specifications - Sewerage and Water Board of New Orleans

ISSUED TO ____________________________________________________
DATE __________________________________________________________
SEWERAGE and WATER BOARD
of
NEW ORLEANS
SPECIFICATIONS
FOR
HURRICANE KATRINA RELATED
404 HAZARD MITIGATION GRANT PROGRAM
REPLACEMENT OF
BURKE SEWAGE PUMPING STATION
CONTRACT 3788
Proposals To Be Opened
11:00 O'Clock A.M., Local Time on Friday, November 15, 2013
FINAL PLANS
RELEASED FOR BID
KHAFRA ENGINEERING, INC.
ENGINEER: VALENTINO BATES
LICENSE # 30768
DATE:
September, 2013
SEWERAGE AND WATER BOARD OF NEW ORLEANS
ADVERTISEMENT AND DESCRIPTION
CONTRACT 3788
New Orleans, Louisiana, October 16, 2013
Sealed proposals will be received by the Sewerage and Water Board of New Orleans, at the
office of its Purchasing Agent, Room 133, 625 St. Joseph Street, New Orleans, Louisiana 70165,
up to 11:00 o’clock A.M., Local Time on Friday, November 15, 2013, and publicly opened
immediately thereafter, for:
CONTRACT 3788
HURRICANE KATRINA RELATED 404 HAZARD MITIGATION GRANT PROGRAM
REPLACEMENT OF BURKE SEWAGE PUMPING STATION
in the City of New Orleans, according to the accompanying plans and these specifications.
Contract drawings, specifications and proposal forms will be issued only to Contractors and/or
Subcontractors who are licensed by Louisiana State Licensing Board for Contractors, under
Louisiana Revised Statutes 37:2150 through 37:2163 as amended. Bids will be accepted from
only those Contractors who possess a Municipal and Public Works license.
Contract drawings, specifications and proposal forms are available gratis from Sewerage & Water
Board Web site: www.swbno.org
(Click on Bids and Business, then Bids Ads & Spec).
Contract specifications and proposal forms may be obtained at the office of the Purchasing Agent
of the Board for $120.00.
Bids must be submitted on forms provided by the Owner. Envelopes containing bids and bid
guarantee must be sealed, marked with the project name and with the Contract name, the
Contractor’s name as it appears on the license and the Louisiana Contractor’s License number.
The right is reserved to reject any and all bids or proposals for just cause and to waive
informalities.
MARCIA ST. MARTIN
EXECUTIVE DIRECTOR
JOSEPH BECKER
GENERAL SUPERINTENDENT
The Drawings governing the work of this Contract are as follows:
Drawing Nos. 12089-W-32 Sheets 1 through 34B and
Drawing Nos. 5056–P1 through P13
The amount of the Deposit or Bid Bond for this Contract 3788 shall be not less than five per cent
(5%) of the total amount of the proposal.
A MANDATORY Pre-Bid Conference will be held at 10:00 a.m. on Friday, November 1, 2013 at
the Sewerage and Water Board Engineering Building Auditorium, 8800 South Claiborne Avenue,
New Orleans, Louisiana, 70118. Any Bidder failing to attend this Pre-Bid Conference will be
considered a Non-Responsive Bidder.
* * * END OF ADVERTISEMENT AND DESCRIPTION * * *
AD - 1
Revised 1/20/2011, 2/10/2011, 6/3/2011, 3/26/2012
GENERAL SPECIFICATIONS
SECTION A
INFORMATION FOR BIDDERS AND GENERAL PROVISIONS
TABLE OF CONTENTS
INFORMATION FOR BIDDERS
PARAGRAPH
NUMBERS
Form of Proposals ............................................................................................................................................................................... 1-2
Proposals ............................................................................................................................................................................................ 3-6
Deposits of Bid Bonds ......................................................................................................................................................................... 7
Bond .................................................................................................................................................................................................... 8
Signing of Contract and Bond.............................................................................................................................................................. 9
Quantities in Proposal ......................................................................................................................................................................... 10
Bidder to Examine Location................................................................................................................................................................. 11
Interpretation of Specifications ............................................................................................................................................................ 12
Labor Regulations ............................................................................................................................................................................... 3-15
Insurance............................................................................................................................................................................................. 16
Liens.................................................................................................................................................................................................... 17
Patent Rights ....................................................................................................................................................................................... 18
Contractor not an Agent ...................................................................................................................................................................... 19
GENERAL PROVISIONS
Authority of General Superintendent ....................................................................................................................................................
.............................................................................................................................................................................................................. 20
Increase or Diminution of quantities..................................................................................................................................................... 21-2
Changes in Location, etc ..................................................................................................................................................................... 23
Assignment or Subletting of Contract .................................................................................................................................................. 24
Transferring Interest in Contract .......................................................................................................................................................... 25
Failure to Start, Failure to Complete.................................................................................................................................................... 26
Failure to Make Progress, Board's Right to Take Over ....................................................................................................................... 27-28
Extension of Time................................................................................................................................................................................ 29
Bondsmen Waive Right of Special Notice ........................................................................................................................................... 30
Extra Work........................................................................................................................................................................................... 31
Laboratory Inspection .......................................................................................................................................................................... 32
Drawings and Specifications................................................................................................................................................................ 33-34
Inspection by Engineer ........................................................................................................................................................................ 35
Defective Work .................................................................................................................................................................................... 36
Quality of Work .................................................................................................................................................................................... 37
Rejected Materials............................................................................................................................................................................... 38
Patented Articles and Alternates ......................................................................................................................................................... 39
Responsibility of Contractor................................................................................................................................................................. 40
Office and Residence of Contractor .................................................................................................................................................... 41
Supervision by Contractor ................................................................................................................................................................... 42
Responsibility for Damage................................................................................................................................................................... 43
Contractor's Neglect ............................................................................................................................................................................ 44
Cooperation with Other Contractors .................................................................................................................................................... 45
Lines, Grades, etc. .............................................................................................................................................................................. 46
Competent, Orderly Workmen Required ............................................................................................................................................. 47
Night or Sunday Work ......................................................................................................................................................................... 48
Police and Health Regulations ............................................................................................................................................................ 49
Signs, Lights, Watchmen..................................................................................................................................................................... 50
Clearing Site ........................................................................................................................................................................................ 51
Work Structures................................................................................................................................................................................... 52
Sanitary Arrangements........................................................................................................................................................................ 53
Cleaning Up......................................................................................................................................................................................... 54
Monthly Payments to Contractor ......................................................................................................................................................... 55-57
Advances for Materials Delivered ........................................................................................................................................................ 58
Completion of Contract and Final Payment ......................................................................................................................................... 59
Final Payment and Lien Period ........................................................................................................................................................... 60
Maintenance Period ............................................................................................................................................................................ 61
Unsatisfactory Work ............................................................................................................................................................................ 62
Right to Modify Previous Estimates .................................................................................................................................................... 63
Contract to be in Acceptable Condition at Time of Final Payment.......................................................................................................64
Waiver of Jurisdiction .......................................................................................................................................................................... 65
Revised 1/20/2011, 2/10/2011, 6/3/2011, 3/26/2012, 6/10/2013
INFORMATION FOR BIDDERS
FORM OF PROPOSALS
(1) All proposals must be made upon the Form of Proposal embodied in the Special Specifications for
each contract. A cashier's check, a certified check, U. S. currency or a bid bond acceptable to the Sewerage
and Water Board must be enclosed with each proposal and no proposal will be considered which does not comply
with this requirement. Said bid bond shall be written in the same name of the party, firm or corporation offering
the proposal. The amount of this deposit or bid bond shall be five per cent (5%) of the total amount of the
proposal.
(2) Each proposal shall contain the full name and address of each person interested therein if made
by an individual, a firm or a co-partnership; if made by a corporation it must be signed in the name of the
corporation by some duly authorized officer or agent thereof who shall also subscribe his own name and office.
If possible, the seal of the corporation shall be affixed. All prices must be written in full in words and also in
figures; if there is a difference between the words and the figures in any price bid, the price written in words will
be considered to be the true bid. No proposal will be considered unless prices are given for all items for which
prices are asked, except when specifically provided otherwise in the special specifications.
PROPOSALS
(3) Proposal from any person, firm or corporation in default upon any contract with the Sewerage and
Water Board will neither be received nor considered. Any proposal which does not fully comply with all of the
provisions of the "Information for Bidders" and of the specifications will be considered informal and may be
rejected.
(4) Permission will not be given to withdraw, alter or add to any proposal after the final time set for the
receipt of sealed proposals.
(5) If two or more proposals are received, equal in amount and lower than any other proposal, the
Board reserves the right to evaluate these proposals, item by item, and to decide which proposal will be accepted.
Unless otherwise specified, the contract will be let as a whole to one bidder. Preference will be given to home
contractors, all conditions being equal.
DEPOSITS OR BID BONDS
(7) The deposits or bid bonds called for in paragraph No. 1, above, will be retained by the Sewerage
and Water Board as the property of the bidders until the contract is awarded or all proposals are rejected. Upon
the award of the contract, the deposits or bid bonds of all bidders, other than the lowest two (2) formal bidders
will be returned. The return of the deposit or bid bond of the bidder to whom the contract is awarded is conditioned
upon the successful bidder furnishing the insurance required in the specifications and his appearing before the
Notary for the Sewerage and Water Board of New Orleans within ten (10) consecutive calendar days after notice
by the Executive Director or the director of Administrative Services of the award of the contract and executing a
contract and furnishing bond for the faithful fulfillment thereof according to the attached specifications. The
deposit or bid bond of the next lowest bidder will be returned as soon as the successful bidder has executed his
contract and furnished Bond. If all proposals are rejected, all deposits and bid bonds will be returned immediately.
BOND
(8) The said Bond for faithful fulfillment of the contract shall be for the full amount of the contract; it
shall be executed by a surety company legally authorized to do business in the State of Louisiana, satisfactory
to the Sewerage and Water Board. Should the bidder to whom the contract is awarded fail to appear within the
specified period and execute the aforesaid Contract and Bond as herein set forth, his deposit or bid bond shall
be forfeited and shall become the property of the Sewerage and Water Board as liquidated damages, and the
said bidder shall cease to have any further rights to or in the contract. The Sewerage and Water Board may then
proceed to advertise for new bids or to award the contract to the next-lowest bidder.
A-2
Revised 1/20/2011, 2/10/2011, 6/3/2011, 3/26/2012, 6/10/2013
SIGNING OF CONTRACT AND BOND
(9) The Contract and Bond shall be signed in the City of New Orleans, before the Notary for the
Sewerage and Water Board of New Orleans, by the Contractor in person or by a duly authorized representative.
The notarial fee for the execution of the contract shall be paid by the Contractor in accordance with the Notarial
Fee Schedule attached to these specifications. Contractor shall also be responsible for payment of all recordation
costs.
QUANTITIES IN PROPOSAL
(10) Where the quantities given in the Form of Proposal, though determined with as much accuracy as
deemed necessary, are approximate only, these quantities, however, at the price bid for each item, shall
determine the relative value of each proposal. The quantity of each individual item is not a binding feature of the
bid or of the contract, however, the Sewerage and Water Board does not, either expressly or by implication,
agree that the actual amount of work to be done will correspond to the quantities given in the Form of Proposal.
Bidders must bear this in mind and should check the quantities by examination of the drawings, the contract
requirements and the actual conditions at the site of the work. Unbalanced bids may be rejected.
BIDDER TO EXAMINE LOCATION
(11) Each bidder must thoroughly examine the location of the contract work and satisfy himself as to
the surrounding conditions, the nature of the soil and the obstructions therein and all other difficulties to be
overcome and must judge for himself the character of the work to be performed; the Sewerage and Water Board
will in no way be responsible for any errors, oversights or misjudgment of the bidder, nor will the Board make any
allowance therefore. The Sewerage and Water Board is not to be held responsible for any oral information by
any officer or employee of the Board concerning the nature of the soil strata or the obstacles to be encountered.
INTERPRETATIONS OF SPECIFICATIONS
(12) If any person contemplating submitting a proposal for a contract is in doubt as to the true meaning
of any part of plans, specifications or other proposed contract documents, he may submit to the Purchasing Agent
of the Sewerage and Water Board a written request for an interpretation thereof; the said request must be
delivered at the office of the Purchasing Agent of the Board not less than seven (7) working days before the time
set for the opening of the proposals, and the person submitting the request shall be responsible for its prompt
delivery. Any interpretation of the proposed documents will be made only by Addendum, duly issued, and a copy
of such Addendum will be mailed or delivered to each person receiving a set of such documents. The Sewerage
and Water Board will not be responsible for any other explanation or interpretation of the proposed documents.
LABOR REGULATIONS
(13) All work carried out under this contract shall comply with all laws, ordinances, regulations, etc., of
the State of Louisiana and the City of New Orleans, relative to licenses, permits, approvals, etc., required by law
or ordinarily secured under recognized good practice, which said licenses, permits, approvals, etc., shall be
secured by the Contractor at his own expense.
(14) Not Used
(15) Not Used
INSURANCE
(16) The Contractor shall maintain, at his own cost and expense, such insurance as will protect him
from all claims for damages to public or private property or for personal injury, including death, to employees or
to the public, which may arise from any operations under this contract or any of its subcontracts. The following
are the types of insurance policies and the minimum limits of insurance coverage which shall be maintained by
the Contractor during the entire term of the contract:
A-3
Revised 1/20/2011, 2/10/2011, 6/3/2011, 3/26/2012, 6/10/2013
(a) WORKMEN'S COMPENSATION INSURANCE, as will protect him from claims under Workmen's
Compensation Acts. The limit of liability under the Employers' Liability Section of the policy shall be in the amount
of $100,000. Whenever any vessel or floating equipment is involved, the insurance shall afford coverage under
Federal Longshoremen's and Harbor Workers' Act, and shall also include protection for injuries and/or death to
Masters and Members of the crews of vessels (Jones Act), with limits of $100,000 each person and $500,000
each accident.
(b) COMPREHENSIVE GENERAL LIABILITY INSURANCE, with limits of liability for bodily injury
and/or death of not less than $500,000 for all injuries and/or deaths arising out of any one occurrence. The limits
of liability for property damage shall not be less than $100,000 for each occurrence and not less than $500,000
aggregate, including Explosion, Collapse, and Underground Property Damage Hazards.
(c) OWNER'S PROTECTIVE LIABILITY INSURANCE, in the name of the Sewerage and Water Board
of New Orleans and the City of New Orleans, as Named Insureds. The limits of liability shall be the same as
specified in Paragraph (b) above, and shall include Explosion, Collapse and Underground Property Damage
Hazards. Subcontractors need not provide the insurance required by this Paragraph (c).
(d) COMPREHENSIVE AUTOMOBILE LIABILITY INSURANCE, which shall include Hired Cars and
Non-Ownership Coverage. The limits of liability for bodily injury and/or death shall not be less than $100,000 for
any one person and not less than $500,000 for all injuries and/or death resulting from any one occurrence. The
limit of liability for property damage shall not be less than $100,000 for each occurrence.
(e) PROPERTY INSURANCE, required on all work except sewer and water drainage pipelines,
reinforced concrete canals, work completely underground, and similar work (however Contractor is not relieved
of responsibility therefore).
1. BUILDERS RISK INSURANCE (covering Fire, Extended Coverage, Vandalism and Malicious
Mischief) will be carried on a completed value or reporting form, for not less than 100% of the
value of the work, including foundations.
2. In addition, INSTALLATION FLOATER INSURANCE (on an "All Risks" form) will be carried on
all machinery and equipment to be installed, whether furnished by the Sewerage and Water
Board or by Contractor, for not less than 100% of the installed value of the machinery and
equipment. This insurance shall be written in the same Insurance Company carrying the
Builder's Risk Insurance (where possible), shall include testing, and shall terminate only when
installation has been accepted by the Sewerage and Water Board.
(NOTE: "ALL RISKS" Builder's Risk Insurance will be acceptable in lieu of Builder's Risk and
Installation Floater Insurance, and must meet the requirements of the Property Insurance
above). The Builder's Risk and Installation Floater Policies required above shall include the
names of the Sewerage and Water Board of New Orleans, and the City of New Orleans, and
will cover the interests of all sub-contractors without specifically naming them. If the insurance
is written subject to a deductible clause, Contractor assumes responsibility for the amount of
the deductible.
The furnishing of insurance as provided above shall not relieve the Contractor of his responsibility for losses not
covered by insurance. Prior to the signing of the contract, evidence of all such applicable insurance satisfactory
to the Board shall be filed with the Executive Director of the Sewerage and Water Board. All polices shall be in
insurance companies authorized to do business in Louisiana and shall remain in full force and effect until the
final completion of the work and acceptance thereof by the authority of the Board. The Contractor and/or his
insurer shall notify the Executive Director of the Sewerage and Water Board at least thirty (30) days in advance
of any insurance coverage to be cancelled or of any insurance coverage that will expire. The Contractor shall
then simultaneously furnish the Board evidence of new coverage to be effective the same day and hour of the
expired or cancelled coverage. In the event the Contractor fails to submit this evidence of new coverage five (5)
days prior to cancellation date or expiration date of any policy or policies, the Sewerage and Water Board will
obtain the required coverage to become effective on date of cancellation or expiration of said polices. The cost
of such new coverage shall be at the expense of the Contractor and any expenditures incurred by the Board for
A-4
Revised 1/20/2011, 2/10/2011, 6/3/2011, 3/26/2012, 6/10/2013
this coverage will be deducted from any balance due to the Contractor. Should the Board be unable to secure
new coverage to take the place of the expired or cancelled policy or policies, a "stop work" order will be issued
and all work on the contract shall cease on the same date and hour as the coverage ceases. Should the
Contractor fail or refuse to secure coverage within five (5) days after the date of the "stop work" order, then in
such case the Contractor shall be declared to be in default, and the contract between the parties shall be
considered cancelled and of not force or effect between the parties reserving all rights of the Board against the
Contractor and his surety.
LIENS
(17) The Contractor shall furnish the Sewerage and Water Board with satisfactory evidence that all
persons who have done work or furnished materials under this Contract and are entitled to a lien therefore under
any law of the State of Louisiana, have been fully paid or are no longer entitled to such a lien, and in case such
evidence is not furnished, as aforesaid, such amounts as the Sewerage and Water Board may consider
necessary to meet the lawful claims of the persons aforesaid, shall be retained from the money due the Contractor
under this Contract, until the aforesaid liabilities have been fully discharged and the evidence thereof furnished
to said Sewerage and Water Board. In lieu thereof, the Board may accept a Lien Bond.
PATENT RIGHTS
(18) The Contractor shall be liable for any and all royalties for any patented article or appliance furnished
or used by him in the execution of this contract, and whenever the Sewerage and Water Board is formally notified
or has reason to believe that a claim exists for royalty, damage, or loss of profits growing out of the use of any
patents in the prosecution of such work, it shall have a right to retain out of any balance due to the said Contractor,
an amount necessary, in its judgment, to satisfy such claim. The Contractor obligates himself to defend all claims
or suits brought against the Sewerage and Water Board for infringement of patents, and in case he should neglect
to do so, and his surety should fail to do so for him, the Sewerage and Water Board shall have the right to take
all necessary proceedings at his expense.
CONTRACTOR NOT AN AGENT
(19) It is well understood, that the right of supervision by the General Superintendent and other
employees of the Board, does not make the Contractor an agent of the Board, and that the liability of the
Contractor for all damages to persons or public or private property arising from the Contractor's execution of the
work, is not lessened because of such right of supervision. This also applies when the Contractor's employees
are employed on extra work or force account. Such right of supervision is retained in order to ensure to the
Board the completion of the work, according to specifications, and to insure the public, in general, from all
unnecessary inconvenience during the construction of the work.
A-5
Revised 1/20/2011, 2/10/2011, 6/3/2011, 3/26/2012, 6/10/2013
GENERAL PROVISIONS
AUTHORITY OF GENERAL SUPERINTENDENT
(20) The Sewerage and Water Board (herein frequently called "The Board") will, in general, exercise its
authority through its General Superintendent (herein frequently called "The Engineer"). The Engineer will assign
to the work such assistants in the way of engineers, inspectors and other employees as are necessary to the
proper conduct of the work and the inspection of materials and workmanship. All explanations or directions
necessary for carrying out and completing satisfactorily the different descriptions of work contemplated and
provided for under the plans and specifications, will be given by the said engineers, and the General
Superintendent will finally decide all matters of dispute between the engineers and the Contractor, involving the
character of the work, its quantity, and the compensation therefore.
All work under this contract, shall be done to satisfaction of the General Superintendent, who shall in all
cases determine the amount, quality, acceptability and fitness of the several kinds of work and materials which
are to be paid for hereunder and shall decide all questions which may arise as to the fulfillment of this contract
on the part of the Contractors.
INCREASE OR DIMINUTION OF QUANTITIES
(21) At any time or times, prior to the Engineer's making recommendation to the Board that the contract
be accepted as competed, (see paragraph No. 59, below) he shall have the right to increase or diminish the
quantities of the items of work to be done or materials, etc., to be furnished under this contract; the increase or
diminution may be applied to any one item, or to any number of items, in the Form of Proposal; some items may
be increased while others are diminished; new items of the same general character may be added, or any item
or items may be eliminated entirely.
The total net dollar value of increase of diminution allowable in any contract under the terms of this
paragraph, shall not exceed ten per cent (10%) of the total amount of the contract, as bid on in the Form of
Proposal, unless otherwise stated in the Special Specifications; it shall in no case exceed twenty per cent (20%)
of the said total amount of the contract, except with the written consent of the Contractor.
(22) It may be the intent of the Board to expend a certain fixed sum, within close limits, on any contract.
The right is reserved, therefore, to increase the extent of the work, if bids be lower than was anticipated or to
decrease the extent of work if bids be high. Any increase of work, under this clause, will be of the same nature
as that bid on. The increase or diminution mentioned in paragraph No. 21, is at the option of the Board and is to
be made for the best interests of the Board; the increase or diminution mentioned just above in this paragraph,
on account of low or high bids, may be made in addition to the other, and independent of it.
If the Board shall decide to exercise the rights reserved in this paragraph No. 22, it must so notify the
Contractor within five (5) consecutive calendar days after the date of the signing of the contract, and must at that
same time, inform him as to the amount of the certain fixed sum which the Board intends to expend on this
contract.
CHANGES IN LOCATION, ETC.
(23) The Sewerage and Water Board reserves the right to change the locations of the structures to be
built under this contract if for any reason the Engineer deems satisfactory, whether to avoid obstructions, either
on the surface or underground, to avoid cutting expensive pavements (whether intrinsically expensive or
expensive because of an excessive price bid), to make better connection with other structures, or for any other
reason tending toward greater economy or better construction. Should such changes in the location, alignment,
grade, form or dimensions of any part of the work under the contract, be made by the Engineer, either before or
after the commencement of the work, the Contractor shall have no claim against the Sewerage and Water Board
on account of such changes, but shall accept as full compensation the price bid for each unit of work which he is
required to do regardless of whether or not the location of said unit of work shall be as shown in the plans upon
which proposals are invited and compared, provided that such changes of location shall not involve any additional
burden or hazard to the Contractor. The Contractor will be compensated for any such additional unavoidable
burden or hazards in an amount to be fixed by the Engineer.
A-6
Revised 1/20/2011, 2/10/2011, 6/3/2011, 3/26/2012, 6/10/2013
ASSIGNMENT OR SUBLETTING OF CONTRACT
(24) The contractor shall not sublet, sell, transfer, assign, or otherwise dispose of the contract or
contracts, or any portion thereof, or of his right title, or interest therein, without written consent of the Engineer.
In case such consent is given, the Contractor will be permitted to sublet a portion thereof, but shall perform with
his own organization, work amounting to not less than fifty per cent (50%) of the total contract cost, except that
any items designated in the contract as "specialty items" may be performed by subcontract and the cost of any
such "specialty items" so performed by subcontract may be deducted from the total cost before computing the
amount of work required to be performed by the contractor with his own organization. No subcontracts, or transfer
of contract, shall in any case release the contractor of his liability under the contract and bonds.
TRANSFERRING INTEREST IN CONTRACT
(25) No interest in this contract shall be transferred by the party or parties to whom the contract is
awarded, and no assignment of the same, shall be made without the consent of the Sewerage and Water Board.
Any transfer or assignment not approved by the Board, in writing, shall be null and void, and the Board can
thereupon call upon the Contractor to complete his contract, call upon the bondsmen to take over, and complete
the contract or cause the work to be given to other parties for completion, whichever may seem best to the Board.
FAILURE TO START, FAILURE TO COMPLETE
(26) The date of starting, the rate of progress and the time for completion of the work to be done under
this contract, are understood and agreed to be essential conditions of the contract. If the Contractor shall fail to
start work with an adequate force and adequate equipment and materials at the time required in the work order
and at the place ordered by the Engineer, or if he shall fail to deliver materials in the required quantities and at
the required time, he shall, for such failure, pay to the Sewerage and Water Board liquidated damages in the
sum named in the Special Specifications, for each consecutive calendar day of delay in starting, beginning with
the day named in the work order as the required day for starting work or for delivering materials and ending with
the last day on which he shall not have complied with the order.
If the Contractor shall not have completed his work or completed delivery of his materials, as the case
may be, within the time set in the Specials Specifications, he shall, for such failure to complete his contract at the
required time, pay to the Sewerage and Water Board liquidated damages in the sum named in the Special
Specifications, for each consecutive calendar day that the work of the contract shall remain uncompleted beyond
the time specified in the contract.
The Board shall retain liquidated damages for failure to start or failure to complete (and for failure to
maintain proper progress, if the Special Specifications shall so provide) from any money due or to become due
the Contractor under the operations of this contract and shall have the right to withhold the said money without
being required formally to put the Contractor or his Surety, either or both, in default; if the money due the
Contractor and available in the hands of the Board is not enough to cover the liquidated damages, the deficiency
shall be supplied by his Surety. Is specifically understood and agreed that the said liquidated damages constitute
compensation to the Board for actual damage suffered and not an arbitrary penalty.
However, the Contractor shall not be charged with liquidated damages or any excess cost for delay in
starting or completing work or in making deliveries of material when the said delay is due to unforeseeable causes
beyond the control of the Contractor and without fault or negligence on his part, such unforeseeable causes
including (but not restricted to) inability to obtain supplies and materials, Acts of God, acts of the public enemy,
acts of the Sewerage and Water Board, fires, floods, epidemics, quarantine restrictions, strikes, freight
embargoes or delays of subcontractors caused by such conditions. The relief of the Contractor from the charge
of liquidated damages for delays due to the said causes is contingent, however, on his notifying the Sewerage
and Water Board, in writing, of the causes of the delay within seven (7) consecutive calendar days after the
beginning of such delay; the Board will then ascertain the facts and the probable extent of the delay and will,
within a reasonable time, inform the Contractor of its decision in the matter.
A-7
Revised 1/20/2011, 2/10/2011, 6/3/2011, 3/26/2012, 6/10/2013
FAILURE TO MAKE PROGRESS, BOARD'S RIGHT TO TAKE OVER
(27) If the work to be done under this contract shall be abandoned by the Contractor, or if at any time
the Engineer shall be of the opinion that the performance of the contractor is being unnecessarily delayed, or
that the Contractor is willfully violating any of the conditions of these specifications, or of this contract, or that he
is executing the said conditions in bad faith, the Engineer will notify the Contractor in writing, to that effect. Within
the five (5) consecutive calendar days following the delivery of such notice to the Contractor, no tools, material
or machinery shall be removed from the site of the work or from their accustomed storage place. If the Contractor
does not, within the said five (5) days, take such measures as will, in the judgment of the Engineer, ensure the
satisfactory continuation and completion of the work, the Engineer may then, by and with the consent of the
Board, notify the Contractor to discontinue work on this contract, or either the whole contract or on some specified
part or parts thereof, at the discretion of the Engineer. The Contractor shall immediately respect such notice and
shall stop work and shall cease to have any right to possession of the ground, of the tools, machinery or materials
upon the ground. The Engineer shall then have the power, under the direction of the Board, to place such and
so many persons as he may deem advisable, by contract or otherwise, to work at and complete the work above
referred to, and to use such tools, machinery and materials as he may find on the site of the said work or to
procure other tools, machinery and materials as he may deem necessary to the proper carrying-on of the work,
and to charge the expense of said labor, tools, machinery and materials to the Contractor. The expenses so
charged shall be paid by the Sewerage and Water Board out of any money then due, or that may later become
due the Contractor under the terms of this contract, and in case the said expenses are greater than the sum that
would have been payable to the Contractor under the terms of this contract, if the said work had been completed
by the Contractor, then the Contractor or this surety, shall promptly reimburse the Board for the excess expense.
(28) The Contractor shall be prompt in issuing orders for the purchase of any machinery, equipment,
or other articles, which he is obligated to furnish under this contract and he shall notify the Engineer as soon as
these orders have been issued. If, in the opinion of the Engineer, there is undue delay on the part of the
Contractor in issuing the said purchase orders, the Engineer will notify the Contractor to that effect. If within ten
(10) consecutive calendar days after the date of the Engineer's notice to the Contractor, the Engineer has not
received satisfactory evidence of compliance therewith, the Engineer shall have the right to purchase for the
Contractor's account, the said machinery, equipment or other articles and to have such work done in connection
therewith, in his opinion, may be necessary for the prompt and proper performance of this part of the Contractor's
obligations under this contract; he shall pay for the said machinery, etc., and for the work done in connection
therewith, out of any monies due or to become due the Contractor under this Contract, and the Board shall not
be held liable for any loss or damage claimed by the Contractor for materials purchased or work done under the
provisions of this paragraph.
EXTENSION OF TIME
(29) The Sewerage and Water Board may, at its discretion, and for any cause which it may deem
sufficient, extend the times set for starting and for completing this contract, either or both.
BONDSMEN WAIVE RIGHT TO SPECIAL NOTICE
(30) It is distinctly understood and agreed that the bondsmen have familiarized themselves with the
wording of this contract and that they waive the right of special notification of changes in the plan contemplated
in this contract, of extensions of time, of decreased or increased work, of the cancellation of the contract, or of
any other act or acts by the Sewerage and Water Board or its authorized agents under the terms of this contract;
failure to notify bondsmen of changes shall in no way relieve the bondsmen from their obligation under the
contract.
EXTRA WORK
(31) When, for the proper prosecution of a contract, work becomes necessary which has not been
provided for in any clause of the contract, the Engineer will issue an order, and the Contractor shall perform the
A-8
Revised 1/20/2011, 2/10/2011, 6/3/2011, 3/26/2012, 6/10/2013
work stated in the order. Such work, frequently called "Extra Work" may be paid for in any or all of the following
ways as determined by the Engineer in each case:
(a) On A Unit Price Basis:
Such items of Extra Work, as are covered by unit prices bid or fixed in the Contractor's proposal, will be
paid for at the said prices; for such items of Extra Work as are not covered by unit prices bid or fixed in the
proposal payment, will be made at unit prices agreed on by the Engineer and the Contractor before the order is
issued. These unit prices shall be written into the contract as unit prices for added items and these prices shall
apply to similar items in any subsequent Extra Work. Payments will be made and retainers withheld on these
added items the same as on the items bid on in the original proposal.
(b) On A Lump Sum Basis:
A lump sum price for the whole proposed piece of Extra Work will be agreed on by the Engineer and the
Contractor before the order is issued. This lump sum price shall be written into the contract as a price for an
added item. Payments will be made and retainers withheld on such added items the same as on the items bid
on in the original proposal.
(c) On A Force Account:
This method of payment is to be used only where it is impracticable to use either method (a) or method
(b). The Contractor will be paid for all general foremen, foremen, labor, teams and trucks actually engaged on
such specific work for the time actually so employed at the rates actually paid, but not exceeding the rates paid
similar workmen, etc., on similar work on the remainder of the contract and for all materials and insurance
involved in the Extra Work at the actual cost thereof. For the use of power equipment and machinery he will be
paid a reasonable rental, calculated either on the rent-per-day rates, or the rent-per-month rates, whichever is
the lesser, which shall include the cost of fuel, lubricants, etc., to be determined in advance by agreement
between the Engineer and the Contractor.
In addition to the above stated payment for labor, materials, insurance and equipment rental, the Contractor will
be paid a fee for his superintendence, general expense and profit. This fee paid to the Contractor shall be
understood also to reimburse him for any sub-contractor's general expense and profit which the Contractor may
allow to one or more sub-contractors, if any such "force account" extra work is done under sub-contract. This
fee shall be twenty (20) per cent of the cost of the labor, materials, insurance, and equipment rental incurred in
doing the Extra Work. Payment for Extra Work done on this basis will be made month by month as the bills are
rendered by the Contractor for the work done during each calendar month; the payment will be complete, no
retainer will be withheld. Where Extra Work is to be done by force account the Engineer shall have the right to
appoint a timekeeper to represent the Board and the Contractor shall furnish this timekeeper all facilities for
obtaining a correct record of the time and the rates of the men and the equipment employed.
LABORATORY INSPECTION
(32) If the Engineer shall require laboratory inspection and testing, either or both, of any of the materials
entering into the work being done under this contract, the Board will designate a laboratory of recognized standing
for this purpose. The laboratory so designated will render bills for the inspection and the testing direct to the
Sewerage and Water Board, the Contractor will not bear any part of the cost of the inspection and testing service,
except that he must furnish, free of charge, the samples of materials required by the laboratory for the tests.
DRAWINGS AND SPECIFICATIONS
(33) The Contractor will be furnished with a set of drawings showing the details and dimensions
necessary to carry out the work; dimensions given in figures shall have preference over the scale, and the
Contractor shall verify these figures. The plans of the work and a copy of these specifications shall be kept
constantly at the work by the Contractor or his authorized foreman. No deviation from the drawings will be
allowed without the written direction of the Engineer. The drawings and specifications are intended to be
explanatory of each other but should any discrepancy appear, or dispute arise as to the true meanings of the
drawings and specifications in any point, the decision of the Engineer shall be final and conclusive. The plans
and drawings furnished prospective bidders are intended to give a closely approximated idea of the proposed
works, but are subject to such revision as the Engineer may deem necessary, or to the working out of fuller
A-9
Revised 1/20/2011, 2/10/2011, 6/3/2011, 3/26/2012, 6/10/2013
details where such may be needed to obtain the results desired as each particular point is reached in the progress
of the work.
(34) The plans and specifications are intended to show the materials and methods to be used to
complete the contract thoroughly and well but it is not intended that every detail of construction shall be shown.
The Board cannot be held responsible for the lack of any detail the Contractor may require, nor for failure to
provide in advance for any special construction which may be found necessary as the work progresses; plans
showing such details or special construction, will be made and furnished the Contractor as occasion arises. No
extra compensation above that for the additional quantity of the items involved, will be allowed the Contractor,
unless it can be clearly shown that such special construction is beyond the scope and intent of the original plans
and specifications. The Engineer shall have full power to decide as to the proper compensation for such work.
The Engineer shall have the right to correct any clerical, mathematical or minor errors or omission in the contract,
specifications or drawings, when such correction is necessary for the proper fulfillment of the contract. The
Contractor does not warrant the plans and specifications to be in compliance with applicable laws, ordinances,
regulations or building requirements or to be sufficient to perform the work required under this contract.
INSPECTION BY ENGINEER
(35) The Engineer shall have the right of access, at all times, to all work being constructed for this
contract and to measure, inspect and test all work or material, either at the shops where it is made, or on the
ground, and the Contractor shall provide safe and reasonable facilities therefore and prepare such customary
samples as may be required.
DEFECTIVE WORK
(36) The inspection of the work at any time shall not relieve the Contractor of any of his obligations to
fulfill his contract as herein described, and any defective work shall be made good, and any unsuitable materials
may be rejected, notwithstanding that such work and material have been previously overlooked by the Engineer
and accepted or estimated for payment.
QUALITY OF WORK
(37) All material and work, whether the quantity, dimensions and quality, are shown on the plans or fully
specified in the specifications or not, are to be furnished in sufficient quantity and of sufficient dimensions for the
proper execution of the work, and the quality and workmanship are to be the best throughout.
REJECTED MATERIAL
(38) The Engineer shall have the power to condemn any material or work which he considers is not in
accordance with the plans or specifications, and the Contractor shall remove such rejected material from the site
of the work immediately and not offer it again for inspection.
PATENTED ARTICLES AND ALTERNATES
(39) In any case, under these specifications where articles are specified as of a stated manufacture, or
equal, or where in describing any stated item a patented process or device is included, the General
Superintendent shall have the right to accept other devices processes which will, in his judgment, accomplish
the same objects with equally good results and which are of equal durability and value. If articles, products or
processes are to be offered as "equal" to those specifically mentioned, they shall be presented for consideration
and approval by the Engineer within two (2) weeks after the award of the contract and the decision of the Engineer
shall be final.
RESPONSIBILITY OF CONTRACTOR
(40) The Contractor shall furnish all transportation, scaffolding, bracing, apparatus, ways, works,
machinery, paint and appliances requisite for the proper construction of his work under this contract. He shall
cover or otherwise protect his work from loss or damage until the final acceptance of the contract, and shall repair
promptly any injury done to it. All such loss or damage or injury is entirely his responsibility, whether the said
A-10
Revised 1/20/2011, 2/10/2011, 6/3/2011, 3/26/2012, 6/10/2013
work be completed or uncompleted, including any loss or damage to property of the Contractor or to materials in
his possession, whether furnished by himself or by the Board.
He is responsible to the Board for damage caused by settlement of the ground due to his work caused
by improper, illegal or negligent conduct of himself, his employees or his sub-contractors or by the improper use
of any scaffolding, bracing, or apparatus, whether such damage is done to persons or to property including
buildings in or near which his work is being done--whether the property be privately or publicly owned. He shall
save harmless the Board from all claims relating to labor and material furnished for the work, or to inventions,
patents and patent rights for articles and methods used in the work or in doing the work.
OFFICE AND RESIDENCE OF CONTRACTOR
(41) Any Contractor whose contract involves the furnishing and installing of materials in place in New
Orleans, shall maintain an office in New Orleans, during the full terms of his responsibility under this contract,
where mail can be received and notices served and received by the Contractor or his authorized agent.
Communications forwarded by the United States mail are to be considered as having been delivered and
received. The Contractor, or his authorized agent, shall also keep the Board advised of his place of residence
and mail, addressed to the said residence, or notice delivered at the same said residence, shall have the same
effect and force as if delivered at the aforesaid office of the Contractor.
SUPERVISION BY CONTRACTOR
(42) The Contractor shall give his personal supervision to the faithful prosecution of the work and shall
keep it under his personal control. In his absence, he shall have a competent representative or foreman on the
work, who shall follow, without delay, all instructions of the Engineer or his assistants in connection with this
contract, and shall have full authority to supply equipment, material and labor immediately.
RESPONSIBILITY FOR DAMAGES
(43) The Contractor shall be responsible for any damage or loss of material during the progress of the
work, until its final acceptance; he shall also be responsible for any damage by fire or the elements up to the time
of the acceptance of the contract.
CONTRACTOR'S NEGLECT
(44) When the Contractor has been notified in writing by the Engineer of any requirements or
precautions neglected or omitted or any work improperly constructed, he shall attend to them at such times as
directed; if he fails to do so, the Engineer may perform such work at the Contractor's expense and deduct the
cost thereof from any amounts due, or to become due, the Contractor.
COOPERATION WITH OTHER CONTRACTORS
(45) The Engineer will require the Contractor to cooperate with other Contractors having contracts
adjoining his own, and to give them necessary facilities in building and completing the work at the junctions of
the contracts, to such an extent as to avoid any undue burden on either Contractor.
LINES, GRADES, ETC.
(46) The Engineer will give all the necessary lines, levels, grades, etc., for the guidance of the Contractor,
and the Contractor shall be responsible for the conformity of the work thereto. The Contractor shall provide
suitable stakes and forms and shall render such assistance to the Engineer, at his own expense, as may be
necessary to establish lines and grades for the guidance of his work, and shall carefully preserve the points so
established at all times. Work done without lines, levels, and instructions having been given by the Engineer, or
done during the absence of an inspector, will not be estimated nor paid for.
A-11
Revised 1/20/2011, 2/10/2011, 6/3/2011, 3/26/2012, 6/10/2013
COMPETENT, ORDERLY WORKMEN REQUIRED
(47) Only competent men shall be employed on the work; if the Engineer shall notify the Contractor that
any man on the work is incompetent, unfaithful or disorderly, or that he is abusive or threatening to inspectors,
engineers, etc., such man shall be removed from the work at once.
NIGHT OR SUNDAY WORK
(48) No night or Sunday work requiring the presence of an engineer or inspector, will be permitted
except in cases of emergency, and then only to such an extent as is absolutely necessary, and with the written
permission of the Engineer; however, this clause does not operate in case of a gang, organized with the approval
of the Engineer, for regular and continuous night work.
POLICE AND HEALTH REGULATIONS
(49) The Contractor shall comply with all police and health regulations of the City and State.
SIGNS, LIGHTS, WATCHMEN
(50) Wherever the Contractor's excavations are open, he shall keep conspicuously posted a sign bearing
the words "Sewerage and Water Board Work" and the name of the Contractor, together with his office address,
all in plain letters legible 100 feet away. The Contractor shall place sufficient lights on or near the work, and keep
them burning from twilight to sunrise, shall erect a suitable railing or protection about all open trenches and other
dangerous places, and provide on the work, day or night, all watchmen and flagmen, when necessary for the
safety of the public.
CLEARING SITE
(51) The Contractor shall, at his own expense, clear away brush, weeds or other surface obstructions
along the line of work, sufficiently for its proper prosecution, and so as to afford facilities for staking out the work
and inspecting it.
WORK STRUCTURES
(52) The Contractor may build such sheds, storehouses, shops, etc., as may be necessary, provided
such structures do not interfere with the reasonable public use of the streets or sidewalks. The location and
construction of these are subject to the approval of the Engineer.
SANITARY ARRANGEMENTS
(53) Necessary sanitary conveniences for the use of the laborers on the work, shall be constructed by
the Contractor wherever needed, secluded from public observation and maintained in a proper sanitary condition
and in accordance with the regulations of the Sewerage and Water Board and the directions of the Engineer.
CLEANING UP
(54) On or before completion of the work, the Contractor shall, without charge therefore, carefully clean
up all work executed by him, shall tear down and remove all temporary structures built by him and shall remove
all rubbish of all kinds from any of the ground which he has occupied and leave them in first class condition.
Before final acceptance each part shall be in condition and order at the expense of the Contractor.
MONTHLY PAYMENTS TO CONTRACTOR
(55) Neither the Sewerage and Water Board nor any member or agent thereof, shall be liable for, or be
held to pay any money to the Contractor, except as provided in these specifications, and on making the last
payment therein, provided the Sewerage and Water Board and every agent thereof, shall be released from all
claims or liability to the Contractor, for anything done or unfinished relating to the work of this contractor or for
any act or neglect of the Sewerage and Water Board, relating to or affecting the work of the contract, except the
claim against the Sewerage and Water Board for any remainder of the amounts retained as provided in these
specifications.
A-12
Revised 1/20/2011, 2/10/2011, 6/3/2011, 3/26/2012, 6/10/2013
(56) The Contractor shall accept payment for the quantities of work actually performed, at the prices bid
in his proposal, plus whatever payments for extra work may be approved and less any deductions provided for
in the contract, as full compensation for furnishing all the labor, materials, tools, equipment, etc., needed to
complete the whole work of the contract, well and faithfully done, in accordance with the drawings and
specifications, and meeting the requirements of the Engineer; also as full compensation for all loss, damages or
risks of every description, connected with or resulting from the nature of the work, or from any obstructions or
difficulties encountered, of any sort or nature whatsoever, or from the action of the elements; also for all expenses
in consequence of the suspension or discontinuance of the work as provided for in the contract.
(57) On or about the last day of each calendar month during construction, the Board's Engineer will
estimate the total amount to date of the work done and acceptable according to the specifications, and the value
of the said work at the prices bid or fixed in the contract, including such extra work as may have been approved
and completed according to the provisions of sections (a) and (b) of paragraph No. 31, above. In the Special
Specifications for each contract, there will be designated a percentage of the said value of the work done which
will be retained by the Board as is specified below in paragraph No. 60. The said percentage will be deducted
from the amount earned, and the remainder of the amount earned, less all legal deductions and all previous
payments, will be paid to the Contractor.
ADVANCES FOR MATERIALS DELIVERED
(58) If it is so provided in the Special Specifications for any contract, the Board will make allowances
for materials delivered but not yet used as is set forth below:
On or about the last day of each calendar month, during construction, the Board's Engineer will estimate
the quantities of the several materials actually delivered to the site of the work, and as yet unused. The Sewerage
and Water Board will advance to the Contractor in the monthly estimate, an amount equal to Ninety (90) per cent
of their value, as represented by invoices verified by the Engineer. Each monthly advance on materials delivered,
will in the next monthly estimate, be treated as a part of the amount already paid, and will be deducted from the
amount then due on the contract.
COMPLETION OF CONTRACT AND FINAL PAYMENT
(59) When the contract has been completed and tendered for acceptance, the Engineer will have it
carefully inspected for defects and re-measured to verify the quantities. If no defects are discovered, or when
any defects found to exist have been repaired by the Contractor at his own expense, so that all the structures
built by him, under this contract, and all the paved or unpaved surfaces disturbed by the work of this contract,
are in acceptable conditions, as may be more fully set forth in that Section of the General Specifications covering
the class of work done under this contract, or in the Special Specifications for this contract, either or both, the
Engineer will recommend that the contract be accepted by the Board.
