: Rosemount Analytical Model Solu Comp II with 400VP-13 or approved equal by Rosemount.

j. Analyzer – Free Chlorine

1) Range: 0 to 5 mg/liter free or total residual chlorine, with automatic color/turbidity compensation

2) Accuracy: ±5% or 0.035 mg/L as Cl2, whichever is greater

3) Precision: ±5% or 0.005 mg/L as Cl2, whichever is greater

4) Minimum Detection Limit: 0.035 mg/L

5) Cycle time: One complete sample analysis every 2-1/2 minutes

6) Recorder output: One 4-20 mA with an output span programmable over the 0 to 5 mg/L range. 130 V isolation from earth ground

7) Power: 100-115/230 Vac, 50/60 Hz (switch selectable), 90 VA maximum

8) Compliance/Certification: CE approved. ETL listed to UL 1262 ETL certified to CSA 22.2 No. 142

9) Enclosure: ABS plastic, IP62 enclosure rating with two clear polycarbonate windows

10) Manufacturer: Rosemount Analytical Model Solu Comp II with 499ACL-01-54-VP or approved equal by Rosemount.

k. Analyzer – pH

1) The pH analyzer shall provide a 4-20 mA current output proportional to 0-14 pH. Automatic temperature compensation of 32 to 140F. Accuracy shall be 0.01 pH units. Repeatability and resolution shall be 0.01 pH unit and 0.1F. Automatic sensor diagnostics shall monitor probe health and drive an integrated output relay for probe fault.

2) The pH controller shall be provided in a NEMA 4X corrosion resistant housing, suitable for wall mounting or pipe mounting. The controller shall have an illuminated alphanumeric display, microprocessor based electronics, keypad, built-in lightning

Page 294: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

16900-4 2370/60087

7/16 Field Instruments

protection, EMI/RFI immunity, and all accessories for a complete installation.

3) The pH probe shall be of the flow through type and provided with holders, piping, and accessories suitable for rack mounted installation.

4) Analyzer shall be provided with any specialized tools required for maintenance, calibration, and cleaning in addition to all solutions, reagents, and calibration/test supplies necessary for one year of operation.

5) Manufacturer: Rosemount Analytical Model Solu Comp II with 399VP-09-305 or approved equal by Rosemount.

l. Analyzer – Turbidity

1) Optical measurement employing a light source focused into the process with a photo receiver to receive scattered light from particles within the water.

2) Manufacturer: Rosemount Analytical Model T1056 Clarity II or approved equal by Rosemount.

m. Flow Switch - Electromechanical

1) A corrosion resistant, flexible, low-density polyethylene paddle shall provide the flow signal in combination with the electromechanical device. The paddle shall conform to the inside diameter of the water pipe and shall sense water movement. A pipe saddle shall be provided with a silicone rubber gasket to seal the flow switch to the water pipe. The water pressure shall force the spring mounted paddle to deflect in the direction of waterflow causing the closing of electrical contacts.

2) Flow switch shall be provided with a field adjustable (0-90 second) time delay retard setting to account for false signals.

3) Flow switch shall be Simplex – Series 2097, Gems Sensors, Kobold, or approved equal

4) Schedule:

Tag # Description Setpoint/ Range

Units

AE/AIT-105 pH 6-9 pH

AE/AIT-110 Free Chlorine 0-2 mg/Liter

AE/AIT-115 Conductivity 0-500 µS

AE/AIT-120 Turbidity 0-2 NTU

FS-170 Loss of Sample Flow Switch 3 gph*

* Or as recommended by the manufacturer.

Page 295: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

16900- 5 2370/60087

7/16 Field Instruments

F. Spare Parts 1. 25% spare fuses of each type used. 16900.03 EXECUTION A. General

1. All analog electronic instruments and systems shall operate on 4-20mAdc signal carriers unless otherwise noted, and shall be installed in the instrument loop so that the failure or removal of any instrument from the loop, other than primary element or power supply, shall not affect the remaining instruments on the loop or the overall integrity of the loop. This shall be accomplished through the use of bias resistors or signal isolators/repeaters at each receiver.

2. The instrument enclosures shall be solidly connected to the power supply equipment

grounding conductor as specified in Section 16060 “Grounding”. 3. Instruments shall be factory calibrated to the fullest extent possible to minimize field

adjustments and ensure proper operation. Field calibrate field instruments in conformance with the Manufacturer’s instructions, and apply field instrument tags as specified in Section 16095 “Electrical Identification”.

4. Temporary storage of all instrumentation equipment shall be in a humidity controlled

environment heated to a minimum of 55º F, maximum of 85º F.

5. Isolation of each device on 4-20mAdc loops as required to prevent ground loops, with current-to-current isolators.

6. Current-to-current isolators as required to provide rated outputs into total resistance

of each loop.

7. Furnish and install all mounting stands, supports structures, brackets and accessories as required or detailed for the installation of the instruments furnished. Unless otherwise specified or required, supports shall be galvanized steel. All mounting hardware shall be stainless steel. Equipment mounted on walls in contact with ground or water shall be mounted offset from the wall a minimum of ¼-inch with corkboard or approved equal.

8. Installation: Erect equipment in neat and workmanlike manner; align, level and adjust

for satisfactory operation and as shown, specified, directed and recommended by the manufacturers. Installation shall be such that parts are easily accessible for inspection, operation, maintenance and repair. Indicating instruments shall be mounted so as to be readily visible. Minor deviations from indicated arrangements may be made after obtaining approval from the Engineer.

9. Tagging: All instruments shall be permanently labeled/marked with a metallic (non-

corrosive) tag containing the “Tag ID” and “Description”. A sample tag shall be submitted to the Engineer for review and approval before commencing instrument tagging. Descriptions may be abbreviated.

Page 296: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

16900-6 2370/60087

7/16 Field Instruments

10. Power cabling, discrete control signal wiring, analog control signal wiring, and network cabling shall each be installed in separate conduit systems from one another.

B. Startup 1. General

a. The services of competent factory trained representatives of the respective manufacturers shall be provided to supervise the installation, startup, and operation of their equipment and to conduct the field tests.

2. Field Tests

a. After installation, instrumentation equipment shall be checked and the required adjustments shall be made by representatives of the manufacturer.

b. Equipment shall be field tested in the presence of the Engineer and shall be

demonstrated to operate satisfactorily over the specified ranges. c. The Supplier shall provide the necessary test equipment and qualified test

personnel. d. In the event of failed field test, the Supplier shall perform the necessary

corrections and retest the equipment as directed by the Engineer. This process shall be provided at the expense of the contractor and repeated as necessary.

C. Instrumentation Training

1. Provide training on all instrumentation supplied. 2. Training shall consist of 2 identical sessions that shall be held at the plant site on

weekdays only (the duration of each session shall be eight hours of training with one hour for lunch).

3. The training shall include:

a. Both formal classroom lectures and “hands-on” training with the actual

systems.

b. Introductory course on the theory of operation, maintenance requirements, calibration methods, & function of instrumentation in process control system.

c. Details on using, modifying, troubleshooting, and servicing all hardware and software.

4. The Supplier shall prepare and submit a written training outline to the County for

approval. When approved, the Supplier must provide at least a 2-week advance notice of training and times must be acceptable to the County.

Page 297: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

16900- 7 2370/60087

7/16 Field Instruments

5. All training shall be performed by a representative of the manufacturer and shall be specific to the instrumentation provided.

6. The Supplier shall provide all hardware, software, and accessories necessary for

training. D. Instrumentation Operations and Maintenance Manuals

1. Prepare instrumentation and maintenance manuals in accordance with the Special Provisions. Each shall include:

a. Index and tabbed section dividers. b. Reviewed submittals. c. Wiring diagrams. d. Field adjustable settings (e.g. setpoints, ranges, spans, and current and

discrete point alarm trips) e. Manufacturer's instructions on care and operation of equipment. f. Warranty certificates. g. Spare parts list. h. Complete typewritten operating instructions, covering all systems

descriptions and operation, emergency operating instructions and precautions.

i. Name, address and telephone number of supplier and representative of manufacturer for each item of equipment in Contract.

2. Bind above items (all unused, clean, and legible) in three ring binders and submit to

Engineer for review.

End of Section

Page 298: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

THIS PAGE INTENTIONALLY LEFT BLANK

Page 299: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

16902- 1 2370/60087

7/16 Control Components

SECTION 16902 CONTROL COMPONENTS 16902.01 GENERAL A. Summary

1. Provide control devices, including enclosures, instrument transformers, elapsed time meters, control relays, pushbuttons, selector switches, indicator lights, timers, elapsed time meters, and other control devices specified herein for PLC Cabinets and control panels described under other Sections of the Specification.

B. Related Work

1. Section 16903 “Programmable Controllers” C. Quality Assurance

1. Material and installation shall be in accordance with the latest revisions of the following:

a. National Electrical Code - NEC b. Underwriters Laboratories, Inc., - UL c. National Electrical Manufacturers Association - NEMA

D. Submittals

1. Submittals and samples shall be in accordance with the Special Provisions.

2. Prior to obtaining any material in connection with this Section, detailed shop drawings on all material shall be submitted and approved.

3. Submittals shall include a material list with manufacturer’s catalog data describing

the products and showing compliance with specifications and associated standards. 4. Samples shall be submitted upon Engineer’s request.

16902.02 MATERIALS A. Materials Furnished by the County

The County shallll not furnish any control components.

B. Contractor’s Options None

Page 300: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

16902-2 2370/60087

7/16 Control Components

C. Detailed Material Requirements

1. Unless otherwise specified, control switch contacts shall be rated not less than 10 amperes at 115 VAC, 60 Hertz.

D. Control Relays

1. General

a. Control relays shall be designed for rapid cycling duty or continuous operation.

b. c. Number and arrangement of contacts shall be as shown on the Contract

Drawings.

c. Relay coils shall be rated for operation on 120 VAC, 1 phase power supply unless otherwise indicated.

2. Plug-In Control Relays

a. General purpose control relays shall be provided for PLC cabinet discrete outputs and miscellaneous relay applications.

b. Control panel relays shall be plug-in type. Provide 8- or 11-pin type or blade-type sockets as required for mounting relays. AC type relays shall be provided with pin-type construction and DC type relays shall be provided with blade-type construction.

c. Control panel relays shall be provided with a check pushbutton for test

operation of the relay.

d. Control relays shall be provided with an integral indicating light showing the position of the relay (de-energized/energized).

e. Contacts for use with analog circuits shall be silver cadmium oxide type rated

for 10 amperes pilot duty at 120 VAC. f. Solid State Timing Relays (TR) shall have adjustable time settings within

adjustable time ranges. 1) Timing ranges shall be adjustable from 0.5 seconds to 24 hours. 2) Timing relay shall have four selectable modes: On-delay, off-delay,

one-shot, and repeat cycle, with adjustable on and off time periods. g. Control relays shall be as manufactured by:

1) Square D - Class 8501 - Type K 2) Idec - RR Series 3) Potter & Brumfield 4) Or approved equal

Page 301: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

16902- 3 2370/60087

7/16 Control Components

E. Control Pushbuttons, Selector Switches, and Indicator Lights 1. General

a. Control devices shall be heavy duty, oil-tight, with die cast operator bodies, and molded modular type contact blocks. Contact blocks shall have a minimum size of 30.5 mm for terminal connections.

b. Control devices shall be rated NEMA 12 and 13. c. Pushbuttons, selector switches, toggle switches, indicating lights shall be

configured as shown, specified, or detailed. (e.g. momentary contacts, 2-position, lockout type etc.)

2. Pushbuttons

a. Pushbuttons shall have color button operator, engraved legend plates, and

contact blocks as shown on the Drawings, or as required for the specified functionality.

b. EMERGENCY STOP pushbuttons shall be red mushroom head type,

maintained contact, pull-to-reset.

c. START pushbutton operators shall be recessed below top of guard ring and shall have green color insert.

d. STOP pushbutton operators shall extend beyond the guard ring and shall have red color insert.

3. Selector Switches

a. Selector switches shall have “gloved hand” type operators, engraved legend plates, and contact blocks as required for the control logic functions shown on the Drawings

4. Indicating Lights a. Indicating lights shall be wired for "push-to-test" operation.

b. Indicating lights shall be LED type unless otherwise noted. c. Indicating lights shall be provided with interchangeable color caps. d. Indicating lights shall be provided with engraved legend plates indicating

purpose.

5. Manufacturers

a. Idec b. General Electric CR2940 c. Square D Class 9001 Type T e. Equal

Page 302: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

16902-4 2370/60087

7/16 Control Components

F. Enclosures

1. Enclosure types and materials of construction for miscellaneous electrical controls shall be as specified in Section 16010 “Electrical & Instrumentation – General”.

G. Elapsed Time Meters

1. Elapsed time meters shall be 120 V 60 Hz synchronous motor-driven type with 0-9,999.9 hours (5 digit) non-resettable display.

2. Elapsed time meters shall be Eagle Model HK410A6 or approved equal.

H. Digital Display Indicator

1. Digital display indicators shall be LED type numeric displays suitable for panel

mounting as shown on the Contract Drawings. The digital display indicators shall have the following features: Type: 7 segment, Bright, 0.56 in. (14.2 mm), 4 1/2 digit

LED Display span (max.): +/- 19999 Decimal point: field selectable Accuracy: +/- 0.5% of span (+/- one count) Input: 4-20mAdc into a 250 ohm load (maximum), Input

shall be isolated Output: Setpoint selectable Form C (5 A) relay Temperature Range: 0-50˚C Power Supply: 120 VAC, 1 phase (+/- 10%), EMI/RFI filter for AC

power Housing: NEMA 4 splash proof lens cover

2. Digital display indicators shall be provided with all required mounting hardware.

3. Digital display indicators shall be as manufactured by the following:

1) Red Lion Controls - PAX Series 2) Action Instruments - V500 Series 3) Durant, Newport, Digital, LFE 4) or equal

16902.03 EXECUTION A. Installation

1. General

a. Control components shall be installed as recommended by the manufacturer. b. Control enclosures shall be solidly grounded with an equipment grounding

conductor as specified in Section 16060 “Grounding”. c. Controls shall be factory set to minimize field adjustments and insure proper

operation.

End of Section

Page 303: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

16903-1 2370/60087

7/16 Programmable Controllers

SECTION 16903

PROGRAMMABLE CONTROLLERS 16903.01 GENERAL A. Work Included 1. This Section includes general requirements for programmable controllers and I/O

modules as shown on the Contract Drawings. The Elevated Storage Tank PLC Cabinet shall include equipment hardware and software packages as shown and specified.

B. Related Work Specified Elsewhere

1. Section 16095 "Electrical Identification" for nameplates, labels, and wire-markers. 2. Section 16120 "Wire and Cable" for field wiring. 3. Section 16902 "Control Components" for cabinet, interior, and door-mounted

components. 4. Section 16900 "Field Instruments" for field-mounted instrumentation.

5. Section 16905 "Radio Telemetry" for radio telemetry requirements. C. Summary

1. Provide a complete, fully functional, Elevated Storage Tank PLC Cabinet as shown on the Drawings and specified herein.

2. Information provided on the drawings is for concept and intent only. The

Contractor shall verify all component needs and coordinate quantities, sizes, and compatibility with the existing components, proposed instrumentation, proposed electrical components, and shall provide all material required for an integrated operating radio communications system.

D. Quality Assurance 1. Acceptable Manufacturers

a. Allen Bradley – MicroLogix 1500 b. Siemens – S7-200

2. All items of equipment and materials of like type furnished shall be the product of

one manufacturer, unless otherwise specified. 3. All materials furnished or incorporated in the work shall be new, unused, of the best

quality, and specifically adapted for the service required. Whenever the characteristics of any material are not particularly specified, such material shall be utilized as is customary in first class work of the nature for which the material is employed.

Page 304: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

16903-2 2370/60087

7/16 Programmable Controllers

4. All materials and workmanship shall be subject to inspection, examination, and tests by the Owner at any and all times during manufacture or construction and at any and all places where such manufacture or construction is carried on.

5. Installations shall be done in a neat and workmanlike manner; align, level and adjust

for satisfactory operation, parts should be easily accessible for inspection, operation, maintenance, and repair. Minor deviations from indicated arrangements may be made after obtaining approval from the Engineer.

6. Materials and installation shall be in accordance with the latest revision of the

following standards:

a. Underwriters Laboratories (UL) b. National Electrical Manufacturer's Association (NEMA) c. Institute of Electrical and Electronics Engineers (IEEE) d. National Electrical Code (NEC) e. Instrument Society of America (ISA) f. American National Standards Institute (ANSI)

7. The Control Systems Integrator (CSI) shall attend two on-site 2-hour meetings with the

Engineer, Design AE and County staff. The first is a pre-submittal meeting. At the Pre-submittal meeting, the CSI shall present a draft submittal and discuss subpanel arrangement of equipment, contacts and wiring details. County shall provide the layout preferences that conform to their other similar facilities. The second meeting is a post County submittal meeting to review comments. The meeting topic submittals for these meetings shall include information for Section 16903 “Programmable Controllers” and Section 16905 Radio Telemetry.

E. Submittals 1. Submittals shall be submitted in accordance with the General Provisions Section of this

Contract. 2. Prior to obtaining any equipment in connection with this Section, detailed shop

drawings and descriptions of all equipment shall be submitted. 3. In addition, complete interconnection wiring diagrams, terminal strip identifications,

and input/output card functions shall be provided of sufficient detail to permit prewiring of field devices to be connected to the programmable controller equipment and to permit future trouble shooting and repair of the equipment.

4. In addition to those items listed in the General Provisions; shop drawing submittals

shall include: a. Physical dimensions and layout of all equipment, panels, enclosures, etc. b. Parts layouts, numbers, and catalog cuts for each component. c. Interconnection diagrams including terminal identification for all field

connected devices. d. Symbol list and legend for all symbols used in the submittal. e. Power requirements and connection information for all components requiring

external power.

Page 305: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

16903-3 2370/60087

7/16 Programmable Controllers

f. Recommended cable for external connections (e.g., two conductor #16 AWG shielded).

g. Identification of all conductors to be installed by others. h. Identification numbers for all spare conductors, input/output modules, or

terminals. i. Submittals shall include a system one-line diagram showing all

equipment/modules, devices, power connections and data links for the complete system. Diagrams shall include device identification, terminal numbers and communication port identifiers.

j. Operations and maintenance manuals.

5. Control System Integrator (CSI)

a. A Control System Integrator (CSI) shall be employed by the Contractor to provide all control hardware, software, and appurtenant equipment. The CSI shall be regularly engaged in the integration and coordination of control systems that are of the type and scope of this project. The CSI shall have a minimum of 5 years of experience and shall provide references for 5 projects completed within the past 5 years. The Contractor shall submit credentials of all qualified personnel for approval by the Engineer before any work is started.

b. The CSI shall be responsible for integrating and coordinating all PLC process, and telemetry equipment functionality.

c. The CSI staff shall conduct all testing, calibration, and operational demonstrations, both prior to installation and in the field after installation to demonstrate compliance with these specifications. The CSI shall provide appropriate technical supervision during the installation to verify final terminations and ensure quality control.

d. All drawings prepared by the CSI shall be on a CAD system compatible with that of the Engineer (AutoCAD 2005). This compatibility shall permit the Owner to economically update the drawings in the future as the plant instrumentation and control system is revised, expanded, or updated.

e. The CSI shall maintain an in-house staff of startup/training and maintenance personnel qualified in all aspects of this project.

16903.02 MATERIALS A. Materials Furnished by the County

1. The County shall not furnish any process control equipment. B. Contractor's Options

1. None.

Page 306: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

16903-4 2370/60087

7/16 Programmable Controllers

C. Detailed Material Requirements

1. Existing Process Control System:

a. The existing water wells, treatment plants, and distribution monitoring and control system uses an existing radio telemetry base station for communications with outstations. The radio equipment provided under this Contract shall be capable of directly communicating with the existing monitoring and control system and the existing radio telemetry base station. The use of protocol converter boxes and software is not acceptable.

2. PLC Processor

a. The PLC shall utilize a “pre-packaged and pre-programmed” approach to allow its use by personnel who have no formal training in digital equipment, digital communications, or software programming.

b. The PLC processor module shall be based upon a Pentium processor operating with a clock speed of no less than 266 MHz. The processor shall include a coprocessor and a watchdog timer.

c. The PLC processor shall be equipped with no less than 2 MB of Random Access Memory (RAM). The RAM shall be maintained via a 1200 mAh, 3 Volt lithium battery backup in the event that external power is lost.

d. The PLC processor module shall be equipped with a minimum of 1024 KB of program memory and shall have two Type II/Type III PCMCIA card slots for RAM and/or Flash EPROM memory expansions.

e. The PLC processor shall track date and time information with an integrated calendar and time of day clock.

f. Integral to the front of the PLC processor module shall be a 2 line by 16 character LCD display, a five key keypad, two red LED indicators, a “Restart” button, and a key switch for memory protection.

g. The PLC processor shall have relay logic with contacts, a mix of timers and /or counters, algebraic equations and manipulations consisting of addition, subtraction, multiplication, division, automatic scaling and unscaling routines, and binary coded decimal (BCD) conversion routines. 1) Logic Control: The processor shall perform the same functions as

conventional logic system including relays, on delay timers, off delay timers, counters, and drum sequencers.

2) Compare Function: The processor shall perform the compare functions that compare two integers or floating point numbers for less than, equal to, greater than, and not equal to. The programmed function shall energize a relay when true and de-energize it when false.

3) Move Function: The move function shall move an integer or floating point value from one memory location to another memory location when an internal permissive is enabled.

4) Math Function: The processor shall perform addition, subtraction, multiplication, and division or signed integer floating point numbers.

Page 307: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

16903-5 2370/60087

7/16 Programmable Controllers

5) Square Root Function: The processor shall convert a positive binary number to a positive four-digit BCD coded number.

6) PID Control: The processor shall perform proportional, integral and derivative control of a process with adjustable ranges for: Proportional Gain, Reset Time, and Derivative Time.

7) PLC System Alarm: The PLC processor shall monitor the internal operation of the PLC system for failures. If a failure is detected, the system shall shut down, energize or de-energize a failure relay, and freeze all inputs and outputs in their last states until the error is cleared. As a minimum, the following failures shall cause the system to shut down: Memory Failure, Memory Parity Error, I/O Cycle Failure, Operating System Error, or Watchdog Timer Time-out.

h. The processor module shall have the following communications ports: 1 –

Modbus and 1 - Ethernet port.

i. A PLC shall be installed in the Elevated Storage Tank PLC Cabinet as shown on the Contract Drawings. The new PLC shall establish point-to-point communications with the existing County telemetry system using a radio telemetry link as specified in Section 16905 “Radio Telemetry”.

j. PLC I/O shall be 1) DI: Remote NO and NC dry contact inputs powered by 24 VDC

from each PCS cabinet 2) DO: 24 VDC to plug-in relays with 10 amp Form C contacts

operating 24 Volt remote control circuits 3) AI: isolated 4-20 mA DC input current loop 4) AO: 4-20 mA DC output current loop powered by the PCS cabinet

3. Input / Output Modules

a. PLC input/output (I/O) expansion modules and control relays shall be installed

inside the Elevated Water Storage Tank PLC Cabinet. b. Discrete I/O shall be at the top of the I/O modules. c. Analog I/O shall be at the bottom of the I/O modules.

4. Uninterruptable Power Supply (UPS)

a. UPS systems shall be suitable for operation on 120 VAC, 60 Hz power. b. The UPS shall be sized as required to maintain power to all PLC, cabinet-

mounted instrumentation, and radio telemetry equipment for at least 15 minutes under full-load. Utility lights, utility receptacles, and motors are excluded.

5. Spare Parts

a. The system supplier shall furnish all necessary spare parts and components required to maintain the PLC system. Prior to final acceptance of the work, the system supplier shall provide a spare parts listing of all necessary spare parts and recommended quantities for review. The spare parts shall, at a minimum, include the following:

Page 308: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

16903-6 2370/60087

7/16 Programmable Controllers

1) Power Supply 2) Expansion module of each type used 3) Discrete Input Module 4) Control Relays (This is in addition to relays required for spare I/O

points as specified below.)