FINAL PAYMENT AND LIEN PERIOD
(60) The percentage of the value of the work done, as stated in Paragraph 57 above and particularly
specified in the special specifications, will be withheld by the Board for a period of not less than forty-five (45)
consecutive calendar days after the contract has been accepted by the Board, and such acceptance has been
recorded in the Office of the Recorder of Mortgages for the Parish of Orleans. At the end of the forty-five (45)
day period, the percentage withheld by the Board, will be paid to the Contractor, less any sums that may be
legally deducted under any provisions of this contract, upon the Contract or furnishing the Board with a certificate
from the Recorder of Mortgages for the Parish of Orleans, certifying that the contract is clear of all liens and
privileges.
MAINTENANCE PERIOD
(61) The maintenance period under this contract, except as otherwise specifically provided for herein,
shall be for a period of forty-five (45) consecutive calendar days beginning from the day after the contract has
been accepted by the Board, and such acceptance has been recorded in the Office of the Recorder of Mortgages
for the Parish of Orleans. During the maintenance period the Contractor will repair, at his own expense, all
A-13
Revised 1/20/2011, 2/10/2011, 6/3/2011, 3/26/2012, 6/10/2013
defects in the work that may arise, to the satisfaction of the Engineer. The Contractor shall restore all surfaces
for which he is responsible under the specifications, whether unimproved, partially improved, or paved surfaces
(See Section B of the General Specifications), and maintain them in good condition to the satisfaction of the
Engineer. If the Contractor should fail or refuse to repair, at his own expense, any defects in structures or
surfaces developing before the expiration of the aforesaid forty-five (45) days or to adjust satisfactorily any claims
for damages to public or private property, the Board shall have the right to continue to hold the retainer and to
make the necessary repairs and to satisfy the claims for damages, by such means as the Board shall elect, and
to reimburse itself for the cost of these repairs and satisfied claims, out of the said retainer. Any surplus of this
retainer will then be paid the Contractor, under the conditions above stated, any deficiency shall be made good
by the surety.
UNSATISFACTORY WORK
(62) The Contractor shall re-execute any work that fails to conform to the requirements of the contract,
and any defective work that appears during the progress of the work, and shall remedy any defects due to faulty
materials or workmanship, which appear, within a period of one (1) year from the date of acceptance of the
contract is recorded in the Office of the Recorder of Mortgages for the Parish of Orleans. The provisions of this
paragraph apply to work done by direct employees of the Contractor and by subcontractors as well.
RIGHT TO MODIFY PREVIOUS ESTIMATES
(63) It is expressly understood and agreed, that until the final payment on this contract has been made,
the Sewerage and Water Board shall not be precluded or stopped by any estimate, return of certificate, previously
made or given by any engineer, inspector or other officer, agent or appointee of said Sewerage and Water Board,
from ascertaining and showing the true and correct amount and character of the work which shall have been
done, and the materials which shall have been furnished by the Contractor under this contract, nor from correcting
any errors or omissions in any previous estimates, returns or certificates. Any money due or to become due the
Contractor under this contract, may be retained by the Board to make correction of such errors or omissions, and
if the said money shall be insufficient the Surety shall make the amount good.
CONTRACT TO BE IN ACCEPTABLE CONDITION AT TIME OF FINAL PAYMENT
(64) It is the intent of these specifications, and of the essence of this contract, that the Contractor shall
deliver to the Board, at the end of the aforesaid maintenance period of forty-five (45) calendar days, all the work
done under this contract free from defects and acceptable in all respects, conforming to the Special Specifications
for this contract and to the General Specifications covering the class of work done under this contract.
WAIVER OF JURISDICTION
(65) The Contractor and his Surety will consent and yield to the jurisdiction of the Civil District Court of
the Parish of Orleans, State of Louisiana and will formally waive any plea of lack of jurisdiction on account of their
residence or domicile elsewhere, in the event of suit under the Contract or Bond.
A-14
Revised 1/20/2011, 2/10/2011, 6/3/2011, 3/26/2012, 6/10/2013
NOTARY FEE
SCHEDULE
Notarial work for all Sewerage and Water Board of New Orleans construction contracts, requiring to be
notarized:
Contract Value
Fee
Under $1,000.00
$162.00
$1,000.00 to $49,999.99
$297.00
$50,000.00 to $499,999.99
$756.00
$500,000.00 to $999,999.99
$1,623.00
$1,000,000.00 or over
$3,247.00
In addition to the above fees, the contractor shall pay the actual costs of recording all acts.
A-15
SPECIAL SPECIFICATIONS
FOR CONTRACT 3788
TABLE OF CONTENTS
SECTION 1:
CONTRACT DOCUMENTS AND SPECIAL CONTRACT SPECIFICATIONS
SECTION 2:
SUPPLEMENTAL SPECIAL CONTRACT PROVISIONS
ATTACHMENTS TO SECTION 2:
#1 S&WB Drug-Free Workplace Policy - Contractor Requirements
#2 S&WB Safety Orientation Notice
#3 Wage Rate Decision #LA130008, Building
SECTION 3:
SITE WORK AND DEMOLITION
SECTION 3A DEWATERING
SECTION 4:
PILING
SECTION 5:
CAST-IN-PLACE STRUCTURAL CONCRETE
SECTION 6: MASONRY
SECTION 7:
METALS
SECTION 8:
CARPENTRY
SECTION 9:
THERMAL AND MOISTURE PROTECTION
SECTION 10: DOORS
SECTION 11: FINISHES
SECTION 12: MECHANICAL
SECTION 13: BY-PASS PUMPING REQUIREMENTS
SECTION 14: REHABILITATION OF WET WELL
SECTION 15: ELECTRICAL INSTALLATION
SECTION 16: CATHODIC PROTECTION – DEEP GROUND BED INSTALLATION
SECTION 17: DISADVANTAGED BUSINESS ENTERPRISE PROGRAM
SECTION 18: VOLUNTARY EXTENSIONS OF THE AWARD OF CONTRACT
SECTION 19: PROPOSAL
Disadvantaged Business Enterprise Participation Summary Sheet
* * * END OF TABLE OF CONTENTS * * *
SPECIAL SPECIFICATIONS
FOR
CONTRACT 3788
HURRICANE KATRINA RELATED 404 HAZARD MITIGATION GRANT PROGRAM
REPLACEMENT OF BURKE SEWAGE PUMPING STATION
SECTION 1
CONTRACT DOCUMENTS AND SPECIAL CONTRACT SPECIFICATIONS
1-01
CONTRACT DOCUMENTS
The Contract Documents governing this Contract 3788, consist of the following papers,
which are bound together under the one cover, namely:
*
*
*
*
1-02
Advertisement and Description of Contract 3788;
Contract and Bond;
Section A of the General Specifications, including Information for Bidders and General
Provisions;
Section B of the General Specifications, covering general matters pertaining to
construction;
Section C of the General Specifications, covering materials;
Section D of the General Specifications, covering construction of sewers;
These Special Specifications for Contract 3788 including the Form of Proposal, also
The Drawings listed in the Advertisement and Description and Paragraph 1-02;
These drawings are not bound with the other contract documents.
The Sewerage and Water Board has discontinued the policy of issuing the "applicable
sections" of the General Specifications with each contract specification. In implementing
this system, each prospective bidder is given a complete set of the "General
Specifications", without charge, with the first set of contractual drawings and bid data he
receives. If he has previously received his complimentary set, he will not be entitled to
additional sets without cost. This set of specifications is for his use on this Contract, and
future Board Contracts. Additional copies are available to all at the office of the Purchasing
Agent at a cost of $120.00 per copy. Holders of the "General Specifications" will be kept
informed of any changes that may occur.
CONTRACT DRAWINGS
The Drawings listed below are included in the Contract Documents and shall govern the
work performed under this contract:
Drawing Nos. 12089-W-32 Sheet 1 through Sheet 34B and
Drawing Nos. 5056-P1 through P13
Rev 9/15/2010, 10/17/12
1-1
1-03
SCOPE AND EXTENT OF CONTRACT
A. The work to be performed under this contract consists of furnishing and delivering all
labor, materials, supervision, construction equipment, mechanical and electrical
equipment not furnished by the Board, travel utilities, transportation, supplies, tools
and services necessary for performing all work as specified in the Contract
Documents, plus whatever work may be added as extra work under the provisions
stated in Paragraphs No. 21 and No. 22 of Section “A” of the General Specifications.
The intent of the work is to erect and put online a new sewage pumping station.
B. This contract shall also include the excavation, demolition, backfilling, replacement,
and repair to existing conditions prior to disturbance by the Contractor, of all ditches,
drains, culverts, curbs, fences, sidewalks, pavements or other structures or obstacles
the removal of which is necessary for the execution of this contract.
C. Provide all items, articles, materials, equipment, etc., mentioned herein or scheduled
or shown on the drawings, and all labor, workmanship, tools, appliances, etc., required
for the proper installation thereof, to accomplish the intention. In general, this Contract
shall provide any item of labor or material which is obviously necessary for a completed
system to accomplish the intention, whether specifically mentioned or not.
D. This contract includes, but is not limited to the following items of work:
1. Temporarily relocate existing electrical equipment platform, antenna tower with
antenna, cathodic protection rectifier and shunt box.
2. Maintain continuous operation of the existing wet well and pumping station during
construction.
3. Rehabilitate existing wet well as specified in Section 14 of the Special
Specifications.
4. Provide bypass pumping of the existing wet well and pumping station mainly during
the relocation of the existing electrical equipment platform and when the new
pumping station is tied in to the sewer system, or as deemed necessary,
5. Miscellaneous site work including drive sheet pile retaining structure, vibration site
pre-drill closest to the adjacent neighbors, fill lot to grade, concrete pavement
repair to site, pavement repair to street, fence installation and fence repair.
6. Remove existing machinery and piping from existing underground dry well, except
a portion of the existing suction piping in the wet well.
7. Partially remove existing dry well structure, including steel operating floor and
beams, and fill with structural fill.
8. Construct discharge line to tie in with existing 16” diameter force main.
9. Construct a new deep well ground bed for cathodic protection of the existing 42”
diameter sewer force main at the location shown on the drawings.
Rev 9/15/2010, 10/17/12
1-2
10. Construct new building to house the new pump station.
11. Construct new pump suction and discharge piping.
12. Furnish and install all equipment, fixtures, piping, and fittings for a complete,
working sewage pumping station.
13. Remove existing relocated antenna tower with antenna, electrical equipment
platform and electrical equipment.
14. Perform all electrical work (See Section 15).
15. Provide dewatering as necessary.
16. All other work required to properly complete this project.
17. Site cleanup at completion of construction...
E. The work for this project will be paid for under the following bid items:
1. BU-BB-01 – Mobilization.
2. BU-BB-02 – Civil Site Work
This bid item includes:
a. Site preparation and general above grade demolitions which includes existing
fencing and gates, portions of existing paving, and miscellaneous items
b. Temporary relocation of existing electrical equipment platform
c. Demolition of portions of the existing dry well
d. Excavation for the new pump station building including dewatering
e. Installation of yard piping which includes the discharge force main, water main,
sump discharge pipes, pump air release lines, and pneumatic line for the
bubbler panel
f.
Repair of site paving as necessary
g. Installation of fencing and gates
h. Repair of driveways and sidewalks as necessary
i.
Wet well rehabilitation
j.
General site clean up
Rev 9/15/2010, 10/17/12
1-3
3. BU-BB-03 – Structural Work
This bid item includes:
a. Installation of sheet piling
b. Installation of building foundation support piles
c. Construction of the new pump building which includes the building foundation
slab and walls, building superstructure and standing seam metal roofing
d. Installation of exterior stairs and platform including steel handrails
e. Installation of interior grating and supports, monorails, and access ladder with
safety cage
4. BU-BB-04 – Mechanical Work
This bid item includes:
a. Demolition of mechanical equipment in the existing dry well
b. Modification of the suction pipes in the existing dry well
c. Process mechanical work which includes installation of suction lift sewage
pumps, interior suction and discharge pipe, fittings and valves
d. Building mechanical work which includes installation of sump pumps, sump
pump discharge pipe and valves, exhaust fan and blower, louvers, and water
supply pipe, fixture and valves
e. Provision of bypass pumping as necessary
5. BU-BB-05 – Electrical Work
This bid item includes:
a. Temporary relocation of electrical equipment on the existing electrical
equipment platform, the existing antenna tower and antenna, and the existing
cathodic protection rectifier and shunt box
b. Demolition of electrical equipment in the existing dry well
c. Demolition of electrical equipment on the existing temporarily relocated
electrical platform after the completion of the new pump building
d. Provision of temporary power feed to the relocated electrical equipment
platform in coordination with Entergy
e. Provision of permanent overhead power feed to the new pump station in
coordination with Entergy
Rev 9/15/2010, 10/17/12
1-4
f.
Installation of all interior exterior and electrical equipment and fixtures which
include motor starters, main switches (fused and non-fused), transfer switches,
light switches, transformer, lighting panel, relocated automation control panel,
relocated SCADA panel, light fixtures, monitoring and control field devices
g. Installation of all interior and exterior cables, conduits, wireways, outlet boxes,
pull boxes, junction boxes, and ductbanks
h. Construction of a new deep ground bed well and connection of the new anode
with the existing relocated shunt box for cathodic protection.
1-04
LOCATION OF CONTRACT WORK
The location of the work site is 9001 Morrison Road. The Contractor shall perform the work
in a way that minimizes interferences with both the public and Water Board personnel. All
schedules and methods of work are subject to approval by the Engineer.
1-05
COMPLETION TIME
A. The Total Base Bid portion of the work of this contract shall be completed in all
respects and tendered to the Board for acceptance within 365 calendar days from the
date of the “Work Order”.
B. The work performed within the time frame stated above shall also include repair of
damages to public or private property, complete cleanup of the premises, and
completion of all punch list items generated by the Engineer's final inspection.
1-06
CITY AND STATE SALES TAXES
Applicable state and local sales and use taxes for purchase of materials and supplies
furnished under this contract shall be paid by the Contractor. Such taxes shall be included
in the total base bid for the work of this contract. The board shall be relieved of any
obligation to pay these taxes.
1-07
PROPOSAL FORM
A. All blank spaces in the Proposal Section shall be filled. A bid price shall be indicated
for each bid item. Bids received without all such items completed will be considered
non-responsive. The bid shall contain an acknowledgment of receipt of all Addenda.
1-08
BID PRICE
A. The Total Base Bid amount shall include and cover the performance of all labor and
the furnishing of all materials requisite and proper for the work named herein and in
the manner set forth, including mobilization, all as described in the Contract
Documents.
B. There is no Alternate Bid associated with this contract.
Rev 9/15/2010, 10/17/12
1-5
1-09
Louisiana Revised Statute 9:2716
Any contract between the Sewerage and Water Board of New Orleans and a
person or entity entered into as a result of fraud, bribery, corruption, or other
criminal acts, for which a final conviction has been obtained, shall be absolutely
null and shall be void and unenforceable as contrary to public policy. Any person
whose conviction causes the nullity of the contract as provided shall be responsible
for payment of all costs, attorneys’ fees, and damages incurred in the re-bidding
of the contract.
1-10
BID EVALUATION
A. All bids received will be evaluated on the basis of the Total Base Bid in the Proposal
Section.
B. Bidders shall provide prices, where required in the Proposal Section, for all work.
Any bids received without prices submitted for all required items will be rejected and
will not be considered.
C. If two or more proposals are received equal in amount and lower than any other
proposal, the Sewerage and Water Board reserves the right to evaluate these
proposals and to decide which proposal will be accepted. Preference will be given to
home contractors, all conditions being equal.
1-11
ACT 318 OF 1958
A. Under the terms of Act 318 of 1958, of the Regular Session of the Legislature of the
State of Louisiana, all things being equal, preference must be given to either (1) firms
doing business in the State of Louisiana or (2) to products produced (or) grown (or)
manufactured in the state.
B. Before any bill for supplies used shall be paid to any non-resident firm, a statement in
writing shall be submitted by the seller to the effect that his firm has paid all taxes duly
assessed by the State of Louisiana and its political subdivisions, including franchise
taxes, to the state and its political subdivisions.
1-12
BID DISPUTES
Staff recommended awards based on bid results will be posted on a bulletin board located
outside the office of the Sewerage and Water Board Purchasing Department within 72
hours (excluding Saturdays, Sundays, and Holidays) after the Bid opening. Bidders may
also telephone the Purchasing Department to determine the bid results. Objection by a
bidder to any recommended award must be made in writing to the Purchasing Agent or
Assistant Purchasing Agent within 72 hours (excluding Saturdays, Sundays, and Holidays)
after the recommended bid award has been posted.
1-13
BID CONFLICTS
A. Prices bid in the proposal must be written in full in words also in figures. If there is a
difference between the words and the figures in any price bid, the price written in words
shall be considered to be the true bid.
Rev 9/15/2010, 10/17/12
1-6
B. Erasures or other changes in the Bid Prices must be initialed by the Bidder.
NOTE: ONLY BIDS WRITTEN IN INK OR TYPEWRITTEN AND PROPERLY
SIGNED BY A MEMBER OF THE FIRM OR AUTHORIZED REPRESENTATIVE
WILL BE ACCEPTED. PENCIL FIGURES OR PENCIL SIGNATURES WILL
DISQUALIFY BIDDER.
C. BIDS MUST BE ENTERED ON PROPOSAL FORMS EMBODIED IN THESE
SPECIFICATIONS.
1-14
ESCALATION
Firm Proposals Are Desired and no proposal containing an escalation clause will be
considered unless the limits of escalation are clearly defined.
1-15
INFORMALITIES
Paragraph (6) of Section “A” – General Specifications is hereby amended to read, “The
Sewerage and Water Board reserves the right to reject any and all bids or proposals for
just cause. The Board may waive informalities in the lowest bid or proposal and accept
that bid or proposal, if this should appear to be in the best interest of the Board."
1-16
DEPOSIT OR BID BOND
The amount of the deposit or bid bond for this contract as required in Paragraph No. 1, in
Section "A" of the General Specifications shall be five per cent (5%) of the total base bid
amount of the proposal made payable to the Sewerage and Water Board of New Orleans
and subject to forfeiture upon failure to sign contract and execute bond within ten (10)
days after official award of the contract.
1-17
PERFORMANCE BOND
Bidders attention is called to Paragraph 8 of Section “A” of the General Specifications,
relating to the furnishing of 100% performance bond, which shall be amended by adding
to it the following statements: (R.S. 38: 2219) "Any surety bond written for a public works
project shall be written by a surety or insurance company currently on the U. S.
Department of the Treasury Financial Management Service List of Approved Bonding
Companies which is published annually and in the Federal Register, or by a Louisiana
Domiciled Insurance Company with at least A minus (A-) rating in the latest printing of the
A.M. Best's Key Rating Guide to write individual bonds up to ten percent of policyholder's
surplus as shown in the A.M. Best's Key Rating Guide, or by an insurance company that
is either domiciled in Louisiana or owned by Louisiana residents and is licensed to write
surety bonds. In addition, any surety bond written for a public works project shall be written
by a surety or insurance company that is currently licensed to do business in the State of
Louisiana."
1-18
PRE-BID CONFERENCE
A MANDATORY Pre-Bid Conference will be held at 10:00 a.m. on Friday, November 1,
2013 at the Sewerage and Water Board Engineering Building Conference Room, 8800
South Claiborne Avenue, New Orleans, Louisiana. Any Bidder failing to attend this PreBid Conference will be considered a Non-Responsive Bidder.
Rev 9/15/2010, 10/17/12
1-7
1-19
DOMESTIC MANUFACTURE
A. All equipment to be furnished and components of all items specified herein shall be of
domestic produce, manufacture and assembly, i.e., manufactured and assembled
within the limits of the United States. Parts must be available from suppliers that
manufacture components in the USA. The Board reserves the right to waive this
requirement if, in the opinion of the Engineer, it appears to be in the best interests of
the Board.
B. Sewerage and Water Board staff will determine the ability of the lowest bidder to
design and build the equipment and machinery specified hereon. Should the lowest
bidder be found “non-responsive”, then an informal hearing will be held to provide the
lowest bidder the opportunity to refute the reasons for disqualification.
C. The name of a certain brand, make, model, catalog number, manufacturer or definite
specifications indicated on the contract plans and/or included in specifications is used
only to establish the standard for quality and/or function desired, and that the bidder is
not restricted to a specific brand, make, manufacturer or specification named but that
the brand, make manufacturer or definite specifications is used only to set forth and
convey to prospective bidders the general style, type, character, and quality of product
desired and that equivalent products will be acceptable as judged by the Board
Engineer. (See Paragraph 2-21).
* * * END OF SECTION 1 * * *
Rev 9/15/2010, 10/17/12
1-8
SECTION 2
SUPPLEMENTAL SPECIAL CONTRACT PROVISIONS
2-01
BIDDERS TO EXAMINE LOCATION AND PLANS
A. Each Bidder shall make a personal examination of the location of the proposed work
and of the surrounding area. He shall thoroughly acquaint themselves with the details
of the work to be done and all the conditions and obstacles likely to be encountered,
including soil conditions, in the performance and completion of work. Bidders shall
inform themselves as to the facilities for the transportation, handling, and storage of
equipment and materials.
B. Each bidder shall carefully study the plans, specifications and other contract documents
and thoroughly satisfy themselves as to the conditions under which the work is to be
done, and as to the character, qualities and quantities of work to be performed, and
materials to be furnished, and be prepared to execute a finished job in every particular.
C. No extra charge will be accepted except as may be specifically provided for elsewhere
in these Contract Documents.
2-02
BIDDERS QUALIFICATIONS
Bidders shall be known to be skilled and reputable Contractors qualified to do the type of
work described by the Contract Documents. Proposals from others will not be considered.
These qualifications shall be in addition to those required by the Louisiana State Licensing
Board for Contractors under LA-R.S. 37:2150 through 37:2163, as amended.
2-03
PROPOSALS FROM LICENSED CONTRACTORS ONLY
Proposals will be received from only those Contractors who are licensed by the Louisiana
State Licensing Board for Contractors under Louisiana Revised Statutes 37:2150 through
37:2163 as amended and are qualified under the provisions of the said act to perform the
work called for in these specifications. On any bid submitted in the amount of $50,000.00
or more, the Contractor shall certify that he possesses a Municipal and Public Works
license under the provisions of Louisiana Revises Statutes 37:2150 through 37:2163. Any
bid in the amount of $50,000.00 or more that does NOT show the Contractor's license
number on the bid envelope will be automatically rejected, and will be returned to the
bidder stamped "REJECTED" and will NOT be read aloud at the public bid opening.
2-04
EXECUTION, CORRELATION AND INTENT OF DOCUMENTS
It is understood that except as otherwise specially stated in the Contract Documents, the
Contractor shall provide and pay for all materials, labor, tools, equipment, light, power,
transportation, superintendence, temporary construction of every nature, and all other
services and facilities of every nature whatsoever necessary to execute, complete, and
deliver within the specified time.
2-05
ORGANIZATION OF SPECIFICATIONS
The Specifications are separated into sections for convenience of reference. These
separations do not establish limits to the Contract between the Contractor and
Subcontractors or between Subcontractors.
Last Revised 2/27/12
2-1
2-06
INFORMATION AND CLARIFICATION FOR PROSPECTIVE BIDDERS
Prospective bidders may obtain clarification regarding questions arising from the
interpretation of the Contract Documents by contacting the Sewerage and Water Board
Purchasing Agent, Room 133, 625 St. Joseph Street, New Orleans, LA, 70165, (504) 5852124.
2-07
AWARD AND SIGNING OF CONTRACT
A. The proposal submitted by the lowest bidder will be tentatively selected by the
Sewerage and Water Board at its next scheduled Finance Committee meeting of the
Board after the date of opening bids provided that the lowest proposal is acceptable
to the Sewerage and Water Board. The final award of the contract will be made at the
subsequent Board meeting. All prices bid must be held firm for 120 days or until final
award of contract by the Board. The Board reserves the right to reject any one or all
bids for just cause and to waive informalities in Bidding.
B. After submittal of required Insurance and Bonds, in form acceptable to the Sewerage
and Water Board, the selected Bidder will be authorized by the Executive Director of
the Board to appear before the Notary for the Sewerage and Water Board of New
Orleans to sign the contract within ten (10) consecutive calendar days from the date
of the notice.
2-08
ORDER TO START WORK AND COMPLETION OF WORK
A. Sometime after the contract has been signed, the Engineer will issue a "Work Order"
directing the Contractor to start work at a point or points designated within 25 calendar
days after the date of the "Work Order". The "Work Order" shall be the Contractor's
authority to purchase materials for use on this contract; materials ordered by the
Contractor before the "Work Order" has been issued are ordered at his own risk and
the Board has no obligation concerning them.
B. The Contract shall be completed in every respect, including the repair of all damaged
public or private property resulting from the work of this contract, within the specified
number of calendar days.
2-09
LIQUIDATED DAMAGES FOR FAILURE TO START OR COMPLETE ON TIME
A. The Contractor shall pay to the Board the sum of $500.00 liquidated damages for each
calendar day beyond the times specified should the Contractor fail to commence or
start the work within the time allotted or fail to complete individual phases of the work
within the times allotted for said individual phases.
B. The Board shall retain the amount of such damages from any money due or to become
due the Contractor under this contract without the necessity of the Board putting the
Contractor or his Surety, either or both, in default.
C. Special notice is hereby given to all Contractors that the terms stipulated in Paragraph
26 of Section A of the General Specifications, titled "FAILURE TO START, FAILURE
TO COMPLETE" as well as the liquidated damages specified in the above
subparagraphs will be strictly interpreted and rigidly enforced.
Last Revised 2/27/12
2-2
2-10
BEFORE STARTING CONSTRUCTION
A. Before undertaking each part of the work, the Contractor shall carefully study and
compare the contract documents and check and verify pertinent figures shown thereon
including all pertinent field measurements. Contractor shall promptly report in writing
to the Engineer any conflict, error or discrepancy that the Contractor may discover.
Prior to commencement of work under this Contract or the continuance of any work
hereunder or under any modification to the Contract Documents, Contractor shall
provide written notice to the Engineer of any defects in the plans and specifications
and the specific engineering reasons thereof, and of any prospective damages to
persons or property that could be or would be caused by the work and/or duties to be
performed under this contract.
B. Prior to beginning the work, Contractor shall submit to the Engineer an estimated
progress schedule indicating the starting and completion dates of the various stages
of the work, a preliminary schedule of Shop Drawing submissions and a preliminary
schedule of values of the work.
2-11
PRECONSTRUCTION CONFERENCE
A. After the time specified in the Notice to Proceed, or as agreed by the parties, but before
Contractor starts any portion of the work at the site, a conference will be held for review
and acceptance of the schedules referred to in Section 2-10, to establish procedures
for handling Shop Drawings and other submittals, securing of Permits, and for
processing applications for payment, and to establish a working understanding among
the parties as to the work, protection of existing facilities, conflicts with other utilities or
owners, and other pertinent items associated with the Contract.
B. Conference shall be attended by the Board Engineer, the Contractor and his jobsite
Superintendent, principal Subcontractors, representatives of principal suppliers as
deemed necessary and appropriate, the Design Engineer and his Project Manager
and others as deemed advisable by the Contractor, the Board or the Design Engineer.
2-12
PERMITS AND CERTIFICATES
A. Before commencing work, the Contractor shall obtain at his own expense any permits
from the State of Louisiana, Department of Public Safety and Corrections, Office of
State Fire Marshal Code Enforcement and Building Safety and the City of New
Orleans, Building Inspection Division that are necessary. The Contractor shall also
secure at his own expense any necessary inspection certificates required after the
work is done.
B. Evidence of compliance shall be furnished to the Board prior to starting work in the
case of permits or within 10 calendar days after completion of that work requiring
inspection certificates.
2-13
GENERAL SPECIFICATIONS AND THEIR APPLICATION
The fact that certain paragraphs of the General Specifications have been specified as
applying to this contract does not in any way imply that paragraphs not quoted do not
apply; in all cases where the General Specifications are not directly contradicted by these
Special Specifications, the General Specifications shall have full force and effect; nor shall
the fact that certain clauses of the General Specifications refer to operations not
constituting a part of the work of this contract be construed as in any way weakening the
Last Revised 2/27/12
2-3
binding force of the General Specifications in the remaining clauses.
2-14
CONFLICT BETWEEN THE GENERAL AND SPECIAL SPECIFICATIONS
In case of any conflict between the "General Specifications" herein, and these "Special
Specifications", the latter shall govern.
2-15
CONFLICT BETWEEN DRAWINGS AND/OR SPECIFICATIONS
A. In case of the conflict between the bid documents (drawings and the specifications),
the Engineer shall be the sole authority in determining which of the two shall take
precedence in the Contract Documents. Such conflict shall not be a basis for an extra
expense to the Board.
B. The Contractor is hereby cautioned to base his price and work upon the more costly
item in event of conflicts, which may exist within either the specifications or the contract
drawings, and no claim for extra expense will be entertained on this basis.
2-16
CONTRACT DRAWINGS AND SPECIFICATIONS FROM THE BOARD
A. The Engineer will furnish to the Contractor free of charge, one (1) set of specifications
and one (1) set of reproducible drawings for the Contractor's use. Reproduction costs
shall be borne by the contractor. The Engineer will also furnish ten (10) copies of any
revised drawings.
B. The work shall be executed in strict conformity with the contract specifications, and
the Contractor shall do no work without proper instructions.
C. Contract drawings are descriptive of the work to be performed and are to be used for
General Guidance only. Contractor shall take and verify all measurements and
dimensions in the field. Do not scale. Contractor shall assume all responsibility for
failure to take proper and accurate measurements.
D. These plans and specifications shall be considered to be complimentary, one to the
other, and work indicated in/on one shall be as binding as if indicated in both.
Discrepancies between drawings and specifications or any clarifications deemed
necessary shall be brought to the attention of the Engineer prior to the submission of
a bonafide bid. Submission of a bonafide bid indicates that the Contractor has been
adequately informed on all phases of the work and that he can and will perform in
accordance with these plans and specifications.
E. All equipment shall be installed in accordance with the manufacturer's
recommendation and any conflicting data shall be verified before bids.
F. After award of contract, the Engineer's interpretation of these documents shall be final.
2-17
CHANGES
A. Minor changes or additions to the contract (defined as those changes or additions
which do not change the total cost of the contract or those which do not increase or
decrease the total cost of the contract by an amount exceeding 5% of the base bid of
the original contract) may be made by the Engineer upon written notice to the
Contractor.
Last Revised 2/27/12
2-4
B. Changes of greater extent or value may be made only by resolution of the Board, when
such changes are deemed necessary or desirable to improve the quality or efficiency
of the work, or to make these specifications operative, or to facilitate the Contractor
without injury to the interests of the Board. Any work done by the Contractor without
such resolution is done at his own risk, and the Board assumes no responsibility
therefore.
C. No notice of such change shall be required to be made to the Contractor's Surety and
neither the Contractor nor his Surety shall be, in any manner, relieved of any obligation
which they have assumed under this contract by or through such change or changes
as may be made.
D. Increase or Diminution of Quantities
The Board reserves the right to alter the quantities of work included in this Contract as
may be found to be necessary or desirable. Such increases, decreases and/or other
alterations shall not invalidate the Contract nor release the Surety and the Contractor.
The Contractor agrees to accept the work as altered, the same as if it had been part
of the original Contract. No claims shall be made by the Contractor for any loss of
anticipated profits because of any such alteration, nor shall such alteration be
considered as waiving or invalidating any conditions or provisions of the Contract.
2-18
PAYMENTS
A. Payments for work to be done under this contract will be made by the Board in
accordance with Paragraphs (55) through (58) of Section A of the General
Specifications.
B. Initial payment to the Contractor will be predicated upon his compliance with Paragraph
2-10 of these specifications relative to securing of all necessary permits.
C. Credits to be allowed the Board by the Contractor for work abandoned or not to be
done shall be calculated on the same basis as "Extra work".
D. Payments for extra work, whether unit price work, lump sum work, or force account
work will be made and retainers will be withheld on items of extra work in the same
manner as on the items bid on the original proposal.
E. Retainer: "The percentage of the value of the work done..." which will be retained by
the Board as referred to Paragraph (60) of Section "A" of the General Specifications
is defined as follows:
1. On contracts that are priced $500,000.00 or more, the Board shall withhold 5% of
the total amount earned, as billed, until the contract is finally accepted and a clear
Lien and Privilege Certificate is submitted. Payment for material stored shall be
made at 90% of the paid invoice value and 5% retainage will be withheld from this
amount.
2. On contracts priced less than $500,000.00, the Board shall withhold 10%
retainage.
Last Revised 2/27/12
2-5
2-19
PAYMENT FOR MATERIAL DELIVERED TO JOB SITE
The Board may make allowance for material delivered to the job site but not yet used in
construction, in accordance with Paragraph 58 of Section A of the General Specifications,
provided that conditions of security and areas for storage on the jobsite are judged suitable
by the Engineer to adequately protect the interest of the Board. The allowance will be in
the form of advanced payment for the material, as defined in Paragraph 58. Ninety (90%)
percent of the value of the materials as delivered, as represented by invoices, will be
included in the estimate. The amount of the retainer will then be subtracted from the total
estimate (composed of the work done plus 90% of the invoice price of the material).
2-20
CONTRACTOR'S PLANS, SAMPLES, AND DATA
A. The Contractor shall submit for approval, with such promptness as to cause no delay
in this work or that of the Board, six (6) copies each of all shop, assembly, or erection
drawings and lists of material and equipment for erection, together with other
information in such detail as to permit the Engineer to judge whether the proposed
material, equipment, or arrangement will meet the requirements of the drawings and
specifications. The Engineer will return two (2) annotated copies of each drawing to
the Contractor. When the drawings have received final approval, the Contractor shall
forward two (2) copies of each to the Engineer for his files.
B. All submittals, regardless of origin, shall be stamped and signed with the approval of
the Contractor and identified with the name and number of the contract, Contractor's
name, and references to applicable specifications paragraphs and contract drawings.
Each submittal shall indicate the intended use of the item in the work. When catalog
pages are submitted, applicable items shall be clearly identified. The current revision,
issue number, and date shall be indicated on all drawings and other descriptive data.
C. The Contractor shall accept full responsibility for the completeness of each submission
and shall verify that all exceptions previously noted by the Engineer have been taken
into account.
D. The Engineer shall be allowed 28 working days to process the above listed drawings,
lists, and diagrams. The Engineer's approval shall not relieve the Contractor of
responsibility for correctness of his submittals. The Contractor shall bear any costs or
expense incurred to revise or replace material or equipment, furnished in accordance
with his submittals, so as to bring the work into conformance with the drawings and
specifications.
E. Any need for more than one resubmission, or any other delay in obtaining the
Engineer's review of submittals, will not entitle the Contractor to extension of contract
time unless delay of the work is directly caused by a change in the work authorized by
a Change Order or by failure of the Engineer to return any submittal within 28 working
days after its receipt in the Engineer's office.
NOTE: The fact that the Contractor furnishes on the job items that are listed in the
specifications and not a substitution does not relieve the Contractor from furnishing
submittals to the Engineer as stated in the preceding paragraphs.
F. The contract documents are prepared to establish the intent of the required
construction. Approval of the contractor’s submittals, which may be based upon items
different from that specified and/or shown on the plans and specification, shall NOT
relieve the contractor of all costs necessary and proper to make the items fit and
Last Revised 2/27/12
2-6
function in accordance with the evident intend, all as judged by the Engineer.
2-21
SUBSTITUTE MATERIALS AND EQUIPMENT
All materials and/or equipment indicated on contract plans and/or included in
specifications by Manufacturer's Name, Catalog or Model Number has been selected to
establish a standard for quality and/or function. If the Contractor wishes to substitute
Material and/or Equipment of another Manufacturer because of availability or as "an equal"
he shall, after signing of contract, comply with the following:
A. Such Materials and/or Equipment must be submitted for Engineer's approval within
forty-five (45) consecutive days after signing of contract and thereafter approved as
"Equal" by the Engineer.
B. If Contractor fails to submit the Materials and/or Equipment substitutions within fortyfive (45) days limit or if any one of the Materials and/or Equipment submitted within
specified period is not approved by the Engineer, then only Materials and/or
Equipment specified in the Contract Documents will be accepted.
C. The term "Equal" used herein is defined as meaning "Equal", in the opinion of the Board
Engineer, with regard to quality, fit, finish, and utility.
D. No more than one submittal of a Material and/or Equipment substitute for each item of
Material and/or Equipment indicated on drawings and/or included in specifications will
be reviewed for approval by the Board Engineer.
2-22
PRIOR APPROVAL
All bids must be based upon the specified items. If the Contractor wishes to substitute "or
equal" prior to the bid opening, he shall be responsible for the substitution's equality to the
item(s) specified. The Board will entertain prior approval of substitutions up to 14 working
days before bid opening. The Board reserves the right to evaluate the equality of the
substitute item(s) and its decision regarding the acceptability of the item(s) will be final.
2-23
CODES AND STANDARDS
Wherever in the Contract Documents references are made to NEC, NESC, AWWA,
ASTM, ANSI, NEMA or any other standards or requirements, it shall be understood that
the most current issues of the standards or requirements of the National Electrical Code,
National Electrical Safety Code, American Water Works Association, American Society for
Testing and Materials, American National Standards Institute, National Electrical
Manufacturers Association, etc., are intended and shall apply, except where specific dates
are specified and except to the extent that the standards or requirements may be in conflict
with applicable laws, regulations, ordinances, etc., of the State of Louisiana or the City of
New Orleans.
2-24
LINES AND GRADES
Paragraph 46 of Section “A” of the General Specifications is amended to read as follows:
"The Engineer will establish permanent control points for the centerline of the
construction and a control benchmark for elevations. From these established control
points and the benchmark, the Contractor shall establish all locations and grade of the
work and shall be solely responsible for the exact position of all parts of the work with
reference to the established line and the benchmark. The Contractor shall maintain
Last Revised 2/27/12
2-7
his own field engineering force, for this purpose, that of the Engineer being for
checking the Contractor's locations only. The Contractor shall furnish, free of charge,
all stakes, permanent bench construction, templates, instrument platforms, and other
materials necessary for marking and maintaining points and lines given, and shall
furnish the Engineer such assistance as he may require in checking the layout of the
work. The Contractor will be held responsible for the protection of all stakes and marks
and if, in the opinion of the Engineer, benches or lines established by the Engineer
have been destroyed or disturbed, they shall be replaced at the Contractor's expense."
2-25
SURVEY AND LAYOUT DATA
A. All field books, notes and other data developed by the Contractor in performing
surveys required as part of the Work shall be available to the Engineer for
examination throughout the construction period. All such data shall be
submitted to the Engineer with the other documentation required for final
acceptance of the work.
B. Contractor shall keep neat and legible notes of measures and calculations
made by him in connection with the layout of the Work. Copies of such data
shall be furnished to the Engineer or Resident Project Representative for use
in checking Contractor’s layout as provided under Lines and Grades. All such
data considered of value to the Board will be transmitted to the Board by the
Engineer with other records upon completion of the Work.
2-26
MATERIALS BY CONTRACTOR AND MATERIALS BY OTHERS
The Contractor shall furnish all materials required for the various items of work except
where specifically shown otherwise in the Contract Documents.
2-27
OPERATIONS AND MATERIAL STORAGE AREA
A. Any area of the Board's property can be used by the Contractor for storage, work
operations, etc., contingent upon the Engineer's approval. At the time approval is
granted, the Engineer will outline the particular qualifications to be imposed in the use
of that area. If materials are stored anywhere within the area without this approval,
the Engineer, at his discretion, can order them moved to a more suitable location.
B. All operations of the Contractor including storage of material on Sewerage and Water
Board's premises shall be confined to areas authorized or approved by the Engineer.
No storage shall be permitted within the drip line of existing trees. The Contractor shall
hold and save the Sewerage and Water Board harmless from liability of any nature
occasioned by his operations.
C. Temporary buildings (storage sheds, shops, offices, etc.,) may be erected by the
Contractor only with the approval of the Engineer, and shall be built at no cost to the
Sewerage and Water Board. Such temporary buildings and utilities shall remain the
property of the Contractor and shall be removed by him at his expense upon
completion of the work.
D. No equipment or material shall be placed where access to any station by truck will be
obstructed in the event of a breakdown.
E. No materials or equipment may be placed over underground structures whenever such
storage or use may impair effectiveness or limit maintenance, or impose excessive
Last Revised 2/27/12
2-8
loadings.
F. The Engineer may order moving of materials of equipment at no cost to the Board
even from places where approval has been granted if it becomes necessary to the
operation of the Board's facilities because of things unforeseen at the time of approval,
such as breakdowns, failures, etc.
G. Any area occupied by the Contractor shall be cleaned up in accordance with the
requirements of Paragraph No. 54, in Section A of the General Specifications.
H. The Sewerage and Water Board assumes no responsibility for any loss of or damage
to the Contractor's material, tools, or supplies.
I.
2-28
Trees and shrubs shall not be cut or damaged without the permission of the Engineer
and Parkway & Park Commission.
WATER AND OTHER UTILITIES
A. It shall be the responsibility of the Contractor to make all necessary arrangements for
the provision of water, electricity, drainage, sanitary sewage disposal, gas,
compressed air, and any other utility service required to prosecute the work of this
contract.
B. Water used by the Contractor at the jobsite will be furnished by the Board at no cost
to the Contractor, if conditions permit.
C. Costs of all other services shall be borne by the Contractor.
D. Connections to fire hydrants shall only be made with meters obtained from the
Sewerage and Water Board Customer Service Department, 585-2097, which shall
record water usage for record purposes and which shall be returned to the Board as a
condition of acceptance of the Contract. Application for the meter requires a $1,500.00
deposit that is refundable upon return of the meter in undamaged and operable
condition.
2-29
EMERGENCY TELEPHONE
The Contractor shall, before contract work begins, furnish to the Engineer Telephone
Numbers at which company officers or responsible persons can be contacted at night,
weekends and holidays in case of emergencies.
2-30
PROJECT WORK SCHEDULE
A. Upon receipt of the "Work Order" and prior to commencement of any work on the
contract, the Contractor shall be required to furnish a combined cost breakdown and
progress schedule and Critical Path Method (CPM) progress schedule no later than
fourteen calendar days from the notice-to-proceed. The costs shall be allocated to
activities such that the sub-totals equal the bid tab items in the proposal. This
document will be used in the preparation of progress payments to the Contractor.
B. The form of the combined schedule, although subject to change upon order of the
Engineer, shall consist of:
Last Revised 2/27/12
2-9
1. Separation of the entire construction project into its stages, as well as any specific
related stages such as bond, insurance, material or equipment shipment, etc., in
terms of actual dollar value.
2. The activities included in the Progress Schedule shall be defined in work days
(Monday – Friday). Durations shall be based on the labor (crafts), equipment, and
materials required performing each activity on a normal workday basis. The
Contractor shall incorporate the Owner’s holidays into the schedule as non-work
days. Likewise should it be necessary to perform work on nonstandard workdays
notice shall be provided to the Owner a minimum of 72- hours prior to the event.
3. A listing of these construction stages with the proposed starting and completion
date shown in Gantt chart form alongside each construction stage. The "proposed
progress" bar graph shall be divided into monthly increments beginning from the
date of the "Work Order" and extending to the contract completion date. At the end
of each monthly increment, the Contractor shall indicate by a percentage figure
directly on the bar graph space the percent completion he expects to attain for that
interval.
4. Shown directly below the actual progress bar and forecasted activities shall be a
bar depicting the original planned activities with a percentage completion indicated
at monthly intervals intended to represent the actual progress toward completion
for that interval.
5. The data date which serves as the end of the reporting period for schedule
calculation for progressing the schedule shall be set as the date of the Notice-toProceed for the baseline submittal and as the last calendar day in the month for
progress schedule unless otherwise specified by the Engineer.
6. Any specific scheduling work-break-down structure or coding for organizational
purposes will be provided to the Contractor by the Engineer at the pre-construction
meeting.
C. The actual monthly progress percentage multiplied by the construction stage dollar
value will result in a figure which when added to the other monthly construction stage
dollar values and their respective percentage multipliers will give a total to be used for
a progress payment to be made to the Contractor.
D. Monthly Schedule Progress Updates shall be submitted for the duration of the Contract
on a date agreed by the Owner, Engineer, and Contractor. If monthly Progress
Schedule updates are not submitted by the due date, progress payments will be
withheld until the required information is submitted.
1. Since the combined cost-progress schedule to be submitted monthly is to be used
in the preparation of the progress payment, it is imperative that the Contractor
exercise careful consideration in assigning the percent complete expected on his
proposed graph and it is expected that the actual percent complete shall rarely
exceed the proposed percent. The Contractor shall re-examine his proposed
schedule monthly and alter it accordingly to insure this does not occur.
2. Should it appear to the Board's Engineer that the cost breakdown on progress
schedule is in error or proves inadequate; the Engineer will direct the Contractor
to alter his form to make it comply with the requirements of the Board.
Last Revised 2/27/12
2 - 10
3. Electronic Progress Schedule Format and Reporting shall be created in Microsoft
Project or Primavera scheduling software. Electronic schedule files shall be saved
with .MPP, .XML, OR .XER file extensions and included in the formal submittal to
the Engineer.