6. Software

a. None. 7. Elevated Water Storage Tank PLC Cabinet

The PLC and I/O Rack enclosure shall be a NEMA 4X stainless steel wall-mounted cabinet with enclosure and miscellaneous components as specified in Section 16902 "Control Components". The interior shall include the following: a. White painted steel internal panel for equipment mounting b. Fluorescent lighting fixture c. Uninterruptible Power Supply (UPS) d. 120 VAC, 12 x 15 ampere 120V receptacle outlet strip with on/off switch and

indicator light e. Two single-pole, 15 ampere, 120 VAC circuit breakers, one for UPS (PLC and

radio) power and one for utility power f. Space for radio telemetry equipment described in Section 16950 “Radio

Telemetry” g. Transient voltage surge suppressor h. Unmanaged industrial DIN rail mountable 4-port Ethernet switch as

manufactured by MOXA, Hirschmann, Allen Bradley, N-Tron, Weed Instruments, or approved equal.

16903.03 EXECUTION A. Testing 1. On-Site System Testing Following the installation of the programmable controller system and connection of all

field I/O signals, the Contractor shall prepare a system test procedure to verify the proper transmission of all input and output signals to and from the I/O racks. The Contractor shall simulate actual field signals via signal generators, etc. where actual field signals cannot be obtained. The field testing procedure shall be approved by the Engineer and shall demonstrate conformance of the total system to these specifications and project requirements. Any deficiencies found shall be corrected by the Contractor and the tests shall be repeated. This process shall continue until all tests have been successfully completed.

B. Start-Up Assistance

1. The Contractor shall provide the services of factory trained service engineers, system engineers and/or programmers as necessary to completely check out and debug the complete system prior to acceptance. This assistance shall consist of not less than one man week of on-site assistance.

Page 309: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

16903-7 2370/60087

7/16 Programmable Controllers

C. Input/Output Point List

1. Elevated Water Storage Tank PLC Cabinet

I/O Type Description DI 120VAC Power Good DI Radio Test Pushbutton XS-125 DI Man In Station Pushbutton XS-130 DI High-High Tank Level LSHH-101 DI Door Open Alarm XS-135-1, 2 DI System Low Pressure PSL-145-1 DI System Low Pressure PSL-145-2 DI Tank Overflow FS-165 DI Altitude/Flow Control Valve Open ZSO-150 DI Pressure Reducing Valve Open ZSO-151 DI Personnel Emergency Pushbutton XS-155-1, 2 DI Loss of Sample Flow FS-165 DO Close Altitude/Flow Control Valve (N.O. contacts

close) DO Close Pressure Reducing Valve (N.O. contacts close) DO Man In Station (Indicator Light) DO Close Altitude/Flow Control Valve (Indicator Light) DO Close Pressure Reducing Valve (Indicator Light) AI Tank Level LE/LIT-103 AI pH Analyzer AIT-105 AI Free Chlorine Analyzer AIT-110 AI Conductivity Analyzer AIT-115 AI Turbidity Analyzer AIT-120

2. A minimum of 3 spares shall be provided for each I/O type provided. All inputs and outputs provided shall be provided with control relays, terminal blocks, wiring and accessories as required to facilitate future use.

End of Section

Page 310: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

THIS PAGE INTENTIONALLY LEFT BLANK

Page 311: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

16905- 1 2370/60087

7/16 Radio Telemetry

SECTION 16905

RADIO TELEMETRY 16905.01 General A. Summary

1. Provide a complete radio telemetry system as shown on the Drawings and specified herein.

2. The radio equipment shall be mounted in the Elevated Storage Tank PLC Cabinet.

B. Related Documents 1. Related requirements are also specified in the following Sections:

a. Section 16095 "Electrical Identification" for equipment nameplates b. Section 16120 "Wire and Cable" for wire requirements

C. General

1. Information provided on the drawings is for concept and intent only. The

Contractor shall provide all equipment and materials required to integrate the new radio telemetry system into the existing County telemetry system.

D. Quality Assurance

1. Materials and equipment shall be new, unused, and suitable for the application. 2. Equipment manufacturers shall have quality certification to ISO 9000:2000, or an

equivalent quality management system acceptable to the Engineer. Evidence of certification shall be submitted with equipment shop drawings.

3. Materials and installation shall be in accordance with the following standards as in

effect at the time of bid submittal:

a. Underwriters Laboratories (UL) b. National Electrical Manufacturer's Association (NEMA) c. Institute of Electrical and Electronics Engineers (IEEE) d. National Electrical Code (NEC) e. Instrument Society of America (ISA) f. American National Standards Institute (ANSI)

E. Submittals

1. Submittals shall be in accordance with the Special Provisions. 2. Prior to bid submission the Contractor shall perform a radio site survey as well as

path and local electromagnetic environmental analysis to verify the feasibility of conducting reliable radio communications with the existing base station in the 900

Page 312: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

16905-2 2370/60087

7/16 Radio Telemetry

MHz ISM band. The site survey shall be coordinated with the Owner and the Engineer and shall be performed by a qualified technician. The results of this analysis shall be submitted in the form of a report to the Engineer for review. The report should contain pertinent information on the feasibility of utilizing 900 MHz spread spectrum radio communications to transmit and receive data at each facility.

4. The radio telemetry system survey, design, procurement, installation, testing,

commissioning, spare parts, and technical support shall be included in an allowance.

5. Shop drawing submittals shall include:

a. Written factory acceptance test and startup procedures.

b. Symbol list and legend for all symbols used in the submittal.

c. Physical dimensions and layout of all equipment, panels, enclosures, etc. c. Part layouts, numbers, and catalog cuts for each component.

d. Interconnection diagrams including terminal identification for all field

connected devices.

f. Power requirements and connection information for all components requiring external power.

g. Identification of all conductors to be installed by others. h. Layout diagrams and mounting details for antenna installations including

antenna cable routing and grounding. i. Recommended cable for external connections (e.g. shielded No. 18-2

AWG).

j. Upon completion of the radio equipment installation, the contractor shall record the received signal strength and signal to noise ratio of each radio along with the tested data reliability. This information shall be provided to the Owner prior to acceptance of the system.

k. Operations and maintenance manuals.

F. Control System Integrator (CSI)

1. A Control System Integrator (CSI) shall be employed by the Contractor to provide all radio and appurtenant equipment as specified herein. The CSI shall be regularly engaged in the integration and coordination of radio systems that are of the type and scope of this project. The CSI shall have a minimum of 5 years of experience and shall provide references for 5 projects completed within the past 5 years.

2. The CSI shall be responsible for integrating and coordinating all radio equipment

as specified herein.

Page 313: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

16905- 3 2370/60087

7/16 Radio Telemetry

16905.02 Materials A. Materials furnished by the County

The County shall not furnish any radio communications equipment. B. Contractor's Options:

None C. Detailed Material Requirements

1. Spread Spectrum Radio Equipment

a. Spread spectrum radios shall operate in the 902-928 MHz frequency range and shall utilize frequency hopping for data communications. Radios shall be capable of point-to-point or point-to-multipoint communication and shall be configured as master, remote, or repeater sites as shown.

b. Radios shall be FCC approved under FCC Part 15.247 and shall not require

a license for operation. c. The radios shall be designed to minimize interference from noise and other

radios operating in this band. Transmit power shall be adjustable from 0.1 Watt to 1.0 Watt. The radios shall be capable of hopping over at least 50 separate frequencies from 902 – 928 MHz.

d. The radios shall have multiple layers of built-in security mechanisms to

prevent network access to unauthorized users including a Frequency Hopping Spread Spectrum (FHSS) physical layer, 128-bit data encryption, two-way authentication, and dynamic key rotation.

e. The radio shall operate within a temperature range of –40C to +70C, and

a humidity range of up to 95% at 40C. f. The radio shall be UL listed for normal operation. g. The radio shall be capable of over-the-air transmission rate of up to 106

Kbps depending on receive signal strength and signal to noise ratio.

h. Communications between the central access point, located at the Water Treatment Plant, and the remote site shall be direct and 100% transparent.

k. Radio diagnostics shall be an integral part of the radio and shall operate

with a standard Microsoft Windows based personal computer (PC). It shall not be acceptable to require an external interface box to adapt terminal or PC to access radio diagnostics, nor shall it be acceptable to require any internal adjustments or switch settings of any type. Radio diagnostics shall include direct read signal strength measurements in –dBM for path checking and antenna aiming. Two communications ports shall be

Page 314: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

16905-4 2370/60087

7/16 Radio Telemetry

provided; diagnostic communications port shall be available with radio in operation.

l. Radio configuration and diagnostic software shall be provided and

installed on the Owner’s notebook computer by the Contractor.

m. Power supplies shall be provided to supply power to spread spectrum radios. Power supplies shall be suitable for operation on 120 VAC, single phase, 60 Hz power and shall be sized as required.

n. All cables and connectors shall be provided to connect the spread spectrum

radios to the PLC’s as required.

o. The 900 MHz spread spectrum radios shall be model iNET-II with Modbus TCP option with diagnostics by GE’s Microwave Data Systems (MDS).

2. Yagi Antennas (QTY 2)

a. Directional antennas shall be of a yagi design used for applications in the 890-960 MHz band. Antennas shall be fabricated from aluminum rod and seamless drawn pipe, anodized for maximum reliability and corrosion resistance. Hardware and fastenings shall be stainless steel. Internal balun, coax feed, and connector shall be sealed in a foam potting system to prevent moisture penetration. Antenna mounting casting shall allow for vertical or horizontal polarization installation.

b. Yagi directional antenna shall be TY-900 by SCALA or approved equal.

3. Omni Antennas (QTY 1)

a. The Omni type antenna shall be a center-fed collinear style for consistent gain and impedance across the operating frequency band and be specifically designed to meet various omnidirectional requirements for mobile radio services in the 806-960 MHz bands. Copper alloy radiating elements shall be encased in a weatherproof fiberglass low loss housing and permanently attached to a 6061-T6 aluminum support pipe.

b. Omni antenna shall be Commander Omni Fiberglass Antenna, 900-935,

12.1 dBi, N Female or approved equal.

4. Antenna (RF) Cables and Accessories

a. Antenna cables shall be coaxial in type with a characteristic impedance of 50 ohms. Cables shall have a copper-clad aluminum inner conductor, polyethylene foam dielectric, solid copper corrugated outer conductor, and black polyethylene jacket. For cable runs less than or equal to 150 feet, 1/2" diameter antenna cable with a maximum attenuation of 2.29 dB/100 feet shall be provided. For cable runs greater than 150 feet, 7/8" diameter antenna cable with a maximum attenuation of 1.28 dB/100 feet shall be

Page 315: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

16905- 5 2370/60087

7/16 Radio Telemetry

provided. 1/2" cable shall be LDF4-50A by Andrew or equal. 7/8" cable shall be LDF5-50A by Andrew or approved equal.

b. Superflexible, 1/4" diameter, jumper cables shall be provided to connect

antenna cables to radios. Jumper cables shall be FSJ1-XA by Andrew or approved equal.

5. Spare Parts

a. None

16905.03 Execution A. Radio Frequency (RF) Path and Local Electromagnetic Environmental Conditions

Testing

1. Testing shall be performed as an actual field test at each facility using the internal radio diagnostic link tests. Each radio shall be polled for frequency channel analysis and shall be tested for radio channel frequency hopping pattern. Polling and test results shall be in accordance with manufacturer's recommendations. Polling and test results shall be submitted in report form to the Engineer for review.

B. 900 MHz Radio Equipment Installation

1. Radio communications equipment specified herein shall be installed in enclosures as shown on the Contract Drawings and as specified.

2. Radio communications equipment and accessories shall be installed in accordance with the manufacturer's recommendations.

3. All Radio Equipment supplied and installed under this contract shall be installed in accordance with FCC regulations pertaining to 902-928 MHz band unlicensed radio systems.

4. Radio equipment shall be set to communicate with existing radio equipment operating in band at 9600 baud, employing no parity, and 1 stop bit.

C. Antenna Installation

1. The 900 MHz radio antennas and antenna cables shall be installed as shown on the Contract Drawings.

2. Antennas, cables, and connectors shall be installed by an experienced Radio Technician as per the radio manufacturer’s recommendations.

3. The antenna cable shall be continuous (no couplings, connectors, splices) from the antenna connection to the lightning protection device. Connectors shall be type N.

4. It is the Contractor’s responsibility to ensure proper installation, alignment, and tuning of the antennas. Antenna elevations provided in the Contract Drawings are approximate heights above ground level. It may be necessary to either raise or lower the antennas to achieve optimum signal levels.