E. Change Orders, Delays and Extensions of Time. When change orders or delays are
experienced by Contractor and Contractor requests and extension of time, Contractor
shall submit a written time impact analysis to the Engineer illustrating the influence of
each change or delay to the current Contract Schedule completion date. Each time
impact analysis shall include a fragnet incorporating the change order or delay into the
Progress Schedule to demonstrate how Contractor was delayed.
1.
The change order activities used in the analysis shall be those included in the
latest update of the Progress Schedule or as adjusted for the events of impact.
2.
Delays in activities which are not on the critical path and do not affect Contract
completion dates, will not be considered for an extension of time.
F. Causes for Extensions of Time. Additional positive total float in the Progress Schedule
generated by efficiencies of Owner or Contractor is a shared commodity to be
reasonably used by either party, and belongs exclusively to the Project. The Contractor
is not entitled to any additional compensation of the project prior to expiration of the
Contract Times.
G. Review Process. Engineer will review Contractor’s preliminary Progress Schedule and
full Progress Schedule within 14 calendar Days after receipt of all required information.
2-31
1.
Schedules shall show contract completion of the Work on the Contract
completion date and with zero positive total float even if the Contractor plans to
finish early. In no event shall acceptance of the schedule be a basis for a claim
for delay against Owner or Engineer by Contractor for an early finish. A Progress
Schedule containing activities with negative float or that extend beyond the
Contract completion date will not be acceptable.
2.
Acceptance of the Progress Schedule by Engineer does not relieve Contractor
or responsibility for accomplishing the Work by the Contract completion date.
Omission and errors in the accepted Progress Schedule shall not relieve the
Contractor of obligations under the Contract. Acceptance by Engineer in no way
makes Engineer or Owner an insurer of the Schedules’s success or liable for
time or cost overruns. Engineer and Owner hereby disclaim any obligation or
liability by reason of acceptance of the Progress Schedule by the Engineer.
JOB SITE DRAWINGS AND SPECIFICATIONS
A. A complete and current set of contract drawings and specifications, including any
addenda, shall be maintained on the job site by the Contractor.
B. One copy of all approved shop drawings, equipment or material drawings, etc. shall be
maintained on the job site by the Contractor.
Last Revised 2/27/12
2 - 11
2-32
CONTRACTOR'S WORK
A. The Contractor shall furnish, deliver, and unload all materials, tools, appliances and
rigging necessary for the completion of this Contract as covered by these
specifications.
B. The Contractor shall furnish all labor, skilled and unskilled.
2-33
CONTRACTOR'S RESPONSIBILITY FOR WORK
A. The Contractor shall give personal attention to and supervise the work to the
end so that it shall be prosecuted faithfully; and, when the Contractor is not
personally present on the work, the Contractor shall be at all time represented
by a competent superintendent or foreman who shall be present at the work
and who shall receive and obey all instructions or orders given under this
contract, and who shall have full authority to execute the same, and to supply
materials, tools and labor without delay, and who shall be the legal
representative of the Contractor. The Contractor shall be liable for the faithful
observance of any instructions delivered to the Contractor or to the Contractor’s
authorized representative.
B. Until final written acceptance of the project by the Board, the Contractor shall have the
charge and care thereof and shall take every precaution against damage to any part
thereof by the action of the elements or from any other cause, whether arising from
the execution or non-execution of the work. The Contractor shall rebuild, repair,
restore and make good all damages to any portion of the work, before final
acceptance, including damage to the work due to unforeseeable causes beyond the
control of and without the fault or negligence of the Contractor; acts of God, of the
public enemy or of governmental authorities and shall bear the expenses thereof.
C. In case of suspension of work from any cause, the Contractor shall be responsible
for the project and shall take such precautions as necessary to prevent damage to the
project, provide for normal drainage and erect any necessary temporary structures,
signs or other facilities at his expense.
2-34
CONTRACTOR'S EMPLOYEES
The Contractor shall at all times enforce strict discipline and good order among his
employees and shall not employ on the work any unfit person or anyone not skilled in the
task assigned to him.
2-35
OTHER CONTRACTS
The Sewerage and Water Board has, or may undertake, or award, other contracts for
other, or additional work and this Contractor must fully co-operate with such other
Contractors and Sewerage and Water Board employees and carefully fit his own work to
such other, or additional work, as may be directed by the Engineer. This Contractor must
not commit or permit any act that will interfere with the performance of work by any other
Contractor or Sewerage and Water Board employees.
2-36
PARKING FACILITIES
Contractor personnel will not be permitted to park personal vehicles on S&WB property
due to limited and restricted area available for this purpose. The Contractor will be allowed
Last Revised 2/27/12
2 - 12
to bring construction equipment and construction vehicles only into the site as necessary
in the execution of this contract but may be required to remove them if their presence
interferes with the operation of the Board, at the discretion of the Engineer.
2-37
BOARD’S RIGHT TO OCCUPANCY
A. The Board will have full access to and full use of all existing utilities during the entire
period of construction for the conduct of its normal operations. The Contractor shall
cooperate with the Engineer and the Board in all construction operations to minimize
conflict, and to facilitate Board usage.
B. The Contractor shall at all times provide proper facilities for access and
inspection of the work by representatives of the Board, the Engineer,
inspectors, and any such official Governmental Agencies as may be designated
by the Board as having jurisdictional rights to inspect the work.
2-38
SITE SECURITY
A. All Contract Employees who enter Sewerage and Water Board Facilities
shall have current and legible picture ID Badges issued by the Contractor. No
one will be allowed to enter the Facilities without displaying this badge, which
shall also be worn, and visible at all times.
B. The Contractor shall insure that the site is properly secured at the end of
each workday. Fences shall be intact and the gates locked. The Contractor
shall also provide and maintain all necessary flagmen, watchmen, barricades,
devices as required for the protection and safety of the work and the public
against personal injury and property damages. The Contractor will be
responsible for any and all damages, injury or loss resulting from his failure to
provide such necessary protective precautions.
2-39
INJURIES AND DAMAGES TO PERSONS AND PROPERTY
A. The Contractor shall be held alone responsible for all injuries to persons, and for all
damage to the property of the Sewerage and Water Board or others, caused by or
resulting from the negligence of himself, his employees, or his agents, during the
progress of, or connected with the prosecution of the work, whether within the limits of
the work or elsewhere, and whether under the contract proper or as extra work.
B. The Contractor must protect and support all water, sewer and gas pipes or other
conduits and buildings, walls, fences or other properties that are liable to be damaged
during the execution of his work. He shall take all reasonable and proper precautions
to protect persons, animals and vehicles of the public from injury, and shall erect and
maintain a fence or railing around all excavation and place a sufficient number of
warning lights about the work and keep them illuminated from twilight until sunrise,
and shall employ one or more watchmen, if required, as an additional security. He
must, as far as practicable and consistent with good construction, permit access to
private and public property and leave fire hydrants and catch basins and canals free
from encumbrances. He must restore, at his own expense, all damaged property
caused by any act of omission or commission on his part, or on the part of his agent,
including sidewalks, curbing, sodding, pipes, conduits, sewers and other public or
private property, to a condition as good as it was when he entered upon the work.
Last Revised 2/27/12
2 - 13
C. In case of failure on the part of the Contractor to restore such property or make good
such damage, the General Superintendent may upon forty-eight (48) hours notice
proceed to repair, rebuild or otherwise restore such property as may be deemed
necessary, and the cost thereof, will be deducted from any monies due, or which may
become due, under this contract.
D. The Contractor shall indemnify and save harmless the Sewerage and Water Board
from all suits and actions that may be brought against it by reasons or any injury, or
alleged injury, to the person or property of another, resulting from negligence or
carelessness in the execution of the work, or because of failure to properly light and
guard the same, or on account of any act of commission or omission on the part of the
Contractor, his representative or employees.
E. There will be no direct payment for erection and maintaining a fence or railing around
excavation, placing warning lights and providing watchmen and supporting and
protecting utilities as prescribed in (B) above.
2-40
NIGHT, WEEKEND OR HOLIDAY WORK
Night, weekend or holiday work requiring the presence of an Engineer or inspector will be
permitted only in cases of emergency, and then only to such an extent as is absolutely
necessary and with the written permission of the Engineer. In the event such work
becomes necessary, no extra payment will be made.
2-41
SUSPENSION OF WORK
A. The Engineer may order the Contractor in writing to suspend, delay or interrupt all or
any part of the work for such period of time as he may determine to be appropriate.
The Engineer may also suspend, delay or interrupt the work wholly or in part due to
the failure of the Contractor to correct conditions unsafe for the workmen or the general
public; for failure to carry out provisions of the contract; for such period of time as may
deem necessary due to unsuitable weather; or for any other condition or reason
deemed to be in the public interest.
B. No adjustment to the time of completion for the project will be made if the suspension,
delay or interruption to the work is ordered due to the fault or negligence of the
Contractor; however, if such suspension, delay or interruption if ordered for reasons
other than the Contractor's negligence, the period of such suspension, to be
determined by the Engineer, shall be added to the time specified for the completion of
the work under this contract.
C. If the work is suspended for any reason, all materials delivered at the work but not yet
placed therein shall be neatly stored so as not to constitute an obstruction.
2-42
INSPECTION AND ACCEPTANCE
A. All work shall be subject to inspection and test by the Board at all reasonable times
and at all places prior to acceptance. Any such inspection and test is for the sole
benefit of the Board and shall not relieve the Contractor of the responsibility of
providing quality control measures to assure that the work strictly complies with the
contract requirements. Inspection or test shall not relieve the Contractor of
responsibility for damage to or loss of the material prior to acceptance.
Last Revised 2/27/12
2 - 14
B. The Contractor must promptly replace rejected material or correct any workmanship
found by the Board not to conform to the contract requirements. The Contractor shall
promptly remove rejected material from the premises.
C. If the Contractor does not promptly replace rejected material or correct rejected
workmanship, the Board (1) may, by contract or otherwise, replace such material or
correct such workmanship and charge the cost thereof to the Contractor; or, (2) may
terminate the Contractor's rights to proceed in accordance with the Paragraph 27 of
the Section “A” of the General Specifications.
D. The Contractor shall furnish promptly, without additional charge, all facilities, labor,
and material reasonably needed for performing such safe and convenient inspection
and test as may be required by the Engineer. All inspection and tests by the Board
shall be performed in such manner as to not unnecessarily delay the work. Special,
full size, and performance tests, shall be performed as described in this contract. The
Board reserves the right to charge to the Contractor any additional cost of inspection
or test when material or workmanship is not ready at the time specified by the
Contractor for inspection or test or when re-inspection or retest is necessitated by prior
rejection.
E. Should it be considered necessary or advisable by the Board at any time before
acceptance of the entire work to make an examination of work already completed, by
removing or tearing out same, the Contractor shall, on request, promptly furnish all
necessary facilities, labor and material. If such work is found to be defective or
nonconforming in any material respect, due to the fault of the Contractor or his
subcontractors, he shall defray all the expenses of such examination and of
satisfactory reconstruction. If, however, such work is found to meet the requirements
of the contract, an equitable adjustment shall be made in the contract price to
compensate the Contractor for the additional services involved in such examination
and reconstruction and if completion of the work has been delayed thereby, he shall,
in addition, be granted a suitable extension of time.
F. Unless otherwise provided in this contract, acceptance by the Board shall be made as
promptly as practicable after completion and inspection of all work required by this
contract. Acceptance shall be final, and conclusive except as regards latent defects,
fraud, or such gross mistakes as may amount to fraud or as regards to the Board's
rights under any warranty or guarantee.
2-43
PROJECT CLOSE-OUT
A. Satisfactory project close-out is a condition of final acceptance of the Work and will be
performed after the following is completed.
1. Contractor shall deliver to the Engineer all construction records, certifications, and
other documents in accordance with these Contract Documents. All damaged or
deteriorated surfaces shall be touched up or repaired to the satisfaction of the
Engineer. All incomplete or defective work shall be remedied as required by the
provisions stated herein for Inspection and Acceptance.
2. Contractor shall remove from the site all of his temporary structures, trailers, tools
equipment, supplies, and unused or waste materials. Roads, fences, and other
facilities damaged or deteriorated because of Contractor’s operations shall be
repaired to the satisfaction of the Engineer. All ground surfaces affected by
Contractor’s operations shall be restored by grading, raking, smoothing, and other
Last Revised 2/27/12
2 - 15
necessary operations. The site shall be thoroughly cleaned and all rubbish, trash
and debris removed.
3. Board issued hydrant meters shall be returned to the Sewerage and Water Board
Meter Shop, 8800 South Claiborne Avenue, for final reading after completion of
the Contract. Return of the meter is a condition of acceptance of the contract.
B. After all work is complete, any necessary changes in the Contract amount will be
determined by the Engineer and the necessary adjustment, if any, will be incorporated
into a final Change Order.
C. Upon satisfactory completion of closeout activities and delivery of Record Drawings to
the Engineer, Contractor shall submit applications for Final Payment as provided in
the General Specifications.
2-44
AS-BUILT DRAWINGS
A. The Contractor shall furnish one (1) neat and legibly marked with red pencil set of
contract drawings to depict actual "as-built" conditions.
B. The "as-built" drawings shall show all construction, elevation, equipment, mechanical
and electrical systems and connections as installed or built.
C. The work under this contract will not be considered "complete" until "as-built" drawings,
prepared to the satisfaction of the Engineer, are received.
D. There will be no direct payment for furnishing the "as-built" drawings specified above.
E. Provide copies of operation and maintenance manuals for all equipment, as specified
in Section 2-18. Manuals shall include spare parts lists recommended by the
manufacturer.
2-45
SAFETY
A. The Contractor shall take proper precautions to safeguard his work force and the
Board's facility during his work. Only Engineer approved methods of construction shall
be used.
B. The completed installation and operations during installation shall comply with the
Occupational Safety and Health Act (OSHA) and all changes in effect at the time
proposals are submitted. Particular attention shall be directed to safety regulations for
excavations and confined space entry.
C. At all times during the course of this contract, the contractor will be in compliance with
all federal, state, and local health and safety requirements, will allow inspection of the
worksite by the Sewerage and Water Board's Safety Unit, and will provide copies of
his written safety program and written safety procedures to the Board's Safety unit
within one calendar week if required by the Board's Safety Unit. A senior employee of
the contractor and/or any subcontractor will review the Sewerage and Water Board
Safety Orientation Notice (Notice), and will explain the information in this Notice to
every employee who will enter Board facilities or jobsites. This notice is included at the
end of this section as an attachment to the specifications for this contract.
Last Revised 2/27/12
2 - 16
2.46
INSURANCE CERTIFICATE - AMENDED INSURANCE REQUIREMENTS
A. Insurance requirements as outlined in Paragraph 16 of Section “A” of the General
Specifications are hereby amended as shown below in the following sub-paragraph
"C".
B. The Contractor shall submit the required insurance certificates no later than 10 days
after Notification of Award of the contract.
C. INSURANCE REQUIREMENTS (AMENDED):
The Contractor shall maintain, at his own expense, and in good standing, such
insurance as will protect the Sewerage and Water Board of New Orleans (the Board),
the City of New Orleans (the City), their officers, officials, employees, boards,
commissions, and volunteers, as well as the Contractor himself, and any
subcontractors, from and against any and all claims for damages to public or private
property or personal injury, including death, to employees or the public, which may
arise from any operations under this contract or any of its subcontracts. The coverage
shall contain no special limitations on the scope of protection afforded to the Board or
the City. Both the Board and the City shall appear as "Additional Insureds" on all
Commercial General Liability and Business Automobile Insurance. Any failure to
comply with reporting provisions of the policy shall not affect coverage provided to the
Board and the City, their officers, officials, employees, boards and commissions, and
volunteers. The Contractor's insurance shall apply separately to each insured against
whom claim is made or suit is brought, except with respect to the limits of the insurer's
liability.
The Contractor, Subcontractor(s), and their insurers shall agree to waive all rights of
subrogation against the Board, the City, and their officers, officials, employees, boards
and commissions, and volunteers for losses arising from work performed by the
Contractor for the Board and the City. Each insurance policy required by this contract
shall be endorsed to state that coverage shall not be suspended, voided, canceled by
either party, or reduced in coverage or in limits except after thirty (30) days' prior written
notice by certified mail, return receipt requested, has been given to the Risk Manager
of the Sewerage and Water Board of New Orleans.
In general, insurance is to be placed with insurers with an A.M. Best's rating of A-:V,
although this requirement may be reviewed and modified by the Risk Manager of the
Sewerage and Water Board of New Orleans in the best interest of the Board. The
Risk Manager may also consider performing such review upon written request from
the Contractor. The Contractor shall furnish the Sewerage and Water Board of New
Orleans with certificates of insurance affecting coverage required by this contract.
The certificates for each insurance policy are to be signed by a person authorized by
that insurer to bind coverage on its behalf. The certificates of insurance are to be
received and approved by the Risk Manager of the Sewerage and Water Board of New
Orleans before work commences. The Sewerage and Water Board of New Orleans
reserves the right to require complete, certified copies of all required insurance policies
at any time.
The following are the types of insurance policies and the minimum limits of insurance
coverage that shall be maintained by the Contractor during the entire term of the
Contract:
Last Revised 2/27/12
2 - 17
a) WORKERS' COMPENSATION AND EMPLOYERS LIABILITY INSURANCE, as
will protect him from claims under Workers' Compensation Laws. The Workers'
Compensation section of the policy shall afford Statutory Limits and be in
accordance with all Louisiana Workers' Compensation Statutes. The Employers
Liability limit shall not be less than $1,000,000 each accident for bodily injury by
accident and $1,000,000 each employee/policy limit for bodily injury by disease.
Whenever any vessel or floating equipment is involved, the insurance shall afford
coverage under the Federal Longshoremen's and Harbor Workers' Act, and shall
also include protection for injuries and/or death to Masters and Members of the
crews of vessels with statutory limits in accordance with the Jones Act.
b) COMMERCIAL GENERAL LIABILITY INSURANCE, as will protect from claims for
personal injury, occupational disease and sickness or death, property damage and
environmental damage with a limit of not less than $1,000,000 each occurrence
and $2,000,000 general aggregate, including Explosion, Collapse, and
Underground Property Damage Hazards. The Products-Completed Operations
aggregate limit shall not be less than $1,000,000 each occurrence. The general
aggregate limit shall apply separately to this project.
c) BUSINESS AUTOMOBILE INSURANCE, which shall cover liability arising out of
any auto (including Owned, Hired, and Non-Owned autos). The limit of liability
shall not be less than $1,000,000 each accident for all injuries, property damage,
and/or death resulting from any one occurrence.
d) OWNER'S AND CONTRACTOR'S PROTECTIVE LIABILITY INSURANCE,
in the name of the Sewerage and Water Board of New Orleans, and the City
of New Orleans as Named Insureds. The limits of liability shall be the same
as specified in Paragraph (b) above, and shall include Explosion, Collapse
and Underground Hazards.
e) PROPERTY INSURANCE, required on all work except sewer and water
drainage pipelines, reinforced concrete canals, work completely
underground, and similar work (however Contractor is not relieved of
responsibility therefore).
1. BUILDERS RISK INSURANCE (covering Fire, Extended Coverage, Vandalism
and Malicious Mischief) will be carried on a completed value or reporting form,
for not less than 100% of the value of the work, including foundations.
2. In addition, INSTALLATION FLOATER INSURANCE (on an "All Risks" form)
will be carried on all machinery and equipment to be installed, whether
furnished by the Sewerage and Water Board or by Contractor, for not less than
100% of the installed value of the machinery and equipment. This insurance
shall be written in the same Insurance Company carrying the Builder's Risk
Insurance (where possible), shall include testing, and shall terminate only
when installation has been accepted by the Sewerage and Water Board.
(NOTE: "ALL RISKS" Builder's Risk Insurance will be acceptable in lieu of
Builder's Risk and installation Floater Insurance, and must meet the
requirements of the Property Insurance above). The Builder's Risk and
Installation Floater Policies required above shall include the names of the
Sewerage and Water Board of New Orleans, and the City of New Orleans, and
will cover the interests of all sub-contractors without specifically naming them.
If the insurance is written subject to a deductible clause, Contractor assumes
Last Revised 2/27/12
2 - 18
responsibility for the amount of the deductible.
f)
Commercial Umbrella/Excess Liability Insurance, which shall provide $2,000,000
in excess of the Commercial General Liability, Employer’s Liability, and Business
Automobile Liability insurance limits.
In addition, the Contractor shall be required to furnish to the Risk Manager of the
Sewerage and Water Board of New Orleans all copies of investigative reports with
regard to any and all claims filed with the Contractor and his insurance carriers relative
to the contract, with the exception of claims filed against his Workers' Compensation
Insurance. Such reports shall include date, location, and description of loss as well as
amounts of settlements or judgments in order that annual aggregate limits may be
monitored by the Sewerage and Water Board of New Orleans for the Contractor's
compliance with these specifications.
The furnishing of insurance as provided above shall not relieve the Contractor of his
responsibility for losses not covered by insurance. Prior to the signing of the contract,
evidence of all such applicable insurance satisfactory to the Board shall be filed with
the Risk Manager of the Sewerage and Water Board. All policies shall be in insurance
companies authorized to do business in Louisiana and shall remain in full force and
effect until the final completion of the work and acceptance thereof by the authority of
the Board.
The Contractor and/or his insurer shall notify the Risk Manager of the Sewerage and
Water Board at least thirty (30) days in advance of any insurance coverage to be
canceled or of any insurance coverage that will expire. The Contractor shall
simultaneously furnish the Board evidence of new coverage to be effective the same
day and hour of the expired or canceled coverage. In the event the Contractor fails to
submit this evidence of new coverage five (5) days prior to cancellation date or
expiration date of any policy or policies, the Sewerage and Water Board will obtain the
required coverage to become effective on date of cancellation or expiration of said
policies. The cost of such new coverage shall be the expense of the Contractor and
any expenditure incurred by the Board for this coverage will be deducted from any
balance due to the Contractor. Should the Board be unable to secure new coverage
to take the place of the expired or canceled policy or policies, a "stop work" order will
be issued and all work on the contract shall cease on the same date and hour as the
coverage ceases. Should the Contractor fail or refuse to secure coverage within five
(5) days after the date of the "stop work" order, then in such case the Contractor shall
be declared to be in default, and the contract between the parties shall be considered
canceled and of no force or effect between the parties reserving all rights of the Board
against the Contractor and his surety.
If this transaction requires the Contractor or Sub-Contractor employees to enter
Sewerage and Water Board facilities or jobsites, a senior employee of the contractor
will review the Sewerage and Water Board Safety Orientation Notice (Notice), and will
explain this Notice to every employee who will enter Board facilities. This Notice is
included as a part of the specifications for this contract.
If this contract involves the handling or delivery of hazardous materials, the contractor
shall ensure that he or any deliverer is at all times in compliance with the OSHA and
Last Revised 2/27/12
2 - 19
EPA Standards that are most applicable to management of the potentially damaging
substance. The contractor shall also ensure that manufacturer of the materials
maintains product liability insurance for any commodity involved in this transaction
which, if defective, could cause bodily injury and property damage. The vendor, any
and all sub-contractors, and all insurers shall agree to waive all rights of subrogation
in favor of the Sewerage and Water Board of New Orleans as a condition of the
required insurance.
2-47
INDEMNIFICATION
A. To the fullest extent permitted by law, the Contractor shall indemnify, hold forever
harmless and defend the Sewerage and Water Board of New Orleans, its officers,
agents, employees, representatives, and insurers from any and all claims, demands,
suits, money judgments, costs and expenses, arising out of any accident, injury or
damage to loss of property or personal injury during the performance of this contract,
growing out of, resulting from or by reason of any act of omission by the Contractor,
his agents, or employees.
B. Contractor shall further indemnify and hold the Board harmless from any and all claims
and liens for labor, services or materials furnished to the Contractor in connection with
the performance of this contract.
C. Limitations by statute as to worker's compensation or any other benefits, payable by
or on behalf of the Contractor, to any injured party shall not limit the Contractor's
indemnification of the Board under this agreement.
2-48
WORKERS' COMPENSATION AND UNEMPLOYMENT COVERAGE
A. WORKERS' COMPENSATION:
The Contractor expressly agrees and acknowledges that it is an “independent
contractor” as defined in LSA-R.S.23:1021(6). That its employees shall not be
considered employees of the Board for workers' compensation coverage, and that the
Board shall not be liable to the contractor or its employees for any workers'
compensation benefits or coverage.
B. EXCLUSION OF UNEMPLOYMENT COMPENSATION COVERAGE:
Contractor herein expressly agrees and acknowledges that it is an “independent
Contractor” as defined in LSA-R.S.23:1472(E), that neither the contractor nor any one
employed by the Contractor shall be considered an employee of the Board for the
purpose of employment compensation coverage.
2-49
S&WB RIGHT TO AUDIT PROVISION
The Board shall have the right to audit by its personnel or its authorized representative, at
all reasonable times, any and all records pertaining to the administration of this contract
by the contractor, including its records of any subcontractor (s) employed on the contract.
Such records shall be made and kept by the contractor in accordance with generally
accepted accounting principles and practices. Records shall include, but are not limited
to, accounting records, daily reports, correspondence and subcontract files (hard copies
as well as computer readable data, if it can be made available). Records subject to audit
shall also include, but not be limited to, those records necessary to evaluate and verify
direct and indirect costs (including overhead allocations) as they may apply to cost and/or
Last Revised 2/27/12
2 - 20
change order requests associated with this contract. The Board also reserves the right to
interview employees, make photocopies, and inspect any and all records at a reasonable
time for a minimum of three (3) years after completion of the project or formal acceptance
by the Board of the contract. Contractors shall be required to retain such files of the project
as described herein for a minimum of three (3) years after completion of the project or
formal acceptance of the contract by the Board.
2-50
EQUAL EMPLOYMENT OPPORTUNITY
A. In all hiring, employment, or other activity made possible or resulting from this
agreement, there shall not be any discrimination against any employee, or applicant
for employment because of age, race, color, religion, handicaps, sex, or national
origins, and where applicable, affirmative action will be taken to ensure that employees
are treated during employment without regard to their age, race, color, religion,
handicaps, sex and national origin. This requirement shall apply to, but not be limited
to, the following:
Employment, upgrading, demotion or transfer, recruitment and advertising, layoff or
terminations, rates of pay or other forms of compensation, and selection for training,
including internship and apprenticeship.
B. All solicitations or advertisements for employees shall state that all qualified applicants
will receive consideration for employment without regard to age, race, color, religion,
handicaps, sex or national origin.
2-51
LABOR STANDARDS
A. The minimum wages to be paid laborers and mechanics shall be the prevailing wages
for corresponding classes of laborers and mechanics employed on projects of a
character similar to the contract work; said prevailing wages to be determined by the
Secretary of the U.S. Department of Labor (See the following tables)
B. The successful bidder is to make available to the Board, complete records in connection
with payment of employees during the term of the job in order to permit the Internal
Audit Division to check as to adherence to the wage scale presently in effect in
accordance with U.S. Government standards.
2-52
DRUG FREE WORKPLACE POLICY
A. It is the policy of the Sewerage and Water Board that all workplaces and facilities be
kept drug and alcohol free at all times.
B. In order to ensure compliance with this policy, the Board has approved and
implemented the "Drug Free Workplace Policy" which is attached hereto at the end of
this section and which shall be implemented and rigidly enforced on this contract.
2-53
BI-WEEKLY JOB SITE MEETINGS
A. Once every two (2) weeks, or as determined necessary by the Engineer, on a date and
location mutually agreed upon by the Contractor and the Engineer, a meeting shall be
held for review of the Project, including, but not limited to, the construction and
inspection schedule, progress of the construction, traffic control, submittals and any
other issues that may arise. The meeting may be used to review the Contractor’s
monthly application for payment. The Contractor shall preside over all these meetings,
and shall arrange for subcontractors and material suppliers to be present as needed
Last Revised 2/27/12
2 - 21
to discuss their specific work.
B. The Engineer will keep and distribute minutes of each meeting to all attending parties.
2-54
ENVIRONMENTAL REQUIREMENTS - MEETING CONSENT DECREE CONDITIONS
A. The parties agree that the work and duties required to be performed in accord with the
Contract Documents shall meet and comply with all environmental requirements to
include the laws and regulations of the United States and the State of Louisiana, and
shall satisfy and be in accord with the provisions of the Consent Decree with
attachments entered into by and between the BOARD and CITY with the EPA and the
UNITED STATES in the matter entitled "UNITED STATES OF AMERICA V.
SEWERAGE AND WATER BOARD OF NEW ORLEANS,
ET AL," No. 93-3212,
United States District Court, Eastern District of Louisiana, and all modifications thereof,
which provisions the CONTRACTOR must acquaint itself and become familiar with
prior to bidding on said Contract.
B. The above mentioned Consent Decree is available on the Sewerage and Water Board
web site, http://www.swbno.org/docs_consentdecree.asp
C. CONTRACTOR specifically acknowledges the Board has made said Decree with
attachments available for review and CONTRACTOR has read said decree with
attachments or the pertinent parts thereof and is familiar with the terms and conditions
thereof, and will pay any fines or penalties that will be assessed against the BOARD
or CITY (or reimburse them therefore) which are imposed by the terms of said decree
with attachments resulting from the actions of CONTRACTOR in performance of or its
failure to perform its duties under this Contract.
2-55
REPORT, CONTAINMENT/BY-PASS AND CLEAN-UP
A. The Contractor shall develop a plan to report, contain/by-pass and clean up all sewage
spills or unanticipated hazards that would adversely affect the health of the community.
B. REPORT
A report shall be given immediately to the S&WB Emergency Desk (942-2920). The
information communicated in the report must include location, nature of problem,
name of project, name of company performing work, name of the individual making
the call, time of incident and other pertinent data as necessary. It should be
communicated as a Priority I incident.
C. CONTAINMENT/BY-PASS
The Board's first priority in operating its sewer system is to protect the public health of
the citizens and the environment in the most cost effective manner possible.
The plan must consider all available options for immediately eliminating the discharge
or diverting to a containment area, as well as options for containing the contents of,
for example, a damaged main which will be evacuated during repair work. It is
impossible to anticipate all the specific conditions and factors that may be relevant for
any particular incident. Each incident will be unique.
To this end the Contractor will by-pass, direct and temporarily store sewage as the
situation dictates to avoid contamination of soil, street, etc. that would place the
Last Revised 2/27/12
2 - 22
citizens in contact with waste products. If these sewer wastes reach a canal it will be
the Contractor's first effort to remove the contamination. Drainage pumping from the
contaminated canal will be stopped.
In those circumstances when sewage cannot be removed from the canal system
because of location or weather, where possible the procedures will be dilute and flush
the canals.
Considerations
The following are some of the more significant considerations; which will impact the
ultimate approach to mitigation activities.

Can any or all of the discharge be returned to the sewerage system immediately?
If so, how much, where and by what means?

What is the anticipated duration of the repair activity?

Can normal sewage flow be rerouted? If so how much?

How many and which pump stations will be affected by isolation of the force main?

Do any of the stations have the capability to bypass flow to the gravity system?

How long can the normal sewage flow in the affected gravity sections be
interrupted before property damage or upstream overflows occur?

Is there the capability to create in-system containment by artificial draw down of
the associated gravity system(s) and if so, how much?

Is there the capability to create a containment area utilizing a drainage canal or
catch basin, how would the flow be reintroduced into the sewerage system and
could an effective clean-up of the containment area be accomplished? (One or
more containment areas could be considered not only at the repair site but at an
affected pump station or other location).

Is there a capability to haul sewage (vac tanker, vac truck etc.) from either the
repair site or anticipated up-stream overflow location?

Is a rainfall event anticipated during the repair or clean-up activities?
Because of the varying conditions, locations and circumstances which have an impact
on the planning process, the development of specific procedures is not practical. It is
far more important for a response action plan such as included herein, to provide for
the availability of the resources including senior management expertise, such that a
response can be initiated in an expedient and thoughtful manner. As evidenced in
other sections of this document, the Board has a policy of requiring Division and
Department managers to be available on call 24 hours per day and to personally
respond to all emergencies including Sanitary Sewer Overflows.
The ability to call on the experience of these managers as a matter of policy insures
all possible avenues of mitigation are considered and all required resources are
dedicated to this response effort.
Last Revised 2/27/12
2 - 23
D. CLEAN-UP/DISINFECTION
For public areas that have come in contact with overflowed sewage, the Contractor
will take reasonable action to implement disinfection procedures. Generally, these
procedures will involve an application of an oxidizing agent such as a dilute chlorine
solution on constructed surfaces (streets, driveways, walls, etc.) and a lime application
on organic surfaces (lawns, soil areas, etc.). The level and extent of disinfection will
be determined in the field. It is not the intent of this disinfection procedure to infer that
total pathogen destruction has been achieved, nor that any other level of disinfection
has been achieved.
2-56
Storm Water Pollution Prevention Plan (SWPPP) And Storm Water Best Management
Practices (BMP) Requirements
A. GENERAL
1. The contractor shall prepare and maintain a Storm Water Pollution Prevention Plan
(SWPPP), which describes in specific details the Contractor’s program to prevent
contamination of the storm water collection system for this project.
A
suggested SWPPP Templates and Sample Inspection Report, as well as other
valuable
information
can
be
found
at
EPA’s
website
http://cfpub.epa.gov/npdes/stormwater/swppp.cfm.
2. Contractor shall implement, maintain, inspect and remove all erosion and sediment
controls identified in the SWPPP. The program shall address both common
construction activities and extraordinary events.
3. Contractor shall include Water Pollution Control Drawings (WPCD) in the SWPPP
to illustrate the locations, applications and deployment of Best Management
Practices (BMPs) identified in the SWPPP. The WPCDs shall be included as an
attachment to the SWPCP.
4. Best Management Practices (BMPs): A Best Management Practice is a technique,
process, activity, or structure used to reduce the pollutant content of a storm water
or non-storm water discharge. BMPs may include simple, non-structural methods
such as good housekeeping, staff training, and preventive maintenance.
Additionally, BMPs may include structural modifications such as the installation of
berms, canopies or treatment control
5. The Contractor shall comply with laws, rules, and regulations of the State of
Louisiana and agencies of the United States Government prohibiting the pollution
of lakes, wetlands, streams, or river waters from the dumping of contaminates,
refuse, rubbish or debris.
6. The contractor shall submit copies of the SWPPP (as per requirement of Section
2, Paragraph 2-20) a minimum of 10 working days prior to beginning construction,
to the Engineer. Construction shall not begin until the SWPPP is approved.
Contractor shall update the SWPPP as necessary during the work to prevent
contamination of the storm water collection system.
Last Revised 2/27/12
2 - 24
7. Before start of work, Contractor shall train all employees and subcontractors on the
approved SWPPP and related W PCD and provide the Sewerage and Water Board
with written documentation of said training.
8. Suggested BMPs can be obtained from Ella Barbe, LA DEQ Small Business
Assistance Program, 201 Evans Rd. Bldg. 4, Suite 420 Harahan LA. Phone 504736-7739, e-mail: ella.barbe@la.gov
B. CONSTRUCTION
The contractor shall keep a copy of the SWPPP on the job site. The contractor shall
provide continuously at the jobsite all the tools, equipment, and materials necessary
to implement the SWPPP at all times from project initiation through completion,
including any punchlist or warranty work on the project. At a minimum the following
requirements shall be met as applicable, to the maximum extent practicable, at
construction sites:
1. Storm Drain System Protection: At the first order of work, the Contractor shall
protect the existing storm drain system from entrance of construction debris and
pollutants. Such protection shall include implementing the BMPs as outlined in the
SWPPP. Protection shall prohibit the discharge of untreated runoff from temporary
or permanent street maintenance/landscape maintenance material and waste
storage areas from entering the storm drain system. Sediment that is generated
on the project site shall be retained using structural drainage controls. In addition,
the protection system shall have a minimum of three features: 1) a particulate filter
of geosynthetic material securely fastened in place such that it cannot be bypassed
without significant physical damage; 2) a prefilter for the particulate filter; and 3)
on-hand materials to close off the inlet or opening in the case of a significant
pollution spill. Contractor shall monitor and maintain all storm drain inlet protection
devices during rain events to prevent flooding.
2. Material Management & Storage: No construction-related materials, wastes, spills
or residues shall be discharged from the project site to streets, drainage facilities
or adjacent properties by wind or runoff. All materials and/or equipment storage
areas where liquid construction materials are placed shall be protected by a
physical barrier capable of containing the entire volume of stored liquid materials.
During active construction activities, portions of the barrier may be removed for
access. However, the barrier materials must be readily accessible for replacement
by onsite construction personnel. The barrier must be in place at all times during
the absence of Contractor personnel at the storage site. Building materials shall
be placed on pallets and covered in event of rain. Do not store materials in the
street or gutter area.
3. Equipment & Vehicle Maintenance: Non-storm water runoff from equipment and
vehicle washing and any other activity shall be contained at the project site and
shall not be allowed to discharge from the project site to streets, drainage facilities
or adjacent properties by wind or runoff. The Contractor shall inspect vehicles and
equipment on each day of use. Leaks shall be repaired off-site if possible. If
necessary to repair on site, the runoff must be contained or the problem vehicle or
equipment shall be removed from the project site until repaired. If necessary, drip
pans shall be placed under the vehicles or equipment while not in use to catch
and/or contain drips and leaks.
Last Revised 2/27/12
2 - 25
4. BMP Inspection: The contractor shall inspect all pollution control BMPs regularly.
The Contractor shall also repair/replace any damaged or clogged element on a
daily basis. During periods of precipitation where any runoff occurs, the system
shall be checked twice a day, seven days a week, whether or not any work has
been performed. The daily checks shall be between 6 a.m. and 9 a.m., and 4 p.m.
to 8 p.m. The contractor shall keep a monitoring inspection log of each inspection.
5. Spill Prevention & Cleanup Plan: Contractor shall have a spill prevention plan and
spill cleanup materials readily available and addressed in the SWPPP. Spills shall
be cleaned up immediately using dry methods if possible. Spill cleanup material
shall be properly disposed off site. Contractor shall keep a record of any spills in
the inspection log. In addition, at the end of the project, the Contractor must certify
that all contaminated materials have been properly disposed in accordance with
the SWPPP.
6. Asphalt & Concrete Activities: Asphalt and concrete activities shall be scheduled
for dry weather. Contractor shall prohibit saw cutting during a storm event of 0.25
inches or greater. Store bags of cement away from gutters and storm drains,
sealed and covered, protected from rainfall runoff and wind. Place tarp under
cement mixer before operating to catch spills. Never dispose of cement washout
or concrete dust onto driveways, streets, gutters or storm drains.
7. Sidewalk Washing: The following methods should be utilized to prevent discharge
of sidewalk cleaning wastewater into the storm drain system:
a. Sweep and pick up all areas to be cleaned before using water.
b. Manually scrape gum from sidewalks and other surfaces.
c. Must use high pressure and low volume of water with no additives and at an
average usage of 0.006 gallons per square foot of surface area to be rinsed.
d. Use a wet/dry vacuum to collect wash water for disposal. Large volumes of
wash water may require the use of a small sump pump to remove wash water
from the job site.
e. One or more of the following methods are recommended to prevent pollutants
from entering the storm drain system:
 Sandbags can be used to create a barrier around storm drains. *
 Rubber mats or plugs can be used to seal drain openings. *
 Temporary berms or containment pads help keep water on site. *
 Use berms of sandbags to direct wash water to landscaping. *
 Use large squeegees to accumulate sheet flow for collection.
* Remember to remove plugs, berms, and sandbags or you may be liable for
possible flooding.
f.
Last Revised 2/27/12
Wash water that may contain hazardous waste such as oil-saturated
absorbents, water with lead or other heavy metals from oxidized paint, and
solvent cleaners requires special treatment and must be disposed of through
a hazardous waste facility.
2 - 26
8. Employee BMP Training: Contractor shall train employees and subcontractors on
BMP implementation, general good housekeeping, and proper spill containment
and cleanup. Before start of work, Contractor shall provide the Board with written
documentation of training and keep all documentation in the SWPCP.
9. Inspection: Contractor shall inspect and repair or replace, as needed, all job site
BMPs a minimum of:

Biweekly

Before, during and after a major rain event. Contractor shall document the
inspections in the SWPPP.
10. Dewatering: Avoid dewatering discharges where possible by using the water for
dust control, infiltration, etc.
* * * END OF SECTION 2 * * *
Last Revised 2/27/12
2 - 27
Sewerage and Water Board of New Orleans
Drug - Free Work Place Policy Contractor
Requirements
Page 1 of 3
ATTACHMENT TO GENERAL SPECIFICATIONS
STATEMENT OF POLICY
It is the policy of the Sewerage and Water Board of New Orleans that all work places associated
with its operation, maintenance, improvements, and expansion be kept drug free. In order to
insure this, the Sewerage and Water Board has approved the following drug testing policy to be
implemented on this contract.
NOTICE
The contractor shall notify all personnel to be employed on this contract that they must submit to
drug testing upon the occurrence of any accident, injury, or unsafe and hazardous incident which
involves them. Agreement to submit to such drug testing shall be required for the employment of
all personnel under this contract.
PENALTIES
Any employee who refuses to agree to testing under this policy or who refuses to be drug tested
after the occurrence of any accident, injury or unsafe and hazardous incident which involves them,
or who fails to report any such accident, injury or incident within twenty-four (24) hours of its
occurrence, shall be deemed incompetent under Paragraph 47 of the General Specifications. Any
employee found to have a positive test result after his conformational testing shall be deemed
incompetent under Paragraph 47 of the General Specifications. Any employee deemed
incompetent under these provisions shall be removed by the contractor from work under this
contract and any other current Board contract.
TESTING PROCEDURE
The contractor shall while performing this contract, require any of its employees who are involved
in an accident, injury or unsafe and hazardous incident while in the course and scope of their
employment, whether vehicular or non-vehicular in nature, to be tested for blood alcohol or drug
levels through a laboratory approved by the National Institute for Drug Abuse. Said employee
shall provide a testing sample as soon as possible after such accident, injury or incident, but no
longer than twenty-four (24) hours from the time of the occurrence. The contractor shall provide
copies of the results of the initial testing on the samples involved to the Risk Manager of the
Sewerage and Water Board of New Orleans as soon as such results are known. If the initial
testing reveals a positive result, the contractor shall forward the remainder of the original testing
sample to a second, conformational testing. The Sewerage and Water Board of New Orleans
shall consider any result to be positive if it indicates any level which exceeds the levels set forth
as follows:
1
Drug-Free Workplace Policy
Page 2 of 3
CUT-OFF LEVELS INDICATING POSITIVE TEST RESULTS
The following initial cut-off levels shall be used when screening specimens to
determine whether negative or positive:
Initial Test Level (ng/ml)
Marijuana metabolites
50
Cocaine metabolites
300
Opiate metabolites
300
Phencyclidine (PCP, etc.)
25
Amphetamines
300
Alcohol
.04% by weight based on grams of alcohol per 100cc of blood
LSD
150
Barbiturates
300
Benzodiazepines
300
Quantitative GC/MS confirmation procedures at the following cut-off values shall be
used for the following drugs:
Confirmatory Test Level (ng/ml)
Marijuana metabolites*
10
Cocaine metabolites**
150
Opiates (Morphine, Codeine)
150
Phencyclidine (PCP, etc.)
25
Amphetamines (amphetamine, Methamphetamine)
300
LSD
150
Barbiturates
300
Benzodiazepines
300
*
**
Delta-9-Tetrahydrocannabinol - 9-Carboxylic Acid
Benzoylecgonine
2
Drug-Free Workplace Policy
Sheet 3 of 3
The contractor shall choose the laboratory to be used for drug testing, and shall identify such
laboratory to the Risk Manager of the Sewerage and Water Board prior to receiving approval to
start work. All laboratories shall be approved by the National Institute for Drug Abuse.
The contractor shall notify the Board's Risk Manager immediately of the results of any
conformational testing.
The Contractor's Senior Project Superintendent working in consultation and conjunction with
the Board's Risk Manager and the Board's Engineer, shall determine whether an accident, injury
or unsafe or hazardous incident occurred. The Safety Department of the Sewerage and Water
Board reserves the right to investigate any such matter and make a complete report to the
Executive Director of the Sewerage and Water Board whose decision shall be final.
The Sewerage and Water Board shall not be liable for any cause of action of any employee of
the contractor brought against the contractor as a result of this policy. The Sewerage and Water
Board shall not be liable for the contractor's failure to stipulate adherence to the terms and
conditions of this drug testing
policy as a condition of employment of any employee on this contract. The Board shall not
release the contractor from his responsibilities under the policy unless failure to adhere to the
conditions of this policy shall be a direct result of any action taken by the Board.
These requirements shall be acknowledged by signature of the contractor's authorized
representative in the space provided in the "Form of Proposal".
3
SEWERAGE & WATER BOARD OF NEW ORLEANS SAFETY ORIENTATION NOTICE
ATTACHMENT TO SPECIFICATIONS
Welcome
We welcome you to the S&WB and request your assistance in maintaining our Safety Standards.
For the safety of yourself and everyone working at the S&WB, you are asked to observe the
following safety precautions. When this notice has been read thoroughly, a senior
representative of your company is required to distribute this information to all employees who
will be affected. You may call the Board’s Risk Manager, Mr. Isiah Cameron, at (504) 585-2422
or the Board’s Safety Manager, Mr. Keith Pete, at (504) 585-2522 if you have any questions.
Basic
1. Smoking will be allowed in designated areas only.
2. Horseplay, practical joking and fighting are positively prohibited.
3. The use or possession of illegal drugs or intoxicating beverages is strictly prohibited on all
S&WB property.
4. Housekeeping is a must. We will keep our area safe and free from litter and expect you do
to the same.
5. Handrails must always be used when going up and down ladders or stairs.
6. When working in confined spaces, the contractor must be in full compliance with
Occupational Safety and Health Administration (OSHA) Standard # 29CFR 1910.146 at all
times. Atmospheric conditions such as adequate ventilation, the presence of oxygen and
the absence of explosive gases must be assured before working in voids, tanks, or other
enclosed spaces.
7. Radios must be turned off.
Emergency
8. The S&WB Emergency Response Plan is a document, which provides specific notification
instructions to be followed in case of hazardous material spills. The Board’s Environmental
Affairs Office phone number is 942-3855 during normal business hours 7:30 a.m. to 4:00
p.m. The Board’s 24-hour emergency lines are (504) 529-2837 (Central Yard) and 8650575 (Central Control Dispatcher, Carrollton Plant.) Since Board contracts are performed
under various circumstances at various locations, prior to beginning any work, the contractor
should consult with the Board employee who is responsible for monitoring the contract in
order to establish the most effective procedures for handling emergencies. Mr. Cameron
and Mr. Pete are available for advice in these matters at the above telephone numbers.
1
Transportation
Warning signals and lights shall be used as follows:
9. Rotating beacons shall be used if your vehicle is so equipped.
10. Tail lights / emergency flashers shall be used.
11. Orange reflector type safety cones shall be placed to give other motorists warning.
12. If vehicle is moving, backing, or parking, proper traffic control shall be exercised.
Protective Clothing and Equipment
13. All personnel who are exposed to eye hazards will wear safety glasses. Hard hats will be
worn at all times while an employee is in the immediate vicinity of overhead hazards or while
operating heavy equipment without a Rollover Protection Device.
14. Protective clothing and equipment such as rubber aprons and gloves, eye and face
protection, approved respirators or dust masks will be worn when handling all harmful
chemicals.
Reporting
15. Defective equipment, machinery, hazardous conditions, or unsafe work practices or
conditions shall be reported immediately to your Supervisor / Foreman who will then contact
proper S&WB personnel for corrections.
16. All injuries will be reported to the Risk Manager, (504) 585-2422, or to the Safety Unit, (504)
585-2522, regardless of how minor an injury may seem.
17. S&WB employees may hold safety meetings to discuss and promote safe working conditions
and accident prevention. You may be asked to attend.
Work Smart
18. Stay alert at all times, know what is going on around you. Know the safe operating
procedures concerned with your assigned duties. When your duties may influence the
safety of Board employees, notify the employees and their supervisors first.
19. Vendor / Contractors shall at all times demonstrate strict compliance with all Federal,
State and Local regulations regarding safety, including but not limited to, all relevant
Department of Environmental Quality (DEQ), Department of Transportation (DOT),
Environmental Protection Agency (EPA), and Occupational Safety and Health Act
(OSHA) regulations.
20. The Vendor / Contractor will at the request of the Risk Manager and/ or Safety Manager
remove any of his employees found to be creating or contributing to unsafe conditions.
2
21. The following items are not allowed on any S&WB Facility or jobsite:
•
•
Firearms and Ammunition
Alcohol and illegal drugs
3
SEWERAGE & WATER BOARD OF NEW ORLEANS
WAGE RATE DECISION #LA20080009, BUILDING
ATTACHMENT TO GENERAL SPECIFICATIONS
General Decision Number: LA130008 02/15/2013 LA8
Superseded General Decision Number: LA20120008
State: Louisiana
Construction Type: Building
Counties: Jefferson, Orleans, Plaquemines, St Bernard, St Charles, St James, St John the
Baptist and St Tammany Counties in Louisiana.
BUILDING CONSTRUCTION PROJECTS (Does not include Treatment Plants or single family
homes and apartments up to and including 4 stories)
Modification Number
Publication Date
0
01/04/2013
1
01/18/2013
2
02/15/2013
ELEC0130-006 12/01/2012
JEFFERSON, ORLEANS, PLAQUEMINES, ST. BERNARD, ST. CHARLES, ST. JAMES, AND
ST. JOHN THE BAPTIST PARISHES
Rates
Fringes
ELECTRICIAN (includes low voltage wiring and
installation of fire alarms, security systems, sound and
communication systems, telephones, computers, and
temperature controls) ......................
$ 28.50
9.24
---------------------------------------------------------------ELEC1077-003 09/01/2012
ST. TAMMANY PARISH
Rates
Fringes
ELECTRICIAN (includes low voltage wiring and
installation of fire alarms, security systems, sound and
communication systems, telephones, computers, and
temperature controls) ......................
$ 22.50
----------------------------------------------------------------
1
7.17
IRON0058-011 06/01/2011
JEFFERSON, ORLEANS, PLAQUEMINES, ST. BERNARD, ST. CHARLES, ST.JAMES
(Southeastern Portion), ST. JOHN THE BAPTIST, and ST. TAMMANY PARISHES
Rates
Ironworker, reinforcing and structural......................
$ 19.85
Fringes
7.67
---------------------------------------------------------------IRON0623-007 06/01/2011
ST. JAMES PARISH (Northwestern Portion)
Rates
Ironworker, Structural, and Reinforcing......................
$ 19.91
Fringes
7.32
---------------------------------------------------------------PAIN1244-001 07/01/2011
Rates
Fringes
PAINTER (includes brush; roller; spray; and drywall
finishing) ......................
$ 16.88
5.77
---------------------------------------------------------------PAIN1244-002 03/01/2012
Rates
Glazier......................
$ 19.11
Fringes
7.33
---------------------------------------------------------------PLUM0060-007 06/11/2012
JEFFERSON, ORLEANS, PLAQUEMINES, ST. BERNARD, ST. CHARLES, ST. JAMES
(Southeastern Portion), ST. JOHN THE BAPTIST, AND ST. TAMMANY PARISHES
Rates
Fringes
PIPEFITTER (excludes HVAC) ......................
$ 26.88
10.42
PLUMBER (includes HVAC pipe and installation of system).
$ 26.88
10.42
---------------------------------------------------------------PLUM0198-007 01/01/2013
ST. JAMES PARISH (Northwestern Portion)
Rates
Fringes
PIPEFITTER (excludes HVAC) ......................
$ 25.04
10.38
PLUMBER (includes HVAC pipe and installation of system)..
$ 25.04
10.38
----------------------------------------------------------------
2
* SFLA0669-003 01/01/2013
SPRINKLER FITTER......................
Rates
$ 25.71
Fringes
14.37
Rates
$ 24.54
Fringes
9.65
Rates
Fringes
---------------------------------------------------------------SHEE0214-007 07/01/2009
Sheet Metal Worker (including HVAC Duct Work) ......................
---------------------------------------------------------------SULA2004-003 03/25/2004
CARPENTER
Drywall & Metal Stud Installation......................
$ 14.00
0.70
Formbuilding/Formsetting......................
$ 12.70
0.56
All Other Work......................
$ 13.68
0.00
$ 12.28
0.00
Common......................
$ 9.55
1.05
Mason Tender......................
$ 9.32
0.00
Backhoe/Excavator......................
$ 14.00
0.42
Bulldozer......................
$ 15.17
0.00
$ 14.00
1.80
ROOFER (includes metal roof) ......................
$ 12.28
0.00
Sheet Metal Worker (excluding HVAC duct) ......................
$ 13.26
1.91
Cement Mason/Concrete Finisher......................
Laborers:
Power Equipment Operator
Crane......................
---------------------------------------------------------------WELDERS - Receive rate prescribed for craft performing operation to which welding is
incidental.
========================================================================
Unlisted classifications needed for work not included within the scope of the classifications listed
may be added after award only as provided in the labor standards contract clauses (29CFR 5.5
(a) (1) (ii)).
---------------------------------------------------------------The body of each wage determination lists the classification and wage rates that have been found
to be prevailing for the cited type(s) of construction in the area covered by the wage determination.
The classifications are listed in alphabetical order of "identifiers" that indicate whether the
particular rate is union or non-union.
3
Union Identifiers
An identifier enclosed in dotted lines beginning with characters other than "SU" denotes that the
union classification and rate have found to be prevailing for that classification. Example:
PLUM0198-005 07/01/2011. The first four letters , PLUM, indicate the international union and the
four-digit number, 0198, that follows indicates the local union number or district council number
where applicable , i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal
number used in processing the wage determination. The date, 07/01/2011, following these
characters is the effective date of the most current negotiated rate/collective bargaining
agreement which would be July 1, 2011 in the above example.
Union prevailing wage rates will be updated to reflect any changes in the collective bargaining
agreements governing the rates.
0000/9999: weighted union wage rates will be published annually each January.
Non-Union Identifiers
Classifications listed under an "SU" identifier were derived from survey data by computing
average rates and are not union rates; however, the data used in computing these rates may
include both union and non-union data. Example: SULA2004-007 5/13/2010. SU indicates the
rates are not union majority rates, LA indicates the State of Louisiana; 2004 is the year of the
survey; and 007 is an internal number used in producing the wage determination. A 1993 or later
date, 5/13/2010, indicates the classifications and rates under that identifier were issued as a
General Wage Determination on that date.
Survey wage rates will remain in effect and will not change until a new survey is conducted.
---------------------------------------------------------------WAGE DETERMINATION APPEALS PROCESS
1.)
Has there been an initial decision in the matter? This can be:
* an existing published wage determination
* a survey underlying a wage determination
* a Wage and Hour Division letter setting forth a position on
* a wage determination matter
* a conformance (additional classification and rate) ruling
On survey related matters, initial contact, including requests for summaries of surveys,
should be with the Wage and Hour Regional Office for the area in which the survey was
conducted because those Regional Offices have responsibility for the Davis-Bacon survey
program. If the response from this initial contact is not satisfactory, then the process
described in 2.) and 3.) should be followed.
With regard to any other matter not yet ripe for the formal process described here, initial
contact should be with the Branch of Construction Wage Determinations. Write to:
Branch of Construction Wage Determinations
Wage and Hour Division
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
4
2.)
If the answer to the question in 1.) is yes, then an interested party (those affected by the
action) can request review and reconsideration from the Wage and Hour Administrator (See
29 CFR Part 1.8 and 29 CFR Part 7). Write to:
Wage and Hour Administrator
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
The request should be accompanied by a full statement of the interested party's position
and by any information (wage payment data, project description, area practice material, etc.)
that the requestor considers relevant to the issue.
3.)
If the decision of the Administrator is not favorable, an interested party may appeal directly
to the Administrative Review Board (formerly the Wage Appeals Board). Write to:
Administrative Review Board
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
4.)
All decisions by the Administrative Review Board are final.
========================================================================
END OF GENERAL DECISION
5
SECTION 3
SITE WORK AND DEMOLITION
3-01
GENERAL
A. Scope: The work to be done under this section of the specifications includes all labor,
materials, equipment, and services necessary for clearing, excavation, filling to grade,
and demolition of concrete as shown on the Drawings and herein specified.
B. Codes: Conduct all work in strict compliance with the current City of New Orleans
Building Code.
3.02
SITE CONSIDERATIONS
A. Existing security fencing shall be repaired or replaced as indicated on the contract
drawings. At locations where no security fencing exists, it shall be the Contractor’s
responsibility to provide temporary security fencing during construction.
B. Traffic control must be maintained at all times by the Contractor. The Contractor shall
ensure minimal impact to the streets, sidewalks and driveways in accordance with
Section C125 – Public Convenience – of the General Specifications for Street Paving,
1999 Edition (Revised 10/1/2001) for the Department of Public Works, City of New
Orleans, Louisiana. A traffic control plan for any construction activities that will impact
traffic use along adjacent roadways shall be submitted to the Owner and the City of
New Orleans Department of Public Works (CNO-DPW) for review and approval. The
traffic control plan, including any required detour plans, shall be designed by a licensed
Louisiana Engineer experienced in the design of traffic control plans for construction
operation. The Contractor shall inspect all traffic control devices on a daily basis and
submit an inspection report to the Board Engineer. Storage of materials will not be
permitted on adjacent roadways. All traffic control shall be in accordance with CNODPW Standard Drawings (Standard Drawings are available from the CNO-DPW
Engineering Division, City Hall, 1300 Perdido Street, Room 6W03, New Orleans, La
70112, or online at www.nola.gov.) and the current edition of the Manual of Uniform
Traffic Control Devices (MUTCD).
3-03
SEQUENCE OF CONSTRUCTION
A. The following is a suggested sequence of construction designed to protect existing
utilities and reduce the need for bypass pumping.
1. Pothole or excavate to determine the location of all existing below ground utilities,
and confirm there are no conflicts with new or temporary installations. If conflicts
exist, the Board reserves the right to relocate the station or items up to five (5) feet
in any direction at no cost to the Board. All potholing shall be scheduled and
completed in advance of construction so that any required adjustments to the work
can be accomplished to avoid delays to the project.
2. Construct the new cathodic protection deep well bed and the 6' x 6' concrete
ground bed protective cap before abandoning in place the existing one. The new
3-1
bed is necessary to provide continuation of cathodic protection of the existing 42”
diameter sewer force main located on the south side of the site.
The 6' x 6' concrete ground bed protective cap shall be protected from damage of
any kind throughout the course of this contract and shall be set to finish grade
when site paving is completed.
3. Coordinate with Entergy to disconnect power feed to the existing electrical platform
and disconnect all cables to and from the existing pump station and the antenna
tower
4. Relocate the existing electrical equipment platform, the existing cathodic
protection rectifier and shunt box, and the existing antenna tower with antenna,
temporarily, to allow for the continued operation of the existing pump station for as
long as possible.
Choice of the procedures and means and methods to accomplish the temporary
relocation of the existing electrical platform and the above described equipment
and structure shall be the Contractor’s responsibility and must be approved by the
Board’s representative prior to the start of work.
5. Coordinate with Entergy to provide temporary power feed to the relocated electrical
equipment platform and reconnect all cables to and from the existing pump station
6. Coordinate with S&WB Operations personnel, and field verify the tie-in location of
emergency discharge connection (EDC) to the force main. (If indicated on the
drawings, relocate the EDC to the location indicated). This will allow for continual
bypass pumping during the construction of the new station discharge and force
main. The Board cannot guarantee complete closure of force main isolation
valves, so continued sewer flow may be expected, and the Contractor shall provide
additional portable pumping, at no cost to the contract, to control the flow.
7. Construct temporary retaining structure and as much of the new station as possible
prior to demolition of existing station. The existing pumping station shall remain in
service as long as possible during the construction of the new station.
8. Remove all machinery and piping from existing pumping station. Modify suction
lines as explained in the mechanical section. Demolish existing concrete slab
necessary to remove top portion of the existing drywell, as shown on the drawings.
Remove existing steel operating level floor and supporting beams from the existing
drywell. Backfill existing drywell structure with structural fill, as shown on the
drawings
9. Install two (2) new 12” diameter suction lines. These suction lines shall tie into the
existing wet well suction piping of the existing station as indicated on the drawings.
Install one (1) 16” diameter discharge line. The discharge line shall tie into the
existing 16” diameter force main piping as shown on the drawings.
10. Rehabilitate existing wet well as specified.
3-2
11. Complete new station with all accessories, including all site improvements.
12. Demolish the relocated platform and concrete support slab upon completion of
construction of the new pump station. The antenna tower with antenna shall be
returned to the SWBNO.
B. The final sequence of construction (order of work) is the Contractor’s responsibility
and must be approved by the Board’s representative prior to the start of work.
3-04
TEMPORARY EROSION CONTROL
A. The Contractor shall implement structural practices to divert flows from exposed soils,
temporarily store flows, or otherwise limit the runoff and the discharge of pollutants
from exposed areas of the site. Structural practices shall be implemented in a timely
manner during the construction process to minimize erosion and sediment runoff.
Structural practices shall include silt fencing and/or straw bale barriers. Silt fencing
and straw bale barriers shall be properly installed, as required on the contract
drawings, and in accordance with the State of Louisiana Department of Transportation
and Development Standard Drawing EC-01, to effectively retain sediment immediately
after completing each phase of work where erosion would occur in the form of sheet
and rill erosion (e.g., clearing and grubbing, excavation, embankment, and grading).
Silt fencing and straw bale barrier materials shall be in accordance with Section 204
of the Louisiana Standard Specifications for Roads and Bridges, 2006 Edition. The
Contractor shall inspect, repair and maintain barriers for the duration of construction.
Final removal of barriers shall be upon approval of the Engineer.
3-05
EXCAVATION
A. Excavate as required for the execution of this contract.
B. Contractor shall provide and place all necessary timbers, sheet piling, etc. for bracing
and supporting the sides of excavations. Bracing shall be of ample size and stiffness
and shall be properly erected so as to prevent any movement of sides around the
excavated areas. The bracing shall be arranged so as not to place any stress on
portions of the completed work until the general construction thereof has proceeded
far enough to provide its full strength.
C. If in the opinion of the Engineer, the bracing is improper and/or additional bracing is
required, the Contractor shall take the necessary measures to correct this condition at
no cost to the Owner.
D. The Contractor shall assume all responsibility for the stability of the sides of the
excavation and he shall be responsible for any damage to his work caused by water
or earth pressure or other causes until the construction is completed and accepted.
The Contractor shall also assume the responsibility of keeping the excavated material
a sufficient distance from the cut to avoid excessive pressure against the sheet piling
protecting the site of the excavation.
E. Stockpile excavated material free of grass, roots, debris, etc. for use as backfill as
required.
3-3
F. Dispose of grass, roots, and other deleterious material off-site in a manner not creating
a public or private nuisance.
G. The Board has shown all underground utilities and obstructions known to it on the
Drawings. However, objects unknown to the Board may exist. The Contractor shall
hand probe in all questionable areas and also locate known buried objects before
uncovering.
H. Provide barricades around all excavations.
3-06
TEMPORARY RETAINING STRUCTURES
A. Scope
The work to be done under this section of the specifications includes all labor,
materials, equipment and services necessary to furnish and install the temporary
retaining structure to provide dry conditions for all required construction or as shown
on the drawings. Due to close proximity of existing structures, the sheet piling shall not
be driven using vibratory methods. It is recommended that the sheet piling be driven
using a press method with hydraulic presses.
B. Submittal
Prior to commencing work, the Contractor shall submit drawings and a detailed design
of the retaining wall plan to drive sheet pile at the locations indicated on the drawings.
The design shall be prepared and sealed by a registered engineer licensed in the State
of Louisiana experienced in the design of retaining structures. The procedures shall
include a detailed description of the methods, material and equipment required to drive
the sheet pile. The Contractor shall submit the plan to the Engineer for review.
C. Dewatering and Pressure Relief Requirement
Excavation below the ground water table will require ground water control to permit
the construction in the dry and maintain the stability of the bottom and the sides of the
excavation. Controlling seepage may be accomplished by individual or a combination
of methods such as sheeting, sumps, or well point systems. Pressure relief measures
such as pumped well or well points are anticipated to relieve excess hydrostatic levels
in the sand deposits. Sheet piles with a minimum length of 40 feet can be used to
control the seepage.
D. Design Requirement
1. For bidding purposes, the Contractor’s bid must include a cellular braced
cofferdam constructed with steel sheet piling meeting the following requirements:
a. The top of the temporary sheet piling shall extend three (3) feet above the
existing ground and shall be capable of supporting the lateral load of soil
pressure with a construction load surcharge of 250 psf.
3-4
b. The Contractor should assume a minimum length of 45 feet for the steel sheet
piling.
c. Adequate bracing to support the loads.
d. The allowable stress shall be in accordance with “Pile Buck, Inc.TM Steel Sheet
Pile Design Manual”.
2. Once the contract is awarded, the Contractor shall follow design procedures using
the wedge-type method of developing soil pressure for estimating the external
forces, set forth in “Pile Buck, Inc.TM Steel Sheet Pile Design Manual” or Chapter
4 of the U.S. Army Corps of Engineers Manual EM 1110-2-2054, “Design of Sheet
Pile Walls”, excluding the Danish Rules Method. Determination of the effects of
the surcharge loads on the soil pressures shall be based on the procedures set
forth in the “Pile Buck, Inc.TM Steel Sheet Pile Design Manual”. The design
performed by the Contractor must evaluate the overall stability and sizing of the
sheet piling and other structural elements for the temporary retaining structures
using the Free Earth or Fixed Earth methods. The Contractor shall use design
shear strength profile(s) and unit weight data presented in the soil borings. Soil
borings are included in the drawings. The structure shall meet all the requirements
of the Occupational Safety and Health Administration (OSHA) for fall protection
and ingress and egress. The cofferdam system must be designed by a licensed
professional engineer in the State of Louisiana familiar with cofferdam design.
3. Sheet Pile Wall Design
The design of the sheet pile wall shall be developed with the safety factor applied
to the soil strength on both sides of the wall, for either the free earth or fixed earth
method. The soil strengths with the applied factor of safety will be referred to herein
as the “allowable” soil strength parameters. The soil properties and stratifications
used shall be those presented in the soil borings.
4. Loads
The minimum safety factor used in the geotechnical design for the determination
of overturning tip elevation and sheet pile section modulus is 1.30 in the long term
(Q) case analysis and 1.0 for the short term (S) shear strength cases. For design
of the sheet pile wall the water conditions outside the excavation shall be at the
top of the sheet pile wall, while the water inside the temporary retaining structure
excavation is in the drawn-down condition. The design shall also include the
loading influence of any equipment or surcharge that may be located adjacent to
the temporary retaining structure. In absence of detailed analysis of the surcharge
loading, a uniformly distributed load (U.D.L.) of 250 psf is acceptable. If the
designer elects to account for wall friction and adhesion in the determination of soil
pressures, the following criteria shall be used:
a. a maximum value of 54% of the “allowable” soil friction angle in granular
materials may be used for wall friction,
b. a maximum value of 56% of the “allowable” soil cohesion may be used for
3-5
adhesion and
c. no wall friction or adhesion may be applied to the soils above the dredge line.
E. Surcharge Loading
All of the crane and pile driving equipment shall be set on a timber mat of such area
which would not produce actual soil bearing pressure exceeding the design
assumption value.
F. Sheet Pile Removal
After the walls are cast and the forms removed, the annular space between the walls
and the TRS shall be filled with structural fill and compacted to 95% compaction. The
TRS shall then be cut a minimum of three (3) feet below the grade level except at
locations where conduits or pipes cross the sheet piling. At these locations, sheet
piling shall be cut 12” below the bottom of the crossing conduit or pipe. The sheet pile
below the cut line shall be abandoned in place, while the portion above the cut shall
be removed from the job site. All voids created due to this activity shall be filled with
structural fill described below and compacted to 95% compaction.
3.07
BACKFILL
A. Structural fill shall be shall be granular material, non plastic and in accordance with
the Sewerage and Water Board of New Orleans General Specifications, Section C,
Materials, except as follows: no more than 10% by weight passing through US 200
mesh sieve, maximum organic content of 5% by weight, and free of deleterious
materials. Compacted pumped river sand, as indicated on the drawings, shall be
considered structural fill.
B. Structural fill shall be compacted to minimum density corresponding to 95% of the
maximum dry density in accordance with ASTM D698 and shall be placed in lifts of 6
inches.
C. Crushed stone shall be in accordance with Section C302.03.e of the General
Specifications for Street Paving, 1999 Edition (Revised 10/1/2001) for the Department
of Public Works, City of New Orleans, Louisiana.
D. Crushed stone shall be compacted to minimum density corresponding to 95% of the
maximum dry density in accordance with ASTM D698 and shall be placed in lifts of 6
inches.
E. Compaction of structural fill and crushed stone shall be done by vibrating or pneumatic
tamper.
F. Density tests shall be performed at each lift to determine whether the Contractor has
achieved the required density.
G. Structural fill and/or crushed stone shall not be dropped directly upon any structure or
pipe. Pipe trench backfill materials shall be manually spread around the pipe so that
3-6
when compacted, the pipe trench backfill will provide uniform bearing and side
support.
H. Existing ground surface shall be stripped to a depth of at least six (6) inches before
placement of new fill material.
3-08
I.
Finish grade the entire work area. Finished surfaces shall be smooth and shall not
vary more than two (2) inches in ten (10) feet.
J.
Excess excavated material shall become the property of the Contractor and be
removed from the site.
DEMOLITION AND REMOVAL
A. Prior to commencing work, the Contractor shall submit a detailed plan for demolition,
removal and disposal of items designated on the Drawings or Specifications for such
work. The plan shall provide for safe conduct of the work, protection of property which
is to remain undisturbed and coordination with other work in progress. The procedures
shall include a detailed description of the methods and equipment to be used for each
operation, and the sequence of operations. The Contractor shall submit his plan to the
Engineer for approval. The plan shall contain the following:
1. Schedule for completion of all demolition work included in the Specifications.
2. Plans for dismantling, removing, and disposing of all items indicated for demolition,
including procedures and methods to provide necessary supports, lateral bracing,
and shoring when required.
3. The Contractor shall quantify existing structures and piping and include methods
to ensure these existing structures and piping are not damaged during demolition
operations.
4. Methods of storage and/or disposal of salvaged or demolished material.
5. Safety precautions to protect personnel and property.
6. All other associated work.
B. The Contractor shall furnish all labor, equipment and services required and shall
remove or have removed from the site, all items indicated on the Contract Drawings
or Specifications.
1. Demolition Clarification
a. Demolition of a portion of the existing station will be necessary to construct the
new station as shown on drawings.
b. Temporary relocation of the existing electrical equipment platform, cathodic
protection equipment and the antenna tower with antenna will be required to
allow the existing pumping station to remain in service as long as possible
3-7
during the construction of the new station.
c. The Contractor shall submit for the Engineer’s review the procedures and
means and methods of relocation of the platform.
d. The Contractor shall take extra precaution to protect the existing equipment
from being damaged during relocation of the platform, the cathodic protection
equipment and the antenna tower with antenna.
e. Upon completion of the new station, the existing electrical equipment platform
shall be demolished and the electrical equipment designated in Paragraph 308F returned to the Board.
f.
The following equipment will be re-used in the new station:
i.
Bubbler panel.
ii. SCADA Panel .
iii. Cathodic protection rectifier and shunt box.
g. Remove all machinery and piping, up to tie-in locations, from existing pumping
station and salvage as specified later in this Section.
h. Backfill the remaining station with structural fill and compact as stated
elsewhere in these Specifications.
C. The Contractor shall submit copies of all licenses, certifications, notifications, permits
and receipts required or issued for the equipment, methods, and disposal areas used
for disposing of the materials removed.
D. The items indicated on the drawings shall be demolished in accordance with the
applicable provisions of Chapter 33 of the current City of New Orleans Building Code,
due care being exercised at all times for the protection of adjoining property and the
public. Use of explosives is strictly prohibited.
E. During demolition work, the Contractor shall continuously evaluate the condition of the
items being demolished and take immediate action to protect all personnel working in
or around the demolition site. No area, section, or component of slabs, walls, or other
structural element will be allowed to be left standing without sufficient bracing, shoring,
or lateral support to prevent collapse or failure while personnel remove debris or
perform other work in the immediate area.
F. All materials, structures, and improvements salvaged as the result of the work done on
this contract shall become the property of the Contractor, except for the items listed
below, and shall be promptly removed from the site of the work, and the site left clean
and smooth upon completion of the work. Storage or sale of removed items will not be
permitted on site.
3-8
1. Items to be salvaged and returned to the Board’s Machine Shop:
a.
All pumps, stands, drive trains, and motors
b.
Motor starters and controls
c.
Panel board
d.
Automation control equipment except the bubbler panel
e.
Transformer and transformer disconnect
f.
Main disconnect switch
g.
Manual transfer switch
h.
Motor local power and motor heater disconnect switches
i.
Transducers, gages, and accessories
j.
Antenna and antenna tower
k.
Sump pump controllers and sump pumps
l.
Exhaust blower
m.
Lighting fixtures, emergency light fixture
n.
Stainless steel enclosures
G. All debris shall be removed from the site by the Contractor and disposed of in
accordance with applicable laws and ordinances of the City of New Orleans. Burning
of combustible materials from demolished structures will not be permitted on site.
Storage of demolished material will not be permitted onsite.
H. Conduct demolition operations and removal of debris to ensure minimum interference
with roads, streets, walks, and other adjacent occupied and used facilities.
I.
Do not close or obstruct streets, walks, or other occupied or used facilities without
permission from authorities having jurisdiction. Provide alternate routes around closed
or obstructed traffic ways if required by governing regulations.
J. Utility Services: Maintain existing utilities and drainage indicated to stay in service and
protect them against damage during demolition operations.
K. Any and all excavations or holes shall be filled in a sanitary and safe manner to grade.
L. Contractor shall secure the work site and leave the sidewalk area clean at the end of
each workday.
3-9
3-09
EXECUTION
A. Removals: Remove elements to the limits shown on the Drawings. Any removals
beyond the limits shown on the drawings shall be repaired and restored to original
condition at the Contractor’s expense.
B. Pollution Controls: Use water sprinkling, temporary enclosures, and other suitable
methods to limit dust and dirt rising and scattering in air. Comply with governing
regulations pertaining to environmental protection. The use of water is not acceptable
when its use may create hazardous or objectionable conditions.
C. Clean adjacent structures and improvements of dust, dirt, and debris caused by site
work and demolition operations. Return adjacent areas to condition existing prior to
start of work.
3-10
CONCRETE SITE PAVING
A. Site Paving
Concrete site paving shall be in accordance with contract drawings, Department of
Public Works Standard Drawings and Section C601 – Portland Cement Concrete
Pavement – of the General Specifications for Street Paving, 1999 Edition (Revised
10/1/2001) for the Department of Public Works, City of New Orleans, Louisiana.
B. Crushed Stone
Crushed stone shall be as required in Section 3-07.
C. Geotextile Fabric: Fabric properties shall meet requirements listed below:
1. Equivalent opening size
100 < EOS < 20
2. Permeability
10 – 3 cm/second
3. UV radiation resistance
(uncovered exposure)
30 days
4. Tensile strength elongation
wide width tensile test ASTM D 4595
180 lb/in @ 20%
5. Puncture resistance
ASTM D 3787
115 lb
6. Mullein burst strength
ASTM D 3786
600 psi
D. Mesh Reinforcing
Mesh reinforcing shall be in accordance with Section C601, Reinforcing Steel, of the
General Specifications for Street Paving, 1999 Edition (Revised 10/1/2001) for the
3 - 10
Department of Public Works, City of New Orleans, Louisiana and as specified on the
contract drawings.
E. Geogrid (for concrete street paving, only): Geogrid properties shall meet the
requirements listed below:
Minimum Biaxial Geogrid Specification Requirements
Geogrid Property
ASTM Test Method
2
Minimum
Requirement
9.0
Mass per Unit Area (oz/yd )
D 5261
Aperture Size – Machine Direction (in.)
Direct Measure
1.0
Aperture Size – Cross-Machine Direction (in.)
Direct Measure
1.3
Wide Width Strip Tensile Strength (lb/ft)/%:
Strength at 5% Strain-Machine Direction
Strength at 5% Strain – Cross-Machine Direction
Ultimate Strength – Machine Direction
Ultimate Strength – Cross-Machine Direction
D 6637
Manufacturing Process
3-11
700
1200
1200
2096
--
Punched &
Drawn
DRIVEWAYS AND SIDEWALKS
Existing sidewalk and existing driveways shall be removed and replaced in accordance
with the contract drawings, Department of Public Works Standard Drawings and Section
C706 – Driveways and Sidewalks – of the General Specifications for Street Paving, 1999
Edition (Revised 10/1/2001) for the Department of Public Works, City of New Orleans,
Louisiana.
3-12
FENCING
A. Wood Fence
1. Materials
a. Slats: Red cedar with a chamfered top, treated with a water repellent
preservative containing a fungicide or mildewcide. Water repellent preservative
shall also provide UV protection for the slats.
b. Rails: Two (2) 2-inch x 4-inch x 12-foot pressure treated, No. 2 prime or better,
southern pine lumber. Lumber shall be treated to .40 pcf retention or higher.
c. Corner Posts: HSS galvanized pipe with minimum O.D. of 2.875 inches and
minimum thickness of 0.203 inches.
d. Line Posts: HSS galvanized pipe with minimum O.D. of 2.375 inches and
minimum thickness of 0.154 inches.
3 - 11
e. Top Rail: Galvanized pipe with minimum O.D. of 1-5/8”.
f.
Bracing (Corner Posts): Galvanized pipe with minimum O.D. of 1-5/8”.
2. Concrete
a. Concrete shall conform to Section 5 of these specifications.
b. Line posts shall be set in holes not less than 36 inches in depth.
c. Corner posts shall be set in holes not less than 42 inches in depth. Hole shall
be backfilled with concrete. A minimum of three (3) inches of concrete shall be
provided between the bottom of the hole and the bottom of the post being set.
Holes shall have a minimum diameter of 12 inches, as shown on the drawings.
3. Construction Methods
a. The steel posts shall be set true to line and grade in concrete bases.
b. The spacing between posts in any section shall be uniform, but shall not
exceed eight (8) feet.
c. The rails shall be securely fastened to the posts with 3/8-inch diameter
galvanized steel bolts. Rails shall be spliced as shown in the drawings.
d. Fence slats shall be placed on the outside of the posts. The slats shall be
placed two (2) inches above the ground or concrete curb, as shown in the
drawings, and on a straight grade. The slat shall be sound and free from all
major decay or defects which would weaken or otherwise cause them to be
unsuitable for fence slats. Two (2) 6d stainless steel ring shank nails shall be
used to fasten the slats at each rail.
B. Metal Picket Fence
1. Manufacturer
a. The fence system shall conform to Montage II® Welded and Rackable (ATF –
All Terrain Flexibility) Ornamental Steel, Invincible® design, extended picket
bottom rail treatment, 4-Rail style manufactured by Ameristar Fence Products,
Inc., in Tulsa, Oklahoma, or engineer approved equal.
2. Materials
a. Steel material for fence panels and posts shall conform to the requirements of
ASTM A653/A653M, with a minimum yield strength of 45,000 psi and a
minimum zinc (hot-dip galvanized) coating weight of 0.90 oz/ft2, Coating
Designation G-90. A minimum of 62% of the steel material shall be derived
from recycled scrap metal.
3 - 12
b. Fence Panels:
i.
Rails: 1.75” x 1.75” x 0.105” steel channel. Picket holes in the rail shall be
spaced 4.715” o.c.
ii. Pickets: 1” square x 14 gauge tubing
c. Gates:
i)
Rails: 1.75” 14 gauge double steel channel
ii) Ends: 2” square x 11 gauge
iii) Pickets: 1” square x 14 gauge tubing
iv) Bracket Type: Industrial Flat Mount BB301
v ) Line Posts: 4” square x 11 Ga.
vi) Pedestrian Gate Posts: 4” square x 11 Ga.
vii) Double Drive Gate Posts: 6” square x 3/16”
3. Fabrication
a. Pickets, rails and posts shall be pre-cut to specified lengths.
d. Rails shall be pre-punched to accept pickets.
c. Pickets shall be inserted into the pre-punched holes in the rails and shall be
aligned to standard spacing using a specially calibrated alignment fixture. The
aligned pickets and rails shall be jointed at each picket-to-rail intersection by
Ameristar’s proprietary fusion welding process to complete the rigid panel
assembly.
d. The manufactured panels and posts shall be subjected to an inline
electrodeposition coating (E-Coat) process consisting of a multi-stage
pretreatment/wash (with zinc phosphate), followed by a duplex application of
an epoxy primer and an acrylic top coat. The minimum cumulative coating
thickness of epoxy and acrylic shall be 2 mils. The color shall be Black. The
coated panels and posts shall meet the coating performance criteria of ASTM
F2408.
e. The manufactured fence system shall be capable of meeting the vertical load,
horizontal load, and infill performance requirements for industrial weight fences
under ASTM F2408. Fence system shall be able to withstand a wind loading
of 150 mph.
f.
All rail and upright intersections shall be joined by welding.
3 - 13
g. All picket and rail intersections shall be joined by welding.
h. Gusset plates shall be welded at each upright to rail intersection.
4. Concrete
a. Concrete shall conform to Section 5 of these specifications.
b. Line posts shall be set in holes not less than 36 inches in depth.
c. Corner and gate posts shall be set in holes not less than 42 inches in depth.
Hole shall be backfilled with concrete. A minimum of six (6) inches of concrete
shall be provided between the bottom of the hole and the bottom of the post
being set. Holes shall have a minimum diameter of 12 inches, as shown on the
drawings.
5. Fence Installation
a. Fence installation shall be laid out by the Contractor in accordance with the
plans.
b. Fence post spacing shall be 95” plus or minus ½”.
c. Fence panels shall be attached to posts with brackets supplied by the
manufacturer.
d. When cutting/drilling rails or posts, the Contractor shall adhere to the following
steps to seal the exposed steel surfaces:
i.
Remove all metal shavings from the cut area.
ii. Apply zinc-rich primer to thoroughly cover cut edge and/or drilled hole and
let dry.
iii. Apply 2 coats of custom finish paint matching fence color.
Failure to seal exposed surfaces per the steps above will negate warranty.
Manufacturer supplied spray cans or paint pens shall be used to prime and
finish exposed surfaces; it is recommended that paint pens be used to prevent
overspray.
e. The tines of the metal pickets shall be curved inward to the site, as shown in the
drawings.
6. Gate Installation
a. Double Swing Gate
i.
Two double swing gates shall be provided, as shown on the drawings.
3 - 14
ii. The leaf width for each gate panel shall measure 6’-0”.
iii. Gate posts shall be spaced to allow for the width of the gate panels and
the manufacturer’s requirements for latch and hinge clearances.
iv. Gate hardware shall be provided by the manufacturer and shall be installed
per manufacturer’s recommendations.
b. Pedestrian Gate
i.
One pedestrian gate shall be provided, as shown on the drawings.
ii. The leaf width for the gate panel shall measure 3’-6”.
iii. Gate posts shall be spaced to allow for the width of the gate panel and the
manufacturer’s requirements for latch and hinge clearances.
iv. Gate hardware shall be provided by the manufacturer and shall be installed
per manufacturer’s recommendations.
3-13
VIBRATION MONITORING
A. The Board will retain the services of an independent testing laboratory to perform
vibration monitoring during construction.
B. Vibration monitoring will be performed on the project when mechanized equipment,
haul trucks, ready mix concrete trucks or any other heavy equipment is in use on the
site. The number and placement of monitors to be used for each activity or condition
will be as directed by the testing laboratory. Monitoring equipment will directly measure
particle velocity (rate of ground movement) in three mutually perpendicular directions
(longitudinal, transverse and vertical) and be capable of recording the vector sum of
these three measurements to an accuracy of 0.01 in/sec. In addition, the monitoring
equipment will be capable of production of a continuous written record of all
measurements taken. A daily report will be furnished to the Board Engineer including,
at a minimum, a monitoring location plan, all recorded data and a narrative of
construction activities, which is referenced to the recorded data.
C. The Contractor shall advise the Owner’s field representative at least twenty-four (24)
hours in advance of starting any new construction related activity (or if site conditions
change) and arrange for proper vibration monitoring for this activity and/or condition.
D. If, at any time, a reading of 0.20 in/sec is recorded by any monitor in any direction, the
laboratory technician will notify the Contractor and the Owner’s field representative
immediately. The Contractor shall record the activity and location causing the reading.
E. If, at any time, a reading of 0.25 in/sec or greater is recorded by any monitor in any
direction, the laboratory technician will notify the Contractor and the Owner’s field
representative immediately and the affecting construction activity shall be suspended.
The Contractor shall propose to the Owner corrective measures for the affecting
3 - 15
construction activity to ensure the vibration limits will not be exceeded. Upon approval
by the Board Engineer, the modified construction activity may resume. Repair of any
damage caused by vibrations above safe limits as specified herein shall be the full
responsibility of the Contractor.
3-14
CONSTRUCTION PHOTOGRAPHS AND VIDEO DOCUMENTATION
A. Construction photograph documentation
1. Construction photographs shall be in accordance with Section 126.05 –
Construction Photographs – of the General Specifications for Street Paving, 1999
Edition (Revised 10/1/2001) for the Department of Public Works, City of New
Orleans, Louisiana.
B. Construction video documentation
1. The Contractor shall also be responsible for a pre-construction video survey of
existing structures (interior and exterior), yard areas, sidewalks, driveways and
paving elements in street within 150 feet of the project right-of-way. The video shall
show any cracks and defects of the existing structures.
2. The video survey shall be produced on a digital video disc (DVD). Audio
description shall be made simultaneously with the recording. Houses shall be
identified visually and verbally by house number and street. The rate of travel for
recording shall be such so as to produce a clear detailed view of each feature.
3. The Contractor shall make every attempt to gain permission from property owners
for access to private property within 150 feet of the work for documenting preconstruction conditions. The Contractor shall send a certified, return receipt
requested introductory letter (wording to be reviewed by the Engineer) informing
the property owner of the survey and requesting permission to video the existing
conditions. A self-addressed stamped envelope shall be included. If a property
owner refuses access, the Contractor shall notify the Engineer and log all
communications with the property owners. The Contractor shall send up to three
(3) additional certified, return receipt request follow-up letters to any nonresponding residents.
4. Submitted videos shall be reviewed and approved by the Engineer within 7 days of
submittal. Should the filming not provide adequate coverage to fully illustrate the
existing conditions, or not be in compliance with the Specifications, such areas
shall be re-surveyed.
5. At the start of each recording segment, an identifications summary shall be read
into the record simultaneously with a wide-angel view using digital information
including the following:
a. DVD number
b. Project Name and Number
3 - 16
c. Date
d. General location or street number
Each DVD shall be labeled with the above information.
6. A cumulative index correlating the various segments of the video coverage to the
corresponding videos shall be submitted to the Engineer. The index shall identify
each segment in the video by street address, segment start time and viewing time.
Three (3) DVD copies of the residential and pre- construction videos shall be
submitted to the Engineer.
7. A homeowner whose property has been included in the video survey can obtain a
copy by written request to the Engineer and a $20.00 check made payable to the
Contractor. The Contractor shall provide the Engineer with a DVD copy of the
segment that contains the footage of the residence.
* * * END OF SECTION 3 * * *
3 - 17
SECTION 3A
DEWATERING
3A-01 GENERAL
A. Summary
1. This Section includes construction dewatering of all foundation excavation.
B. Performance Requirements
1. The contractor shall design, furnish all labor, materials and equipment, install, test,
operate, monitor, and maintain dewatering system of sufficient scope, size, and
capacity to control ground-water flow into excavations and permit construction to
proceed on dry, stable subgrades.
C. Submittals
1. The contractor shall submit Shop Drawings for dewatering system. Drawings shall
illustrate arrangement, locations, and details of wells and well points (if applicable),
locations of headers and discharge lines, and means of discharge and disposal of
water.
a. Include Shop Drawings signed and sealed by the qualified professional
engineer responsible for their preparation.
D. Quality Assurance
1. Comply with water disposal requirements of authorities having jurisdiction over the
specific construction site.
3A-02 EXECUTION
A.
Preparation
1. Protect structures, utilities, sidewalks, pavements, and other facilities from damage
caused by settlement, lateral movement, undermining, washout, and other
hazards created by dewatering operations.
a. Prevent surface water and subsurface or ground water from entering
excavations, from ponding on prepared subgrades, and from flooding site and
surrounding area.
b. Protect subgrades and foundation soils from softening and damage by rain or
water accumulation.
B. Installation
1. Install dewatering system utilizing wells, well points, or similar methods complete
with pump equipment, standby power and pumps, filter material gradation, valves,
appurtenances, water disposal, and surface-water controls.
3A - 1
2. Before excavating below ground-water level, place system into operation to lower
water to specified levels. Operate system continuously until drains, sewers, and
structures have been constructed and fill materials have been placed, or until
dewatering is no longer required.
3. Provide an adequate system to lower and control ground water to permit
excavation, construction of structures, and placement of fill materials on dry
subgrades. Install sufficient dewatering equipment to drain water-bearing strata
above and below bottom of foundations, drains, sewers, and other excavations.
a. Do not permit open-sump pumping that leads to loss of fines, soil piping,
subgrade softening, and slope instability.
4. Reduce hydrostatic head in water-bearing strata below subgrade elevations of
foundations, drains, sewers, and other excavations.
a. Maintain piezometric water level a minimum of 24 inches below surface of
excavation.
5. Dispose of water removed by dewatering in a manner that avoids endangering
public health, property, and portions of work under construction or completed.
Dispose of water in a manner that avoids inconvenience to others. Provide sumps,
sedimentation tanks, and other flow-control devices as required by authorities
having jurisdiction.
6. Provide standby equipment on-site, installed and available
operation, to maintain dewatering on continuous basis if any
becomes inadequate or fails. If dewatering requirements are not
inadequacy or failure of dewatering system, restore damaged
foundation soils at no additional expense to the Board.
for immediate
part of system
satisfied due to
structures and
a. Remove dewatering system from Project site on completion of dewatering.
Plug or fill well holes with sand or cut off and cap wells a minimum of 36 inches
below overlying construction.
7. Promptly repair damages to adjacent facilities caused by dewatering operations.
3A-03 REMOVAL OF DEWATERING SYSTEM
A. Provide an adequate weight of fill to prevent buoyancy.
B. Remove all dewatering wells, buried and surface piping, cables, pump foundations,
structural supports and all other support facilities.
C. Restore site to the original state by backfilling and earthwork all trenches and
excavations.