Page 316: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

16905-6 2370/60087

7/16 Radio Telemetry

5. All antennas shall be mounted at least 10 feet above the ground to reduce the susceptibility to vandalism.

6. Antennas shall be installed so that proper clearances around utility services are maintained.

7. Lightning guard surge protectors shall be provided for each antenna cable installation. Surge protectors shall be installed between antenna cable and jumper cable. Surge protectors shall be IS-50NX by Polyphaser or equal.

8. Grounding kits shall be provided in each antenna cable installation. Grounding kits shall be suitable for installation with antenna cables provided. Each antenna cable installation shall be grounded at the point of entry to the PLC panel or radio panel. In addition, antenna cable runs on water storage tanks shall be grounded at the top of the tank. Grounding kits shall be 204989 by Andrew or equal.

9. Mounting poles, brackets and hardware shall be provided as required to mount antennae in order to obtain a functioning system.

10. Hangers and adapters shall be provided in quantities as required to support antenna cable at a maximum of every three (3) feet. Hangers and hardware shall be stainless steel.

11. Exact locations of antennae and routing of cable are not shown on the electrical plans on the Contract Drawings. The Contractor shall provide final locations of antennae and routing of cable for each facility based on the results of the radio path testing, and shall locate the antennae at the most advantageous mounting height and location for data transmission.

12. Upon the completion of the installation the Contractor shall document each site’s received signal strength, signal to noise ratio, antenna orientation, and data reliability. The Contractor shall ensure that the received signal strength at each site is within the manufacturer’s recommendations. If the minimum receive signal strength cannot be achieved, the Contractor shall notify the Owner/Engineer. This information shall be provided to the Owner prior to acceptance of the system.

D. Training

1. The Contractor shall enlist the services of a manufacturer’s representative to provide one day (8 hours per day) of on-site training for the County operators.

2. Training shall include training on the spread spectrum radios and related

equipment. Instruction on the basic system theory, operating principals, adjustments, routine maintenance and repair, and ‘hands-on” operation shall be included.

3. The Manufacturer’s representative shall be a factory-trained employee of the

manufacturer. Sales representatives shall not be considered acceptable.

End of Section

Page 317: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

APPENDIX A-

CONTRACTOR CUSTOMER

SERVICE PROGRAM

Page 318: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed
Page 319: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

1 of 2 7/16 I:\Anne-Arundel.2370\60087.Linthicum-Ewst\Docs\Specs\101%\Appendices\01 - APPENDIX A - CONTRACTOR CUSTOMER SERVICE PROGRAM.doc

ANNE ARUNDEL COUNTY

LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000

APPENDIX "A" CONTRACTOR CUSTOMER SERVICE PROGRAM

Customer Relations Requirements All consultants, contractors, subcontractors, suppliers and etc., are required to assume their part in the County's Customer Oriented Programs. A description of the Department's policy and its action items are as follows: "The Department of Public Works has a customer oriented philosophy that requires all employees, consultants, contractors, etc., to adhere to the five dimensions of quality service." The Five Dimensions of Quality Service Are: 1. Reliability: Is what was promised provided dependably and accurately?

a. Scheduling b. Proper notification c. Traffic control d. Sediment control e. Quality of work

2. Assurance: Are the employees knowledgeable and courteous, and can they express trust

and confidence?

a. Citizen interaction - knowledgeable b. Concerns remedied

3. Empathy: Are caring and individual attention provided?

a. Citizen interaction - polite, courteous b. Callbacks will be treated as part of the construction effort

4. Responsiveness: Is there a willingness to help customers and provide proper service?

Page 320: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

2 of 2 7/16 I:\Anne-Arundel.2370\60087.Linthicum-Ewst\Docs\Specs\101%\Appendices\01 - APPENDIX A - CONTRACTOR CUSTOMER SERVICE PROGRAM.doc

a. Response to citizen concern within two days. If required work is anticipated to exceed two days, a schedule must be provided indicating when work will be completed.

b. Additionally, follow-up must be accomplished. Whether the work is complete or

not, the follow-up must be done.

5. Tangibles: Are the physical facilities and equipment customer friendly?

a. Traffic control b. Sediment control c. Safe driving - includes control of speed of vehicles d. Sanitary facilities provided for manpower

As a means of ensuring the contractor's participation, each contractor must provide a customer plan and a team composition responsible for adhering to the "Five Dimensions of Customer Service" given previously. Additionally, the plan and the team composition are to be submitted within fourteen (14) calendar days of NTP or concurrent with the contractor's on-site mobilization. The team leader is required to oversee the entire program and be available to assist in resolution of concerns. The other members of the team will provide courteous and prompt assistance to concerns. Any contractor's employee(s) not performing in accordance with the above will be subject to removal from further participation in the project upon written order from the County representative. Failure to participate or respond as required shall be cause for termination of the contract for non-performance.

Page 321: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

APPENDIX B-

CONTRACTOR SECURITY PROGRAM

Page 322: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed
Page 323: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

1 of 3 7/16 I:\Anne-Arundel.2370\60087.Linthicum-Ewst\Docs\Specs\101%\Appendices\02 - APPENDIX B - CONTRACTOR SECURITY PROGRAM.doc

ANNE ARUNDEL COUNTY

LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000

APPENDIX “B”

CONTRACTOR SECURITY PROGRAM

This appendix describes measures to be taken by the contractor to reduce the risk of vulnerability to Anne Arundel County Department of Public Works (DPW) Utility Operations facilities for each of the Homeland Security Threat Advisory Levels. Utility Operations personnel may take measures based on the Department of Public Works Policy and Procedures Manual that will impact the contractor’s work. Consultants, contractors, subcontractors, suppliers, etc. are required to perform their part in this program.

The following measures shall be implemented based on the security threat level declared by Utility Operations.

Standard Practice & Measures

1 Carry identification while on Utility Operations property. Minimum identification may consist of a printed or hand written business card or paper bearing the hiring company’s name, the individual’s name and the signature of the hiring company foreman, supervisor or other representative.

2 Challenge unknown visitors. Request identification and purpose of visit.

3 Review security procedures with personnel.

4 Report suspicious activity (carrying suitcases / containers, photographing, noting or asking questions about operations, pumping or pipeline operations or security measures) to supervision. Supervision determines whether to contact law enforcement and chain of command.

5 Report unidentified vehicles parked or operated in a suspicious manner on or in Utility Operations facilities, equipment or rights-of-way. Notify supervision of infractions. Supervision determines whether to contact law enforcement and chain of command.

Elevated Threat Advisory Level – No Specific Information on Timing or Location

1 Remind personnel to:

a. Carry identification while on Utility Operations property. Minimum identification may consist of a printed or hand written business card or paper bearing the hiring company’s name, the individual’s name and the signature of the hiring company foreman, supervisor or other representative.

b. Challenge unknown visitors.

c. Request identification and purpose of visit.

2 Cease public tours.

Page 324: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

2 of 3 7/16 I:\Anne-Arundel.2370\60087.Linthicum-Ewst\Docs\Specs\101%\Appendices\02 - APPENDIX B - CONTRACTOR SECURITY PROGRAM.doc

3 If directed by Utility Operations:

a. Remove vehicles and objects (e.g. dumpsters) parked within 25 yards of specified facilities.

b. Park vehicles outside facilities. Implement centralized parking and shuttle service.

c. Report suspicious vehicles or objects to Utility Operations supervision.

d. Verify the identity of individuals entering specified facilities.

e. Facility gates and entrances will be locked, except when passing through. Limit access to essential employees and contractors. Verify the identity of individuals entering facilities. Issue visitor badges to visitors.

f. Inspect buildings, rooms and storage areas not in regular use, daily.

g. Inspect the interior and exterior of buildings for suspicious activities or packages. Check for signs of tampering or indications of unauthorized entry.

4 Utility Operations may:

a. Erect barriers to control the direction of traffic flow and parking.

b. Consult with law enforcement to close public roads and facilities.

Imminent Threat Advisory Level – Threat at Location Impending or Very Soon

1 Remind personnel to:

a. Display identification while on Utility Operations property. Minimum identification may consist of a printed or hand written business card or paper bearing the hiring company’s name, the individual’s name and the signature of the hiring company foreman, supervisor or other representative.

b. Challenge unknown visitors.

c. Request identification of anyone not displaying it and ask the purpose of his or her visit.

2 Limit access to facilities and activities to personnel with legitimate and verifiable need to enter.

a. Cease Public Tours

3 Buildings, rooms, and storage areas will be locked. Inspect baggage, briefcases, and packages brought to the facility.

4 If directed by Utility Operations:

a. Remove vehicles and objects (e.g. dumpsters) parked within 25 yards of specified facilities. Identify owners of vehicles on Utility Operation property. Have unidentified vehicles inspected by law enforcement personnel and, if appropriate, removed.

b. Park vehicles outside facilities. Implement centralized parking and shuttle service.

c. Inspect delivery vehicles and containers entering the facility. Require advance delivery notification and validate credentials of the driver.

d. Implement daily inspections of specified buildings and grounds.

Page 325: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

3 of 3 7/16 I:\Anne-Arundel.2370\60087.Linthicum-Ewst\Docs\Specs\101%\Appendices\02 - APPENDIX B - CONTRACTOR SECURITY PROGRAM.doc

e. Take steps to control access to specified facilities.

f. Facility gates and entrances will be locked, except when passing through. Limit access to essential employees and contractors. Verify the identity of individuals entering facilities. Issue visitor badges to visitors.

g. Inspect buildings, rooms and storage areas not in regular use daily.

h. Inspect the interior and exterior of buildings for suspicious activities or packages. Check for signs of tampering or indications of unauthorized entry.

i. Implement mailroom procedures. Have mail and packages sent to a central, secure location and inspected before distribution.

5 Utility Operations may:

a. Restrict access to specific facilities.

b. Request closure of public roads and facilities in the vicinity of specified facilities.

c. Stop work in part or in total.

d. Erect barriers to control the direction of traffic flow and parking.

e. Consult with law enforcement to close public roads and facilities.

f. Post guards.

Page 326: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

THIS PAGE INTENTIONALLY LEFT BLANK

Page 327: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

APPENDIX C-

MINIMUM REQUIREMENTS FOR CONTRACTOR’S CONFINED SPACE

POLICY

Page 328: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed
Page 329: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

APPENDIX C

MINIMUM REQUIREMENTS FOR CONTRACTOR’S CONFINED SPACE POLICY

Page 1 of 6

PURPOSE / APPLICABILITY

A. The policy shall implement 29 CFR 1910.146 Permit-Required Confined Space.

B. The policy shall implement 29 CFR 1926.651(g), Hazardous Atmospheres, for

excavations greater than 4 feet deep.

C. The policy shall implement 29 CFR 1910.132(d), Hazard Assessment and [Personal

Protective] Equipment Selection.

D. The policy shall apply to all Contractor personnel.

RESPONSIBILITY

A. The Safety Coordinator shall be responsible for the Contractor’s Confined Space

program. As the Program Administrator, the Safety Coordinator shall be responsible for:

1. Writing, revising, and implementing this program. Revisions to the program shall be

submitted to the County for record.

2. Arranging for spaces to be classified or re-classified for Confined Space entry

considerations.

3. Ensuring that Confined Space program reviews are performed.

B. Contractor management and supervision shall be responsible for:

1. Notifying the Safety Coordinator of the need to classify or re-classify spaces for

Confined Space entry consideration.

2. Monitoring spaces for changes in their use that might increase the hazards to people

entering them.

3. Arranging for or providing training required by this program.

4. Retaining records generated by this program.

5. Participating in / supporting Confined Space program reviews.

6. Providing and maintaining equipment necessary to make safe entries in Confined

Spaces.

C. Personnel that participate in activities associated with Confined Spaces are responsible

for complying with the requirements of the program.

PROCEDURE

A. Definitions

1. Confined Space. A space that is:

a. Large enough for a person to enter into and do work in AND

b. Has limited or restricted means of entry or exit AND

c. Is not designed for continuous occupancy.

2. Non-Permit Confined Space. A Confined Space that does not contain or, with respect

to atmospheric hazards, have the potential to contain, any hazard capable of causing

death or serious physical harm.