***END OF SECTION 3A***
3A - 2
SECTION 4
PILING
4-01
GENERAL
A. Scope: The work to be done under this section of the specifications includes all
labor, materials, equipment and services necessary to furnish and drive piles
(precast concrete or timber), cut off piles at proper elevation, remove pile cut off
from the site and all other functions necessary to complete the piling work as shown
on the drawings and herein specified. Vibration shall be monitored during
installation by an independent testing laboratory.
B. Codes: Conduct all work in strict compliance with the current City of New Orleans
Building Code.
C. Engineer: Piles shall not be driven without the presence of the Engineer or a
representative thereof who will witness the recording of all driving information.
Provide the Engineer with a detailed overall schedule of the pile-driving program
and maintain a current daily schedule with the Engineer.
4-02
DAMAGE TO EXISTING PROPERTY
A. Investigate the existing adjacent structures, sewers and utilities and take proper and
necessary precautions to protect them from damage due to the pile driving work.
B. Repair or replace to its original condition, at no cost to the Board, any property or
work damaged by the Contractor due to his work.
4-03
MATERIALS
A. Precast Concrete Piles – Precast prestressed piles shall be used to support the
pumping station building, as shown on drawings.
1. Qualifications
The precast concrete manufacturing plant shall be certified by the Prestressed
Concrete Institute, Plant Certification Program, or the manufacturer shall
establish a quality control program based on PCI MNL-116, prior to the start of
production
2. Admixtures
Chemical admixtures shall conform to ASTM C 494. Air-entraining admixture
shall conform to ASTM C 260. Calcium chloride or admxtures containing
chlorides or nitrates shall not be used.
3. Aggregates
Aggregates shall conform to ASTM C 33, Class, except as specified otherwise
4-1
herein. Aggregates shall conform to the grading requirements of either ASTM
C33 Class; Louisiana Standard Specifications for Roads and Bridges 2006
Edition (LSSRB), Section 1003.02; or Mississippi Standard Specifications for
Roads and Bridge Construction (MSSRBC), Sections 703.02 for fine
aggregates and Section 703.03, Size 7 for coarse aggregates. Fine aggregates
from different sources of supply shall not be mixed or stored in the same
stockpile, or used alternately in the same concrete mix or the same structure
without approval. The fineness modulus of fine aggregate shall not be less than
2.40 or greater than 3.00. For piles that will be exposed to freezing and thawing,
fine and coarse aggregate subjected to five cycles of the sodium sulfate
soundness test in accordance with ASTM C 88 shall show a loss not greater
than 10 percent. If the selected aggregates fail the soundness test, the
aggregate source may be used if the concrete specimens made with the
aggregates have a durability factor of not less than 80, based on 300 cycles of
freezing and thawing, when tested in accordance with ASTM C 666.
4. Cement
Portland cement shall conform to ASTM C 150, Type, Low alkali or Type II.
5. Pozzolan
Pozzolan shall conform to ASTM C 618, Class C or F with the alkali requirement
of Table I and with the requirement for multiple factor of Table 2A.
6. Prestressing Steel
Prestressing steel shall be seven wire, ½” inch diameter, Grade 270, low
relaxation steel strand conforming to the requirements of ASTM A416. Steel
shall be free from grease, oil, wax, paint, soil, dirt, loose rust, kinks, bends, and
other defects.
7. Reinforcing Steel
Non-prestressing reinforcing steel shall conform to ASTM A 615.
8. Ties and Spiral
Steel for ties and spirals shall conform to ASTM A 82.
9. Water
Water for mixing concrete shall be fresh, clean, drinkable, and free from injurious
amounts of oils, acids, alkalies, salts, sugar, organic materials, or other substances
that may be deleterious to concrete or steel. Undrinkable water may be used if it
meets the requirements of COE CRD-C 400. The time of set for concrete made
with undrinkable water may vary from one hour earlier to one and one-half hours
later than a control sample made with distilled water.
4-2
B. Timber Piles – Timber piles shall be used to support stairs, platform around
pumping station, and discharge piping, as shown on drawings.
1. Treated timber piling shall be clean peeled Southern Yellow Pine of length
shown on the plans, which includes a 2-foot allowance for pile cut off, with 12”
diameter butt and 7” diameter tip, and shall conform to the requirements of
ASTM D25. Timber piles shall be pressure treated in accordance with
requirements of AWPA P8 and P9.
2. Pile bands shall be steel, 1 1/4 inch wide and .031 inches thick.
3. Pile shoes are not required.
4-04
INSPECTION (TIMBER PILES ONLY)
A. An independent testing laboratory shall be employed by the Board to perform
inspection of the piling used on this job. Only those piles bearing the mark of the
inspecting agency shall be shipped to the job site.
B. The Engineer reserves the right of final inspection of piling for compliance with
these specifications. This final inspection may take place while the pile is in the
leads.
C. Noncomplying piles and damaged piles shall be removed from the site and replaced
at no additional cost to the Board.
4-05
FABRICATION (PRECAST CONCRETE PILES ONLY)
A. Prestressed Concrete Piles
Prestressed concrete piles shall be solid concrete piles of the type indicated. Piles
shall be cast as monolithic units of homogeneous concrete and pretensioned with
prestressing steel. Manufacturing requirements for piles shall conform to PCI MNL116 except as modified herein. Embedded or attached lifting devices for pick-up
shall be as shown on the drawings or as approved in accordance with paragraph
1.6.2. Pick-up points shall be marked on the piles at the indicated location after
removal of the forms. Detail drawings of piles, showing dimensions and fabrication
details including forms, reinforcement, collars, and embedded or attached lifting
devices, or pick-up points, shall be submitted for approval. The Contractor shall
notify the Engineer 1 week prior to the date casting of piles is to begin.
B. Forms
Forms shall be of steel, braced and stiffened against deformation, accurately
constructed, watertight, and supported on unyielding concrete casting beds. Form
surfaces shall be within 1/4 inch of a true plane in a length of 50 feet. Forms shall
permit movement of the pile without damage during release of the prestressing force.
4-3
C. Reinforcement and Embedments
Reinforcing steel, prestressing steel, and embedded items shall be accurately
positioned in the forms and secured to prevent movement during concrete
placement. Steel shall have a minimum concrete cover of 2 inches. Reinforcing
steel details shall conform to ACI SP-66. Welding of reinforcing steel shall be in
accordance with AWS D1.4.
D. Concrete Mix
The concrete mix shall be selected by the Contractor to have an ultimate
compressive strength of 5000 psi at 28 days (90 days if fly ash is used) and a slump
of 1 to 3 inches. The water-cement ratio (by weight) shall be held to the minimum
consistent with workability required for placement but in no case shall it exceed 0.45.
Concrete shall be air entrained with a minimum of 4 percent and a maximum of 6
percent air entrainment, accomplished by use of an additive at the mixer. Nominal
maximum size coarse aggregate shall be 1 inch. Once production begins, changes
to the mix will not be permitted without written submittal and approval of the proposed
changes.
E. Concrete Work
Concrete shall not be deposited in the forms until the placement of the
reinforcement and anchorages has been inspected and approved by the Engineer.
Conveying equipment shall be cleaned thoroughly before each run and the concrete
conveyed from the mixer to the forms as rapidly as practicable using methods that
will not cause segregation or loss of ingredients. Concrete shall be deposited as
nearly as practicable in its final position in the forms. At any point in conveying, the
free vertical drop of the concrete shall not exceed 3 feet. Chuting will be permitted
if the concrete is deposited into a hopper before being placed in the forms. Concrete
that has segregated in conveying shall be removed. Each pile shall be produced
of dense concrete with smooth surfaces. Each pile shall be a continuous pour until
it is completed. Vibrator heads shall be smaller than the minimum distance between
steel pretensioning. Side forms shall not be removed until concrete has attained
3500 psi compressive strength. Dimensional tolerances shall conform to PCI MNL116. The ends of all piles and corners of square piles shall be chamfered ¾ inch
or, in lieu of chamfering, may be rounded to a 1-inch radius.
F. Pretensioning
Anchorages for tensioning the prestressing steel shall be an approved type. The
tension to which the steel is to be pretensioned shall be measured by the elongation
of the steel and also by the jack pressure reading on a gauge or by the use of an
accurately calibrated dynamometer. The gauge or dynamometer shall have been
calibrated by a calibration laboratory approved by the Engineer within 12 months of
commencing work and every 6 months thereafter during the term of the contract.
Means shall be provided for measuring the elongation of the steel to the nearest 1/4
inch. The applied load determined from elongation measurements shall be
computed using load-elongation curves for the steel used. When the difference
between the results of measurement and gauge reading is more than 5 percent, the
4-4
cause of the discrepancy shall be corrected. The tensioning steel shall be given a
uniform prestress prior to being brought to design prestress. The same initial
prestress shall be induced in each unit when several units of prestressing steel in a
pile are stretched simultaneously.
G. Detensioning
Releasing of prestressing force in pretensioned piles shall be performed in a manner
that minimizes eccentricity of prestress. Tension in the strands shall be released from
the anchorage gradually. In no case shall the stress be released after casting without
approval by the Engineer. The transfer of prestressing force shall be done when the
concrete has reached a compressive strength of not less than 4,000 psi. The
prestressing steel shall be cut or ground flush with the pile ends.
H. Curing of Piles
Piles shall be cured in accordance with the provisions contained in PCI MNL-116
except as follows. The maximum rate of heat gain shall not exceed 40 degrees
Fahrenheit per hour and the maximum concrete temperature shall not exceed 165
degrees Fahrenheit during the curing cycle. Curing shall be continued until the
concrete has attained a minimum compressive strength of 3500 psi as determined
by the concrete test cylinders.
I.
Splices
Splices will not be permitted.
4-06
STORAGE
A. Precast Concrete Piles
Piles shall be stored, handled, and transported in accordance with PCI MNL-116
except as follows. Methods used for handling and storage of piles shall be such that
the piles are not subjected to excessive bending stress, cracking, spalling, or other
damage. Piles which are damaged during delivery, storage, or handling to the extent
they are rendered unsuitable for the work, in the opinion of the Engineer, will be
rejected and shall be removed from the work site at no cost to the Board.
B. Timber Piles
Store and handle all piling so as to avoid all injury to the piling. Stack piles in a
manner to prevent excessive bending. Any breaks in the surface of a treated pile
shall be repaired by giving 3 brush coats of "Texasphaltic" copper preservative.
4-07
EQUIPMENT
A. Precast Concrete Piles
1. Hammer shall be single acting, air driven, Vulcan 505 (25,000 ft. lbs energy). The
ram stroke shall be limited to 3 ft. and ram weight approximately one-half the
4-5
weight of piles or as approved by the Engineer based on wave equation study.
Stresses predicted by wave equation shall not exceed 0.85 times concrete
compressive strength minus effective prestress in compression or effective
prestress in tension. In lieu of air hammer a diesel hammers can be used. The
diesel hammer shall have rated energy of 29,250 ft- lbs.
2. Driver leads shall be constructed in such a manner as to afford freedom of
movement of the hammer and they shall be held in position by guys or stiff braces
to insure support of the pile during driving.
3. Driver shall be in first class state of repair and shall be properly maintained.
4. Driver shall be of the type that will enable adjustments necessary to assure plumb
driving.
B. Timber Piles
1. Hammer shall be single acting, either steam or air driven, Vulcan No. 1 (15,000
ft. lbs energy) or Engineer approved equal.
2. Driver leads shall be constructed in such a manner as to afford freedom of
movement of the hammer and they shall be held in position by guys or stiff
braces to insure support of the pile during driving.
3. Driver shall be in first class state of repair and shall be properly maintained.
4. Driver shall be of the type that will enable adjustments necessary to assure plumb
driving.
4-08
LAYOUT
Piling layout shall be performed by Contractor using experienced transit man and rod
man using an acceptable instrument.
4-09
DRIVING TOLERANCES
A. Location: Drive piles plumb and in location shown on the Drawings.
B. Centers of driven piles shall not vary more than 3 inches from the location shown on
the Drawings.
C. Plumb: Piles shall not vary from plumb by more than 1/4 inch per foot.
D. Length of pile shall be such that when pile is driven to proper tip elevation the top of
the pile shall be at least two feet above the cut off elevation.
E. Piles not meeting driving tolerances shall be replaced by additional piles as directed
by the Engineer. These replacement piles shall be at the Contractor's expense and
at no cost to the Board.
4-6
F. Pulling piles into place shall not be permitted.
4-10
DRIVING
A. Precast Concrete Piles
1. Pile Driving Leads
Leads shall align the pile and hammer concentrically, and maintain the pile in
proper position and alignment throughout driving. Hammers shall be supported
and guided with fixed extended leads or fixed underhung leads. For driving
battered piles, hammers shall be supported and guided with fixed extended
leads capable of achieving the batters shown on the plans. The leads shall be
of sufficient length to fully accommodate the combined length of the pile and
hammer. Two intermediate pile supports shall be provided in the leads to reduce
the unbraced length of the pile during driving and pulling.
2. Pile Driving Helmets and Pile Cushions
A driving helmet including a pile cushion shall be used between the top of the
pile and the ram to prevent impact damage to the pile. The driving helmet and
pile cushion combination shall be capable of protecting the head of the pile,
minimize energy absorption and dissipation, transmit hammer energy uniformly
over the top of the pile and prevent excessive tensile stresses from developing
in the concrete during driving. The driving helmet shall fit loosely around the top
of the pile so that the pile is not restrained by the helmet, if the pile tends to
rotate during driving. The pile cushion may be of solid wood or of laminated
construction, and must completely cover the top surface of the pile, and be
retained by the driving helmet. Minimum thickness of pile cushion shall be 3
inches or as required by wave equation analysis, whichever is greater. The
thickness shall be increased so as to be suitable for the size and length of pile,
character of subsurface material to be encountered, hammer characteristics,
and the required driving resistance. The following information for each hammer
proposed shall be submitted:
a. pile driving helmet, make, and weight (pounds).
b. pile cushion material, type, proposed thickness, modulus of elasticity, and
coefficient of restitution.
3. Cap Blocks
The cap block (hammer cushion) used between the driving cap and the hammer
ram may be of solid hardwood block with grain parallel to the pile axis and
enclosed in a close-fitting steel housing or may consist of aluminum and
approved industrial type plastic laminate disks stacked alternately in a steel
housing. Steel plates shall be used at the top and the bottom of the cap block.
The cap block shall be replaced if it has been damaged, highly compressed,
charred, or burned or has become spongy or deteriorated in any manner. If a
wood cap block is used, it shall not be replaced during the final driving of any
4-7
pile. Under no circumstances will the use of small wood blocks, wood chips,
rope, or other material permitting excessive loss of hammer energy be permitted.
4. Pile Extractors
Impact hammers are required for pulling piles.
5. Due to the proximity of existing adjacent structures, the Contractor is required to
pre-drill all piles to be installed at the site. Pre-drilling shall be made using a
maximum bit size of 67% of the side dimension of the precast concrete piles (91/4” for 14” x 14” ppc piles). Pre-drilling shall be performed by wet rotary
methods using a fish tail bit. Pre-drilling should cease ten (10) feet above the
final pile tip elevations as indicated in the plans.
B. Timber Piles
1. Start driving by carefully lowering pile into ground under the weight of the
hammer to facilitate detection of possible subsurface obstructions such as tree
stumps, etc., that with subsequent driving would deflect the pile out of plumb and
away from its intended location. When such obstructions are met, the pile shall
be withdrawn and the obstruction penetrated by drill or by driving steel spud or
by another method approved by the Engineer to allow the accurate location and
driving of the pile.
2. Butt End: Before driving, the butt end of each timber pile shall be saw cut on a
plane perpendicular to the longitudinal axis of the pile. Taper trim pile to fit driving
head and protect pile with a steel driving plate.
3. Collars or bands to protect timber piles against splitting and brooming shall be
provided by the Contractor when necessary, all at no cost to the Board.
4. Metal shoes when necessary shall be provided by the Contractor at no cost to
the Board.
5. Due to the proximity of existing adjacent structures, the Contractor is required to
pre-drill all piles to be installed at the site. Pre-drilling shall be made using a bit
size no larger than the timber pile tip diameter. Pre-drilling shall be performed
by wet rotary methods using a fish tail bit. Pre-drilling should cease ten (10) feet
above the final pile tip elevations as indicated in the plans.
C. Jetting is not permitted.
D. Defective Piles: Any pile which is damaged, deflected, broomed, broken, or any pile
which cannot be driven to proper tip elevation, after predrilling, because of
interference by underground obstructions, shall be immediately removed and
replaced with an acceptable substitute pile at a location determined by the Engineer.
In the event that removal is impossible, the substitute pile shall be driven close to
the useless one, as the Engineer may direct. The Contractor shall not receive any
extra compensation for necessary corrective measures unless defective pile is due
to underground obstructions which were not detectable at time of bidding.
4-8
E. New Concrete: No piles shall be driven within 20 feet of concrete that is less than
3 days old.
F. Omitted Piles: Contractor is responsible for omitted piles. Omitted piles, regardless
of the stage of work when discovered, shall be provided and driven by the
Contractor at no additional cost to the Board.
G. Heaving: Redrive piles that have forced up from their original position to their proper
position before cutting off.
4-11
EXTENT OF DRIVING
A. Precast Concrete Piles
1. Penetration Criteria
Piles shall be driven to the required tip elevation, or required length, as shown
on the plans. The minimum required depth of penetration and refusal blow count
can be established by WEAP analysis by a Licensed Professional Engineer,
licensed in the State of Louisiana. The results of WEAP analysis shall be
submitted to the Engineer for approval.
2. Driving
All piles shall be driven with hammers of the same model and manufacturer,
same energy and efficiency, and using the same driving system. The hammer
shall be operated at all times at the speed and under the conditions
recommended by the manufacturer subject to the approval of the Engineer.
Once pile driving has begun, conditions such as alignment and batter shall be
kept constant. Each pile shall be driven continuously and without interruption
until the required depth of penetration has been attained. Deviation from this
procedure will be permitted only for necessary changes to the pile cushion or
whenever driving is stopped by causes that reasonably could not have been
anticipated. Pile cushion changes will be considered necessary whenever the
cushion has become highly compressed, charred, burned, or deteriorated.
Changes to the cushion will not be allowed near the end of driving. A pile that
cannot be driven to the required depth because of an obstruction, as indicated
by a sudden unexplained change in blow count and drifting, shall be pulled and
redriven or shall be cut off and abandoned, whichever is directed.
A pile which cannot be driven to the minimum required tip elevation because
the maximum blow count is exceeded at the maximum stroked determined by
wave equation analysis shall be reported to the Engineer immediately. The
Engineer will either direct the Contractor to cut off the pile, pull and redrive the
pile, or perform other corrective measures. Corrective measures may consist
of requiring the Contractor to utilize predrilling when redriving the pile or driving
subsequent piles.
After piles are driven, the driving head or any excess pile above the cutoff
4-9
elevation shall be removed in accordance with paragraph 4-11.
B. Timber Piles
1. Butt Elevation: Drive piles to elevations as shown on the Drawings. Driving with
a Vulcan No. 1 hammer, the maximum number of blows allowed shall not
exceed 25 blows per foot.
2. Resistance: If, when driving timber piles, a resistance is met which exceeds 25
blows per foot, the Contractor shall terminate pile driving and notify the
Engineer. If predrilling is authorized as a method to assist in the pile placement,
it will be no additional cost to the Board.
3. Withdraw piles driven below cutoff elevation or piles having less than the
specified cutoff allowance and replace with new and if necessary, longer piles,
at no cost to the Board.
4-12
PILE CUT OFF
A. Precast Concrete Piles
1. Heaved Piles
When driving piles in clusters or under conditions of relatively close spacing,
observations shall be made to detect heave of adjacent piles. Heaved piles
shall be driven to the original penetration criteria.
B. Timber Piles
1. Cut off piles at the elevations shown on the Drawings using a straight edge and
spirit level to produce a level cut.
2. Cut off portions shall be removed from the job site.
3. Obtain permission of Engineer before cutting off any piles.
4. Cutoffs of all treated piles shall be coated with two (2) heavy applications of
"Texasphaltic" copper preservative. First application shall be promptly after
cutoff, and time shall be allowed for absorption of the copper preservative before
the second coat is applied.
4-13
DRIVING RECORD
A. Driving log shall be kept by the Contractor on each pile. This log shall be transmitted
in duplicate daily to the Engineer as driving progresses.
B. Recording of the driving records shall be done by the contractor in a manner
approved by the Engineer. Contractor is required to provide markings on his
equipment and to follow pile-driving procedures, satisfactory to the Engineer that will
4 - 10
permit accurate observation and recording.
C. Log: On completion of each pile driven the transit man shall mark centerline location
of the pile on the "as-built" drawings set and shall log the number of blows required
per foot of penetration of each pile. The pile log shall be signed by transit man and
countersigned by the Contractor. Tip and cutoff elevation shall be included in the
log for each pile.
D. As - built drawing: Upon completion of driving, the Contractor shall provide the
Engineer with an "as-built" drawing, numbering the piles and showing their true
location.
4-14
VIBRATIONS
Some vibrations should be expected, and therefore, it is important that all nearby
structures be monitored during pile driving operations to determine the intensity of
vibrations. The Board's Testing Lab shall establish seismic monitors at each adjacent
structure using certified personnel to measure these vibrations during pile driving
operations. If it appears that the intensity of vibrations may be sufficient to cause
damage, pile driving operations shall cease immediately and the Engineer shall be
notified. The Board's testing Lab shall obtain "bench mark" readings for the area prior to
the beginning of construction. Any damage caused by the Contractor's work shall be
repaired by the Contractor at no cost to the Board.
4-15
TEST PILES – Test piles are not required.
* * * END OF SECTION 4 * * *
4 - 11
SECTION 5
CAST-IN-PLACE STRUCTURAL CONCRETE
5-01
GENERAL
A. The work to be done under this section of the specifications includes all labor,
materials, equipment and services necessary for poured in place reinforced concrete
construction, area paving, and grouting, as shown on the drawings and herein
specified.
B. Submittals
1. Drawings and design computations for all formwork (including prefabricated forms)
shall be submitted at least 45 days before either fabrication on site or before
delivery of prefabricated forms. The drawings and data submitted shall include the
type, size, quantity, and strength of all materials of which the forms are to be made;
the plan for jointing of facing panels; details affecting the appearance; type and
location of form ties; and the assumed design values and loading conditions.
2. Shop drawings showing all dimensions necessary for fabrication and placing of
reinforcing steel and accessories, without reference to the design drawings, shall
be submitted for approval. Shop drawings shall include the details of bar supports
including types, sizes, spacing and sequence.
3. Concrete mix proportions shall be determined by the Contractor in accordance with
the requirements specified herein, and submitted for approval. The quantities of all
ingredients per cubic yard and nominal maximum coarse aggregate size that will
be used in the manufacture of each quality of concrete shall be stated. Proportions
shall indicate the weights of cement, pozzolan (if used), and water; weights of
aggregates in a saturated surface-dry condition; and the quantities of admixtures.
The submission shall be accompanied by test reports from a laboratory complying
with ASTM C 1077 which show that proportions thus selected will produce
concrete of the qualities indicated. The submission shall provide information
specified herein regarding documenting of average strength, and if applicable,
regarding determining standard deviation. Concrete compression strength results
submitted shall include specific gravity and absorption of fine and coarse
aggregates determined by ASTM C 128 and ASTM C 127, respectively; slump; air
content; and concrete temperature. No substitution shall be made in the source
or type of materials used in the work without additional tests to show that the new
materials and quality of concrete are satisfactory. Strength of concrete will be
considered satisfactory if the averages of all sets of three consecutive test results
equals or exceeds the specified compressive strength, f’c, and no individual test
(average of two companion cylinders) result falls below f’c by more than 500
pounds per square inch. Additional analysis or testing shall be required at the
Contractor’s expense when the strength of the concrete in the structure is
considered potentially deficient.
4. Cement and pozzolan (if used): Submit manufacturer’s certification of compliance,
accompanied by mill test reports, stating that materials meet the requirements of
5-1
the specification under which they are furnished. Certification and mill test reports
shall be from current production and be representative of the particular lot
furnished. No cement or pozzolan shall be used until notice of acceptance has
been given by the Engineer. Cement and pozzolan will be subject to check testing
from samples obtained at the mill, at transfer points, or at the project site, as
scheduled by the Engineer, and such sampling will be by or under the supervision
of the Board at its expense. Material not meeting specifications shall be promptly
removed from the site of work.
5. Aggregates: Information identifying the aggregate source to be used along with
gradation tests for fine and coarse aggregates shall be submitted for approval.
The gradation test for fine aggregate shall include the No. 8 and No. 30 sieve sizes.
6. Water: The name of the source of mixing and curing water shall be submitted,
indicating compliance with Subsection 5-02B.
7. Submit manufacturer’s certificates indicating the following:
a. Impervious-sheet curing materials shall be certified for compliance with all
specification requirements.
b. Other chemical admixtures shall be certified for compliance with all
specification requirements.
c. Curing compounds shall be certified for compliance with all specification
requirements.
C. Codes
1. Concrete construction and formwork shall meet the requirements of the current
City of New Orleans Building Code.
2. Except where modified herein reinforcing steel shall be in accordance with the
"Manual of Standard Practice" of the Concrete Reinforcing Steel Institute and the
"Manual of Standard Practice for Detailing Reinforced Concrete Structures", ACI
315 latest revision, of the American Concrete Institute.
3. Except where modified herein formwork shall be in accordance with
"Recommended Practice for Concrete Formwork", ACI 347 latest revision, of the
American Concrete Institute.
4. Except where modified herein concrete construction and formwork shall be in
accordance with "Building Code Requirements of Reinforced Concrete", ACI 318
latest revision, of the American Concrete Institute.
5-02
MATERIALS
A. Cement shall conform to ASTM C150, Type 2, with tricalcium aluminate (C3A) not
exceeding 8.0%. Contractor shall submit mill certificates in accordance with
Subsection 5-01B.
5-2
The C3A content of cementitious materials for pump pit and other miscellaneous
structures shall not exceed 8%. C3A content of the cementitious material can be
reduced by adding pozzolan, such as flyash for cement. The pozzolan shall not
exceed more than 25% by weight of cement plus pozzolan.
B. Water shall be fresh, clear, clean, and potable.
C. Aggregate shall conform to ASTM C33. Fine and coarse aggregate shall be regarded
as separate ingredients. Each size of coarse aggregate, as well as a combination of
sizes when two or more are used, shall conform to the grading requirements of this
ASTM Specification. Coarse aggregate for all concrete shall conform to size 56 and
57 per Table 2 of ASTM C33. Contractor shall submit aggregate source and gradation
tests for both fine and coarse aggregate, in accordance with Subsection 5-01B.
D. Steel reinforcing bars shall be deformed billet-steel bars of Grade 60 in conformance
with ASTM A615.
E. Welded wire fabric shall be steel wire fabric conforming to ASTM A185.
F. Non-Shrink Grout shall be as called for in Subsection 5-17.
G. Plywood for forms shall be PLYFORM Class 1, 48 inch x 96 inch, 5/8 inch or3/4 inch
thick, B-B exterior type, oiled and edge sealed, DFPA grade trademarked.
H. Chloride Content – the maximum water soluble chloride ion content, expressed as a
percent of the cement, contributed from all the ingredients of the concrete mix,
including water, aggregates, cementations materials and admixtures shall not exceed
0.1 percent for all concrete.
5-03
CLASSIFICATION OF CONCRETE
A. Concrete shall be furnished under Option C of ASTM C94.
B. Maximum aggregate size shall be 1 inch.
C. Slump shall range between 2 inches and 4 inches.
D. Air entraining concrete shall not be used.
E. Compressive strength of the concrete shall be 4000 psi minimum at the 28 day break.
F. Minimum cement content shall be 6 bags per cubic yard of 4000 psi concrete.
G. The General Specifications, Section "C", are hereby modified to conform to ASTM
C94. Any portion of Section "C" of the General Specifications not in conflict with ASTM
C94 shall have full force and effect.
H. Admixtures which are stated by manufacturer as chloride free and conforming to
ASTM C494 can be used. Admixtures shall only be used with the approval of the
Engineer.
5-3
I.
Constituents of the mix as required by Paragraph 5.4.2 of ASTM C94 shall be
furnished by the Contractor to the Engineer prior to any delivery of concrete. The mix
shall be approved by an independent testing laboratory employed by the Board.
J. Testing of cylinders for compressive strength shall be done by an independent testing
laboratory employed by the Board.
K. Additional information as allowed in Paragraph 16.2 of ASTM C94 is:
1. Reading of revolution counter at first addition of water.
2. Signature of initials of ready-mix representative.
3. Indication that all ingredients are as previously certified or approved.
L. Failure to meet strength requirements: Paragraph 18 of ASTM C94 is not applicable.
The Board, expressly, does not agree to binding arbitration. In the event that concrete
tested in accordance with the requirements of Paragraph 17 ASTM C94 fails to meet
the strength requirements of this specification, then the Engineer of the Board shall
make the final decision as to what adjustment, if any, shall be made. His decision
shall be final except as modified by the Board.
M. Test cylinders: At least 4 test cylinders shall be made for each 100 cubic yards or
portion thereof concrete delivered. At least 4 cylinders shall be made each day
concrete is delivered. Cylinders shall be tested at 7 and 28 days age.
5-04
FORMWORK
A. Design and Engineering: The design and engineering of the formwork, as well as its
construction, shall be the responsibility of the Contractor. The formwork shall be
designed for the loads and lateral pressures imposed and wind loads as specified by
the New Orleans Building Code and Related Regulations.
B. Inspection by Engineer: Before concreting, the forms are to be inspected and the
screeds checked by the Engineer to see if they will result in concrete of the required
dimensions. The Engineer's inspection of the forms and screeds does not relieve the
Contractor of any contract requirement.
C. Molding or chamfer strips suitable to the job, 1 in. nominal size, shall be placed in the
slab edge forms, or other formwork where the concrete will be exposed to view.
D. Camber formwork to compensate for anticipated deflections due to the weight and
pressure of fresh concrete and other construction load. Formwork shall produce
concrete within the herein specified tolerances.
E. Adjustment: Provide positive means of adjustment (wedges or jacks) of shores and
struts and take up all settlement during concrete placing operations.
F. Lateral Deflection: Brace formwork against lateral deflection.
G. Temporary Openings:
Provide temporary openings in formwork as required to
5-4
facilitate cleaning and observation immediately before concrete is deposited.
H. Form accessories partially or wholly embedded in the concrete, such as ties and
hangers, shall be a commercially manufactured type. Wire is not acceptable. The
portion remaining within the concrete shall leave no metal within 1 ½ in. of the surface
when the concrete is exposed to view. Spreader cones on ties shall not exceed 1 in.
in diameter. Form ties shall have water stops and shall not be pulled completely from
the walls. Ends of ties shall be at least 1 ½ in. from the face of the wall after the ties
are broken off. Chairs and other supports for reinforced steel in slabs above grade
and in walls shall be plastic tipped.
I.
Tolerances: Formwork shall be constructed so as to insure that the concrete surfaces
produced shall conform to the tolerances shown in the following table:
THIS AREA INTENTIONALLY LEFT BLANK
5-5
CONSTRUCTION TOLERANCES
FOR REINFORCED CONCRETE CONSTRUCTION
Footings
Plus 2” *
Variation from plans (size)
Minus ¼”
Variation in Thickness
Plus 10%
Minus5%
Variation from plans (location)
2% of footing width in direction of mislocation but not
more than 2"
Pits, sumps, sleeves, floor and wall openings
Variation from plans (size)
Plus ¼”
Minus ¼”
Variation from plans (location)
Plus ¼”
Minus ¼”
Vertical surfaces: walls, columns, piers
Variation from plumb
(walls, columns, piers)
¼" in 10 ft. but not more than ¼"
Variation from plumb (conspicuous lines and controljoint grooves)
¼" in any bay or 20 ft. maximum ½" in 40 ft. or more
Horizontal surfaces: decks, beams, soffits, caps, floors, slabs, ceilings
Variation from grade or level decks, beams, soffits,
caps, floor, slabs, ceilings)
¼" in 10 ft., 3/8" in any bay or 20 ft. maximum, ½" in
40 ft
Variation from level (exposed conspicuous lines)
¼" in any bay or 20 ft. maximum, ½" in 40 ft. or more
Variation of the surface from plane
¼" in 10 ft. for any line intended to lie on the plane
Variation from true location for columns and walls
½" maximum
Variation in thickness of slabs and walls
¼" minus, ½" plus *
*
Tolerance is allowable only if there is no interference with other construction elements.
5-6
J. Above grade forms shall be constructed of plywood or metal. Generally, seams shall
not be closer than 4 ft. on centers.
K. Below grade forms may be of tongue and groove sheathing.
L. Form surfaces shall be smooth, mortar-tight, and free from holes and seams which
would permit appreciable amounts of water or paste to escape. Edges of adjacent
panels of all forms shall be kept flush with each other so that the finished concrete
shows a minimum of seam marks. The Engineer may require the Contractor to keep
wooden forms continuously soaked with water if in his opinion this step is necessary
to prevent movement of the members due to swelling at the time of concreting and to
retain the watertightness of the form.
M. Form materials shall be new and in good condition. Metal forms shall be free from
dents, kinks, bends, etc.
N. Oil forms before steel reinforcing is in place. Oil coating shall not be so thick as to
soften or stain the concrete surface. The trade name and specifications of the oil to
be used shall be submitted to the Engineer for approval.
O. Wooden spacers shall be removed as work progresses.
P. Form Removal
1. Formwork for slabs and other parts that support the weight of concrete shall remain
in place until the concrete has reached its specified 28-day strength, unless
otherwise specified or permitted. When shores and other vertical supports are
arranged so that the form facing material may be removed without loosening or
disturbing the shores and supports, the facing material may be removed at an
earlier age as specified or permitted. The shores and supports shall remain in
place until the concrete has reached its specified 28-day strength, unless
otherwise specified or permitted. Whenever the formwork is removed during the
curing period the exposed concrete shall be cured by one of the methods specified.
2. If, in the opinion of the Engineer, the forms are to be left in place longer than the
minimum requirements, the Contractor shall abide by the Engineer's decision in
the matter. There shall be no additional cost to the Board incurred by this action.
3. In no case shall the supporting forms or shoring be removed until the members
have acquired sufficient strength to support their weight and load thereon.
4. Forms shall be removed in such a manner as to insure the complete safety of the
structure and precautions shall be taken to avoid marring the concrete.
5. Concrete shall be presumed to have reached its specified strength when either of
the following conditions has been met:
a. Where test cylinders, cured under the most disadvantageous field condition
prevailing for any portion of the concrete represented, have reached the
required strength, the condition shall have been met. Except for the field curing
and age at test, the cylinders shall be molded and tested as specified.
5-7
b. When the concrete has been cured as specified for the same length of time as
the age at test of laboratory cured cylinders which reach the required strength,
the condition shall have been met. The length of time the concrete has been
cured in the field shall be determined by the cumulative number of days or
fractions thereof, not necessarily consecutive, during which the temperature of
the air in contact with the concrete is above 50°F and the concrete has been
damp or thoroughly sealed from evaporation and loss of moisture.
5-05
OPENINGS
Additional openings not shown on plans, but required, shall be approved by Engineer and
all except very small openings shall be protected by short diagonal, vertical and horizontal
bars so placed to carry the stress around the opening, all as directed by the Engineer.
5-06
REINFORCEMENT
A. Bars: Only new bars, free from loose rust, dirt, grease, loose mill scale, and foreign
matter shall be procured by the Contractor for work under this contract. All necessary
precautions shall be taken by the Contractor to keep the bars from harmful rust, etc.
If, in the opinion of the Engineer, the rust is of such a nature as to prevent an adequate
bond between the basic steel and the concrete, the Engineer shall require the
Contractor to adequately clean or replace the objectionable bars, at no additional cost
to the Board. Bars shall be stored above ground and adequately protected such that
they shall remain free of dirt, grease, scale and harmful rust until the concrete is
placed.
B. Cover: Unless otherwise shown on the plans, reinforcing steel shall be so placed in
the forms to provide a minimum of 2 in. of cover between the edge of the steel and the
outside of the concrete when in place.
C. Supports: All steel reinforcement is to be accurately located in the forms and firmly
held in place, before and during the placing of concrete, by means of metallic supports,
spacer bars, wires, and other devices adequate to insure against displacement during
construction and keep the steel at the proper distance from the formwork. On the
ground and where necessary, supporting concrete blocks with the tie wires may be
used. Concrete blocks shall not be used on formed surfaces which will be exposed to
view. Bar supports for reinforcing in all slabs, except those poured on earth, beams,
and walk shall be "Rustless" plastic accessories as manufactured by Builders Plastic
Products, Inc. or Engineer approved equal. Bar supports and spacers shall be
sufficient in number and sufficiently heavy to carry the steel they support even when
subject to construction loads. Supports and their proper spacing are the responsibility
of the Contractor. In general, horizontal bars over 5/8 in. in diameter shall be
supported at intervals not greater than 6 ft. and horizontal bars 5/8 in. in diameter or
less shall be supported at intervals not greater than 4 ft. During the process of pouring
concrete, any displaced reinforcement is to be corrected as soon as detected. Welded
wire fabric shall be supported as required for reinforcing bars.
D. Cement blocks may be used only on bottom slabs. They shall be made of 1 part
cement to 2 ½ parts sand and accurately cast to size with cast in tie wires.
E. Tie bars, mats, etc., together in a manner and at such intervals that the bars will not
5-8
change position. Tying bar shall not be smaller than 14 gauge. Bars shall be tied at
all intersections except where spacing is less than 1 ft. in each direction where
alternate intersections shall be tied.
F. Splices: Except as shown on the drawings, bars shall not be spliced without the
permission of the Engineer. Splices which are permitted shall be "Class B" unless
otherwise noted on the contract drawings. In general such splices shall be so located
that no more than 2 bars in any 12 in. width of the member and not more than 50% of
the total area shall be spliced at any one point. Welded wire fabric shall have lapped
splices so made that the overlap measured between outermost cross wires of each
fabric sheet is not less than the spacing of the cross wires plus 2 inches.
G. Placement: Place bars to the following tolerances:
1. Concrete cover at formed surfaces: + 1/4 in., -0 in.
2. Minimum spacing between bars: - 1/4 in., +0 in.
3. Depth of bars in slabs and beams:
a. Members 8 in. deep or less: +/- 1/4 in.
b. Members more than 8 in. deep: +/- ½ in.
c. Crosswise of members: +/- 1 in of specified spacing except at inserts, etc.
d. Lengthwise of members: +/- 2 in.
H. Minimum spacing center to center of parallel bars shall be not less than 2 bar
diameters nor shall the minimum clear distance between the bars be less than 1 1/3
times the maximum size of the coarse aggregate.
I.
Repositioning: Bars may be repositioned as necessary to avoid interference with other
reinforcing steel, conduits, or embedded items. If bars are moved more than one bar
diameter or exceeding the specified tolerances, the resulting arrangement of bars shall
be subject to approval by the Engineer.
J. Fabricating Bars
1. Before fabrication of reinforcing bars, the Contractor shall submit copies of all bar
lists, bending diagrams, and placement drawings to the Engineer for approval.
2. At least 4 weeks time shall be allowed for the Engineer to approve the above lists
and diagrams. However, the Engineer's approval will not relieve the Contractor of
responsibility for correctness of such lists and diagrams. Contractor shall bear any
expense required to revise material furnished in accordance with such lists and
diagrams to conform with the plans.
3. The reinforcement shall be accurately bent cold in the shop to shapes indicated
on the plans and with tolerances as listed herein and specified in ACI 315.
5-9
4. Bars used for concrete reinforcement shall meet the following requirements for
fabricating tolerances:
a. Sheared length: ± 1 inch.
b. Stirrups, ties, spirals: ± ½ inch.
c. All other bends: ±1 inch in overall length, -½ inch in overall depth and -1 inch
in the eye of return bends.
5. Bending in the field shall be done where called for on the plans or where
specifically approved by the Engineer and shall be done in a manner that will not
damage the material.
6. Bars badly bent, damaged, or broken during construction shall be replaced by the
Contractor at no cost to the Board.
7. Bends for stirrups and ties shall be made around a pin having a diameter of not
less than twice the least diameter of the bar.
K. Shipping of bars shall be in standard bundles, tagged and marked in accordance with
the Code of Standard Practice of the Concrete Reinforcing Steel Institute. The
Contractor shall be responsible for unloading bars and providing adequate storage
facilities for them.
L. Inspection: Reinforcement in all members shall be placed and then inspected and
approved by the Engineer before placing of concrete begins. Concrete placed in
violation of this provision may be rejected and removal required at no expense to the
Board.
5-07
ANCHOR BOLTS AND EMBEDDED ITEMS
Anchor Bolts, inserts, pipe sleeves, pipes, conduits, flashing, catch basin cover frames,
and other embedded fixtures are to be firmly in position before the concrete is placed;
shifted items shall be corrected. Anchor bolts, inserts, etc., shall have a final location
within ± 1/8 in. of their location and elevation shown on the drawings.
5-08
SPECIAL INSPECTION
Special inspection shall be required by a qualified person for the items listed below. These
inspections are in addition to the inspections/testing required in Section 2-42 and Section
5-17 of these specifications. Special inspection shall be paid for by the Contractor.
A. Concrete pile tension connectors.
B. Rebars for pump pit wall.
C. Bolts, prior to the placement of pump pit concrete.
D. At the time fresh concrete is sampled to fabricate specimens for strength tests, slump
and air content test shall be performed and the temperature of the concrete shall be
5 - 10
determined. Results of these tests shall be submitted to the Board Engineer.
5-09
MIXING CONCRETE
A. Mix concrete in quantities for immediate use only.
B. Retempering: Concrete which has taken its initial set shall not be retempered, but
shall be discarded.
C. Mixing Time: If more than 45 minutes elapses between the initial addition of water of
the concrete and the time it will reach the forms, the concrete shall be discarded.
D. Slump: Indiscriminate addition of water to increase slump will be prohibited. When
concrete arrives at the project with slump below that suitable for placing, water may
be added only if neither the maximum permissible water-cement ratio nor the
maximum slump is exceeded. The water must be incorporated by additional mixing
equal to at least half of the total mixing required.
5-08
HANDLING AND PLACING CONCRETE
A. Clean hardened concrete and foreign materials from inner surfaces of conveying
equipment before each use.
B. Before placing concrete, complete all formwork; remove all ice and excess water;
secure all reinforcement; position all expansion joint materials, anchors, and other
embedded items; and obtain approval of preparations by Engineer.
C. Transport concrete from the mixer to the place of final deposit as rapidly as practical
by methods which will prevent separation or loss of ingredients and in a manner
approved by the Engineer, which manner shall assure that the quality of the concrete
is not harmed. The method shall result in uniform concrete of the proper consistency
at the forms and shall prevent segregation, excessive drying, stiffening, or overly wet
consistency.
D. Height of drop used in handling concrete shall be limited to avoid segregation.
The proposed drop shall be submitted to the Engineer for approval. Where conditions
make placing and compacting difficult, batches of mortar containing the same
proportions of cement to sand as used in the concrete shall first be deposited in the
forms to a depth of at least one inch.
E. Chutes for handling concrete shall be of rounded cross section. The slope shall be
steep enough to permit flow without requiring a consistency other than that specified.
F. Sufficient equipment and operators shall be provided by the Contractor so that the
entire mixer output can be handled without delay.
G. Place concrete in a manner that will result in uniformly dense concrete without
segregation or honeycombed areas. Deposit within a lateral distance of 3 feet from its
final location. No more concrete shall be deposited in one place than can be
compacted conveniently and effectively. Any segregated rock is to be dug out and
spread on other areas so as to avoid rock pockets. An unusually stiff batch of concrete
5 - 11
may, if approved by the Engineer, be spread in a thin layer and worked into the other
concrete.
H. Rate of pour shall be such that at no time shall fresh concrete be placed upon concrete
which has started its initial set. Fresh layers of concrete shall be well worked into
proceeding layers.
I.
Weather Conditions: Do not place concrete during rain, snow, or when the
temperature is below 40°F.
J. Contaminated Concrete: Concrete contaminated by foreign materials shall not be
deposited.
K. Remove temporary spreaders in forms when the concrete being placed has reached
an elevation rendering their service unnecessary. They may not remain embedded in
concrete.
L. Deposit concrete as near to its final position as possible.
M. Segregation: Do not subject concrete to any procedure which will cause segregation.
5-09
CONSOLIDATION
A. Consolidate the concrete as it is being placed; it is to be compacted thoroughly and
uniformly by means of hand tools, vibrators, or finishing machines to secure a dense
structure, close bond with reinforcement, and smooth surfaces. The concrete is to be
worked well around the reinforcement, the embedded fixtures, and into the corners of
the forms.
B. Vibrators shall be used wherever possible to produce a dense and compact concrete.
They shall be used periodically while pouring structures. The same experienced men
shall be designated to operate the vibrators at all times.
C. Spade the sides of a layer of concrete lightly against the forms. The forms are to be
vibrated by hammering or other suitable means.
D. Spare vibrators shall be kept on the job site during concrete placing operations.
5-12
PROTECTION
Cover existing concrete or structures near a new placement with heavy paper or burlap to
prevent marring by splashing or dipping of freshly poured concrete. When freshly poured
concrete has been allowed to fall or splatter on existing structures it shall be thoroughly
cleaned off before the end of the working day.