3. Air Sample Required Confined Space: A Confined Space where:

a. The only hazard in the space is an actual or potential hazardous atmosphere AND

Page 330: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

APPENDIX C

MINIMUM REQUIREMENTS FOR CONTRACTOR’S CONFINED SPACE POLICY

Page 2 of 6

b. Continuous forced air ventilation alone is enough to keep the air good in the

space AND

c. An air sample is taken and the results recorded before going into the space.

4. Permit-Required Confined Space. A Confined Space that does not satisfy the

definition of Non-Permit Confined Space or Air Sample Required Confined Space or

Special Permit Required Confined Space.

Permit Required Confined Spaces:

a. Contain or have potential to contain a hazardous atmosphere OR

b. Contain material that can engulf someone inside the space OR

c. Are configured such that a person could be trapped or suffocated by collapsing

walls or by a floor that slopes downward and tapers to a smaller cross-section OR

d. Contain other serious health or safety hazards that cannot be eliminated by design

or by implementing Lockout / Tagout (Energy Control) Procedure.

5. Special Permit-Required Confined Space. A Permit-Required Confined Space that

requires approval before the space is entered from the Entrant’s line supervisor or the

supervisor responsible for the activity because:

a. The space is a chemical tank OR

b. The space has uncontrolled mechanical or electrical equipment OR

c. Welding, cutting, brazing or burning will be done in the space OR

d. In the opinion of line or activity supervision a Special Permit is needed.

6. Engulfment. The surrounding and effective capture of a person by a liquid or finely

divided (flowable) solid substance that can be aspirated to cause death by filling or

plugging the respiratory system or that can exert enough force on the body to cause

death by strangulation, constriction or crushing.

B. General

1. Attachment 1, DPW Confined Spaces, lists spaces considered Confined Spaces by the

Department of Public Works.

Attachment 1 does not include every space that could possibly qualify as a Confined

Space. Supervision and workers must question whether spaces that are not included

in this list should be subject to the requirements of this procedure.

The Safety Coordinator must be notified of the need to classify or re-classify spaces.

2. Personnel that participate in activities associated with Confined Spaces shall wear /

use the necessary personal protective equipment.

C. Non-Permit Confined Space.

Other Policies and Procedures, Federal and State regulations may impose entry

requirements on Non-Permit Confined Spaces. For example: fall protection and

lockout / tagout energy control. Entrants and supervision are responsible for knowing

what other entry requirements apply to the work being done and complying with the

requirements. Questions should be directed to the Safety Coordinator or Risk

Management.

Page 331: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

APPENDIX C

MINIMUM REQUIREMENTS FOR CONTRACTOR’S CONFINED SPACE POLICY

Page 3 of 6

D. If a contractor will perform work in a Special Permit Required Confined Space or a

Permit-Required Confined Space then the Department of Public Works will require the

Contractor to inform the Construction management/inspection team of hazards

confronted or created in the Permit-Required Confined Spaces.

E. Training

1. Personnel that participate in Confined Space entries shall be provided training to

allow them to safely perform their duties.

2. Training shall be provided:

a. Before people are first assigned duties covered by the program.

b. Every three years.

c. Whenever there is a change in Confined Space operations that present a hazard

that people have not been trained on.

d. Whenever there is reason to believe that there are deviations from the program.

e. Whenever there is reason to believe that there are inadequacies in people’s

knowledge or use of the program.

F. Reviews

The Safety Coordinator shall ensure that Confined Space program reviews are performed:

1. Annually.

2. When there is reason to believe that measures taken under this procedure may not

protect employees. Reasons include:

a. Unauthorized entry into a Confined Space.

b. Detection of Confined Space hazards not covered by the permit.

c. Detection of conditions prohibited by a Confined Space Permit.

d. A change in the use or configuration of a Confined Space.

e. An employee submits a formal complaint about the effectiveness of the program.

3. The Safety Coordinator shall ensure that this procedure is revised or other action is

taken to correct deficiencies found to exist before subsequent Confined Space entries

are authorized.

G. Records

1. Supervisors of personnel that make or participate in Confined Space entries shall

retain or make provisions to ensure the retention of Confined Space entry records.

2. Completed Confined Space entry documentation (logbooks, permits or “other

documents”) shall be retained for one year from the date of the entry. An example of

an entry permit is included in Attachment 2.

3. Current training records shall be retained for each employee participating in the

program.

Page 332: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

APPENDIX C

MINIMUM REQUIREMENTS FOR CONTRACTOR’S CONFINED SPACE POLICY

Page 4 of 6

ATTACHMENT 1: DPW CONFINED SPACES

This attachment does not include every space that could possibly qualify as a Confined Space.

Supervision and workers must question whether spaces that are not included in this list should be

subject to the requirements of this procedure. The Safety Coordinator must be notified of the

need to classify or re-classify spaces.

Space ID Type of Confined

Space

Potential Hazard Unauthorized Entry

Control (one or

more of these)

Basin, enclosed, with installed

ventilation, drained for entry.

Air Sample-Required Low O2 Perimeter fence

Basin, enclosed, without

installed ventilation, drained for

entry.

Permit-Required Low O2 Perimeter fence

Basin, open, any type, drained

for entry.

Air Sample-Required Low O2 Perimeter fence

Culverts Non-Permit None NA

Excavation / trench > 4 feet deep

AND atmosphere testing

indicates:

< 19.5% Oxygen OR

A hazardous atmosphere.

Permit-Required Low O2

Flammable /

explosive gas

Cover

Barrier

Fence

Manhole, Sewer, Storm Drain,

Riser, Forcemain, Meter

Permit-Required Low O2

Flammable /

explosive gas.

LEL

Toxic gas

Manhole cover

Bolted manhole cover

Perimeter fence

Pit, Tank Area Sump drain,

scale, oil / water separator, grit

separator, scale, hydraulic area

w/ floor drain

Permit-Required Low O2

Flammable /

explosive gas.

Toxic gas

Lid

Locked lid

Heavy grate / cover

Manhole cover

Separator, oil / water Permit-Required Low O2

Flammable /

explosive gas.

Heavy cover

Storm drain inlet, grate covered. Non-Permit None NA

Storm drain pipes day-lighted at

both ends.

Non-Permit None NA

Storm drain pipes accessed

through storm drain manholes.

Permit-Required Low O2 Manhole cover.

Storm drain pipes accessed

through either :

A storm drain inlet OR

The pipe opening.

Air Sample-Required Low O2 Heavy grate.

Manhole cover.

Storm water pond stand pipes

and associated outfall pipe(s) Air Sample-Required Low O2 Locked

Page 333: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

APPENDIX C

MINIMUM REQUIREMENTS FOR CONTRACTOR’S CONFINED SPACE POLICY

Page 5 of 6

Space ID Type of Confined

Space

Potential Hazard Unauthorized Entry

Control (one or

more of these)

Storm water pond pre-cast

concrete box structures &

associated outfall pipes.

Non-Permit Required None NA

Tank, Chemical Special Permit-Required Low O2

Toxic gas

Bolted hatch

Locked door

Perimeter fence

Tank, Fuel Permit-Required Low O2

Flammable /

explosive gas.

LEL

Toxic gas

Bolted hatch

Perimeter fence

Tank, process, open Permit-Required Low O2

Flammable /

explosive gas.

LEL

Toxic gas

Perimeter fence

Covered louvers

Tank, water, elevated, ground

level, truck mount

Note: Tank refers to the “tank

bowl.”

Special Permit-Required Low O2 Locked door

Perimeter fence

Tanker, sludge, sewage Permit-Required Low O2

Flammable /

explosive gas.

LEL

Toxic gas

Bolted hatch

Vault, water, any vault large

enough to fit an average person’s

head, shoulders and chest (the

chest includes all ribs).

Air Sample-Required Low O2

Flammable /

explosive / toxic gas.

Locked hatch

Locked door

Manhole cover

Perimeter fence

End of Attachment 1

Page 334: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

APPENDIX C

MINIMUM REQUIREMENTS FOR CONTRACTOR’S CONFINED SPACE POLICY

Page 6 of 6

ATTACHMENT 2:

EXAMPLE OF SPECIAL CONFINED SPACE ENTRY PERMIT Permit #: Date:

Emergency Rescue Service: Phone: 911 Radio:

Employees DO NOT enter space to rescue; outside services are summoned

Acceptable Entry Conditions: Oxygen: 19.5 % - 23.5 % LEL: < 10%

Hydrogen Sulfide: < 10 ppm Carbon monoxide: < 35 ppm

Communications: Verbal? Radio? Visual contact? Other?

Authorized Personnel: Entrants: Attendants:

Address and/or Location:

Purpose of Entry (check those that apply):

Cleaning Meter reading

Inspection Repairs maintenance

Hot work (see info below) Other (specify)

Hot Work to be Performed (check those that apply; specify type of welding):

Welding Soldering/brazing

Cutting Other (specify)

List materials/gasses to be used:

Nature of Hazard (check those that apply):

Atmospheric (specify) Engulfment

Electrical/mechanical Poor or limited lighting

Fall Slippery surface

Fire Drowning

Equipment Used / Hazard Control Measures Implemented (check those that apply):

Retrieval system Grounding equipment

Ventilation blower Ladder

Oxygen/LEL/gas meter Non-sparking tools

Locks/tags for isolation Light

Communication equipment Fire extinguisher

Welder's helmet/clothing Other (specify)

Atmospheric Test Record Pre-entry) 1/2 hour 1 hour 2 hour

Oxygen (% O2)

LEL (%)

Hydrogen sulfide (ppm)

Other (ppm) (specify)

Time of testing

Initials of tester

Duration of permit: From: a.m. p.m. Until: a.m. p.m.

Supervisor Authorization (print): Initiate: Cancel:

Supervisor Signature: Initiate: Cancel:

Page 335: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

APPENDIX D-

MDE VOC MONITORING FORM

Page 336: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed
Page 337: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

MARYLAND DEPARTMENT OF THE ENVIRONMENT 1800 Washington Boulevardi Baltimore Maryland 21230

(410) 537-3000i (800) 633-6101i http://www.mde.state.md.us_______________________________________________________________________________________________________________MAIL TO: Water Supply Program, MDE, 1800 Washington Blvd., Ste. 450, Baltimore, MD 21230-1708 For Inquiries, Please call (410) 537-3729 or (800) 633-6101 ext. 3729

VOLATILE ORGANIC SELF-MONITORING REPORT

PWSID_______________SYSTEM NAME________________________________________COUNTY__________________________

PLANT ID_____________PLANT NAME___________________________________________________________________________

SAMPLE SITE ADDRESS______________________________________________________________________________________

SAMPLE TYPE: RAW_______ FINISHED_______SAMPLE LOCATION (well, sample tap, sink, etc.)__________________________

DATE COLLECTED_______________________________________________ TIME_______________________________________

SAMPLER ID__________________SAMPLER NAME_________________________________PHONE_________________________

LAB CERT#:___________________LABORATORY___________________________________PHONE________________________

LAB SAMPLE ID________________DATE RECEIVED___________ REPORTED___________EPA TEST METHOD______________

REMARKS:__________________________________________________________________________________________________

CONTAMINANT EPA ID MCL ACTUAL CONTAMINANT EPA ID ACTUAL

ppb LEVEL(ppb) LEVEL(ppb)

REGULATED UNREGULATEDBenzene 2990 5 ________ Carbon Tetrachloride 2982 5 ________ o-Dichlorobenzene 2968 600 ________ p-Dichlorobenzene 2969 75 ________ 1,2-Dichloroethane 2980 5 ________ 1,1-Dichloroethene 2977 7 ________ cis-1,2-Dichloroethene 2380 70 ________ trans-1,2-Dichloroethene 2979 100 ________ Dichloromethane 2964 5 ________ 1,2-Dichloropropane 2983 5 ________ Ethylbenzene 2992 700 ________ Monochlorobenzene 2989 100 ________ Styrene 2996 100 ________ Tetrachloroethene (PCE) 2987 5 ________ Toluene 2991 1000 ________ 1,2,4-Trichlorobenzene 2378 70 ________ 1,1,1-Trichloroethane 2981 200 ________ 1,1,2-Trichloroethane 2985 5 ________ Trichloroethene (TCE) 2984 5 ________ Vinyl Chloride 2976 2 ________ Xylenes (Total) 2955 10000 ________ TRIHALOMETHANES Bromodichloromethane 2943 ________ Bromoform 2942 ________ Chloroform 2941 ________ Dibromochloromethane 2944 ________ MCL - Maximum Contaminant Level Detection limit = (< 0.5 ppb) NT - Not Tested ppb - parts per billion (micrograms per liter)

Chloromethane 2210 ________ Bromobenzene 2993 ________ Bromochloromethane 2430 ________ Bromomethane 2214 ________ n-Butylbenzene 2422 ________ Sec-butylbenzene 2428 ________ Tert-butylbenzene 2426 ________ Chloroethane 2216 ________ o-Chlorotoluene 2965 ________ p-Chlorotoluene 2966 ________ m-Dichlorobenzene 2967 ________ Dibromomethane 2408 ________ 1,1-Dichloroethane 2978 ________ 1,3-Dichloropropane 2412 ________ 2,2-Dichloropropane 2416 ________ 1,1-Dichloropropene 2410 ________ 1,3-Dichloropropene 2413 ________ Dichlorodifluoromethane 2212 ________ Hexachlorobutadiene 2246 ________ Isopropylbenzene 2994 ________ p-Isopropyltoluene 2030 ________ MTBE 2251 ________ Naphthalene 2248 ________ n-Propylbenzene 2998 ________ 1,1,1,2-Tetrachloroethane 2986 ________ 1,1,2,2-Tetrachloroethane 2988 ________ 1,2,3-Trichlorobenzene 2420 ________ Trichlorofluoromethane 2218 ________ 1,2,3-Trichloropropane 2414 ________ 1,2,4-Trimethylbenzene 2418 ________ 1,3,5-Trimethylbenzene 2424 ________ m-xylene 2995 ________ o-xylene 2997 ________ p-xylene 2962 ________

I do hereby certify that this record contains no willful misrepresentations or falsifications and that this information given by me is true to the best of my knowledge and belief. I further certify that the methods and quality control measures used to produce these laboratory results were implemented in accordance with the requirements of this laboratory's certification under COMAR 26.08.05. SIGNATURE_________________________________________________DATE______________________________________ MDE/WMA/COM.032 (Revised 07/04) TTY USERS 1-800-735-2258 Page 1 of 1

Page 338: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed
Page 339: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

APPENDIX E-

DIXON PRELIMINARY MAINTENANCE INSPECTION REPORT

Page 340: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed
Page 341: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed
Page 342: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed
Page 343: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

DIXON ENGINEERING, INC. STEEL TANK FIELD INSPECTION REPORT

LEGGED TANK

DATE: December 18, 2014 OWNER: Anne Arundel County CLIENT CODE: 20-02-01-02 TANK NAME: Linthicum LOCATION: Street: 326 Benton Avenue

City: Linthicum State: Maryland GPS coordinates: N 39° 12 ‘5“ W 76° 39‘ 6”

TANK SIZE: Capacity: 1,500,000 gallons Diameter: 100 feet Height to bottom (LWL): 98 feet 6 inches (measured) Height to overflow (HWL): 146 feet 6 inches Head range: 48 feet

CONSTRUCTION: Welded Type of structure: Toro-Pillar Type of Roof: Hemisphere Type of Bowl: Torus

DATE CONSTRUCTED: Unknown MANUFACTURER: Pitt-Des Moines

COATING HISTORY

EXTERIOR WET INTERIOR DRY INTERIOR

DATE LAST COATED

Unknown Unknown Unknown

COATING SAMPLES

Yes Yes Yes

HEAVY METAL Yes leg 0.003%

lead Yes 0.034%

chrome

Yes fluted column 0.003% chrome, 0.044% lead, ext. of wet

riser 0.01% chrome, 0.012%

lead

Page 344: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

PERSONNEL: Inspector Shannon Vidika, Top person Craig Schwinden, Tony Lovejoy, Ground person Aaron Eckert

TYPE OF INSPECTION: Preliminary Maintenance METHOD OF INSPECTION: Dry DATE LAST INSPECTED: 2009 SITE CONDITIONS

Fenced: No Site large enough for contractor’s equipment: Yes Control building: Yes Antenna control site: No SCADA controls: Yes

Location of antenna: Roof Site conditions: Well maintained Neighborhood: Residential, retail

To the North: Park To the East: Residential, playground To the South: Retail, residential To the West: School

Power lines within 50 feet: Yes Are power lines attached to the structure: Yes Would power lines interfere with containment: Yes

Site drainage: Toward tank – east side, Away from tank – west side Indications of underground leakage: No Shrub, tree, etc. encroachment: No

EXPOSED PIPING:

Location: Adjacent to tank (in pit) Condition of structure: Good

Structure is: Dry Pump present: Yes

Altitude valve: Yes Condition of coating: Fair Describe coating: Rust bleedthrough Condition of metal: Good

FOUNDATION Fluted column

Foundation exposed: Yes Exposed height: 3-5 inches

Page 345: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

FOUNDATION Exposed foundation condition: Fair Damage or deterioration: Yes

Type of damage: Chips, cracks Severity: Moderate Crack location: Random Total length of cracking: 1 foot

Foundation coated: No Type of grout: Cement

Condition: Fair Grout missing: Yes

Amount missing: 1 foot Indications of foundation settlement: No Undermining of foundation: No

Legs:

Foundations exposed: Yes Exposed height: 2-7 inches Exposed foundation condition: Poor Damage or deterioration: Yes

Type of damage: Chips, cracks, spalls Severity: Severe Crack location: Random Total length of cracking: 2 feet per leg

Foundation coated: No Type of grout: Cement

Condition: Poor Grout missing: Yes

Amount missing: 2 feet per leg Indications of foundation settlement: No Undermining of foundation: No

EXTERIOR COATING Legs:

Number: 12 Type: Tubular

Dimensions: 48 inches Topcoat condition: Fair Previous system condition: Fair

Page 346: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

EXTERIOR COATING Describe coating: Fading, delaminating, spot coating breaks to

substrate, clear coat skips, pinholes Dry film thickness: 10-18 mils Coating adhesion: 3A Metal condition: Good Leg comments: Lots of spot repairs, different colors

Fluted column:

Type: Dry Diameter: 31 feet 4 inches Bottom Shell Steel Thickness: .272 inches Exterior connection to tank: Good Topcoat condition: Fair Previous system condition: Fair Describe coating: Delaminating, spot coating breaks to substrate,

clear coat skips, pinholes Mildew growth: Yes

Amount: Light Dry film thickness: 15-24 mils Coating adhesion: 3A Metal condition: Good Riser comments: Spot repairs, different colors

Bowl:

Topcoat condition: Fair Previous system condition: Fair Describe coating: Fading, spot coating breaks to substrate, clear coat skips Mildew growth: Yes

Amount: Light Metal condition: Good

Sidewall:

Lettering: No Logo: No Topcoat condition: Fair Previous system condition: Fair Describe coating: Fading, spot coating breaks to substrate, clear coat skips

Page 347: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

EXTERIOR COATING Metal condition: Good

Roof:

Topcoat condition: Poor Previous system condition: Poor Describe coating: Fading, delaminating, spot coating breaks to substrate, clear coat skips Dry film thickness: 14-25 mils Coating adhesion: 0A Metal condition: Good

EXTERIOR APPURTENANCESFluted column access:

Type: Bottom door Dimensions: 30 x 80 inches

Coating condition: Fair Metal condition: Fair

Anchor bolts:

Number of bolts per leg: 6 Diameter: 1 ½ inches Anchor bolt chairs: No

Coating condition: Fair Metal condition: Good Number of fluted column bolts: 33

Diameter: 1 ⅝ inches Anchor bolt chairs: No

Coating condition: Good Metal condition: Good

Overflow pipe:

Coating condition: Good Metal condition: Good Inside diameter: 8 inches Condition of screen: None present Flap gate: No Air gap: No Splash pad: No

Type: Storm drain

Page 348: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

EXTERIOR APPURTENANCESCondition: Good

Overflow comments: Overflow goes into ground in base of fluted column

Mud valve:

N/A Leg ladder:

N/A Rigging points:

Comments: Painter’s ring at top of column Balcony:

N/A Sidewall ladder:

N/A Roof handrail:

N/A [Proposed diameter 30 feet]

Painter’s rail: N/A

Roof hatches:

Wet interior: Coating condition: Poor Metal condition: Good Neck diameter: 24 inches Shape: Round Hatch security: None

Dry interior: N/A

Bolted ventilation hatch:

N/A Roof vent:

Page 349: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

EXTERIOR APPURTENANCESNumber: 1 Type: Standard Neck diameter: 24 inches Vent material: Steel Coating condition: Poor Metal condition: Fair Screen condition: Good

Percent of screen open: 100 Aviation lights:

Condition: Good Functioning: Unknown Design: Double red Photoelectric cell: Yes Items higher than lights: Yes

Identify items: Antennas Aviation light comments: 2 whip type antennas

Removable cathodic caps:

N/A Roof rigging points:

Rigging couplings: Yes Number: 33 Couplings plugged: Yes

Rigging clips: Yes Number: 8

Coating condition: Poor Metal condition: Good

Antennas:

Roof Number: 2 Attached to: Tripod Cable runs: In dry interior

Dry Interior cable penetrations sealed: Yes – Poor condition Sealed with: Putty spray foam

Antenna or cables interference: No Antenna comments: Cables penetrate roof then enter wet interior until they enter dry side of access tube

Page 350: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

EXTERIOR APPURTENANCES

Antenna pod: N/A

DRY INTERIOR COATINGFluted column:

N/A Design: Original Diameter: 31 feet 4 inches Topcoat condition: Fair Prime coat condition: Fair Describe coating: No significant coating deterioration Dry film thickness: 21-40 mils Metal condition: Good Column comments: Coating delamination along concrete foundation

Bottom platform: N/A

Intermediate platform:

Number: 4 Platform design: Partial Coating condition: Good Describe coating: No significant coating deterioration Ladder opening size: 25 ⅛ x 24 ⅛

Shape: Tombstone Opening covered: No

Metal condition: Good Top platform:

Platform design: Catwalk Coating condition: Good Describe coating: Spot coating breaks to substrate along kickplate and foot traffic Ladder opening size: 25 ⅛ x 24 ⅛ inches

Shape: Tombstone Opening covered: No

Metal condition: Good

Page 351: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

DRY INTERIOR COATINGBowl:

Topcoat condition: Good Prime coat condition: Good Describe coating: Spot coating breaks to substrate next to wet interior manway Metal condition: Good Rigging point present: Yes – eight 6 x 6 inches with 3 inch holes

Access tube:

Diameter: 36 inches Topcoat condition: Good Prime coat condition: Good Describe coating: No significant coating deterioration Dry film thickness: 16-35 mils Metal condition: Good Access tube comments: Spots at weir box; wet interior ladder to dry interior ladder safety hazard

DRY INTERIOR APPURTENANCES Dry interior ladder:

Coating condition: Good Metal condition: Good Toe clearance: 7 inches or greater Width of rungs: 16 inches Thickness of rungs: ¾ inch Shape of rungs: Round Fall prevention device: No Cage: Yes

Size: 24 x 36 inches Condition: Good

Access tube ladder:

Coating condition: Good Metal condition: Good Toe clearance: Less than 7 inches Width of rungs: 14 ⅞ inches Thickness of rungs: ⅝ inch Shape of rungs: Round Fall prevention device: No

Page 352: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

10 

DRY INTERIOR APPURTENANCES Painter’s (bird) hatch:

Coating condition: Good Metal condition: Good Size: 22 ⅞ inches

Manway to wet interior:

Location: At bottom of wet riser – 18 inch diameter, In bowl/cone – 24 inch diameter Coating condition: Good Metal condition: Good Size: 24 inches Gasket leaking: No Hinged: Yes Manway comments: Replace bottom riser manway

Fill pipe insulation:

N/A Electrical:

Lights functioning: No Number burnt out: All

Grills and globes present: Yes Number damaged: 0

Enough light for safety: No Electrical outlets: No Electrical comments: Replace 1 bulb at top of catwalk

WET INTERIOR COATINGRoof:

Topcoat condition: Good Primer coating condition: Good Describe coating: Crevice corrosion, edge corrosion Metal condition: Good Lap seams: Caulked

Condition of laps: Good Roof comments: Minor corrosion along connections and edges of beams

Page 353: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

11 

WET INTERIOR COATINGSidewall:

Topcoat condition: Good Primer coating condition: Good Describe coating: No significant coating deterioration Mineral deposits: Moderate Metal condition: Good Active pitting: No Previous pitting: No Previous pit filling: Unknown