5-13
JOINTS AND EMBEDDED ITEMS
A. Construction joints are to be allowed only where and as shown on the plans.
B. Continue reinforcing across all joints.
5 - 12
C. Keys and dowels shall be provided as directed by the Engineer or as shown on the
drawings.
5-14
REPAIR OF DEFECTIVE WORK
A. Patching
1. Immediately after forms have been removed, the surface will have all defects,
holes, honeycombs, seams, etc., patched. All patching shall be done in an
approved manner.
2. Seams and honeycombs shall be thoroughly cleaned and chipped. All loose gravel
shall be removed. The surface shall be wetted and then patched by troweling stiff
cement mortar onto surface and then finishing flush.
3. The finish to the patch shall be such that the patch matches with the adjoining
concrete surface. For example, when patching concrete originally poured against
a steel form, the patch shall be finished with steel trowel rather than a wood float.
5-15
FINISHING
A. Finish the formed surfaces of concrete immediately after the removal of forms and the
patching mortar has set with one of the finishes listed below:
1. Rough or board form finish - Rough or board form finish surfaces shall be
reasonably true to line and plane with no specific requirements for selected facing
materials. Tie holes and defects shall be rubbed down with wooden blocks.
Otherwise, surfaces shall be left with the texture imparted by the forms.
2. Plywood finish - Plywood finish shall be produced in the same manner as rough or
board form finish, except as follows:
a. Concrete shall be cast against forms constructed on plywood not less than 5/8
in. thick or boards lined with tempered hardboard not less than 3/16 in. thick.
b. The arrangement of plywood sheets or liner sheets shall be orderly and
symmetrical, and sheets shall be in as large sizes as are practicable.
c. Sheets showing torn grain, worn edges, patches of holes from previous use,
or other defects which will impair the texture of concrete surfaces shall not be
used.
d. All fins on the surface will be completely removed.
3. Smooth rubbed finish - Smooth rubbed finish shall be produced on freshly
hardened concrete. All necessary patching shall have been done immediately
after forms have been removed, and rubbing shall be completed not later than the
following day. Surface shall be wetted and rubbed with carborundum brick or other
abrasive with mortar until a uniform color and texture are produced.
5 - 13
B. Surfaces to receive the above listed finishes are as follows:
1. Rough finish - Edges of all foundations to be covered by backfill, below the water
line, or otherwise hidden from view.
2. Plywood finish - All surfaces to receive a rubbed finish, the underside and edges
of elevated slabs.
3. Smooth rubbed finish - All interior concrete exposed to view, and all exterior
concrete from top down to 1 ft. below grade or water line.
C. Flatwork shall be finished as follows:
1. Edge forms and intermediate screed strips shall be set accurately to produce the
designed elevations and contours in the finished surface. The concrete surface
shall be aligned to the contours of screed strips by the use of strikeoff templates
or approved compacting type screeds.
2. When the formwork is cambered, screeds shall be set to a like camber to maintain
the proper concrete thickness.
3. Joints in slabs on grade shall be located and detailed as indicated on the drawings.
4. Concrete in slabs shall be thoroughly consolidated. Internal vibration shall be used
in all slabs. Concrete to be consolidated shall be dry as practical and the surface
thereof shall not be manipulated prior to finishing operations.
5. After consolidation, the surface of flatwork shall be given the following finish:
After the concrete has been placed, struck off, consolidated and leveled, the
concrete shall not be worked further until ready for floating. Floating shall begin
when the water sheen has disappeared, and/or when the mix has stiffened
sufficiently to permit the proper operation of a power-driven float. The surfaces
shall then be consolidated with floats which shall be used in locations inaccessible
to the power-driven machine. Trueness of surfaces shall be rechecked at this stage
with a 10 ft. straight-edge applied at not less than two different angles. All high
spots shall be cut down and all low spots filled during the procedure. The slab shall
then be refloated immediately to a uniform, smooth, granular texture.
5-16
CURING
A. Freshly deposited concrete shall be protected from premature drying and excessively
hot or cold temperatures, and shall be maintained with minimal moisture loss at a
relatively constant temperature for the period of time necessary for the hydration of
the cement and proper hardening of the concrete.
B. During the curing period, the concrete shall be protected from damaging mechanical
disturbances, particularly load stresses, heavy shock, and excessive vibration. All
finished concrete surfaces shall be protected from damage caused by construction
equipment, material, or method, and by rain or running water. Self-supporting
structures shall not be loaded in such a way as to overstress the concrete.
5 - 14
C. For formwork, the forms shall be kept continuously saturated for six to nine days after
which the forms shall be stripped and the finishing operation immediately commenced.
After finishing, the concrete shall be cured an additional four days by an absorptive
mat or fabric meeting the requirements of ASTM C171, kept continuously wet.
D. On flatwork, curing shall immediately follow the finishing operation. Total curing time
shall be seven days. On flatwork, absorptive mat or fabric meeting the requirements
of ASTM C171 shall be used.
E. When the mean daily temperature of the atmosphere is less than 40°F, the
temperature of the concrete shall be maintained between 50°F and 70°F for the
required curing period. When necessary, arrangements for heating, covering,
insulating, or housing the concrete work shall be made in advance of placement and
shall be adequate to maintain the required temperature and moisture conditions
without injury due to concentration of heat.
F. When necessary, because of hot weather, arrangements for installation of windbreaks,
shading, fog spraying, sprinkling, ponding, or wet covering of a light color shall be
made in advance of placement, such protective measures shall be taken as quickly as
concrete hardening and finishing operation will allow.
5-17
TESTING
A. Testing shall be in accordance with the provisions of ASTM C94.
B. An Independent Testing Laboratory employed by the Board shall perform the tests.
C. Test results shall be evaluated in accordance with the provisions of ASTM C94.
5-18
GROUT
A. Grout shall be one part cement to 2½ parts mason sand unless other mixes are
designated on the drawings.
B. Non-shrink grout shall be a catalyzed, non-metallic grout as approved by the Engineer
and manufactured by the W. R. Grace Co., the Masterbuilders Co., or the U. S. Grout
Corp. Mixing and application shall be in accordance with the manufacturer's directions.
5-19
WATERSTOP
A. The Contractor shall provide waterstops as indicated on the drawings.
B. Waterstop shall be PVC water stop, 9” wide, dumb-bell shaped as shown on the
drawings and conforming to COE-CRD-C 572, or an Engineer approved equal.
5 - 15
5-20
CLEAN-UP
A. Contractor shall clean all concrete surfaces.
B. Surfaces shall be broom-cleaned and flushed with clean water.
* * * END OF SECTION 5 * * *
5 - 16
SECTION 6
MASONRY
6-01
GENERAL
A. Types of masonry involved are concrete block, stucco and the required mortar, grout,
and accessories.
B. Included in the work is the furnishing and setting of all anchors, dowels, ties,
reinforcing and other iron work that form an integral part of the masonry walls. It also
includes the setting of all lintels, doorways, louvers, masonry flashing, etc.
C. Submittals: In addition to product data for each different masonry unit, accessory, and
manufactured product indicated, submit the following:
1. Shop drawings for placement of unit masonry reinforcing bars, including plans,
elevations, and details of wall reinforcement; details of reinforcing bars at corners
and wall intersections; offsets; tops, bottoms, and ends of walls; control and
expansion joints; and wall openings. Bar splice locations shall be shown. Bent
bars shall be identified on a bending diagram and shall be referenced and located
on the Drawings. Wall dimensions, bar clearances, and wall openings greater than
one masonry unit in area shall be shown. No approval will be given to the shop
drawings until the Contractor certifies that all openings, including those for
mechanical and electrical service, are shown. If, during construction, additional
masonry openings are required, the approved shop drawings shall be resubmitted
with the additional openings shown along with the proposed changes. Location of
these additional openings shall be clearly highlighted. Reinforcement bending
details shall conform to the requirements of TMS 402-08 and ACI 530-08 published
by The Masonry Society.
2. Samples of each different exposed masonry unit, masonry mortar, and
accessories.
3. Material certificates for each different masonry product required.
4. Material test reports from a qualified independent testing laboratory for mortar,
grout mixes, and masonry units.
D. Affidavits from the manufacturer shall be furnished certifying that the materials or
products delivered to the job meet the requirements specified herein. Such
certification shall not relieve the Contractor from the responsibility of complying with
any other requirements specified herein.
6-02
MATERIALS
A. The new concrete block shall be 8 inch nominal width, 8 inch nominal height, 16 inch
nominal length, hollow, load bearing, normal weight aggregate, modular blocks except
where shown otherwise on the Drawings. Blocks shall meet the requirements of Grade
N, ASTM C90. Contractor shall furnish the Board a copy of the supplier's certificate
of compliance with the above-cited standard before blocks are delivered to the job site.
6-1
B. Mortar for concrete block masonry shall meet the requirements for Type M or S mortar
of ASTM C270. The Engineer shall choose the color of the mortar.
C. Grout for filling concrete block cavities, lintels and bond beams shall have a strength
of 2,000 psi in 28 days and shall conform to ASTM C 476. Grout shall be used subject
to limitations as shown in table below. Coarse and fine grout shall be as specified in
ASTM C 476. Grout slump shall be between 8 and 10 inches.
Grout Type
Max. Grout
Pour Height
(feet)
Minimum Grout Space
Dimensions of Hollow Limits
(inch)
Fine
1
1½ x 2
Fine
5
2x3
Fine
12
2½ x 3
Coarse
1
1½ x 3
Coarse
5
2½ x 3
Coarse
12
3x3
D. Reinforcing bars shall be new and meet the requirements for Grade 60 of ASTM A615.
E. Concrete block horizontal joint reinforcing shall be truss type with deformed bars and
hot dip galvanized after fabrication. It shall be DUR-O-WALL or Engineer approved
equal and of the following types:
1. For single wythe concrete block wall, No. 8 or 12, Standard Class, Truss laid every
nd
2 Course.
2. At concrete block wall corners, Prefabricated Corners laid every 2nd Course.
F. Metal lath shall be galvanized Expanded Metal Stucco-mesh in 1-3/8" x 3-1/8"
diamond pattern, weighing a minimum of 3.4 lbs per square yard, as manufactured by
United States Gypsum.
G. Corner beads shall be Milcor Super-Ex, galvanized.
H. Expansion joints shall be Phillips #15, galvanized.
I.
Casing beads shall be Phillips #66, galvanized.
J. Channels shall be galvanized cold rolled steel. Runner channels - 1-1/2" weighing not
less than 442 lbs. per 1000 lineal feet. Furring channels - 3/4" weighing not less than
226 lbs. per 1000 lineal feet.
K. Hangers shall be #6 gauge galvanized annealed steel wire.
L. Cement for stucco shall meet the requirements of ASTM C150, Type I.
6-2
M. Lime for stucco shall meet the requirements of ASTM C206, Type S.
N. Sand for stucco shall meet the requirements of ASTM C144 except that the gradation
shall be as follows:
Sieve Size No.
% Passing
Each Sieve
4
100
6
100
16
60 - 90
30
35 - 70
50
10 - 30
100
0-5
O. Waterproofing shall be Anti-Hydro or Engineer approved equal.
6-03
STORAGE OF MATERIALS
A. Store materials under cover in a dry place above grade and in a manner to prevent
damage or intrusion of foreign matter. Store cement, lime and air-setting mortars in
watertight enclosures with raised floors. Protect reinforcement from the elements;
immediately before placing, the reinforcement shall be free from loose rust or other
foreign coatings that may destroy or reduce the bond.
6-04
WORKMANSHIP
A. Do not lay masonry when the temperature of the outside air is below 40° F unless
suitable means as approved by the Engineer are provided to heat materials, protect
the work from cold and frost, and insure that mortar will harden without freezing.
B. Protect facing material against staining, and keep tops of walls covered with nonstaining waterproof covering when work is not in progress. When work is resumed,
top of surface of work shall be cleaned of all loose mortar.
C. Consult other trades and make provisions that will permit the installation of their work
in manner to avoid cutting and patching. Build in work specified under other sections
as necessary and as work progresses. Set steel lintels in beds of grout. Fill spaces
solidly with grout around jambs and heads of metal door frames and bucks.
D. The finished appearance of exposed masonry surfaces shall have all courses level,
plumb, true, and straight with joints of uniform thickness and contour.
E. Watertight construction shall be provided in exterior masonry.
F. All joints shall be completely filled with mortar throughout the work.
6-3
6-05
MORTAR
A. Mortar shall be as specified in Paragraph 6-02 C.
B. Discard mortar more than 2 ½ hours old.
C. Antifreeze admixtures shall not be used in the mortar.
D. Mix all cementious materials and sand in a power batch mixer for a minimum of 5
minutes. Adjust the consistency of the mortar to the satisfaction of the mason but add
no more water than the amount which is compatible with convenience in using the
mortar. If mortar begins to stiffen from evaporation of the mixing water, retemper the
mortar immediately by adding water and remixing. The 2 ½ hour useful life of the
mortar is not changed by retempering.
6-06
SPECIAL INSPECTION
Special inspection shall be required by a qualified person for the items listed below. These
inspections are in addition to the requirements of Section 2-42 of these specifications.
Special inspection shall be paid for by the Contractor.
A. As masonry construction begins, the following shall be verified for compliance:
1. Proportions of site prepared mortar.
2. Construction of mortar joints.
3. Location of reinforcement, connectors and tie rods.
B. During construction, the special inspection shall verify the following:
1. Type, size and location of anchor bolts.
2. Grout space is clear.
3. Proportion of site prepared grout.
4. Grout placement to conform to code requirements.
6-07
LAYING CONCRETE BLOCK
A. Concrete block units shall be dry and shall be laid in running bond in full mortar bed.
Bearing webs shall be aligned. Courses shall be kept level and exposed vertical joints
shall be properly aligned. Vertical and horizontal joints shall be 3/8 inch wide.
B. All masonry walls shall be true and plumb, and shall be laid in straight uniform courses
with the units in the courses above regularly breaking joint with the courses below. All
workmanship shall be of the highest grade.
C. Provide and place such special units as required (corner blocks, door and window jamb
blocks, fillers, precast lintels beam blocks, sills, etc.) to form all corners, returns and
offsets using the required shapes and sizes to work to all corners and openings and
6-4
maintain proper bond throughout the length of the wall. Avoid the use of
less-thanhalf-size units at corners, jambs, and where possible at other locations. Shore all
openings for at least 7 days.
D. Mortar joints on the interior surfaces of the walls shall be struck off flush with the wall
surface and when partially set shall be compressed and compacted with a rounded
tool to give a concave joint. Joints shall then be brushed off smooth.
E. Mortar joints on the exterior surfaces of the walls shall be struck off flush with the wall
surface to prepare the wall for application of stucco.
F. The first two courses of masonry shall have continuous wire truss type reinforcing
embedded in the mortar joints and thereafter in every second course and immediately
above and below all openings in the wall. At corners and intersections use
prefabricated sections in courses where reinforcement is required.
G. Lintels shall be constructed with lintel units filled solid with grout in all courses and
reinforced with a minimum of two No. 4 bars in the bottom course unless otherwise
shown on the Drawings. Lintel reinforcement shall extend beyond each side of the
masonry opening 40 bar diameters or 24 inches, whichever is greater, unless indicated
otherwise on the Drawings. Reinforcing bars shall be supported in place prior to
grouting and shall be located ½ inch above the bottom inside surface of the lintel unit.
H. In addition to wall reinforcing shown on Drawings, vertical reinforcing consisting of
number 5 bars shall be placed in all wall corners and intersections, and on each side
of a door or louver opening, except where shown otherwise. These bars shall extend
the full height of the masonry wall and tie into the bond beam. Lap all bars (dowels
and courses) 48db in inches and tie. A minimum clearance of ½ inch shall be
maintained between reinforcing bars and masonry units. Cut cleanout holes (4" x 4")
on inside face of block at foot of reinforcing; rod free of loose mortar and pour
continuous grout stud free from voids. Carefully repair cleanout holes.
I.
Dowel block into slab at each vertical reinforcing bar as shown on Drawings and
adjacent to each corner, wall intersection, and door opening using dowels cast into
concrete deck. Completely grout in cavities of two bottom courses and dowel
locations.
J. All cells shall be filled with grout. Reinforcing bars are required as shown in the
drawings. Lintels and bond beams shall be filled with solid grout. Sufficient time shall
be allowed between grout lifts to preclude displacement or cracking of face shells of
masonry units. If blowouts, flowouts, misalignment, or cracking of face shells occur
during construction, the wall shall be torn down and rebuilt by the Contractor at no
expense to the Board.
6-08
GROUT PLACEMENT
A. Masonry shall be laid to the top of a pour before placing grout. Grout shall not be
placed in hollow unit masonry until mortar joints have set for at least 24 hours. Grout
shall be placed using a hand bucket, concrete hopper, or grout pump to completely fill
the grout spaces without segregation of the aggregates. Grout shall be placed in lifts
not exceeding 5 feet-4 inches (5’-4”).
6-5
B. Grout shall be placed within 1.5 hours from introducing water in the mixture and prior
to initial set.
1. Grout shall be placed at a rate that will not cause displacement of the masonry due
to hydrostatic pressure of the grout.
2. Mortar protruding more than ½ inch into the grout space shall be removed before
beginning the grouting operation.
3. Grout pours 12 inches or less in height shall be consolidated by mechanical
vibration or puddling. Grout pours over 12 inches in height shall be consolidated
by mechanical vibration and reconsolidated by mechanical vibration after initial
water loss and settlement have occurred.
4. Mortar droppings shall be cleaned from the bottom of the grout space and from
reinforcing steel. Contractor shall clean exposed masonry surfaces of all stains,
efflorescence, mortar or grout droppings and debris.
5. Mortar protruding more than ¼ inch into the grout space shall be removed as the
work progresses.
6. Reinforcing, bolts, and embedded connections shall be rigidly held in position
before grouting is started.
7. Grout, from the mixer to the point of deposit in the grout space, shall be placed as
quickly as practical by pumping and placing methods which will prevent
segregation of the mix and cause a minimum of grout splatter on reinforcing and
masonry surfaces not being immediately encased in the grout lift.
8. Slump: Smaller cavities or cells in masonry units shall require grout with a higher
slump than larger cavities or cells. Minimum slump shall be 8 inches and maximum
slump shall be 11 inches.
6-09
CLEANING AND POINTING
A. All exposed concrete block shall be brush cleaned as work progresses and at
completion, all spots and dirt shall be removed.
B. Point all holes in exposed masonry. Cut out defective joints and tuck-point them with
mortar.
6-10
FURRING AND LATHING
A. All lathing materials shall be installed in strict accord with specifications of the Metal
Lath Manufacturer's Association.
B. Provide corner beads at all outside corners, casing beads at intersection of plaster
(stucco) surfaces with other materials.
C. Provide expansion joints where indicated on Drawings.
6-6
6-11
STUCCO
A. Scratch coat over metal lath shall consist of 1 part Portland Cement, ¼ part hydrated
lime, 3 parts damp loose sand, 1 part “Anti-Hydro” additive and sufficient gauging
water to give a proper working consistency. Mix “Anti-Hydro” additive per
manufacturer’s recommendations.
B. Brown and finish coat constituents shall be in the same proportions as in the scratch
coat except that the Anti-Hydro shall be omitted from brown coat. Finish coat to have
“Anti-Hydro” additive per Manufacturer’s recommendations for a water-proof stucco
installation.
C. To improve “workability” time period when higher summer temperatures cause stucco
to dry prematurely, “Anti-Hydro-R” may be substituted for “Anti-Hydro” at the
contractor’s discretion. Coordinate with Manufacturer and follow Manufacturer’s
specifications and recommendations.
D. Apply elastomeric coating to finish coat per Section 11-02.B.1.
6-12
APPLYING STUCCO
A. Surfaces to receive stucco shall be rough, clean and dampened with clean water.
B. Apply the scratch coat to a 3/8 inch thickness and cross hatch before hardening to
provide bond.
C. Apply the brown coat to a thickness of 3/8 inch when the scratch coat has set up.
Dampen the scratch coat uniformly before applying the brown coat. Float the brown
coat to an even and true surface and moist cure for at least 48 hours.
D. Apply the finish coat to a thickness of ¼ inch not less than seven days after completing
the application of the brown coat. Dampen the brown coat uniformly before applying
the finish coat. After one day, commence moist curing one full day.
E. Surfaces when finished shall be straight, true and plumb. Corners, angles, etc., shall
be brought to a true radius.
F. Stucco shall not be applied when the temperature is below 50°F, and an even
temperature shall be maintained during the drying out process.
G. Contractor shall store his plaster at the site in an appropriate manner, so that it will be
protected from dampness. He shall provide clean, watertight mixing boxes which shall
be cleaned after each gauging.
G. Tools shall be kept clean and shall not be rinsed in gauging water. Material shall not be
mixed in greater batches than can be used in one hour. Retempering of plaster after it
has commenced to set will not be allowed.
6-7
I.
Patching shall be done in a workmanlike and acceptable manner. When directed to
do so, and after all other mechanics have completed their work, the Plaster shall point
and patch all stucco, and rake out for same as necessary.
J. On completion of finish stucco work, clean all stucco from the area, leaving the work
ready for decoration by others.
K. Remove all stucco rubbish from the building and leave the floor broom clean. Remove
excess materials, scaffolding, tools, and other equipment from the job site.
L. Stucco shall be applied on metal lath as shown on the Drawings.
* * * END OF SECTION 6 * * *
6-8
SECTION 7
METALS
7-01
GENERAL
Scope: The work to be done under this section of the specification includes all labor,
materials, equipment and services necessary to furnish and install structural steel and
other items of work as called for in these specifications and shown on the drawings.
7-02
STRUCTURAL STEEL
A. General: Fabrication and erection shall be in accordance with the AISC "Code of
Standard Practice for Steel Buildings and Bridges" and "Specifications for the Design,
Fabrication and Erection of Structural Steel for Buildings."
B. Welding of connections shall be in accordance with AWS "Code for Arc and Gas
Welding in Building Construction.
C. Welding operator qualifications shall be in accordance with AWS Code.
D. Shop drawings of all structural steel shall be furnished in accordance with Paragraph
2-20 of these Specifications. Shop drawings shall include, as a minimum, catalog cuts,
fabrication and assembly details, type, grade and class of materials, as appropriate,
mill certificates for all steel products, welds symbols, AWS joint designation number
that will be used, non-destructive testing to be performed and splice locations, if any.
Certificates of material tests, examinations and welding procedure and operator
qualifications shall also be included in the submittal.
E. Structural wide flange beams shall conform to the requirements of the current issue of
ASTM A992, yield stress 50 ksi. Other structural steel shapes, plates and bars shall
conform to the requirements of the current issue of ASTM Standard Specifications A36.
F. Nuts, bolts, and washers shall conform to the requirements of the current issue of
ASTM Standard Specifications A325.
G. Welding shall be arc welding using electrodes conforming to the requirements of AWS
Classification Number E70 and shall be suitable for the positions and conditions of their
- intended use.
H. Connections for which details are not indicated shall be designed in accordance with
the current edition of the AISC Steel Construction Manual. Connections for members
for which loads are not given shall be designed to develop the member. All bolted
connections shall be designed according to the AISC Specifications for Structural
Joints using ASTM A325 bolts.
I.
Holes for bolts shall be drilled or sub-punched and reamed. Welding equipment shall
be in good condition and subject to inspection by the Engineer. Any equipment found
in need of repairs shall be rejected until the necessary repairs have been made.
7-1
J. Fabrication of structural steel shall not begin before approved shop drawings have
been returned to the Contractor.
K. Galvanized items shall be hot dipped in accordance with the requirements of ASTM
A123 or A153. All fabrication shall be performed prior to galvanizing. Small void defects
in the galvanizing may result from aspects of galvanizing process or improper handling
of steel after galvanizing. No welding shall be permitting after galvanizing. The repair
of the damaged surface shall be performed in accordance with ASTM A780. If welding
of galvanized surface is required, and the galvanizing is destroyed, the members
affected shall be regalvanized at the expense of the Contractor. The amount of surface
that is allowable for repair at the Contractor’s plant is no more than one half of one
percent of the accessible area to be coated on that article or 36 in2 per ton of piece
weight, whichever is less. If the area of repairs exceeds the above limits, the fabricated
unit shall be regalvanized.
L. Steel work shall be accurately erected, properly located in position, level and plumb
and with all parts well pinned up and firmly bolted together before welding is
commenced. The elements entering into a complete member shall be straight and fitted
closely together; the finished construction of all parts shall be free from twists, bends,
open joints, or other signs of poor workmanship.
7-03
ANCHOR BOLTS AND BEARING PLATES
A. All work shall be done in conformance with the details shown on the plans. If the
Contractor chooses to provide alternate details, the work including all anchor bolts and
bearing plates shall be designed by a Registered Civil Engineer licensed to practice in
the State of Louisiana.
B. Bearing plates shall have a full even bearing over their entire surfaces and shall be
grouted.
C. Cast-in-place anchor bolts shall conform to ASTM F1554 with minimum grade 55 ksi.
The nuts shall be heavy hex complying to ASTM A563 and washer ASTM F436.
D. Post installed bolts for concrete shall consist of hybrid adhesive and threaded steel
rods. The adhesive shall consist of resin, hardener, cement and water, and shall be
capable of developing concrete break out strength in accordance with Appendix D, ACI
318-2008. The rods for all bolts, except for stainless steel bolts, shall comply with ISO
898 class 5.8 or ASTM A193 B7 with nuts ASTM A563, grade DH and washers ASTM
F436. The rods for stainless steel bolts shall comply with ASTM F593, CW with nuts
ASTM F594, Alloy Group I and washers ANSI B18.22.1, Type A, plain.
7-04
METAL STAIRS AND GRATING
A. Metal stairs shall consist of galvanized steel stair and platform frames of structural
sections, with open risers. Stair treads, landings/platforms, and operating floor
(@
el. 24.00’) shall be galvanized steel grating. See Section 7-05 for handrails.
B. Stair assemblies shall be fabricated to support a uniform live load of 100 Ib/sq ft and a
concentrated load of 300 Ib with a deflection of stringer or landing framing not to exceed
1/240 of span.
7-2
C. Stair assemblies shall be fabricated to National Association of Architectural Metal
Manufacturers AMPS 10, class Industrial.
D. Stairs and platforms shall be designed under the direct supervision of a Professional
Structural Engineer experienced in design of this work and licensed in the state or
Louisiana.
E. Design computations and shop drawings of stair assemblies, structural members and
grating shall be submitted in accordance with Paragraph 2-20 of these Special
Specifications.
F. Grating supports shall be structural steel sections, ASTM A36, and galvanized in
accordance with ASTM A123. Maximum beam deflection shall not exceed 1/240 of
span. Anchor bolts and nuts shall be Type 304 stainless steel.
G. Galvanized steel grating shall be fabricated in accordance with National Association of
Architectural Metal Manufacturers MBG 531 using carbon steel bars, with swaggered
cross bars spaced on 4-inch centers. Bearing bars shall be spaced on 1-3/16 inch
centers. The top surface of the bearing bars shall be striated to provide a non-slip
surface. Steel grating shall be designed to support a uniform load of 200 Ib/sq ft with a
maximum deflection of 1/4-inch. Band all ends of grating. Install steel clamps or clips
to anchor the grating securely to supports.
H. Galvanized steel stair treads shall be I-bar grating with an extruded steel corrugated
nosing.
I.
7-05
The grating shall be fastened to the framing members below using 3/8” thick saddle
clip, “Gratefix Grating Clip – Hot Dip Galvanized”, Model No. GF1G10 by Simplified
Building, or approved equal.
HANDRAILS AND RAILINGS
A. Handrails shall consist of galvanized steel tube railings, consisting of top rail, bottom
rail, toe plates, 42-inch height support posts and offset-design component fittings. The
handrail system shall have durable corrosion preventing coating applied to the
galvanized coating. Hollaender NuRail fittings shall be required.
B. Handrails and stair rails shall be designed to withstand a 200 Ib concentrated load
applied in any direction at any point to the top rail. Handrail and stair rails shall also be
designed to withstand a load of 50 Ib/ft applied horizontally to the top rail. The two
loads shall not be applied simultaneously. Guardrails (level handrail) shall be designed
to withstand a load of 100 Ib/ft applied vertically downward to the top rail and
simultaneously with the 50 Ib/ft horizontal load. The 100 Ib/ft load does not apply to
stair rails. Post spacing shall not exceed 4.5 ft for the stairs, as well as for the guard
rails.
C. Handrails shall be designed under the direct supervision of a Professional Structural
Engineer experienced in design of this work and licensed in the State of Louisiana.
D. Shop drawings of handrail profiles, materials, sizes, connection attachments,
anchorage and accessories shall be submitted in accordance with Paragraph 2-20 of
7-3
these Special Specifications.
E. Rails and posts shall be galvanized HSS 1.90-diameter x 0.188 thickness conforming
to ASTM A53, Grade B. Toe plates shall be 4-inch high galvanized steel plate
conforming to OSHA standards and shall allow for expansion and contraction between
posts. Provide toe plates at all guardrails.
F. Provide removable guardrail sections where indicated on the drawings.
7-06
SELF CLOSING GATE
Contractor shall provide ‘GuardDog’ self-closing gate, hot dipped galvanized, Part No.
500383, by Bluewater Manufacturing, or approved equal. Gate shall be installed in
accordance with manufacturer’s recommendations.
7-07
LADDERS
A. Ladders shall be fabricated of galvanized steel components with a nominal rung
spacing of 12-inches, a clear inside dimension of 18-inches, and a centerline of rung
to wall dimension of 7-inches.
B. Ladder rungs shall be designed to withstand a concentrated load of 250 Ib plus 30%
impact. Maximum rung deflection shall not exceed L/360. The design load shall be
applied to a 4-inch wide area. Ladder side rails shall be designed to withstand a
minimum live load of two (2) 250 Ib loads plus 30% impact concentrated between any
two consecutive attachments.
C. Ladders shall meet the requirements of OSHA and ANSI A14.3.
D. The galvanized steel ladder will be erected inside the station between the pump pit
floor and the operating floor. The distance from the pump pit floor to the bottom of the
side rails shall be 11–1/2 inches with a pump pit floor to centerline of 1st rung distance
of 12–1/2 inches.
E. Shop drawings of ladder assemblies and materials shall be submitted in accordance
with Paragraph 2-20 of these Special Specifications.
F. Rungs shall be designed to provide a non-slip surface with a 1-inch wide striated top
surface, 1-1/4 inch depth and a semi-circular bottom. Rungs, wall brackets and base
flanges shall be carbon steel conforming to ASTM A36.
H. Side rails shall be 3”x1/2” steel plate. Fasteners, anchor bolts and nuts shall be as
specified in the drawings.
7-08
LADDER CAGE
Contractor shall provide galvanized steel ladder cage, Model No. C135, by FS Industries,
or approved equal. Ladder cage shall be installed as shown in the contract drawings.
7-4
7-09
ALUMINUM SOFFIT AND FASCIA
Siding, soffit and fascia shall be made of 3105 or equivalent aluminum alloy.
• Soffit is HI 8 or equivalent hardness, thickness: 0.019 nominal
• Siding and fascia is HI 6 or equivalent, thickness 0.024 nominal
• Meets performance requirements of AAMA 1402
7-10
GUARD POSTS
Guard posts shall be HSS 6.625 x 0.28 (6-inch diameter, schedule 40 pipe) conforming to
ASTM A53, Class B, filled with concrete. The concrete for the posts shall be Class M and
the top shall be finished smooth with a convex surface with a rise of approximately one
half (1/2) of an inch. Painting of guard posts shall be in accordance with Section 11 of
these specifications.
7-11
TESTING
A. An independent testing laboratory shall be employed by the Board to inspect and
perform the tests on items included in this section.
B. The testing laboratory shall inspect all structural steel including shop inspection of
fabrication and assembly of structural steel, castings and other metal items.
C. A schedule of fabrication for the metal items, location of the shop and dates of
inspection shall be provided to the testing laboratory, the Board and the Engineer at
least ten (10) days in advance of the commencement of the layout work on fabricated
material.
D. The testing laboratory shall provide to the Engineer a detailed report of its inspection of
the work and the work’s conformance to AISC specifications and ASTM standards. The
Contractor shall furnish means and assistance for testing materials and inspection. The
testing laboratory’s approval does not relieve the Contractor of responsibility to perform
quality control to insure that the products conform to the requirements of the Contract.
E. The testing laboratory’s inspector shall perform visual inspections of all welds and
perform a minimum of two (2) non-destructive inspections as detailed on the shop
drawings, and approved by the Engineer.
* * * END OF SECTION 7 * * *
7-5
SECTION 8
CARPENTRY
8-01
GENERAL
A. Scope: The work to be done under this section of specifications includes all labor,
materials, equipment and services necessary to furnish and install rough and finish
carpentry as shown on the drawings and herein specified.
B. Carpentry required for completion of other work shall be furnished by the Contractor.
8-02
MATERIALS
A. Lumber shall be sized and graded as shown on the drawings and/or hereinafter
specified, and shall conform to the standard grading rules of the Southern Pine
Association and shall be grade marked and kiln dried.
1. Joists: Southern Pine No. 2 Dense – Wolmanzied.
2. Studs & Plate: Southern Pine No. 2 Dense – Wolmanzied.
3. Bridging & Blocking: Southern Pine No. 2 Dense – Wolmanzied.
4. Roof Sheathing: Roof sheathing shall conform to DOC PS1. The sheathing shall
be exterior type using moisture resisting glue and shall be identified by a grade
mark Structural 1 C-D. The plywood shall have a minimum span rating of 40/20.
B. Fascia Board: Fiber Cement Harditrim MD Planks as manufactured by James Hardie
Siding Products, or approved equal. Provide 1-inch by 10-inch by 12-foot planks with
select Cedarmill pattern. Planks shall be pre-primed with fungus and mildew-resistant
PrimePlus sealer and primer in preparation for final paint finish. Provide
manufacturer’s 10-year warranty. Install in accordance with manufacturer’s written
recommendations.
8-03
ALTERNATIVE DESIGN
The Contractor can provide prefabricated truss roof in place of the carpenter built roof as
proposed in the drawings. The prefabricated roof trusses shall conform to the following
requirements:
A. Prefabricated Wood Truss: Planar structural unit consisting of metal-plate-connected
members that are fabricated from dimensional lumber and have been cut and
assembled prior to delivery to Project site.
B. Submittals
1. Action Submittals: Shop Drawings:
a. Show species and stress grades of lumber, all dimensions, camber, spacing of
trusses in building, connector types, detail of connectors, and bracing
8-1
requirements. Include elevation view drawings of trusses and sheathing of
sufficient scale to show all details of construction, configuration, chord and web
member sizes, panel point dimensions, and chord extensions.
b. Product data for lumber, sheathing, fiber-cement siding, metal connector
plates, hardware, fabrication process, and fasteners.
c. Wood treatment data on chemical treatment and finish treatment of material.
Wood treatment manufacturer’s instructions for handling, storing, installation,
and finishing of treated materials.
d. Calculations:
i.
Complete design, including stress and deflection calculations, for joists,
joist members, and connections for design load and equipment weight as
indicated, plus construction loads applied by Contractor's operations.
ii. Calculations shall include check of joist chord bending stresses for
concentrated loads applied between panel points.
iii. Design drawings and stress calculations stamped by Registered
Professional Engineer valid in State of Louisiana.
e. Plan view layout of joists and bridging.
f.
Connection and bearing details. Special joist reinforcing and connections for
supported items, such as monorails and mechanical equipment.
g. Bridging member sizes and connection details.
h. Installation information and details for fiber cement siding.
2. Informational Submittals:
a. Manufacturer’s instructions for handling, erection, and bracing of joists.
b. Certificates:
i.
Manufacturer's Certificate of Compliance.
ii. Certification by fire-retardant treatment plant that treatment complies with
AWPA C20, and fire-retardant formulation is approved for use with metal
connector plates for truss exposure.
c. Fabricator’s Qualifications. C. Quality Assurances
1. Qualifications:
a. Connector Plate Manufacturer: Member of TPI and complies with TPI quality
control procedures for manufacture of connector plates published in ANSI/TPI
1.
8-2
b. Registered Professional Engineer: Legally authorized to practice in jurisdiction
where Project is located and experienced in providing engineering services
that has resulted in installation of wood trusses similar to those of this Project.
c. Fabricator: Demonstrate in writing experience in prefabricating wood trusses
similar to those of this Project and participation in a recognized quality
assurance program that involves inspection by TPI.
D. Materials
Design trusses to suit conditions shown on Drawings and to meet local building codes.
E. Lumber
1. Factory mark each piece of lumber with type, grade, mill, and grading agency.
2. Use lumber complying with DOC PS 20 and with applicable grading rules of
inspection agencies certified by American Lumber Standards Committee's (ALSC)
Board of Review.
3. Dressed lumber, S4S, manufactured to actual sizes required by DOC PS 20 to
comply with the following:
a. Moisture Content: Seasoned, with 19 percent maximum moisture content at
time of dressing and shipment for sizes 2 inches or less in nominal thickness.
b. Species and grade that complies with the following for species group as
defined in AF&PA 01, for extreme fiber stress in bending “Fb” for single and
repetitive members, and for modulus of elasticity “E”:
i.
Chord Members: Use DFL or SP No. 1 or No. 2 grade. Top chord members
shall be a minimum of 2 by 6 members.
ii. Web Members: Use DFL or SP No. 2.
F. Connector Plates
Electrolytic Zinc-Coated Steel Sheet: Structural steel sheet complying with ASTM
A653, Grade 33; zinc coated by electro-deposition to comply with ASTM A591,
Coating Designation 80Z; with minimum coated metal thickness not less than 0.047
inch.
G. Uplift Anchors: Truss wind uplift anchor shall be one of the following:
1. Cleveland Steel, Bedford Heights, OH.
2. Simpson-Strong Tie, Pleasanton, CA.
3. Kant-Sag Silver, Montgomery, MN.
8-3
H. Fabrication
1. Verify dimensions of supporting structures at site prior to fabrication.
2. Cut truss members to accurate lengths, angles, and sizes to produce close-fitting
joints with wood-to-wood bearing in assembled units.
3. Fabricate metal connector plates to size, configuration, and thickness required to
withstand design loadings.
4. Fabricate and assemble truss members to design configuration shown on Drawings,
with joints closely fitted to comply with tolerances specified in ANSI/TPI 1.
5. Connect truss members by means of metal connector plates and securely fasten
to each side of wood members.
6. If lumber defects, such as wane or knots, occur in connector plate area, up-size
connector plate so as not to reduce effective number of teeth in truss member.
7. Excessive splitting of truss wood members by connector plate teeth is not
acceptable.
I.
Installation
1. Erect and brace trusses to comply with TPI HIB.
2. Follow manufacturer’s instructions for handling and erection.
3. Erect trusses with plane of truss webs vertical, plum and parallel to each other.
4. Exercise care to keep out-of-plane bending of trusses to minimum. Install
temporary horizontal- and cross-bracing to hold trusses until permanent bracing is
installed.
5. Anchor trusses securely at all bearing points.
6. Install permanent bracing and related components prior to application of loads to
trusses. Tighten loose connectors. Restrict construction loads to prevent
overstressing of truss members. Do not cut or remove truss members.
7. Fasten securely to wall framing and other structural components. Brace, block,
and bridge as soon as possible after placement.
8. Install uplift anchors at all bearing points to adequately secure trusses against wind
uplift on roof trusses.
9. Solid block all truss ends.
10. Trusses shall not be altered, cut, or modified in any way without written approval
of truss fabricator.
8-4
11. Where trusses do not fit, return to fabricator, and replace with trusses of correct
size. Do not alter configuration of trusses in field.
8-04
FASTENERS
A. General: Fasteners shall be hot dipped galvanized in accordance with ASTM A153 or
corrosion resisting steel as specified on drawings. Corrosion resisting fasteners shall
be with 18% chromium and 8% nickel, hardened to grade 8.
B. Nails, Spikes, Staples: ASTM F1667.
C. Power Driven Fasteners: NER-272.
D. Wood Screws: ANSI B18.6.1.
E. Lag Bolts: ANSI B18.2.1.
F. Bolts: Steel bolts complying with ASTM A307, Grade A; with ASTM A563 hex nuts and
flat washers.
8-05
FIRE-RETARDANT PRESSURE TREATMENT
A. General:
1. Pressure impregnate lumber with fire-retardant chemicals to comply with AWPA
C20 for treatment.
2. Identify “fire-retardant-treated wood” with appropriate classification marking of
Underwriters Laboratories, Inc.
3. Testing and inspecting agency acceptable to authorities having jurisdiction.
B. Interior Type A: For interior locations use fire-retardant chemical formulation that
produces treated lumber with the following properties present after installation:
1. Bending strength, stiffness, and fastener holding capacities shall meet or exceed
values published by manufacturer of chemical formulation of treated wood
products.
2. No other form of degradation occurs due to acid hydrolysis or other causes related
to manufacture and treatment.
3. No corrosion of metal connector plates, metal framing anchors, and fasteners
results from their contact with treated wood.
C. Inspect each piece of treated lumber after drying and discard damaged or defective
pieces.
D. Fire-retardant treated members used in trusses shall be re-dried to 19 percent
moisture content after treatment.
8-5
E. Manufacturers and Products:
1. Hickson Corp.; Dricon.
2. Hoover Treated Wood Products, Inc.; Pyro-Guard.
3. Osmose Wood Preserving Co., Inc.; Flameproof LHC-HTT
8-06
SPECIAL INSPECTION
Special inspection shall be required for nailing, bolting, anchoring and other fastening
components within the main wind resisting system, which includes roof trusses, rafters,
top plates and diaphragms. These inspections are in addition to the requirements of
Section 2-42 of these specifications and shall be made by a person qualified to perform
the inspections. Special inspection shall be paid for by the Contractor.
8-07
CARPENTRY
A. Frame and place forming as necessary for concrete work.
B. Install temporary bucks at door frames and louver openings. Provide bracing to hold
frames in alignment until built into the work.
C. Woodwork shall be properly framed and fitted and set to the required lines and levels
and rigidly secured in place.
D. Apply all hurricane clips as shown on the drawings and specified elsewhere.
E. Nailing shall be performed with galvanized common nails.
F. The nail spacing for connecting the roof sheathing to framing shall be 6” on the edges
as well as intermediate supports. Nails shall be 10d common roofing nails.
* * * END OF SECTION 8 * * *
8-6
SECTION 9
THERMAL AND MOISTURE PROTECTION
9-01
SCOPE OF WORK
The Contractor shall provide all labor, materials, equipment and transportation necessary
to furnish and install the roofing system shown on the drawings and described herein.
9-02
SHEET METAL ROOFING
A. MATERIALS
1. The metal roof assembly must be capable of withstanding hurricane force winds up
to 150 mph. Metal roof and flashing shall be 18 gauge, ASTM A-792 Grade 50
Galvalume steel in Coating Class AZ55. Carlisle “SA Series”, or approved equal.
2. Panel profile shall have a 2” nominal height rib with 18” net coverage.
3. Panel style shall be Integral rib interlocking side lap connection with factory-applied
caulking in the side lap.
4. Concealed fastener shall be manufacturer’s standard clip for specified roof type.
5. Fasteners shall be concealed corrosion resistant, compatible with panel materials
and capable of resisting a wind induced uplift of 115 psf. Fasteners shall be
manufacturer furnished or recommended for the intended purpose. The
manufacturer’s Underwriter’s Laboratory (UL) uplift classifications values shall be
submitted for review and approved by the Engineer. Installation and spacing of
fasteners shall be in strict accordance with submittal.
6. Field seaming with mechanical driven tool shall be required.
7. Finish shall be Silicon/Polyester Coating (Ceramcoat).
8. Color shall be Country Red.
9. Substrate shall be 5/8” plywood deck protected by one layer of 40 mil self-adhered
Ice & Water Shield roofing underlayment by Grace or similar.
10. Manufacturer shall have 10 year’s experience in manufacturing panels of this
nature.
11. Ceramcoat pre-finished metal shall have a warranty covering the finish coating
against cracking, checking, blistering, peeling, flaking and chipping for a period of
20 years.
B. FABRICATION
1. Roll form panels in continuous lengths not to exceed 40’-0”. End laps shall be
acceptable when approved by the Engineer.
9-1
2. Fabricate trim, flashing and accessories to detailed profiles and in accordance with
manufacturer’s standard recommendations.
3. Trim and flashing shall be fabricated from the same material gauge and color as
panels.
C. EXAMINATION
1. Inspect roof framing to verify members are to line and free of depressions, waves,
or projections.
2. Verify framed openings, support framing, pipes, sleeves, ducts and vents through
roof are solidly set; cant strips and reglets are in place.
D. PREPARATION
1. Field measure and verify site conditions prior to fabrication materials.
2. Install surface-mounted reglets true to lines and levels. Seal top of reglets with
sealant.
3. Protect elements surrounding work of this Section from damage or disfigurement.
E. INSTALLATION
1. Install roofing and accessories in accordance with approved shop drawings and
manufacturer’s instructions.
2. Align transverse joints of roofing panel.
9-03
FLASHING
A. Insert flashing into reglets to firm tight fit.
B. Fit flashing tight in place. Make corners square, surfaces true and straight in planes
and lines accurate to profiles.
C. Seal joints watertight.
9-04
CAULKING
Caulking compound shall be a synthetic rubber Thiokol based compound equal to
Synthacaulk, Chem-Seal or approved equal. Caulking compound shall be gun grade, of
color as selected by the Engineer for use under the paint finish and be guaranteed not to
stain or discolor surrounding work.