Access tube:

Topcoat condition: Good Primer coating condition: Good Describe coating: No significant coating deterioration Mineral deposits: Moderate Metal condition: Good Active pitting: No Previous pitting: No Previous pit filling: No Access tube comments: Top of access tube supported by three angle supports to roof beam

Tank bottom:

Type: Torus Topcoat condition: Good Primer coating condition: Good Describe coating: Spot coating breaks to substrate Mineral deposits: Light Metal condition: Good Active pitting: Yes

Deepest pit depth: 1/16 inch Number of pits: Less than 25

Previous pitting: No Previous pit filling: Unknown Depth of sediment: less than ½ inch

Riser:

Topcoat condition: Good Primer coating condition: Good

Page 354: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

12 

WET INTERIOR COATINGDescribe coating: No significant coating deterioration Mineral deposits: No Metal condition: Good Active pitting: No Previous pitting: No Previous pit filling: Unknown

WET INTERIOR APPURTENANCES Tank ladder:

Location: Along access tube Coating condition: Good Metal condition: Good Toe clearance: 7 inches or greater Width of rungs: 15 inches Thickness of rungs: ⅝ inch Shape of rungs: Round Shape of side rails: Flat Fall prevention device: No Ladder comments: Ladder stops at top of access tube then you need to transfer to dry interior access tube ladder to roof

Cathodic protection:

Type: Floating ring Clips and pressure fitting present: Yes

Location of Clips: On sidewalls Location of controls: In dry interior System condition: Good System functioning: Good

Wet riser:

Diameter: 60 inches Height above floor: 8 inches Deflector over end: No Removable silt ring: No Mixing system: No Coating condition: Good Metal condition: Good Wet riser comments: Drain holes around 50 inch diameter ring

Page 355: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

13 

WET INTERIOR APPURTENANCES Separate draw pipe:

N/A Overflow pipe:

Type: Weir box Coating condition: Fair Metal condition: Good

Roof beams:

Number in outer ring: 30 Style: Radial Shape: Angle Connections: Bolted, welded Coating condition: Good Metal condition: Good Roof beam comments: Roof beams welded to stiffener at roof to upper sidewall

Sidewall beams:

Number: 4 Orientation: Horizontal Location: Top of sidewall, knuckle, equator, top of torus Coating condition: Good Metal condition: Good

Riser safety:

Riser grate: Yes Opening size: 50 inches Opening hinged: Yes (two sides 9 ½ inches each) Coating condition: Good Metal condition: Good

Riser railing: No Siphon:

N/A Interior balcony:

N/A

Page 356: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

14 

WET INTERIOR APPURTENANCES Spider:

N/A Field Inspection Report is prepared from the contractor’s viewpoint. It contains information the contractor needs to prepare his bid for any repair or recoating. The engineer uses it to prepare the engineering report. Cost estimates are more accurate if the contractor’s problems can be anticipated. While prepared from the contractor’s viewpoint, the only intended beneficiary is the owner. These reports are completed with diligence, but the accuracy is not guaranteed. The contractor is still advised to visit the site.

Page 357: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

1) 1,500,000 gallon toro-pillar with aviation safety color scheme.

2) Coating delamination occurring on upper sidewall.

3) Fluted column and tank legs have minor coating delamina-tion.

Page 358: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

4) Minor areas of mildew on bot-tom of bowl.

5) Cable attached to fluted column.

6) Vent located on fluted column.

Page 359: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

7) Exterior of column doors have spot repairs.

8) Conduit penetrating at base of fluted column.

9) Previous coating repair on the column.

Page 360: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

10) Spot coating repair on the fluted column.

11) Anchor bolts along base of the fluted column.

12) Cracks on a leg foundation.

Page 361: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

13) Concrete leg foundation.

14) Minor spot coating failures on the lower legs.

15) Efflorescence along leg foundation crack.

Page 362: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

16) Efflorescence along concrete leg foundation.

17) Grout deterioration under leg baseplate.

18) Metal deterioration at a fluted column anchor bolt.

Page 363: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

19) Corrosion along anchor bolts for fluted column.

20) Dry interior access ladder in base of tank.

21) Riser fill pipe and overflow piping.

Page 364: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

22) Wet riser manway is hinged.

23) Base of fluted column.

24) Entry doors at the base of tank.

Page 365: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

25) SCADA controls.

26) Rectifier panel for cathodic protection.

27) Cathodic protection junction box located at bottom of wet riser.

Page 366: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

28) Dry interior fluted column.

29) Tie rods for wet riser are all intact.

30) Platform openings along dry interior ladder.

Page 367: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

31) Underside of catwalk with areas of crevice corrosion.

32) Ladder on catwalk up to bowl manway.

33) Dry interior bird hatch.

Page 368: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

34) Wet interior bowl manway showed no signs of leakage.

35) Bowl and access tube Connection.

36) Dry interior side of tank bowl and upper fluted column.

Page 369: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

37) Overflow pipe routed through access tube.

38) Access tube ladder and over-flow pipe.

39) Cables routed along access tube ladder.

Page 370: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

40) Coating is in good condition in the dry interior access tube.

41) Wet interior roof hatch.

42) Aviation lights.

Page 371: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

43) Cables penetrating through the roof are poorly sealed.

44) Roof vent.

45) Antenna mount and exten-sive areas of coating delamina-tion.

Page 372: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

46) Coating delamination and spot coating failures on the roof.

47) Coating delamination on roof.

48) County owned antenna.

Page 373: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

49) Couplings located on roof. Corrosion present under the plate.

50) Roof coupling.

51) Top of access tube is sup-ported by three angles connected to the roof.

Page 374: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

52) Angle support for access tube.

53) Crevice corrosion along annular ring and roof beam connections.

54) Corrosion occurring along caulked lap seams on interior roof.

Page 375: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

55) Corrosion along wet interior ladder support to roof.

56) Corrosion occurring along caulked roof lap seam.

57) Corrosion on roof stiffener.

Page 376: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

58) Overflow weir box with coating failures.

59) Penetration of overflow pipe through access tube.

60) Level control.

Page 377: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

61) Wet interior floor before cleaning

62) Riser and riser grate.

63) Access tube and wet interior manway.

Page 378: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

64) Wet interior torus area before cleaning.

65) Wet interior floor after cleaning.

66) Wet interior sidewall with minor mineral staining.

Page 379: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

67) Wet interior riser and grate.

68) Wet interior access tube and ladder.

69) Wet interior roof beams.

Page 380: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

70) Pumping water of torus Section.

71) Pitting on the wet interior floor.

72) Same.

Page 381: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

73) The torus section of tank af-ter cleaning and cathodic protec-tion system.

74) Cathodic protection reference cell.

75) Hinged wet interior manway.

Page 382: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

76) The torus section of tank af-ter cleaning.

77) Wet interior tank floor.

78) Wet interior sidewall Stiffener is intact.

Page 383: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

79) Cathodic protection riser anode

80) Wet interior riser with coating in good condition.

81) Fill pipe at bottom of wet riser before cleaning.

Page 384: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

82) Vault for piping.

83) Access into pit.

84) Bilco hatch above pit.

Page 385: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

85) Piping in pit with minor cor-rosion.

86) Altitude valve.

87) Sump pump in pit floor.

Page 386: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

APPENDIX F-

ENVIRONMENTAL SITE BASELINE DATA

Page 387: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed
Page 388: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed
Page 389: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

Definitions/GlossaryTestAmerica Job ID: 180-40624-1Client: O'Brien & Gere Engineers, Inc.

Project/Site: Soil Sampling, Anne Arundel County

Qualifiers

Metals

Qualifier Description

J Result is less than the RL but greater than or equal to the MDL and the concentration is an approximate value.

Qualifier

B Compound was found in the blank and sample.

F1 MS and/or MSD Recovery exceeds the control limits

4 MS, MSD: The analyte present in the original sample is greater than 4 times the matrix spike concentration; therefore, control limits are not

applicable.

F2 MS/MSD RPD exceeds control limits

J Result is less than the RL but greater than or equal to the MDL and the concentration is an approximate value.

B Compound was found in the blank and sample.

Glossary

These commonly used abbreviations may or may not be present in this report.

¤ Listed under the "D" column to designate that the result is reported on a dry weight basis

Abbreviation

%R Percent Recovery

CFL Contains Free Liquid

CNF Contains no Free Liquid

DER Duplicate error ratio (normalized absolute difference)

Dil Fac Dilution Factor

DL, RA, RE, IN Indicates a Dilution, Re-analysis, Re-extraction, or additional Initial metals/anion analysis of the sample

DLC Decision level concentration

MDA Minimum detectable activity

EDL Estimated Detection Limit

MDC Minimum detectable concentration

MDL Method Detection Limit

ML Minimum Level (Dioxin)

NC Not Calculated

ND Not detected at the reporting limit (or MDL or EDL if shown)

PQL Practical Quantitation Limit

QC Quality Control

RER Relative error ratio

RL Reporting Limit or Requested Limit (Radiochemistry)

RPD Relative Percent Difference, a measure of the relative difference between two points

TEF Toxicity Equivalent Factor (Dioxin)

TEQ Toxicity Equivalent Quotient (Dioxin)

TestAmerica Pittsburgh

Page 4 of 31 2/4/2015

1

2

3

4

5

6

7

8

9

10

11

12

13

Page 390: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

Client Sample ResultsTestAmerica Job ID: 180-40624-1Client: O'Brien & Gere Engineers, Inc.

Project/Site: Soil Sampling, Anne Arundel County

Lab Sample ID: 180-40624-5Client Sample ID: LI-SS-01Matrix: SolidDate Collected: 01/20/15 10:10

Percent Solids: 87.8Date Received: 01/21/15 10:10

Method: 6010C - Metals (ICP)RL MDL

Silver 0.47 J 0.56 0.046 mg/Kg ☼ 01/23/15 14:21 02/03/15 15:09 1

Analyte Dil FacAnalyzedPreparedUnit DResult Qualifier

23 2.3 mg/Kg 01/23/15 14:21 02/03/15 15:09 1☼Aluminum 3300

1.1 0.34 mg/Kg 01/23/15 14:21 02/03/15 15:09 1☼Arsenic 4.3

1.1 0.22 mg/Kg 01/23/15 14:21 02/03/15 15:09 1☼Antimony ND

23 0.014 mg/Kg 01/23/15 14:21 02/03/15 15:09 1☼Barium 37

0.45 0.013 mg/Kg 01/23/15 14:21 02/03/15 15:09 1☼Beryllium 0.13 J

0.56 0.016 mg/Kg 01/23/15 14:21 02/03/15 15:09 1☼Cadmium 0.21 J

560 1.7 mg/Kg 01/23/15 14:21 02/03/15 15:09 1☼Calcium 1100

0.56 0.087 mg/Kg 01/23/15 14:21 02/03/15 15:09 1☼Chromium 17

5.6 0.047 mg/Kg 01/23/15 14:21 02/03/15 15:09 1☼Cobalt 1.3 J

2.8 0.16 mg/Kg 01/23/15 14:21 02/03/15 15:09 1☼Copper 13

11 1.0 mg/Kg 01/23/15 14:21 02/03/15 15:09 1☼Iron 14000 B

1.1 0.12 mg/Kg 01/23/15 14:21 02/03/15 15:09 1☼Lead 35

560 2.3 mg/Kg 01/23/15 14:21 02/03/15 15:09 1☼Magnesium 760

1.7 0.10 mg/Kg 01/23/15 14:21 02/03/15 15:09 1☼Manganese 66

4.5 0.054 mg/Kg 01/23/15 14:21 02/03/15 15:09 1☼Nickel 4.4 J B

560 7.2 mg/Kg 01/23/15 14:21 02/03/15 15:09 1☼Potassium 190 J

1.1 0.30 mg/Kg 01/23/15 14:21 02/03/15 15:09 1☼Selenium ND

560 1.2 mg/Kg 01/23/15 14:21 02/03/15 15:09 1☼Sodium ND

2.3 0.17 mg/Kg 01/23/15 14:21 02/03/15 15:09 1☼Thallium ND

5.6 0.20 mg/Kg 01/23/15 14:21 02/03/15 15:09 1☼Vanadium 16

2.3 0.12 mg/Kg 01/23/15 14:21 02/03/15 15:09 1☼Zinc 38 B

Method: 7471B - Mercury in Solid or Semisolid Waste (Manual Cold Vapor Technique)RL MDL

Mercury 0.16 0.036 0.012 mg/Kg ☼ 01/28/15 05:54 01/28/15 12:33 1

Analyte Dil FacAnalyzedPreparedUnit DResult Qualifier

General ChemistryRL MDL

Percent Moisture 12 0.10 0.10 % 01/21/15 16:20 1

Analyte Dil FacAnalyzedPreparedUnit DResult Qualifier

0.10 0.10 % 01/21/15 16:20 1Percent Solids 88

Lab Sample ID: 180-40624-6Client Sample ID: LI-SS-02Matrix: SolidDate Collected: 01/20/15 10:25

Percent Solids: 75.2Date Received: 01/21/15 10:10

Method: 6010C - Metals (ICP)RL MDL

Silver 0.13 J 0.65 0.052 mg/Kg ☼ 01/23/15 14:21 02/03/15 15:44 1

Analyte Dil FacAnalyzedPreparedUnit DResult Qualifier

26 2.7 mg/Kg 01/23/15 14:21 02/03/15 15:44 1☼Aluminum 7200

1.3 0.39 mg/Kg 01/23/15 14:21 02/03/15 15:44 1☼Arsenic 3.9

1.3 0.26 mg/Kg 01/23/15 14:21 02/03/15 15:44 1☼Antimony ND

26 0.017 mg/Kg 01/23/15 14:21 02/03/15 15:44 1☼Barium 51

0.52 0.014 mg/Kg 01/23/15 14:21 02/03/15 15:44 1☼Beryllium 0.27 J

0.65 0.018 mg/Kg 01/23/15 14:21 02/03/15 15:44 1☼Cadmium 0.13 J

650 1.9 mg/Kg 01/23/15 14:21 02/03/15 15:44 1☼Calcium 680

0.65 0.10 mg/Kg 01/23/15 14:21 02/03/15 15:44 1☼Chromium 16

6.5 0.054 mg/Kg 01/23/15 14:21 02/03/15 15:44 1☼Cobalt 1.8 J

3.2 0.19 mg/Kg 01/23/15 14:21 02/03/15 15:44 1☼Copper 12

13 1.1 mg/Kg 01/23/15 14:21 02/03/15 15:44 1☼Iron 11000 B

TestAmerica Pittsburgh

Page 15 of 31 2/4/2015

1

2

3

4

5

6

7

8

9

10

11

12

13

Page 391: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

Client Sample ResultsTestAmerica Job ID: 180-40624-1Client: O'Brien & Gere Engineers, Inc.

Project/Site: Soil Sampling, Anne Arundel County

Lab Sample ID: 180-40624-6Client Sample ID: LI-SS-02Matrix: SolidDate Collected: 01/20/15 10:25

Percent Solids: 75.2Date Received: 01/21/15 10:10

Method: 6010C - Metals (ICP) (Continued)RL MDL

Lead 48 1.3 0.13 mg/Kg ☼ 01/23/15 14:21 02/03/15 15:44 1

Analyte Dil FacAnalyzedPreparedUnit DResult Qualifier

650 2.7 mg/Kg 01/23/15 14:21 02/03/15 15:44 1☼Magnesium 530 J

1.9 0.11 mg/Kg 01/23/15 14:21 02/03/15 15:44 1☼Manganese 77

5.2 0.061 mg/Kg 01/23/15 14:21 02/03/15 15:44 1☼Nickel 4.2 J B

650 8.2 mg/Kg 01/23/15 14:21 02/03/15 15:44 1☼Potassium 530 J

1.3 0.35 mg/Kg 01/23/15 14:21 02/03/15 15:44 1☼Selenium ND

650 1.4 mg/Kg 01/23/15 14:21 02/03/15 15:44 1☼Sodium ND

2.6 0.19 mg/Kg 01/23/15 14:21 02/03/15 15:44 1☼Thallium ND

6.5 0.23 mg/Kg 01/23/15 14:21 02/03/15 15:44 1☼Vanadium 20

2.6 0.13 mg/Kg 01/23/15 14:21 02/03/15 15:44 1☼Zinc 45 B

Method: 7471B - Mercury in Solid or Semisolid Waste (Manual Cold Vapor Technique)RL MDL

Mercury 0.12 0.041 0.014 mg/Kg ☼ 01/28/15 05:54 01/28/15 12:38 1

Analyte Dil FacAnalyzedPreparedUnit DResult Qualifier

General ChemistryRL MDL

Percent Moisture 25 0.10 0.10 % 01/21/15 16:20 1

Analyte Dil FacAnalyzedPreparedUnit DResult Qualifier

0.10 0.10 % 01/21/15 16:20 1Percent Solids 75

Lab Sample ID: 180-40624-7Client Sample ID: LI-SS-03Matrix: SolidDate Collected: 01/20/15 10:30

Percent Solids: 79.7Date Received: 01/21/15 10:10

Method: 6010C - Metals (ICP)RL MDL

Silver 0.39 J 0.60 0.049 mg/Kg ☼ 01/23/15 14:21 02/03/15 15:49 1

Analyte Dil FacAnalyzedPreparedUnit DResult Qualifier

24 2.5 mg/Kg 01/23/15 14:21 02/03/15 15:49 1☼Aluminum 6300

1.2 0.37 mg/Kg 01/23/15 14:21 02/03/15 15:49 1☼Arsenic 3.6

1.2 0.24 mg/Kg 01/23/15 14:21 02/03/15 15:49 1☼Antimony 0.33 J

24 0.015 mg/Kg 01/23/15 14:21 02/03/15 15:49 1☼Barium 77

0.48 0.014 mg/Kg 01/23/15 14:21 02/03/15 15:49 1☼Beryllium 0.29 J

0.60 0.017 mg/Kg 01/23/15 14:21 02/03/15 15:49 1☼Cadmium 0.21 J

600 1.8 mg/Kg 01/23/15 14:21 02/03/15 15:49 1☼Calcium 1400

0.60 0.093 mg/Kg 01/23/15 14:21 02/03/15 15:49 1☼Chromium 25

6.0 0.050 mg/Kg 01/23/15 14:21 02/03/15 15:49 1☼Cobalt 3.5 J

3.0 0.17 mg/Kg 01/23/15 14:21 02/03/15 15:49 1☼Copper 32

12 1.1 mg/Kg 01/23/15 14:21 02/03/15 15:49 1☼Iron 23000 B

1.2 0.12 mg/Kg 01/23/15 14:21 02/03/15 15:49 1☼Lead 75

600 2.5 mg/Kg 01/23/15 14:21 02/03/15 15:49 1☼Magnesium 560 J

1.8 0.11 mg/Kg 01/23/15 14:21 02/03/15 15:49 1☼Manganese 140

4.8 0.057 mg/Kg 01/23/15 14:21 02/03/15 15:49 1☼Nickel 10 B

600 7.7 mg/Kg 01/23/15 14:21 02/03/15 15:49 1☼Potassium 370 J

1.2 0.32 mg/Kg 01/23/15 14:21 02/03/15 15:49 1☼Selenium ND

600 1.3 mg/Kg 01/23/15 14:21 02/03/15 15:49 1☼Sodium 130 J

2.4 0.18 mg/Kg 01/23/15 14:21 02/03/15 15:49 1☼Thallium ND

6.0 0.21 mg/Kg 01/23/15 14:21 02/03/15 15:49 1☼Vanadium 18

2.4 0.12 mg/Kg 01/23/15 14:21 02/03/15 15:49 1☼Zinc 47 B

TestAmerica Pittsburgh

Page 16 of 31 2/4/2015

1

2

3

4

5

6

7

8

9

10

11

12

13

Page 392: LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION · LINTHICUM ELEVATED WATER STORAGE TANK REHABILITATION Proposal No.: X787046 Project No.: X787000 INFORMATION TO BIDDERS Sealed

Client Sample ResultsTestAmerica Job ID: 180-40624-1Client: O'Brien & Gere Engineers, Inc.

Project/Site: Soil Sampling, Anne Arundel County

Lab Sample ID: 180-40624-7Client Sample ID: LI-SS-03Matrix: SolidDate Collected: 01/20/15 10:30

Percent Solids: 79.7Date Received: 01/21/15 10:10

Method: 7471B - Mercury in Solid or Semisolid Waste (Manual Cold Vapor Technique)RL MDL

Mercury 0.21 0.041 0.014 mg/Kg ☼ 01/28/15 05:54 01/28/15 12:40 1

Analyte Dil FacAnalyzedPreparedUnit DResult Qualifier

General ChemistryRL MDL

Percent Moisture 20 0.10 0.10 % 01/21/15 16:20 1

Analyte Dil FacAnalyzedPreparedUnit DResult Qualifier

0.10 0.10 % 01/21/15 16:20 1Percent Solids 80

Lab Sample ID: 180-40624-8Client Sample ID: LI-SS-04Matrix: SolidDate Collected: 01/20/15 10:40

Percent Solids: 77.5Date Received: 01/21/15 10:10

Method: 6010C - Metals (ICP)RL MDL

Silver 0.054 J 0.64 0.052 mg/Kg ☼ 01/23/15 14:21 02/03/15 15:54 1

Analyte Dil FacAnalyzedPreparedUnit DResult Qualifier

26 2.7 mg/Kg 01/23/15 14:21 02/03/15 15:54 1☼Aluminum 7900

1.3 0.39 mg/Kg 01/23/15 14:21 02/03/15 15:54 1☼Arsenic 4.6

1.3 0.25 mg/Kg 01/23/15 14:21 02/03/15 15:54 1☼Antimony 0.55 J

26 0.016 mg/Kg 01/23/15 14:21 02/03/15 15:54 1☼Barium 50

0.51 0.014 mg/Kg 01/23/15 14:21 02/03/15 15:54 1☼Beryllium 0.28 J

0.64 0.018 mg/Kg 01/23/15 14:21 02/03/15 15:54 1☼Cadmium 0.13 J

640 1.9 mg/Kg 01/23/15 14:21 02/03/15 15:54 1☼Calcium 810

0.64 0.099 mg/Kg 01/23/15 14:21 02/03/15 15:54 1☼Chromium 18

6.4 0.053 mg/Kg 01/23/15 14:21 02/03/15 15:54 1☼Cobalt 2.9 J

3.2 0.18 mg/Kg 01/23/15 14:21 02/03/15 15:54 1☼Copper 16

13 1.1 mg/Kg 01/23/15 14:21 02/03/15 15:54 1☼Iron 16000 B

1.3 0.13 mg/Kg 01/23/15 14:21 02/03/15 15:54 1☼Lead 52

640 2.6 mg/Kg 01/23/15 14:21 02/03/15 15:54 1☼Magnesium 620 J

1.9 0.11 mg/Kg 01/23/15 14:21 02/03/15 15:54 1☼Manganese 92

5.1 0.061 mg/Kg 01/23/15 14:21 02/03/15 15:54 1☼Nickel 6.3 B

640 8.2 mg/Kg 01/23/15 14:21 02/03/15 15:54 1☼Potassium 350 J

1.3 0.34 mg/Kg 01/23/15 14:21 02/03/15 15:54 1☼Selenium 0.57 J

640 1.4 mg/Kg 01/23/15 14:21 02/03/15 15:54 1☼Sodium 12 J

2.6 0.19 mg/Kg 01/23/15 14:21 02/03/15 15:54 1☼Thallium ND

6.4 0.22 mg/Kg 01/23/15 14:21 02/03/15 15:54 1☼Vanadium 24

2.6 0.13 mg/Kg 01/23/15 14:21 02/03/15 15:54 1☼Zinc 43 B

Method: 7471B - Mercury in Solid or Semisolid Waste (Manual Cold Vapor Technique)RL MDL

Mercury 0.11 0.043 0.014 mg/Kg ☼ 01/28/15 05:54 01/28/15 12:42 1

Analyte Dil FacAnalyzedPreparedUnit DResult Qualifier

General ChemistryRL MDL

Percent Moisture 23 0.10 0.10 % 01/21/15 16:20 1

Analyte Dil FacAnalyzedPreparedUnit DResult Qualifier

0.10 0.10 % 01/21/15 16:20 1Percent Solids 77

TestAmerica Pittsburgh

Page 17 of 31 2/4/2015

1

2

3

4

5

6

7

8

9

10

11

12

13