9-05
PIPES ETC. THROUGH ROOF
All pipes and pipe sleeves passing through roofs shall be flashed to insure watertightness;
flashing to be soldered to pipes wherever necessary or where directed by the Engineer.
9-2
9-06
CLEAN-UP
A. The clean-up operations and removal of dust and other debris inside the building
resulting from any phase of the construction work shall be performed by the Contractor
daily and shall be coordinated with the Engineer on a daily basis.
B. Contractor shall remove all debris that may enter into and upon roof area.
C. All debris, including pieces of material, shall be removed and properly disposed of on
a daily basis. The project area and other areas used by the Contractor shall be left in
a condition that is acceptable to the Engineer.
* * * END OF SECTION 9 * * *
9-3
SECTION 10
DOORS
10-01 GENERAL
A. Scope: The Contractor shall furnish and install all aluminum door frames, aluminum
doors, and louvers of the design, size and in the location as shown on the drawings.
B. Door frames and doors shall be designed to withstand 150 mph wind loading.
C. Mortise hardware for all doors will be furnished and delivered to the door manufacturer
by the Contractor. Door manufacturer shall arrange with the Contractor for the time
and place of delivery of templates, hardware, etc. All butts and other mortised
hardware shall be fitted and applied at the factory. Projecting hardware shall be
shipped separately and drilled, tapped and applied at the building by the Contractor.
D. Verify governing dimensions at the building and examine all adjoining work on which
this work is in any way dependent for its acceptable installation according to the intent
of this specification.
E. Prepare and submit shop drawings outlining in detail the various sections of the work,
the kind of material, the size of members, the methods of securing same together and
to the work of other trades.
10-02 MATERIALS
A. Aluminum Doors and Frames
1. Exterior doors and doorframe shall be fabricated from 3003H-14 aluminum except
as otherwise specified. The doors shall be of the size as shown on drawings. Doors
shall be as manufactured by Eacco Inc., Jefferson, LA.
2. Exterior aluminum doors shall be 1-3/4" thick and fabricated from two (2) 0.125"
thick aluminum plates. All doors shall be stiffened with a 0.125" thick, 2" "z"
aluminum center mullion. The exterior faceplate of the door shall be tack welded
to center mullion with 2" long welds spaced at 8" o.c. The interior faceplate shall
be pop riveted to the mullion with rivets spaced 8" o.c. along centerline of the door.
The top and bottom of the doors shall be closed flush by 0.125" thick x 1-1/2"
aluminum channels. Exterior and interior plate shall be secured to channels same
as mullion. The vertical edges shall consist of the exterior faceplate bent at right
angle and lapped over 90 bend of interior faceplate. The vertical edge joints thus
formed shall be continuously welded and ground smooth. Hinge preparation shall
consist of a 1-1/2" full mortise ANSI template (1/4" x 1 1/2" of 6061-T6 aluminum)
and standard lock preparation shall be as per ANSI.
3. Doors shall include an expanded foam core material for noise abatement. The core
material shall be polystyrene, polyurethane or polyisocyanurate.
10 - 1
4. Door frame shall be fabricated of 0.080" thick aluminum to shape indicated on
drawings. Frame edges shall be reinforced with 1" x 1" x 1/8" continuous aluminum
angle welded to aluminum frame with 2" long welds spaced at 8" o.c. Miter joints
at head and jamb shall be welded continuous; all other joints shall be tack welded.
The jambs shall be reinforced with 1/4" thick 6061-T6 aluminum plates for hinge
and strike attachment. A gasket seal shall be installed on the door frame.
5. Aluminum units shall be fabricated rigid, neat in appearance and free from defects,
warp or buckle. Aluminum shall be accurately formed to required sizes and profiles.
All exposed joints shall be continuously welded, ground, dressed and shall be
made smooth, flush and invisible. Metallic filler to conceal manufacturing defects
is not acceptable.
6. Aluminum units shall be prepared to receive mortised and concealed finish
hardware, including cutouts, reinforcing, drilling and tapping in accordance with
final Finish Hardware Schedule and template provided by hardware supplier. All
work shall comply with applicable requirements of ANSI A11 5 "Specifications for
Door and Frame Preparation".
7. All aluminum units shall be reinforced to receive surface-applied hardware. Drilling
and tapping for surface applied finish hardware may be done at project site. All
finish hardware shall be located as shown on the shop drawings, or if not shown,
in accordance with "Recommended Locations for Builder's Hardware", published
by the National Builder's Hardware Association.
8. All aluminum units and accessories shall be installed in accordance with final shop
drawings, manufacturer's data, and as specified herein. All frames shall be set
accurately in position, plumbed, aligned and braced securely until permanent
anchors are set. Frames shall extend down to operating floor level and shall be
securely anchored to same by 14 ga. clip angle welded to same and secured to
concrete slab with Raw Drives or subnails. Frames in masonry walls shall be
provided with 16 ga. adjustable "T" anchors. At least four anchors shall be provided
per jamb. Five anchors shall be provided where door height exceeds 7'-0". Grout
jambs of all door frames solid with mortar while laying masonry. All aluminum in
direct contact with concrete or grout shall be treated with bitumastic seal. After
completion of wall construction all braces and spreaders shall be removed, leaving
surfaces smooth and undamaged.
9. The Contractor shall submit shop drawing as per provisions of Section 2 of these
specifications. The shop drawings shall include details of each frame type,
elevations of door design types, conditions at openings, details of construction,
location and installation requirements of finish hardware and reinforcement and
details of joints and connections. Provide fabrication, erection and anchorage
details at 3" = 1'-0" scale. Shop drawing shall also show anchorage and accessory
items and shall include schedule of doors and frames using some reference
numbers for details and openings as those on the contract drawings.
10. All doors and frames shall have clear anodized finish.
10 - 2
B. Hardware
1. Hinges
Hinges shall be 1-1/2 pair per leaf for 7'-0" high doors, five knuckle, full mortise, 41/2" high x 4-1/2" wide x 0.180” thick template hinges, ball bearing, stainless steel
with nonremovable pin.
2. Silencers
Door silencers shall be 3M silencer (SJ-5023) or Engineer approved equal, 3 each
per all doors.
3. Locks for doors
Locksets shall be heavy duty series full mortise Best Lockset with cast iron case,
forged brass front, 2-3/4 inch backset, 5/8 inch throw latch bolt, 1 inch throw dead
bolt, brass or bronze strike, and brass or bronze cylinder with 7 pin tumbler
removable contractor core. Cylinder shall be 1E74 x 1EC995. All cores shall be
constructed with individually capped barrels so that any one barrel may be
recombined without uncovering or disturbing the combinations in the other barrels.
Locksets shall be supplied with a Contractor's core which shall be capable of being
removed and being replaced with a Best Lock core supplied by the Board and
which fits the existing key system. No substitute shall be allowed for locksets or
cylinders.
D. Catalog numbers or symbols referred to herein are taken from the catalogues of the
following manufacturers:
Locksets Best Locks (No substitution)
Closers Yale Security
Thresholds National Guard Products
D. Provide hardware as follows:
1 Lock 35H-7-FD-3-J-626
1 Dummy Trim to match lock
1 Norton Barrier Free Closer Series PR8501HDA with US10 finish
1 Threshold 894
E. Security bars shall be fabricated from steel and hot-dip galvanized after fabrication.
Installation is shown on the drawings.
* * *END OF SECTION 10 * * *
10 - 3
SECTION 11
FINISHES
11-01 GENERAL
The work to be done under this section of the specifications includes all labor, materials,
equipment and services necessary for painting and other items of work called for in these
specifications and shown on the drawings.
11-02 COATINGS
A. General
1. The site selected by the Contractor for cleaning, priming and painting work shall
be sufficiently removed from residences, buildings, properties, etc. of other owners
so that nuisances or damages will not be caused by work. Land areas of the Board
may be used only with the specific approval of the Engineer, subject to the
requirements of Section 2 of these specifications.
2. Apply all coatings in accordance with the manufacturer's directions.
3. Alternates to the surface preparation procedures, or alternates which decrease the
film thickness designated and/or the number of coats, or those which change the
generic type of coating will not be considered.
4. Coatings and coating ingredients supplied under these specifications shall be
delivered to the job in original cans with unbroken seals, and plainly marked with
the type of coating and the ingredients contained therein, and the manufacturer's
name and brand, number of gallons, formula, lot number and date. Containers
shall not exceed 5 gallons in capacity.
5. The Contractor shall take all reasonable precautions to protect coating finish from
damage after applications. All coatings damaged, scratched, scarred, dirtied or
otherwise marred shall be repaired as directed by the Engineer.
6. Coating shall be done at such times as the Contractor and Engineer agree upon
so that dust free and first class work can be obtained.
7. All surface preparation and coating shall be performed in a manner satisfactory to
the Engineer.
8. All coatings shall be certified “non lead” (less than 0.06% lead by weight in the
dried film) as defined in part 1303 of the Consumer Product Safety Act.
9. The Contractor shall provide adequate storage facilities on the job site that meet
all fire and safety requirements for the storage of flammable materials. This
storage facility may be located in any area assigned to the Contractor subject to
approval of the Engineer. Under no circumstances will the Contractor be allowed
to leave cans of paint or other flammable solvents and materials on the job site
unless the above requirements are met.
11 - 1
B. Schedule: The items to be coated under this contract are as follows:
1. Stucco
a. Let cure at least 28 days before painting.
b. Level protrusions and mortar spatter.
c. Treat efflorescence, if present. Detergent clean, rinse and let dry. Repeat if
necessary.
d. Apply two coats of PPG PITT-FLEX 4-110 100% Acrylic Elastomeric, each coat
applied to a dry film thickness of 6.0 - 7.0 mils DFT.
e. Finish colors shall be Wine Barrel 427-7 at elevation 24.00’ and below and
White above elevation 24.00’.
2. Interior Wood
a. Wood shall be clean and dry.
b. Repair surface defects by spackling and puttying.
c. Sand wood lightly. Remove sanding dust.
d. Apply one coat of PPG Speedhide 6-609 100% Acrylic Latex Primer to a dry
film thickness of 2.0 – 3.5 mils DFT.
e. Apply two coats of PPG Speedhide 6-500 Semi-Gloss Acrylic Latex each to a
dry film thickness of 2.0 – 3.0 mils DFT.
f.
Finish color shall be Brick Dust 432-7.
3. Interior Concrete Block Walls
a. Let cure 28 days before painting.
b. Level protrusions and mortar spatter.
c. Detergent clean, rinse and let dry.
d. Fill all voids with PPG Amerlock 400BF at a rate of 85-115 sq.ft./gallon for
dense CMU, 60-80 sq.ft./gallon for lightweight CMU.
e. Apply one coat of PPG Amerlock 2/400 to a total dry film thickness of 4.0 – 6.0
mils DFT.
f.
Finish Color shall be Amercoat RT-8405.
11 - 2
4. Interior Concrete Walls
a. Let cure 28 days before painting.
b. Sweep Blast or Acid Etch. All surfaces must be clean and dry.
c. Apply one coat of PPG Amerlock Sealer to a dry film thickness of 2.0 – 2.5
mils.
d. Finish with two coats of PPG Amerlock 2/400, each coat to a dry film thickness
of 4.0 – 6.0 mils DFT.
e. Finish Color shall be Amercoat RT-8405.
5. Interior Concrete Floor
a. Let cure 28 days before painting.
b. Brush-off blast or acid etch. All surfaces must be clean and dry.
c. Apply one coat of PPG Amerlock Sealer to a dry film thickness of 2.0 – 2.5 mils
DFT.
d. Finish with one coat of PPG Amercoat 100A with a coat thickness of 3/16 inch
(5 mm).
e. Finish color shall be Gray.
6. Exterior Concrete Walls Below Grade
a. Let cure 28 days before painting.
b. Brush-off blast or acid etch. All surfaces must be clean and dry.
c. Apply one coat of Amerlock Sealer to a dry film thickness of 2.0 – 2.5 mils DFT.
d. Finish with one coat of Amercoat 78HB coal tar epoxy to a dry film thickness
of 16.0 – 18.0 mils DFT.
e. Finish color shall be Amercoat RT-8405.
7. Structural Steel and Miscellaneous Ungalvanized Steel Shapes, Plates, Etc.
a. Solvent clean, rinse and let dry.
b. Sandblast steel to the requirements of SSPC SP-10 Near White Metal Blast.
c. Prime with one coat of PPG Amerlock 2/400 to a dry film thickness of 4.0 – 6.0
mils DFT. The color shall be Buff Brown.
11 - 3
d. Apply a second coat of PPG Amerlock 2/400 to a dry film thickness of 4.0 –
6.0 mils DFT. The color shall be Ivory.
e. Finish with one coat of PPG PSX 1001 to a dry film thickness of 2.0 – 3.0 mils.
The color shall be Amercoat ANSI 70 Gray.
8. Piping and Supports, Above Grade (suction and discharge pipes and supports)
a. Solvent clean, rinse and let dry.
b. Sandblast steel to the requirements of SSPC SP-10 Near White Metal Blast.
c. Prime with one coat of PPG Amerlock 2/400 to a dry film thickness of 4.0 – 6.0
mils DFT. The color shall be Buff.
d. Apply a second coat of PPG Amerlock 2/400 to a dry film thickness of 4.0 –
6.0 mils DFT. The color shall be Ivory.
e. Finish with one coat of PPG PSX 1001 to a dry film thickness of 2.0 – 3.0 mils.
Finish color shall be Amercoat Medium Gray GR-2.
9. Piping and Supports, Below Grade
a. Solvent clean, rinse and let dry.
b. Sandblast steel to the requirements of SSPC SP-10 Near White Metal Blast.
c. Apply one coat of PPG Amercoat 78HB Coal Tar Epoxy to a dry film thickness
of 16.0 – 18.0 mils.
10. Pumps (factory primed or finished)
a. Solvent clean, rinse and let dry.
b. Apply one full coat of PPG Amercoat 185H Universal Primer.
c. Finish with one coat of Amerlock 2/400 to a dry film thickness of 6.0 – 8.0 mils
DFT.
d. Finish color shall be Amercoat ANSI 70 Gray.
11. Guard Posts
a. Solvent clean, rinse and let dry.
b. Sandblast steel to the requirements of SSPC SP-10 Near White Metal Blast.
c. Apply two coats of PPG Amercoat 220 Waterborne Acrylic Topcoat, color
yellow, to a dry film thickness of 2.0 – 5.0 mils (each coat).
11 - 4
NOTE:
All colors shall be subject to approval by Engineer before painting shall
take place.
C. Weather Conditions:
1. The Contractor shall clean and paint only when weather conditions are favorable,
and are expected to continue favorable. The Engineer will order work discontinued
if he feels that weather conditions are unsuitable. Any work started when the
weather is considered unsuitable is subject to rejection.
2. Surfaces to be coated shall be dry and at least 5 degrees above the dew point.
Surface temperature shall be as recommended by coating supplier.
11-03 WORK CONDITIONS
A. The Contractor shall employ appropriate safety measures, to ensure that workers are
protected from toxic exposure according to OSHA and all other local, state and federal
regulations pertinent to the work described in these specifications.
B. All ladders, scaffolding and rigging equipment necessary for the required work shall
conform to OSHA and applicable safety requirements.
C. Forced air ventilation shall be provided as required by OSHA and other applicable
regulations. Forced ventilation shall maintain a safe atmosphere below the lower
explosive limit (LEL). During coating application, the capacity of ventilating fans shall
be no less than recommended by the manufacturer of the coating and required by
applicable regulations.
D. Continuous forced air ventilation at a rate of at least one complete air change every 4
hours shall be provided for at least 48 hours after coating application is completed or
until coating is completely cured in accordance with the manufacturer’s
recommendations.
E. Adequate illumination shall be provided while work is in progress, including explosion
proof lights and electrical equipment.
11-04 APPLICATION
A. Only properly skilled and experienced craftsmen shall apply paint, and paint shall be
applied only on properly prepared surfaces as herein specified. All exterior painting
shall be done only in dry weather. Any surface coating damage by moisture or rain
shall be removed and redone as directed by the Engineer. Paint shall be applied in
accordance with the paint manufacturer's recommendations.
B. On all surfaces, each coat of paint shall be applied at the rate specified by the
manufacturer to achieve the minimum dry mil thickness required. Deficiencies in film
thickness shall be corrected by the application of an additional coat(s) of paint. Where
conditions are other than normal because of the weather or because painting must be
done in confined spaces, longer drying times will be necessary. Additional coats of
paint shall not be applied until paints are thoroughly dry. All additional coats are at no
cost to the Board.
11 - 5
C. Where thinning is necessary, only the products of the manufacturer furnishing the
paint, and for that particular purpose, shall be allowed, and all such thinning shall be
according to manufacturer's instructions, as well as with the full knowledge and
approval of the Engineer.
D. Drying times between coats of paint shall be as recommended by the paint
manufacturer and approved by the Engineer.
E. Painted surfaces shall be free from runs, drops, weaves, ridges, waves, laps, and
other defects. These defects shall be corrected by the Contractor in a manner
approved by the Engineer.
F. Prime and finish coats shall be applied with the proper equipment.
G. Protect all adjacent work and materials with suitable covering during the progress of
the work included herein.
H. Remove at end of each day oily rags and all similar open and inflammable materials
as precaution against fire.
11-05 INSPECTION
A. The Contractor shall obtain written approval from the Engineer of each area surface
preparation and each coat of paint applied before proceeding with application.
B. All completed surfaces shall be checked by the Engineer or his authorized
representative for workmanship and proper thickness. All ferrous surfaces shall be
checked for film thickness by use of an ELCOMETER or MICRO-TEST magnetic dry
film gauge properly calibrated.
11-06 CLEANUP
A. The Contractor, upon completion of each phase of work, shall thoroughly clean up all
surfaces of paint splashes, grease, oil, and dirt resulting from paint work or from prior
work done by the Contractor or others, and shall leave the area broom clean.
B. All dust, debris and any other deleterious materials resulting from surface preparation
and coating application shall become the property of the Contractor and shall be
disposed of legally and properly. The Contractor shall be responsible for all costs
incurred for waste removal and disposal.
THIS AREA INTENTIONALLY LEFT BLANK
11 - 6
11-07 SUBSTITUTION
A. All requests for substitution must be accompanied by full technical and price data and
complete manufacturers catalog. All requests for substitution shall be made at least
4 weeks prior to start of painting.
B. All paints submitted for substitution must be equal to the specified paint in generic
type, % volume of solids, performance data, etc. The Engineer will be the sole judge
of equality.
* * * END OF SECTION 11 * * *
11 - 7
SECTION 12
MECHANICAL
12-01 GENERAL
The work to be done under this section includes all labor, materials, equipment and services
necessary to furnish and install two (2) self-priming, horizontal centrifugal motor driven pumps,
piping, and valves, (electrical control equipment, and all other component parts for the pumping
station to be furnished and installed under other sections of this Contract). All component parts
described in this Section shall be new and furnished and installed by the Contractor.
Drawings of all equipment furnished and erection drawings are to be submitted by the
Contractor for approval by the Board prior to their installation, as per Section 2-20 of these
Specifications.
All erection and installation performed under this section shall be by mechanics who are skilled
in this type of work.
12-02 12" SELF PRIMING PUMPS AND ACCESSORIES
A. General
Contractor shall furnish and install two (2) Gorman Rupp 112D60-B self-priming centrifugal
sewerage pumps, 12-inch suction X 12” discharge, or Engineer approved equal, designed
for handling raw unscreened domestic sewerage. Pump shall meet the
requirements/conditions of the table below:
Design
Points
Total
Dynamic
Head
(ft)
Pump
Capacity
(gpm)
Maximum
Re-Priming NPSH
Minimum
Total Dynamic
Lift
Required Efficiency
Suction Lift
(ft)
(%)
(ft)
(ft)
Pump
Speed
(rpm)
Rated
56
2700
16.57
8.37
3.82
75.9
930
Secondary
40
3700
14.26
8.34
5.1
77.3
930
Each pump at its rated speed shall be capable of priming repeatedly and shall be capable
of delivering the required capacity against the corresponding total dynamic head and total
dynamic suction lift.
B. Internal Passages
1. All openings, internal passages, and internal recirculation ports shall be large enough
to permit the passage of a sphere 3-inch in diameter, and any trash or stringy material
which may pass through the average house collection system. Screens or any internal
devices which create a maintenance nuisance or interfere with priming and
performance of the pump shall not be permitted.
12 - 1
2. Upon request from the Engineer, certified dimensional drawings indicating size and
locations of the priming recirculation port or ports shall be submitted to the Engineer
prior to shipment.
B. Pump Construction
1. Pump casing
a. All areas of the pump casing and volute which are exposed to sewage shall be
constructed of cast iron Class 30. Casing shall be provided with integral volute
scroll and fitted with a built-in suction check valve seating on a replaceable suction
flange.
b. Casing drain plug shall be at least 1-1/4" NPT to insure complete and rapid
draining.
c. The pump casing shall have no internal screening devices.
2. Suction Head
a. The pump shall be equipped with a removable suction head, allowing access for
service and repairs without removing suction or discharge piping. The suction head
shall include two clean out covers to provide access to pump interior for inspection
and clearance of major stoppages.
3. Wear Plate
a. The pump shall be fitted with a replaceable wear plate secured to the suction head
by renewable fasteners and shall be of AISI 1015 HRS.
4. Suction Check Valve
a. Each pump shall incorporate a suction check valve that can be removed or installed
through the removable inspection plate opening, without disturbing the suction
piping. Sole function of the check valve shall be to eliminate re-priming with each
cycle. Pumps requiring suction check valves to prime or reprime will not be
acceptable.
5. Rotating Assembly
a. A rotating assembly, which includes impeller, shaft, mechanical shaft seal, lip seals,
bearings, sealplate and bearing housing, must be removable as a single unit
without disturbing the pump casing or piping.
b. Sealplate and bearing housing shall be cast iron Class 30. Separate oil filled
cavities, vented to atmosphere, shall be provided for shaft seal and bearings. Lip
seals shall be provided to prevent leakage of oil.
1) The bearing cavity shall have an oil level sight gauge. The clear sight gauge
shall provide easy monitoring of the bearing cavity oil level and condition of oil
12 - 2
without removal of the fill plug. The fill plug shall vent the cavity to the bearings.
2) The seal cavity shall have an oil level sight gauge and fill/vent plug. The clear
sight gauge shall provide easy monitoring of the seal cavity oil level and
condition of oil without removal of the fill/vent plug.
c. Impeller shall be ductile iron, No. 80-60-03, two-vane, semi-open, non- clog, with
integral pump out vanes on the back shroud capable of passing 3" diameter
spherical solids. Impeller shall keyed onto the pump shaft and be secured with a
lockscrew and conical washer.
d. Shaft shall be Alloy Steel 4150 .
e. The pump shaft bearings shall be anti-friction ball or tapered roller bearings, of
ample size and proper design to withstand all radial and thrust loads which can
reasonably be expected during normal operation. Bearings shall be lubricated from
a separate reservoir. Pump designs in which the same oil lubricates both the shaft
bearings and the shaft seal shall not be acceptable.
f.
Shaft Seal
1) The pump shaft shall be sealed against leakage by a mechanical seal. Both
the stationary sealing member and mated rotating member shall be silicon
carbide. Each of the mated surfaces shall be lapped to a flatness of one-half
light band or less (5.8 Millionths of an inch), as measured by an optical flat
under monochromatic light.
2) The stationary seal seat shall be double floating by virtue of a dual O-ring
design: an external O-ring secures the stationary seat to the sealplate, and an
internal O-ring holds the faces in alignment during periods of mechanical or
hydraulic shock (loads which cause shaft deflection, vibration, and axial/radial
movement).
3) The seal shall be lubricated with oil from a dedicated, oil-filled reservoir. The
same oil shall not be used to lubricate both the shaft seal and the shaft
bearings.
4) Elastomers shall be viton; cage and spring to be stainless steel.
g. Pusher bolt capability to assist in removal of rotating assembly. Pusher bolt
threaded holes shall be sized to accept same capscrews as used for retaining
rotating assembly.
h. Adjustment of the impeller face clearance (distance between impeller and
wearplate) shall be accomplished by external means.
12 - 3
i
Replacement of the impeller, seal, and bearings shall be accomplished through the
removal of the rotating assembly. The entire rotating assembly, which includes
bearings, shaft, seal, and impeller, shall be removable as a unit without removing
the pump volute or piping.
6. Flanges
Suction and/or discharge ports. Pump shall have 1/2" NPT gauge taps for gauge
connections.
C. Energy Efficient Electric Pump Motors
1. General
a. Electric pump motors furnished herein shall be new energy efficient, continuous
duty, horizontal, squirrel cage induction motors, three phase, 60 Hertz, extra
severe duty construction, with TEFC Cast Iron Enclosures for operation in severe
environments. Motors shall be multi V-Belt drive with sheaves, belts, and guards.
b. Pump motors furnished shall be 75 HP, GE XSD-841 electric motor, Type IEEE841,
or Engineer approved equal, NEMA Design B, Normal Starting Torque, continuous
duty rated in 40°C ambient air environment. Motors shall have 120-V space
heaters. Motor insulation shall be Class F with Class B temperature rise at 1.0
service factor. Motor shall be capable of continuous operation at 1.15 service
factor without adverse affects.
2. Service Conditions
a. Pump motors shall be suitable for operation within their ratings under the following
service conditions:
b. Ambient temperature in range of -25°C to +40°C with operation at +50°C optional
when derated to 1.0 service factor.
c. Maximum installed altitude of 1000 meters above sea level.
d. Indoor and outdoor installations in severe duty applications, including rain, high
humidity, and chemical and salt laden atmospheres.
e. Full voltage, across-the-line starting.
3. Standards
Pump motors shall conform to NEMA Standard MG1, latest revision. Motors shall also
comply with the latest revisions of the applicable portions of the National Electrical
Code, Canadian Standards Association, IEEE 841, and the Energy Policy Act of 1992.
If the motors quoted are outside the scope of the specifications listed above, motors
shall be quoted with the key features of the specifications listed above. (Multispeed
motors are outside the scope of IEEE 841)
12 - 4
4. Electrical Requirements, Characteristics, and Performance
a. Pump motors shall be 460 volt, 3 phase, 60 Hertz rated at an output speed of 1200
RPM. The motors shall operate successfully under running conditions as follows:
1) Plus or minus 10% of rated voltage at rated frequency.
2) Plus or minus 5% of rated frequency at rated voltage.
3) A combination of voltage and frequency variance which equals a sum of 10%
variation with frequency variation not to exceed plus or minus 5% of the total.
4) Motor shall function normally with voltage imbalance at terminals, with rated
load and frequency, not in excess of 1% (4.6 volts at 460 volt operation).
b. Motor performance, at rated voltage and frequency, shall be as follows for critical
operating characteristics.
1) Motors shall meet or exceed the minimum locked rotor and breakdown torques
specified in the NEMA Standards for Design B Motors.
2) Starting currents shall not exceed the NEMA a Design B maximum values, and
shall not exceed limits of Code G, 5.60-6.29 KVA per horsepower.
3) Bidders shall quote on the most efficient equipment. Guaranteed minimum
efficiency shall be 93.6%.
4) Temperature rise of the motor at normal operating load and conditions shall be
a Class B rise, limited to 80°C or less above a 40°C ambient when measured
by resistance.
c. Motors shall be rated for 1.15 service factor in a 40°C ambient air environment.
Motors shall have an optional rating of 1.0 service factor if operating in a 50°C
ambient.
d. Insulation materials shall be Class F or better. Windings shall be given a heavy
build of varnish to increase moisture resistance. Motors in frames from 404 through
449 shall be Vacuum Pressure Impregnated.
e. Motor windings shall meet a minimum insulation resistance of 1.5 megohms after
168 hours of exposure to 100% relative humidity and 40°C ambient, under test
conditions.
5. Mechanical Construction
a. The horsepower to frame relationship shall conform to the latest NEMA MG13
Standards for T Frame Motors.
b. Each motor foot shall be drilled with two (2) mounting holes to allow for F1/F2 field
conversion and be adaptable to the alternate frame size for that frame diameter.
12 - 5
c. Motor frame, end shields, conduit box, fan cover, and inner bearing caps shall be
of Cast Iron Construction. Stainless steel breather drains shall be installed at the
low point of each end shield to drain condensation and prevent entry of
contaminants.
d. Motor bearings shall be open type anti-friction bearings sized to provide a minimum
L10 life rating of at least 130,000 hours for direct connected loads. All bearings
within a motor enclosure shall be the same size.
Inner bearing caps and bearing brackets shall utilize a Positive Lubrication System
to assure proper bearing lubrication in all mounting positions and to insure that
grease is channeled directly into the bearing track. All motors shall be factory
charged with grease lubricant and shall have grease ports on motor end shields
for re- lubrication. Motors end brackets shall have automatic grease relief fittings
on DE (Drive End) and ODE (Opposite Drive end). Grease relief on ODE
(Opposite Drive End) shall extend out of the fan cover for easy access.
e. Cooling fans shall be corrosion resistant, non-sparking material such as 30% glassfitted polypropylene or bronze. Fans shall be bi-directional.
f.
Conduit box shall be oversized, cast iron, diagonally split, and gasketed and shall
be capable of rotation in 90° increments. A neoprene motor lead bushing shall
attach box to motor frame. A brass ground lug shall be provided within box for
attachment of system equipment grounding conductor.
g. All external screws, bolts, and hardware shall have Hex heads and shall be either
cadmium plated or 316 stainless steel.
h. The motor shall have installed on both ends of the bearing bracket a recessed
noncontact bronze labyrinth seal to minimize bearing contamination. Motors shall
be rated at minimum IP-55.
j.
Motor frame shall be have eye bolts for lifting.
k. Exterior of motor frame shall be painted with a heavy application of epoxy enamel
or equivalent coating.
l.
All motors are to meet the vibration levels defined in IEEE-841-2009 Section 6.9.
Motor vibration levels shall not exceed .04 in/sec. Motor test data with vibration
analysis shall be submitted with each motor.
m. Internal motor space heaters shall be provided for operation on 120 volts, single
phase, 60 Hertz power and shall be wired to the main terminal box. 320 Frame
and larger space heater lead wires are to terminate to an auxiliary conduit box.
n. Motors end brackets shall have RTV sealant applied to frame.
6. Nameplate
Each motor shall be fitted with a stainless steel nameplate stamped per NEMA
Standard MG1-10.40 to include, as a minimum, the following information:
12 - 6
a. Nominal efficiency per Nema Standard MG1-12.54.2. *(on auxiliary tag)
b. Manufacturer's minimum guaranteed efficiency.
1) Nominal efficiency at 75% load. (on auxilliary tag)
d. Maximum weight and vibration. (on auxiliary tag)
e. Manufacturer's Stock Number.
f.
Phase sequence diagram with rotational arrows.
g. Bearing identification.
h. All normal nameplate data such as voltage, horsepower, frequency, phase,
speeds, duty cycle, temperature rise, etc.
7. TESTS AND WARRANTY
a. Standard routine tests shall be performed on each motor to assure compliance
with the design criteria of these specifications.
b. Efficiency of each motor shall be verified by a complete test. Furnish and ship one
(1) copy of each test with each motor.
c. Guaranteed minimum efficiency shall be stamped on the nameplate.
d. All motor Mechanical Components shall have a full one (1) year performance
warranty.
D. Base and Drive
Pump shall be mounted on a heavy structural steel base. The motor shall be mounted to
an adjacent elevated pedestal, which shall be attached to the structural steel base. No
portion of motor casing shall be installed below Elevation 6.0' Cairo Datum. Power to
pumps shall be transmitted using V-belt drive assemblies. The sheave/belt combination
shall provide the speed ratio needed to achieve the specified pump operating conditions.
Pump and motor shall be coupled with a five (5) band Gates Hi-Power Band Belt, providing
a minimum combined safety factor of 1.5. Single belt drives or systems with a safety factor
less than 1.5 are not acceptable. Computation of safety factors shall be based on
performance data published by the drive manufacturer. The drive assemblies shall be
aligned to recommended manufacturer tolerances prior to shipment by the pump supplier
and then checked in the field after delivery and installation by the Contractor to insure
proper alignment and tensioning of belts.
The pump manufacturer shall submit power transmission calculations which document the
following:
1. Ratio of pump/motor speed.
2. Pitch diameter of driver and driven sheaves.
12 - 7
3. Number of belts required per drive.
4. Theoretical horsepower transmitted per belt, based on vendor’s data.
5. Center distance between pump and motor shafts.
6. Arc-length correction factor applied to theoretical horsepower transmitted.
7. Service factor applied to established design horsepower.
8. Safety factor ratio of power transmitted/brake horsepower required.
The pump and motor shall be equipped with cast iron sheaves compatible with the five (5)
band drive belt. The sheaves shall be constructed of fine grain, high tensile cast or ductile
iron and shall be statically (one plane) balanced to the standards established by the
Mechanical Power Transmission Association. The sheaves shall be provided with quick
detachable type split, tapered bushings. The sheaves shall be manufactured by T.B.
Woods Incorporated, or Board Engineer approved equal, and as follows::
Part No.
Description
Motor:
Sheave
Bushing
5V1505
E278
5V15.0X5-E
EX2.875
Pump:
Sheave
Bushing
5V1185
E234
5V11.8X5-E
EX2-3/4
The V-belt drive assembly shall be enclosed in an Engineer approved belt guard. The face
of the belt guard shall be constructed of expanded metal to facilitate the inspection of the
belt. The belt guard shall be firmly attached and stiffened so as not to produce excessive
vibration and/or noise. The belt guard shall be secured to base with gasketed washers and
gaskets to reduce vibration.
E. Air Release Lines
Each pump shall be equipped with a separate air release line. Line shall be equipped with
a stainless steel ball valve designed to permit the escape of air to the wet well during initial
or any unattended priming or re-priming cycle. The air release line pipes, fittings, and
valves shall be a combination of 1" and 1½’’, as shown on the plans. The air release lines
shall be schedule 40 stainless steel.
F. Pumping Unit Noise Level
When operating at 60% efficiency or greater, the noise level shall not exceed 85 dB when
tested per the Hydraulic Institute Standard for the Measurement of Airborne Sound of
Pumping Equipment.
12 - 8
G. Guarantee
The manufacturer of the pumps shall guarantee them to be of quality construction, free
from defects in material and workmanship. The equipment, apparatus and parts furnished
shall be guaranteed for a period of five (1) year from acceptance by the Board, except
items that are normally consumed in service, such as oil, grease, packing, gaskets, Orings, etc.
12-03 ELECTRICAL
The electrical components and control of the two pumps is specified in Section 15 ELECTRICAL INSTALLATION.
12-04 REPRIME PERFORMANCE
A. Normal service for pumps specified under this division shall constitute the pumping of
raw, unscreened, sanitary domestic sewage and associated solids during periods of
continuous unattended operation. In consideration of this, failure of the suction check
valve due to debris lodged between the valve and seat resulting not only in the loss of
liquid in the suction leg, but also in the siphoning of liquid from the casing to a level
approximating the centerline of the impeller shall be considered normal. Therefore, each
pump shall be installed with an air release line free to the atmosphere and shall have the
capability to automatically re-prime while operating unattended at its rated speed in a
completely open system without a suction check valve and with a dry suction leg.
B. Each pump must be capable of a reprime lift of 14 feet at the selected speed and impeller
diameter. Re-prime lift is defined as the static dimension between the centerline of the
pump suction flange and water surface elevation in the wet well which would normally
activate the lead pump.
C. Re-priming time is defined as the time required for the pump to complete the automatic
priming process with the liquid which would remain in the pump casing after a delivering
pump has been shut down with the suction check valve removed. Five minutes to come
to full delivery is the maximum allowable time to complete this process.
D. Additional standards under which reprime tests shall be run are:
1. Piping shall incorporate a discharge valve down stream from the pump. Check valve
size shall be equal (or greater than) the pump discharge diameter.
2. A ten-foot length of one-inch pipe shall be installed between pump and discharge check
valve. This line shall be open to atmosphere at all times to duplicate the air
displacement rate of a typical pump station fitted with an air release valve.
3. No restrictions shall be present in pump or suction piping which could serve to restrict
the rate of siphon drop of the suction leg. Suction pipe configuration for reprime test
shall incorporate a minimum horizontal run of 4.5 feet and one 90-degree elbow.
12 - 9
4. Impeller shall be set at the clearances recommended by the manufacturer in the pump
service manual.
5. Reprime lift repeatability shall be demonstrated by five sequential reprime cycles.
6. Liquid to be used for the reprime test shall be water.
7. Upon request from the engineer, certified reprime performance test data, prepared by
the pump manufacturer and certified by a registered professional engineer, shall be
submitted to the engineer prior to the shipment.
12-05 PIPING AND FITTINGS
A. PVC Piping
1. Gravity Piping
Material for sewer mains shall be solid wall PVC pipe, manufactured in accordance
with ASTM D-3034 specifications and to a SDR (strength dimension ratio) of 26 with
elastomeric gaskets. The elastomeric gaskets and retainer rings shall be installed by
the manufacturer in accordance with ASTM D-3212 and F-477.
The fittings for solid wall PVC pipe shall be the same inside diameter as the solid wall
PVC with an SDR of 35.
PVC sewer mains, sizes 18 in. through 27 in. shall be solid wall PVC pipe conforming
to ASTM F-679 specifications and to a PS (pipe stiffness) of 46 with elastomeric
gaskets. The elastomeric gaskets and retainer rings shall be installed by the
manufacturer in accordance with ASTM D3212 and F-477.
2. Sump Discharge Piping
The sump pump discharge piping shall be 2" schedule 80 PVC. 4" and smaller pipe
and fittings shall be socket type and shall be assembled with solvent cement as per
the manufacturer’s recommendations.
B. Copper Piping
All copper piping shall be Type K hard copper with bronze solder fittings. Solder shall be
lead free. Any exposed copper piping shall be insulated with 1" split foam pipe insulation
with all longitudinal joints sealed with adhesive. Insulation shall be protected with a .016"
thick aluminum jacket with longitudinal z-joint secured with ½" wide butt strips, J-M MetalLok or Engineer approved equal.
E. Ductile Iron Piping
Ductile iron pipe shall be required for all pump piping. Suction and discharge piping shall
be thickness Class 56, ductile iron with flanged joint connections conforming to
ANSI/AWWA C151/A21.51. Below ground suction and discharge piping shall be thickness
Class 56, ductile iron with restrained mechanical joint connections and shall conform to
12 - 10
ANSI/AWWA C151/A21.51. The ductile iron pipe shall have a factory installed internal
ceramic epoxy lining, “Protecto 401” or approved equal, with a 40 mils nominal thickness.
Suction piping shall be 12” diameter and discharge piping shall be 16” diameter, as shown
in Contract Drawings.
The exterior of all ductile iron piping shall be cleaned per SSPC-SP10 and primed and
coated per the painting schedule shown in Section 11-02 B of these Specifications.
All buried ductile iron pipe shall be wrapped in polyethylene tube, 8 mils nominal thickness,
per ANSI/AWWA C150/A21.5-93. The Contractor shall take care during backfilling so as
not to damage the tube. Any tears or damage occurring before or during backfilling shall
be repaired per the above mentioned AWWA specification.
All ductile iron pipe shall be secured with ductile iron or teflon coated core-ten bolts, nuts,
and washers.
F. Ductile Iron Fittings
The steel piping shall be coupled to the ductile iron piping by a flange m.j. fitting with an
EBAA Iron Megalug restraint gland. The flange shall conform to ANSI B 16.1 Class 125
flange dimensions.
Mechanical joint fittings and glands shall conform to ANSI/AWWA C111/A21.11.
Mechanical joint glands shall be Series 1100 Megalug or Engineer approved equal.
Flanged fittings shall conform to ANSI/AWWA C110/A21.10 and ANSI/AWWA
C115/A21.15.
The exterior of all ductile iron pipe fittings shall be cleaned per SSPC-SP10 and primed
and coated per the painting schedule shown in Section 11-02 B of these Specifications.
All buried ductile iron fittings shall be wrapped in polyethylene tube per ANSI/AWWA
C105/A21.5-93. The Contractor shall take care during backfilling so as not to damage the
tube. Any tears or damage occurring before or during backfilling shall be repaired per the
above mentioned AWWA specification.
All ductile iron fittings shall have a factory installed internal ceramic epoxy lining, “Protecto
401” or approved equal, with a 40 mils nominal thickness.
All ductile iron fittings shall be secured with ductile iron or Teflon coated core- ten bolts,
nuts, and washers.
G. Stainless Steel Pipe & Fittings.
Type 316, Schedule 40 stainless steel pipe and fittings shall be used for all sewage air
release lines and for the bubbler line. Connections shall be threaded for the air release
lines and socket weld for the bubbler line inside the wet well.
12 - 11
12-06 VALVES
A. Gate Valves for Pump Piping
The gate valves shall be American R/D 100 line series iron body NRS with 2” operating
nut, bolted bonnet, solid wedge disc valves or Engineer approved equal. Packing gland
will be designed to ensure proper packing compression without binding against the stem.
Valve bodies shall be provided with flanges, drilled, back spot faced, and finished
machined. Flanges shall conform in all respects to ANSI-B16.1, Class 125 cast iron
flanges. All exposed nuts, bolts and washers shall be stainless steel. Valve gate rings,
and body-seat rings shall be constructed of grade A bronze. Body seat rings shall be
replaceable in the event of wear. Valves shall open in the counter-clockwise direction.
1. Valve bodies shall be of ASTM A126 Class B iron.
2. Disc shall be ASTM A126 Class B iron with a bronze seating surface.
3. Valves shall be designed for a maximum of 150 p.s.i. service.
4. Disc shall be guided to prevent premature disc ring/seat ring contact.
5. Valve stem shall be ASTM A276 Grade 304.
6. The valve manufacturer shall approve the valve for use when it is installed with flow in
the horizontal direction and with the valve stem oriented vertically.
7. The Contractor shall provide for each valve one (1) extension stem (length to be
determined in field) and one (1) adjustable stem guide, including fabricated brackets.
The Contractor shall also provide one (1) T-handle main valve key, four (4) feet in
length, with ductile iron socket to fit 2” square operating nut.
B. Check Valves for Pump Piping
The check valves shall be 12" American R/D Style 159-02 Standard Flanged Swing Check
Valve or Engineer approved equal. The valve shall conform to AWWA C508 criteria.
1. The valve body and disc will be constructed of ASTM A-126 Class B Cast Iron. The
body seat ring shall be ASTM A148 Aluminum Bronze. The resilient disc seat shall be
bronze to bronze. The disc hinge pin shall be constructed of Type 17-4PH stainless
steel.
2. Valve bodies shall be provided with flanges, drilled, back spot faced, and finished
machined. Flanges shall conform in all respects to ANSI B16.5, Class 125 cast iron
flanges.
3. The valve shall have a counterweight arm/s with an adjustable weight to regulate
closing time. The valve shall close by gravity under no flow conditions or when the
discharge pressure is higher than the inlet pressure.
4. All internal parts shall be easily replaceable without removing the valve from the line.
12 - 12
5. The valve shall provide full-unobstructed flow when open and shall provide watertight
shutoff when closed.
6. The counterweight arm/s shall be attached to the side of the check valve opposite to
the side which the adjacent gate valves have been rotated. See Drawings.
7. The Contractor will supply the Board with 2 complete hinge pin/pivot shaft O-ring sets,
should O-rings be used to seal the pin/shaft rather than packing. These shall be
packaged with the Contract # and title, part numbers, and part description clearly
legible on the package. The parts shall be delivered to the S&WB Machine Shop.
8. All exposed nuts, bolts, and washers shall be stainless steel.
C. Sewerage Air Release Valve (Discharge Pipe)
The Contractor shall furnish and install a sewerage air release valve, Vent-O- Mat RGX or
Engineer approved equal. The valve shall have an elongated body and be designed to
operate (open) while pressurized, allowing entrained air in the sewage force main to
escape through the air release orifice.
1. All metal components of the unit shall be 304 stainless steel.
2. The valve inlet shall be 2" N.P.T. The valve outlet shall be a 2” swivel flange connection.
3. The 2" inlet shall be fitted with a 2" stainless steel threaded gate valve to isolate the
S.A.R.V. from the force main, using stainless steel threaded pipe and fittings.
4. Internal rubber components of the valve shall be EDPM rubber.
D. Potable Water Backflow Preventer
The backflow preventer shall be a Watts Regulator 1" Series 009QTS with bronze strainer
or Engineer approved equal.
E. Ball Valves
Ball valves shall be stainless steel, three (3) piece, full port ball valves of the size indicated
on the Contract Drawings. Connection for ball valve shall be threaded to match associated
pipe.
F. Gate Valves (For small diameter pipe)
Gate valves for small diameter pipes shall be brass, full port, non-rising stem (N.R.S.), solid
wedge disk gate valves. Connection for gate valves shall be threaded to match associated
pipe.
12-07 VENTILATION
A. Exhaust Fan
The Contractor shall provide an Aerovent model 9M624 Direct Drive Propeller fan, single
speed, 3450 rpm, 933 cfm, 1/8” s.p. with 1/3 HP motor. Fan shall be furnished with a safety
12 - 13
guard on the propeller side an on the motor side of the fan. The guards shall meet OSHA
standards. The fan shall also be furnished with a heavy-duty gravity aluminum shutter. The
fan shall be mounted in the wall and caulked around the frame. The motor shall be NEMA
Standard with permanently lubricated ball bearings, single phase 120V, 60 cycle,
permanent split capacitor type. The fan shall bear the Air Moving and Conditioning
Association Certified Rating Label. The motor shall be wired to a wall- mounted thermostat
as specified under the specification section “Electrical Installation”. Wiring of the fan shall
conform with “Electrical Installation” section of these specifications.
B. Exhaust Blower
The Contractor shall furnish and install one (1) new direct drive centrifugal fan, single
speed, 1140 rpm, 1500 cfm at 3/8” S.P., Type B, Arrangement 4, Class I, three-quarter
(3/4 HP) motor in the pumping station. Fan shall be rated for use in hazardous locations.
The fan shall be size 150 as manufactured by Industrial Air Products, Inc., or approved
equal. The fan shall be mounted in the pumping station dry well on a new galvanized steel
framework. The blower shall be furnished with a 20” x 20” heavy-duty gravity aluminum
shutter. The motor shall be NEMA Standard with permanently lubricated ball bearings,
single phase 230V, 60 cycle, permanent split capacitor type. The fan shall bear the Air
Moving and Conditioning Association Certified Rating Label. The motor shall be wired to
the service so that the fan will operate constantly when energized directly from the panel.
Wiring of the fan shall conform with the “Electrical Installation”, of these specifications.
C. Connection Boot(s) and Ductwork
The Contractor shall furnish and install new connector boot(s) and ductwork as indicated
on the drawings. The new ductwork components shall be fabricated and installed to create
an “air-tight” installation.
D. Louvers (Fresh Air Intakes)
Three Miami-Dade County and AMCA certified hurricane fixed drainable louvers shall be
installed as shown by drawings. They shall be 24" x 24" aluminum frame and blades with
a mill finish. An aluminum insect screen with a mesh count of 16 x 16 shall be supplied
with these louvers in a removable frame, located on the interior side. These shall be
manufactured by American Warming and Ventilation Inc. Model LE-54 or Engineer
approved equal.
12-08 MISCELLANEOUS
A. Sump Pumps and Accessories
Furnish and install two (2) Goulds Model 3885, series no. WE1012H, 1 hp, 230 V, 3450
rpm submersible effluent pump or Engineer approved equal.
1. The pump will be capable of pumping 70 g.p.m. @ 40' of total head and 100 g.p.m. @
15' of total head.
2. The pump impeller shall be non-clog, semi-open of cast iron construction with pump
out vanes for mechanical seal protection.
12 - 14
3. The pump shall have a mechanical seal constructed of carbon and ceramic sealing
faces, stainless steel metal parts, and BUNA-N elastomers.
4. The casing shall be cast iron with a 2" NPT discharge and the pump shall be capable
of passing 3/4" solids.
5. The shaft shall be corrosion resistant stainless steel.
6. Bearings shall be for heavy-duty service.
7. Motor shall be rated at 1 h.p. @ 3450 r.p.m. The motor shall be 230 volt, single phase,
60 Hertz and shall be fully submerged in high grade turbine oil. The pump will operate
continuously without damage to pump components when the motor casing is not
submerged in water.
8. The motor power cable shall be a #16 AWG, 3 conductor Type SJTO power cord rated
for severe duty service, oil and water resistant. The cable will be sealed in the motor
housing with an O-ring to prevent water intrusion and oil leakage. Cable length will be
suited for pump control box installation.
9. Furnish and install two (2) Goulds Model No. A3-2012 Control Panels or Engineer
approved equal. The control panel shall contain a magnetic contactor, Hand-Off-Auto
selector switch, Run pilot light, and terminal block for field wiring. Enclosure shall be
Nema 1 steel with hinged front door bearing H-O-A Control Switch and Pilot Light.
10. Pump automation shall be provided by a Goulds model 10 PMDWOP non- mercury
differential float switch. A cord shall be provided in length suitable to span from the
point of pump installation to the plug-in of the electrical controllers. Attach float switch
to pump discharge by means of an integral clamp to respond to 6" of water above the
bottom of the sump.
11. Pump automation shall be provided by differential float switch to respond to six (6)
inches of water above floor.
12. Sump pumps shall be installed in dry well and the discharge should be directed to the
wet well and shall penetrate the station above grade.
13. Gate valves and check valves for sump pump discharge piping shall be the size
indicated on the drawings. Valves shall be bronze, Class 150, non- rising stem, rated
for at least 150 p.s.i. pressure, and shall conform to the standards of MSS Sp-80.
B. Pressure Gauges
Prior to final assembly of the piping, the Contractor shall make a ¼” NPT gauge tap in the
position shown in the Drawings. On the interior of the pipe, this tap shall be ‘smooth
rounded’ and free of burrs to prevent any unnecessary hydraulic disturbances at the point
of the tap. Once the pipe is assembled, the Contractor shall furnish and install ¼" stainless
steel piping, five (5) Stockham ¼" stainless steel, three (3) piece, full port, No. T-3951-SSR-66 ball valves, two (2) Ashcroft Style 1009AWL compound pressure gauges with 2.5"
dial and a 30" of mercury vacuum to 30 p.s.i. range, and two (2) Ashcroft Style 1009AWL
pressure gauges with a 2.5" dial and 0 to 60 p.s.i. range and one (1) Ashcroft Style
12 - 15
1009AWL pressure gauge with a 4” dial and 0 to 60 p.s.i. range, or Engineer approved
equal.
¼" N.P.T. taps for the installation of the SCADA Pressure Transducers shall be made at
the points shown on the Drawings. See Section 15 for specifications on the transducers.
C. Pipe Roof Penetration Boot
Pipe roof penetrations shall be sealed against moisture and leakage with a Portals Plus
Deck-Mate pipe seal, or Engineer approved equal. Model D.M. 2 shall be used for the 2"
aluminum antenna pipe. The seal shall be constructed of ozone and ultraviolet resistant
EPDM or Neoprene compression molded rubber. The unit shall have a 1" wide flexible
aluminum base. Seal shall be attached to the roof with standard metal roofing fasteners
and silicone sealant. An adjustable stainless steel clamp shall secure the seal around the
pipe.
12-09 MANUFACTURER'S LITERATURE
The Contractor shall furnish to the Board six (6) copies containing all descriptive literature of
all component parts installed within and also outside the station, with manufacturer's model
number; individual part number and description, etc. Also to be supplied in sextuplicate are
Operation and Maintenance manuals (O&M) for the pumps, motors, and all valves. Where
applicable, the Contractor shall furnish a maintenance procedure for pumps and motors, and
complete instructions for putting the station in operation and for varying the operational
elevations in the wet well.
The following data must be submitted for approval in sextuplicate:
1. Pumps-outline and test data.
2. Motors. (Nameplate and torque data).
3. Sheaves, including bushing, belt and belt guard.
4. Pipe and fittings (interior and exterior).
5. All valves.
6. Exhaust fans, including motor data, ductwork and louvers.
7. Pump testing procedure and layout.
8. Sump pump system and piping.
9. Pressure gauges.
10. Pipe roof penetration boot.
Each sheet of the above submitted data must show the following:
THE CONTRACT NUMBER, NAME OF PROJECT, DATE, and NAME OF ITEM
CORRESPONDING SPECIFICATION SECTION.
12 - 16
12-10 PUMP TESTS
A. Initial Pump Tests
Prior to the introduction of sewage to the new wet well, the pumps shall be tested
individually. This will be accomplished by filling the wet well with clean water, to elevation 2.0’ and demonstrating that the pump will prime properly. The pump shall then pump down
to elevation -5.08’. The Contractor will be allowed to use water from a fire hydrant at no
cost to him. Piping from the hydrant to the station shall be the Contractor’s responsibility.
The tests shall be of sufficient duration so that the Contractor can clearly demonstrate to
the Engineer that the installation of all the equipment and controls conform with the
requirements of this Contract. Any defects in the Contractor’s work disclosed as a result of
these tests shall be corrected by the Contractor at no added expense to the Board.
Temporary piping shall run from the exterior discharge piping to the access manhole in the
top of the wet well. A flow measuring device, supplied by the Contractor shall be installed
on this temporary piping. Run each pump individually at each level and run both of them
to demonstrate that the lead pump starts at elevation 1.7’ and that the lag pump starts at
elevation 2.0’. Record the time needed to prime, the flow rate, the pressure, and speed
and amperage of the motors. Note any overheating, vibrations, leaks, etc. Testing
procedures and layout of piping shall be submitted for approval.
B. Extended Pump Test
Once the tie-in has been successfully completed and the piping has been determined to
be free of any leaks, the old pumps shall be taken out of service and the new pumps shall
come online. The Lead and Lag on/off levels and pumps shall be set by the Sewerage &
Water Board Operations Dept. Each new pump must run seven (7) consecutive days as
the Lead pump. During the first 7 days run for each pump, the Contractor must visit and
inspect the site daily and perform any necessary adjustments and/or manufacturer
recommended startup and maintenance procedures for the next seven (7) days to clearly
demonstrate to the Engineer that the installation of all equipment and controls conform with
the requirements of this Contract.
THIS AREA INTENTIONALLY LEFT BLANK
12 - 17
12-11 PUMP SPARE PARTS
The Contractor shall furnish the following spare parts for the pumps:
Parts for the 12" Self Priming Sewage Pump
Quantity
Part Name, Part #
Quantity
Part Name, Part #
1
Impeller
2
Plate Gasket
1
Hatch gasket
16
015" Shim
1
S.S. Lock Nut
16
.035" Shim
1
S.S. Impeller Washer
8
.06" Shim
1
Vent plug
1
Case Gasket
4
Bearing
1
O-Ring
1
Gasket
2
Flange Gasket
1
Check Valve
1
Gasket Elbow
2
Lip Seal
1
Rubber Strip, ½" sq. by 45" long
2
Mechanical Seal (2.50")
1
Check Valve Gasket
Upon delivery, the Contractor will verify that the parts correctly match those requested. The
preceding list of parts will then be packaged as one unit with the Contract name and #, pump
model #, and list of parts and part numbers clearly labeled on the exterior of the packaging.
The package shall be delivered to the S&WB Machine Shop, located at 8800 S. Claiborne on
the grounds of the Main Water Purification Plant.
12-12 INITIAL START-UP
The services of a factory-trained representative shall be included in the bid price for a
maximum period of one day as requested to provide initial start-up of the pump station, and to
instruct the Board’s operating personnel in the operation and maintenance of the equipment.
* * * * END OF SECTION 12 * * * *
12 - 18
SECTION 13
BY-PASS PUMPING REQUIREMENTS
13-01 SCOPE OF WORK
A. As part of this contract work, Contractor shall keep in operation the existing Emergency
Discharge Connection (EDC). The EDC will be used to bypass the pumping station,
when necessary, and will take sewer from the wet well and discharge it into the force
main. The existing EDC is to remain after construction of the pumping station is
complete.
B. The existing pumping station shall remain in service as long as possible during
construction of the new station. When the existing station is no longer operable, the
Contractor shall provide a by-pass pumping system to maintain operation of the
existing sewer system without interruption in the flow of the sewage. By-pass pumping
shall be provided, as required, throughout the duration of the entire contract, including
time extensions and until the station is accepted by the SWBNO.
13-02 SYSTEM DESCRIPTION
A. Performance Requirements
1. It is essential to the operation of the existing sewerage system that there is no
interruption in the flow of sewage throughout the duration of the Contract.
2. During by-pass pumping operations, the Contractor shall assume full and complete
responsibility for all operations, all equipment, noise control, traffic control and shall
be held responsible for any and all sewer overflows and associated EPA fines.
The Contractor shall be required to closely coordinate all by-pass pumping, setup
and operations with S&WB Operations and field crews to eliminate potential
conflicts and scheduling problems.
3. Convey the sewage safely past the Work area. Do not stop or impede the main
flows under any circumstances.
4. Maintain sewer flow around the Work area in a manner that will not cause
surcharging of both downstream and upstream sewers, damage to sewers, and
that will protect public and private property from damage and flooding. The
Contractor shall be responsible for the removal of any debris and sedimentation in
the existing sewer mains, laterals, and manholes which is attributable to the
Contractor’s work under this Contract.
5. Protect water resources, wetlands, and other natural resources.
6. Provide equipment and conduits that do not allow spillage or leakage.
13 - 1
B. Design Requirements
1. Provide all pipeline plugs, pumps of adequate size to handle the specified flow and
pressure requirements, and temporary discharge piping, to ensure that the total
flow to each pump station can be safely diverted around that pump station.
2. Provide the by-pass pumping system that does not interfere with the storm
drainage system nor shall the Contractor use any storm drainage system to
dispose of sanitary sewer. The Contractor shall not use any existing sanitary
sewer to divert or dispose of storm or surface water. Flow diversion pumping of
sanitary sewerage shall be conducted on an as needed basis, in accordance with
these specifications.
3. The by-pass pumping system will be required to be operational 24 hours per day 7
days per week, including holidays, and during by-pass pumping operations.
4. Install pump(s) to by-pass the pump station when necessary. The by-pass pump(s)
shall have a pumping capacity equal to that of one of the specified replacement
pumps for the corresponding location. All normal operating pumps may be online
and isolated by individual valves and ready for immediate use.
5. The Contractor shall make provisions for an additional diesel driven pump unit
(along with spare suction and discharge hose) ready for immediate use in the event
of an emergency or breakdown of any of the normal operating pumps or suction
or discharge lines. The Contractor shall submit this plan for approval by the
Engineer. The Contractor shall be responsible for all by-pass pumping activities
regardless of the conditions. Each pump station location shall have provisions for
immediate installation of this redundant pump and suction and discharge lines,
from any of the suction manholes, without shutting the system down. In the event
of the primary bypass pump failure, the Contractor shall have the redundant pump
on site, installed, and operational within 4 hours of notification of primary pump
failure. The capacity of this pump shall not be less than the largest required unit
as shown below. The Contractor shall immediately notify the Engineer and the
Board if the primary by-pass system fails.
6. The minimum pumping capacities of each pump is shown below:
Design Flow: 2700 GPM
Wet Well Characteristics
Size: 11’x11’
T.C. Elevation: 15.42’ (Survey) Invert Elevation: -11.38’ (Survey)
Roof of Wet Well Elevation: -2.31’
(SWBNO provided as-built drawings)
Anticipated Pressures in Existing Effluent Force Main (average from
SWBNO provided SCADA data):
Low Condition:
High Condition:
40’
56’
13 - 2
The de-watering shall be done such that any spilled sewage can be contained and
later re-introduced into the sewer system. The Contractor shall bear the
responsibility to provide all means required for capturing any spilled sewage at all
of the affected sewer pump stations and reintroducing it back into the sewer
system.
7. Where multiple suction manhole discharge lines converge to a single emergency
discharge connection, manifold the lines together and isolate the lines by valves.
8. The Contractor shall be required to verify any additional influent sources which
require sewage flows to be diverted to the Emergency Discharge Connection and
shall be responsible for diverting such flow.
9. Maintain onsite portable lights for emergency use only.
10. Any site adjustments, excavation or restoration required for the operation of the
by-pass pumping system shall be included in the Contractor’s by-pass pumping
design, and shall be performed at no additional cost to the Board.
11. The by-pass pumping system shall prevent sewage from being discharged outside
of the pump and into the environment, preventing what is called “blow by”.
Pumping system shall not require an extra hose from the pump back into the wet
well or manhole to prevent any “blow by”.
12. Pumps shall be also meet the following requirements:
a. Pumps shall be high efficiency pumps, and the selected pumps shall operate
at maximum efficiency for reduced fuel consumption.
b. Pumps shall be EPA compliant units, providing protection to the environment
from exhaust emissions. Pumps shall meet or exceed Tier III requirements.
c. Pumps shall have double wall fuel containment and a self- contained
environmental skid to prevent hazardous fuel spills.
d. Pump unit shall include a sound attenuation enclosure covering both the
engine and the pump for noise abatement.
e. Pumps shall have an automatic start/stop system so the pumps will only run
when they are needed, reducing fuel consumption.
f.
Pumps shall be equipped with mercury free on/off float switches or automatic
throttle control systems so that the pump operates at optimum efficiency.
Pressure transducers may also be used.
g. Electric powered pumps used for the by-pass system shall have variable speed
motors. ON/OFF control panels are not acceptable. The control panel provided
shall permit the pump motor speed to be adjusted as needed.
13 - 3
h. The pump shall be equipped with a remote monitoring system that alerts a first
responder of a high level alarm. The person to be designated as the first
responder will be decided by the Board Engineer and the Contractor.
13-03 SUBMITTALS
A. Shop Drawings:
1. Approved shop drawings are required prior to any work performed by the
Contractor.
2. For each pump station, submit detailed plans and descriptions outlining all
provisions and precautions regarding the handling of existing wastewater flows.
This plan must be specific and complete including such items as schedules,
locations, elevations, capacities of pumps, piping, manifolds, valve locations and
all required equipment, materials and all other incidental items necessary and/or
required to ensure proper protection of the facilities, including protection of public
and private property from damage and flooding by surcharging of sewers. The plan
shall include but not be limited to details of the following:
a. Staging areas for pumps.
b. Sewer plugging method and types of plugs.
c. Number, size, material, location and method of installation of suction piping,
including manifolds and valve locations.
d. Number, size, material, method of installation and location of installation of
discharge piping, including manifolds and valve locations.
e. By-pass pump sizes, capacity, number of each size to be onsite and power
requirements.
f.
Calculations of static lift, friction losses, and flow velocity (pump curves
showing pump operating range shall be submitted).
g. Method of noise control for each pump and/or generator.
h. Any temporary pipe supports and anchoring required.
i.
Backup pumps, piping, and appurtenances.
B. Quality Control Submittals:
1. Certification of vendor's compliance with qualifications.
2. By-pass system operators' resumes.
3. Maintenance and inspection logs.
13 - 4
13-04 MAINTENANCE
A. Maintenance Service: Ensure that the temporary pumping system is maintained
accordingly at all times. A properly trained operator shall perform maintenance as
required by the by-pass system manufacturer at recommended intervals. System
inspection shall occur as specified in Section 13-09.
1. The station shut down will be done by the Board’s personnel at a mutually agreed
upon date and time, weather permitting. However, it shall be the Contractor’s
responsibility to provide all means required for the de-watering as needed at the
job site.
2. The Board’s Operations department personnel will continue monitoring the sewer
elevation at the affected sewer pumping stations during the shut down. Should
the Board’s Operations personnel determine it necessary, they shall open any
required overflow valves if at any time it is required at any of the affected pumping
stations due to high sewer level associated with this contract’s work. Due to strict
requirements of the Consent Decree with USEPA, it shall be the Contractor’s
responsibility to contain all sewage in confined area(s) and
re-introduce it
back into the sewer system by any required means once the system is back in
service, at no additional cost to the Board.
3. Should it be necessary to prevent damage to public or private property, or to prevent
spillage, the Board’s Operational Personnel reserve the right to call an immediate
halt to the work, and will return the station to operation. The Contractor shall be
responsible for restoring flow to the system. The termination of the by-pass
pumping system for such reason shall not be the basis for any extension of the
Contract time nor for any claim for additional compensation.
B. Spare parts for pumps and piping shall be kept onsite as necessary. Spare parts shall
include repair clamps of various lengths for each by-pass discharge line installed,
hoses repair barbs, including redundant lines.
13-05 BY-PASS PIPING MATERIALS
A. Suction Piping: Suction piping shall be heavy duty rigid pvc hose designed for suction
service.
B. Discharge Piping: Discharge piping shall be a reinforced composite hose, Polybarb
pipe or Bauer pipe.
13-06 EQUIPMENT
A. All pumps used shall be fully automatic self priming units that do not require the use
of foot-valves or vacuum pumps in the priming system. The pumps may be electric or
diesel powered. All pumps used must be constructed to accommodate the cyclical
nature of effluent flows.
B. Provide the necessary stop/start controls and a visual alarm indicating a pump
malfunction for each pump.
13 - 5
C. Incorporate noise prevention measures for any and all equipment being used to insure
minimum noise impact on the surrounding areas.
1. Include: hospital grade silencers or mufflers, equipment modifications, and special
equipment or sound barrier walls as necessary to limit noise levels below 66
decibels at a distance greater than or equal to 20 feet from the equipment.
2. In the event the Contractor fails to comply with maximum permissible noise level
decibels in the operation of the flow by-pass pumping system, the Board or
Engineer may order the Contractor to stop operation of the flow by-pass pumping
system until such time as specified noise levels are achieved. The Contractor is
responsible for restoring flow to the system. The termination of the flow by-pass
pumping system for such reason shall not be the basis for any extension of
Contract time nor for any claim for additional compensation.
D. Repair clamps shall be full circle, stainless steel clamps, Style FS2 or FS3 as
manufactured by the Ford Meter Box Company, Inc., or equal.
13-07 PREPARATION
A. Precautions:
1. Locate any existing utilities in the area selected to locate the by-pass pipelines.
Locate by-pass pipelines to minimize any disturbance to existing utilities.
2. By-pass pump all wastewater flows during rehabilitation of Wet Well and
coordinate all by-pass pumping operations with the Engineer.
3. Coordinate all by-pass pumping operations with the Board’s operations personnel
and the Engineer.
13-08 INSTALLATION
A. Plugging or blocking of sewage flows shall incorporate a primary and secondary
plugging device. When plugging or blocking is no longer needed for performance and
acceptance of work, it is to be removed in a manner that permits the sewage flow to
slowly return to normal without surge, to prevent surcharging or causing other major
disturbances downstream.
B. When working inside manholes, exercise caution and comply with OSHA requirements
when working in the presence of sewer gases, combustible or oxygen-deficient
atmospheres, and confined spaces.
C. Locate by-pass piping away from construction site entrances and away from vehicular
traffic.
D. Protect the by-pass discharge line from damage in the areas of equipment operations.
Confine the by-pass discharge pipeline to within public right of ways.
13 - 6
E. The Contractor shall perform leakage and pressure tests of the bypass pumping
discharge piping use clean water prior to actual operation. The Engineer shall be given
24 hours notice prior to testing.
13-09 FIELD QUALITY CONTROL
A. Operator shall inspect by-pass pumping system daily, or on a schedule approved by
Engineer. An inspection log shall be kept and maintained at each pumping location.
13-10 CLEANING
A. Sewage remaining in the by-pass discharge pipeline and/or pumping equipment shall
be discharged to a working sewer before the by-pass pumping system is broken down
and moved to the next station.
B. Disturbed Areas: Upon completion of the by-pass pumping operation, clean up all
areas disturbed by these operations, restoring same to a condition, including
pavement restoration, at least equal to that which existed prior to the start of the Work.
13-11 TRAFFIC CONTROL
The necessary precautions shall include, but not be limited to, such items as proper
construction warning signs, signals, lighting devices, pavement markings, striping,
barricades, channelization, and hand signaling devices (flagging operations) as
prescribed and set forth in the Department of Transportation and Development Manual of
Uniform Traffic Control Devices and the Department of Public Works Standard Drawings
(included in Appendix A of these specifications). The Contractor shall be responsible for
installation and maintenance of all devices for the duration of the construction period.
The Contractor is responsible for daily monitoring of traffic control devices and must make
appropriate changes to correspond to conditions.
Upon completion of work, the Contractor shall restore the area to its preconstruction
condition.
* * * END OF SECTION 13 * * *
13 - 7
SECTION 14
REHABILITATION OF WET WELL
14-01 GENERAL
The work to be done under this section includes all labor, materials, and services
necessary to structurally rehabilitate and leak proof the sewer wet well. Work
included, but not limited to, follows:
-
-
structural repair and restoration of the wet well floor, walls, chimneys, including the
removal of any unsound material
application of chemical waterstop grout to stop active leaks
cleaning and preparatory patching of wet well surfaces receiving cementitious
restoration and/or chemical coatings, including removal of spalling or unsound
material
application of corrosion-resistant chemical coatings over the restored wet well
surfaces to protect against future deterioration, including the floor, the walls from
the floor to the frame and any ceilings or overhangs.
All work performed under this section shall be by mechanics who are skilled in this type
of work.
14-02 PRODUCTS
A. All materials shall be designed, manufactured and intended for sewer wet well
rehabilitation and the specific application in which they are used.
B. Each material shall be designed for application over damp surfaces (not wet
surfaces or surfaces with actively running water) without degradation of the final
product or the bond between the product and the wet well surface.
C. All materials, systems, and application processes shall be submitted and must
receive approval from the Engineer prior to installation.
D. Only compatible materials from a single manufacturer shall be used in the work.
E. Protective coating materials shall be standard products produced by recognized
manufacturers who are regularly engaged in production of such materials for
essentially identical service conditions. Where requested, the Contractor shall
provide the Engineer with the names of not less than 10 successful applications of
the proposed manufacturer’s products that comply with these requirements.
F. Coating materials shall be sealed in containers that plainly show the designated
name, formula or specification number, batch number, color, date of manufacture,
name of manufacturer, all of which shall be plainly legible at the time of use.
14 - 1
14-03 INFLOW AND INFILTRATION
A. Materials
1. Hydraulic Cement
A rapid setting hydraulic water plug capable of sealing active water leaks on
concrete structures consisting of hydraulic cement, graded silica aggregates,
and special plasticizing/accelerating agents. It shall not contain chlorides,
gypsum, plasters, iron particles, aluminum powder or gas-forming agents, nor
shall it promote the corrosion of steel. The hydraulic cement shall have the
following minimum requirements:
a. Compressive Strength of 4,000 psi (ASTM C-109)
b. Density of 121 pcf (ASTM C-905)
c. Hydraulic Cement to be Sauereisen InstaPlug No. F-180 or approved equal.
2. Hydroactive Polyurethane Grout
A chemically resistant catalyzed hydrophobic grout capable of bonding to any
surface, wet or dry, which will react with moisture and expands to 20 times its
volume. The hydroactive grout shall have the following minimum requirements:
a. Shear Modulus of 117 psi (ASTM C-273)
b. Shear Strength of 14.5 psi (ASTM C-273)
c. Tensile Strength of 15.6 psi (ASTM D-1623)
d. Hydroactive Polyurethane Grout to be Sauereisen No. F-370 or approved
equal.
B. Installation
1. Hydraulic cement shall be mixed according to the manufacturer’s specifications.
Upon completion of mixing, the mortar shall be applied immediately to the
structure by forcing the material firmly into the prepared area. If running water
is present, the material must be held in place until the leak stops. Steel trowel
excess material to a smooth and level surface.
2. Hydroactive grout shall be pumped into or behind fissures or voids to block
infiltration. Grout is to be pumped through preplaced injection packers by
pumping equipment capable of attaining a minimum pressure of 250 psi.
14 - 2
14-04 SUBSTRATE REPAIR
A. Materials
1. Resurfacer
Resurfacer shall be a single component, high strength, rapid set Portland
cement based repair material for repairing concrete or masonry structures
available in trowel, castable and gunite grade formulations. The material may
be applied by hand trowel or spray application to a minimum thickness of 1/8
inch. The repair mortar shall have the following minimum requirements.
a. Compressive Strength of 7,000 psi (ASTM C-109)
b. Density of 137 pcf (ASTM C-20)
c. Tensile Strength of 822psi (ASTM C-307)
d. Bond Strength of 2,200 psi (ASTM C-882)
e. Flexural Strength of 1,500 psi (ASTM C-580)
f.
Resurfacer to be Sauereisen SubstrateResurfacer No. F-121 or approved
equal.
2. Repair Mortar
A single component, high strength, rapid set Portland cement based repair
material and waterproffing barrier for repairing concrete, masonry and brick
structures. Castable or Gunite grade formulations shall be used where concrete
or mortar deterioration exceeds ½ inch. Repair material must be built out ½ inch
beyond the face of the brick and shall meet the following minimum
requirements;
Trowelable Castable
Gunite
a. Compressive Strength
@ 24 hours (psi)
@ 28 days (psi)
b. Density (pcf)
4,500
6,000
1,900
7,000
2,500
6,000
137
148
144
c. Repair Mortar to be Sauereisen Underlayment No. F-120 Gunite Grade or
approved equal.
B. Installation
1. Prior to the application of the repair mortar or resurfacer the walls shall be
prepared in accordance with paragraph 14-13 below. The surfaces to receive
14 - 3
the coating shall be moist but free of running or standing water. Patching,
repointing, filling, and repairing nonleaking holes, cracks, and spalls in concrete
and masonry wet wells, shall be achieved through the use of materials
specifically recommended by the manufacturer for this use, which have been
formulated for vertical or overhead use. These materials shall not contain
chlorides, gypsums, plasters, iron particles, aluminum powder, or gas-forming
agents, nor shall it promote the corrosion of steel.
2. Resurfacer shall be applied to all sections of concrete wet wells including the
floor, the walls from the floor to the frame and any ceilings or overhangs.
Resurfacer cement shall be mixed according to the manufacturer’s
specifications. Application may be by use of a hand trowel or by pump spraying.
Apply material to a minimum uniform thickness of 1/8 inch. Spray applications
shall be made by use of a rotary spray pump or a pole gun with an aluminum
spray head for straight shot applications. Trowel or brush to a finish that is
consistent with Concrete Surface Profile (CSP) cards 3-5 from the International
Concrete Repair Institute (ICRI). All applications are to be made according to
manufacturer’s recommendations.
3. Repair mortar shall be applied to all sections of the brick wet wells including the
floor, the walls from the floor to the frame and any ceilings or overhangs. Repair
mortar shall be mixed according to the manufacturer’s specifications. Where
mortar deterioration exceeds ½ inch, the repair mortar shall be applied using a
straight-shot nozzle. Apply material at a uniform thickness of 1/2 inch beyond
the face of the brickwork. Trowel or brush to a finish that is consistent with
Concrete Surface Profile (CSP) cards 3-5 from the International Concrete
Repair Institute (ICRI). All applications are to be made according to
manufacturer’s recommendations.
14-06 PROTECTIVE LINING
A. The manufacturer and/or installer of the total liner system of concrete structures
shall be a company that specializes in the design, manufacture or installation of
corrosion protection systems for concrete structures including wet wells, junction
chambers, etc. Installer shall be completely trained in leak repair, surface
preparation and corrosion materials application on concrete structures. Corrosion
materials/products shall be suitable for installation in a severe hydrogen sulfide
environment without any deterioration to the liner and shall completely prevent the
breakdown of concrete surfaces. Materials specified are those that have been
evaluated for the specific service.
B. Materials
1. Corrosion-resistant wet well lining material will be a multi-component stress skin
panel liner system as described below or other chemical coating system which can
demonstrate extended comparable success in similar use and which is
specifically recommended by the manufacturer for this use. Protective Lining
shall be SPRECTRASHIELD by CCI Spectrum, or approved equal.
14 - 4
2. The protective liner shall consist of the following components:
a. Liner.
Installation
Moisture displacement barrier
Moisture barrier
Surfacer
Final corrosion barrier
Liner
Primer
Modified Polymer (polyurea)
Polyurethane/Polymeric blend foam
Modified polymer (polyurea)
b. Primer shall be 100% solids
c. Modified polymer shall be sprayable, solvent free, two-component
polymeric, moisture/chemical barrier specifically developed for the
corrosive wastewater environment.
1) Typical Chemical Analysis
“A” Component
Viscosity, 77° F, cps. ASTM D-1638
Physical State
Color
Hygroscopicity
300-400
Liquid
Clear to amber
Reacts with water
“B” Component
Viscosity, 77° F, cps. ASTM D-1638
Physical State
Color
Non-Volatile
400-600
Liquid
Flamingo Pink
100%
2) Reaction Profile (100 grams, 175° F sample)
Gel Time, seconds
Tack Free Time, seconds
Cure Time, seconds
1-2
15
30
3) Processing
A System / B System, volume ratio
1.00 / 1.00
4) Typical Physical Properties
Tensile Strength (PSI)
Elongation (%)
100% Modulus
300 % Modulus
Tear Strength (PLI)
Hardness (shore D )
Flexibility (1/ 8 “Mandrel)
ASTM D412
ASTM D412
ASTM D412
ASTM D412
ASTM D2240
ASTM D1737
ASTM D1737
14 - 5
4280
200
2200
2600
350
60D
Pass
Flashpoint (°F)
ASTM Pensky-Martin
Taber Abrasion (mg loss) ASTM D4060
>200
52
d. Polyurethane Rigid Structure - low viscosity two-component, containing
flame retardants.
1) Typical Chemical Analysis
“A” Component
Viscosity, 77° F, cps.
Physical State
Color
Hygroscopicity
200
Liquid
Dark Brown
Reacts with water
and evolves CO2 gas
“B” Component
Viscosity, 77° F, cps.
Physical State
Color
Hygroscopicity
600-1000
Liquid
Tan
Absorbs water rapidly
thus changing ratio
2) Reaction Profile (100 grams, 77° F sample)
Cream Time, seconds
Tack Free Time, seconds
Rise Time, seconds
1-4
5-8
6-10
3) Processing
A System / B System, volume ratio
1.00 / 1.00
e. Total thickness of multi-component stress panel liner shall be a minimum
of 500 mils.
C. Installation
1. Wet well shall be cleaned no more than 6 hours before lining. The surface prior
to lining shall be prepared according to manufacturer’s instructions consistent
with Concrete Surface Profile (CSP) cards 3-5 from the International Concrete
Repair Institute (ICRI). The surface may be damp but shall not be moist to the
touch.
2. Protective lining shall be applied to all sections of the repaired concrete wet
well, including the floor, the walls from the floor to the frame and any ceilings or
overhangs.
3. Application of the multi-component system shall be in strict accordance with
14 - 6
manufacturers recommendation. Final installation shall be a minimum of 500
mils. A permanent identification number and date of work performed shall be
affixed to the structure in a readily visible location.
4. The application shall have a minimum cure of 24 hours for temperatures 70
degrees F and above and 48 hours for anything below 70 degrees F before
being subjected to water or active sewer flow.
5. Liner samples for testing shall be taken by the Board-assigned testing
laboratory for each wet well or as directed by the Engineer.
14-07 MANUFACTURER’S SERVICES
A. The Contractor shall require the protective coating manufacturer to furnish a
qualified technical representative to visit the Site for technical support as may be
necessary to resolve field problems attributable or associated with the
manufacturer’s products.
B. The Contractor shall require material coating manufacturer to furnish the following
services:
1. The manufacturer’s representative shall be present on the job site and provide
on-site instruction on the proper surface preparation, use, mixing, application
and curing of the coating systems for the first brick wet well as well as the first
concrete wet well to be rehabilitated under this Contract.
2. The manufacturer’s representative shall observe the surface preparation,
mixing and application of the coating materials for each coating system.
14-08 DELIVERY, STORAGE, AND HANDLING
A. The materials shall be delivered to the job site in original unopened packaging and
clearly labeled with the manufacturer’s identification and printed instructions. The
Contractor shall handle and store all material and shall dispose of all wastes in
accordance with applicable regulations.
B. The Contractor shall keep products safe from damage. The Contractor shall
promptly remove damaged products from the job site and replace damaged
products with undamaged goods.
14-09 SALVAGE
Wet well covers, frames, and structural or mechanical salvage shall remain the property
of the Board. The Contractor shall deliver salvaged items at a time and to a property
location designated by the Board.
14-10 PROTECTION
A. The Contractor shall provide traffic control in accordance with the Drawings and
Section 13 – By-Pass Pumping Requirements.
14 - 7
B. The Contractor shall not allow sand, debris, or runoff to enter the sewer system.
14-11 EXCAVATION
A. Excavation shall be in accordance with Board Standard Specifications and Section
3.
B. The Contractor shall perform work in accordance with OSHA standards.
14-12 WET WELL RESTORATION
The replacement or adjustment of all suction piping, supports, frames and all other
appurtenances that attach to or penetrate the wet well wall shall be complete. The wet
well shall be restored in accordance with Sewerage and Water Board General
Specifications, Section D, prior to the application of the substrate repair material.
14-13 SURFACE PREPARATION
A. All concrete and masonry surfaces to be rehabilitated shall be cleaned prior to the
application of rehabilitation products. Hydro blasting or abrasive blasting equipment
shall remove all grease, oil, laitance, coatings, deteriorated concrete, hard
contaminants, localized micro-organisms and gas contaminants, from the concrete
walls, floors or other structures. Final product shall be cleaned, exposed and virgin
concrete aggregate ready for rehabilitation material.
B. The waterblasting unit shall have a capacity of 5,000 pounds per square inch (psi)
with a water flow rate of 15 to 20 gallons per minute (gpm). A waterblasting unit that
produces a lower pressure of 2,500 psi can be utilized if a jetter truck, or similar
equipment is used that can accommodate increased water volumes in the range of
50 to 80 gpm. The resulting surface of the wet well shall be consistent with Concrete
Surface Profile cards 3-5 from the International Concrete Repair Institute. Debris
resulting from cleaning shall not be washed downstream, but shall be removed from
the wet well. All final liquid and debris shall be removed by vacuum truck.
C. The surface pH must be equal to or greater than 7 prior to the application of the
substrate repair.
D. Abrasive blast all existing metal surfaces within wet well to remove all grease, oil,
coatings and other foreign materials. Apply four (4) mils of rust inhibiting primer and
ten (10) mils of epoxy coating to metal piping and other metal structures inside the
wet well (see Section 11 for primer and coating specification).
E. Disposal Sites: The Contractor may dispose of sludge, sand, debris, grit, and liquid
wastes resulting from performance of operations in this contract at the East Bank
Sewage Treatment Plant (6501 Florida Avenue). There will be no charge for
disposal at this location. The Contractor may utilize and coordinate other licensed
disposal sites at no additional cost to the Board, upon approval by the Engineer.
F. After completion of surface preparation, blasting phase, perform the seven point
check list, which is the inspection for:
14 - 8
1. Leaks
2. Cracks
3. Holes
4. Exposed Rebar
5. Ring and Cover condition
6. Invert Condition
7. Inlet and Outlet Pipe Condition
G. After the defects in the structure are identified, repair all leaks with a chemical or
hydraulic sealant designed for use in field sealing of ground water. Severe cracks
shall be repaired with a urethane based chemical sealant. Product to be utilizes
shall be as approved by owner/engineer prior to installation. Repairs to exposed
rebar, defective pipe penetrations or inverts, etc. shall be repaired utilizing nonshrink grout or approved alternative method.
H. Any exposed reinforcing steel shall receive a primer coating only prior to the
manhole repair. Exposed reinforcing steel should not receive a protective epoxy
coating.
I.
Prior to application of final liner application, if required, re-blast the entire structure
and remove all abrasive materials.
14-14 WET WELL REHABILITATION ACCEPTANCE
A. All rehabilitated wet wells shall be tested using a vacuum method. This testing shall
follow the manufacturer’s recommendations. Vacuum testing of structures shall be
performed after repair of all defects as identified per paragraph 14-13F is complete.
Any visible leakage in the structure, before, during, or after the test shall be repaired
regardless of the test result.
B. All pipes for vacuum testing shall be installed at the top access point of the wet well.
A vacuum of 10 inches of mercury (5.0 psi) shall be drawn on the wet well and the
time for the pressure vacuum to drop to 9 inches of mercury (4.5 psi) shall be
measured. Wet wells will be considered to have failed the air test if the time to drop
1 inch of mercury is less than the value shown in the following table.
THIS AREA INTENTIONALLY LEFT BLANK
14 - 9
Vacuum Test Timetable
Minimum Wet well Diameters
Time (sec) versus Depth
Diameter
(ft)
12 ft Depth
16 ft Depth
20 ft Depth
24 ft Depth
+ Each 2’
4
30
40
50
60
+5
5
39
52
65
78
+6.5
6
48
64
80
96
+8
7
57
76
95
114
+9.5
8
66
87
108
129
+11
9
75
99
123
147
+12.5
10
84
111
138
165
+14
11
93
123
153
183
+15.5
12
102
135
168
201
+17
13
111
147
183
219
+18.5
14
120
159
198
237
+20
15
129
171
213
255
+21.5
THIS AREA INTENTIONALLY LEFT BLANK
14 - 10
C. Irregularly shaped wet wells (oval, rectangular, etc) shall be interpolated using the
perimeter of the structure and comparing it to the calculated perimeter of the circular
wet well dimensions in the table above.
D. Wet well depths shall be rounded to the nearest foot. Testing times for intermediate
values of wet well depth shall be interpolated. For wet well depths greater than 24
feet, the values shown in the last line of the table shall be added to the 24-foot value
for each additional 2 feet of depth.
E. If the structure fails the vacuum test the Contractor shall perform additional repairs
and repeat the test procedures until satisfactory results are obtained.
F. If vacuum testing of the structure is not feasible, Contractor will recommend to
Engineer a suitable substitute testing method. No testing will be done without
Engineer’s approval.
G. After the wet well rehabilitation work has been completed, the Contractor shall allow
the wet well to be visually inspected by the Engineer. Final concrete structure corrosion
protection system shall be completely free of pinholes or voids. The finished surface
shall be free of blisters, “runs”, “sags”, or other indications of uneven lining thickness.
There shall be no evidence of visible leaks.
H. At the direction of the Engineer, the Contractor shall perform an approved thickness
test at various locations selected by the Engineer to assure that the required lining
thickness is achieved.
I.
All defects identified during inspection such as pinholes, low film millage, etc. shall be
repaired with same material at no additional cost to the Board.
14-15 SUBMITTALS
A. Submittals shall be furnished in accordance with Section 2-20.
B. Product Data:
1. Manufacturer’s specifications, detailed storage, mixing and installation instructions
and general recommendations for each product specified in this section. Include
data substantiating that products to be furnished comply with requirements of the
Contract Documents.
2. Manufacturer’s samples and certifications of all materials, linings and coatings, etc.
as specified in this section or upon request of the Engineer.
3. Descriptive literature, bulletins and or catalogs of materials.
4. Work procedures including flow diversion plan, method of repair, etc.
5. Material and method for repair of leaks or cracks in manholes.
6. Final installation report on completed wet well.
14 - 11
C. Shop Drawings: Submit complete working drawings and manufacturer’s notarized
Affidavit of compliance for all materials shown on the drawings including piping,
fittings, valves, linings, coatings, manholes and all accessories necessary to complete
the project in accordance with the Contract Documents.
D. The Contractor must obtain from the Manufacturer of the lining system written
confirmation that the Contractor has been trained and certified by the Manufacturer to
install the multi-layered lining system required in the specifications and shown on the
drawings.
E. The Contractor shall provide a minimum of 5 references, which show that the
Contractor has had previous successful experience with the specified products or
comparable lining systems. This list shall include the name, address and telephone
number for the owner of each installation for which the Contractor provided the lining.
F. Where the lining system is to be installed by a Subcontractor, the Subcontractor shall
provide 5 references, which show that the Subcontractor has had previous successful
experience with the specified products or comparable lining systems. This list shall
include the name, address and telephone number for the owner of each installation
for which the Subcontractor provided the lining.
G. The Contractor or Subcontractor installing the protective lining system shall submit
signed affidavit stating that they have successfully installed the proposed multi-layered
lining system in a minimum of 1000 wastewater structures over the last 5 years.
H. A copy of the Manufacturer’s warranty certificate showing that the Applicator and the
Manufacturer will warrant the installed multi-layered lining system against infiltration
and corrosion for a minimum of 10 years after final acceptance of the workt. A
warranty inspection may be conducted at any time during those 10 years. All defective
work shall be repaired in accordance with these specifications and to the satisfaction
of the Board. Any defective work identified or repaired during the initial 10-year
warranty period shall include an extended 10 year warranty from the date of
acceptance of the repair.
* * * END OF SECTION 14 * * *
14 - 12
SECTION 15
ELECTRICAL INSTALLATION
15-01 GENERAL
A. It is the intent of these specifications to set the minimum standards for Electrical
Construction of a Replacement Sewage Pumping Station on site of the Burke Sewage
Pumping Station. It is the intent of this contract to use the existing pumping equipment
to the fullest extent possible throughout the construction and to minimize any
necessary outages. At no time prior to operational acceptance of the new station shall
the existing station be rendered inoperable. When outages of the existing pumping
equipment become unavoidable, continued pumping of wastewater shall be provided
by a temporary engine driven external pump.
B. Contractor shall furnish all labor, tools, materials, equipment, supplies, and supervision
necessary and proper to install, complete in every detail, the Electrical System and
devices called for in these specifications and as shown on the plans.
15-02 SCOPE
A. The work shall include, but is not necessarily limited to, the following:
1. Modification of existing utility service to allow construction of the new electrical
service to pumping station.
2. Building wiring for power, lighting, and data transmission.
3. Furnishing and installing all electrical switches, starters, transformers, control
equipment, etc. as shown on the plans and as specified herein.
4. Relocation and installation of existing Platform as shown on the drawings.
5. Installation of grounding system for the relocated Electrical platform and installation
of grounding system at new station as shown on the drawings.
6. Transfer of SWBNO Station Control Automation Panel from existing electrical
equipment platform to the new facility and reinstall it in the new station, as shown
on the drawings.
7. Transfer of SWBNO Data Transmission (SCADA) Panel from existing electrical
equipment platform to the new facility and reinstall it in the new station, as shown
on the drawings.
8. Relocate the exiting SCADA radio antenna tower in close proximity of the
temporary location of the electrical equipment platform, as shown on the drawings.
Return the antenna tower to SWBNO when the new pump station is finished.
9. Furnishing and installing "As Built" control diagram on station wall.
10. Demolition of existing station service and electrical systems.
15 - 1
11. Return of existing, non-reusable electrical equipment to the SWBNO.
B. Contractor shall also be responsible for any and all additional work required to properly
accomplish the evident intent of these specifications, and provide a complete, operable
Sewage Pumping Facility.
15-03 CONTRACTOR'S RESPONSIBILITY
A. The Contractor is responsible for providing all labor, tools, temporary construction,
materials, supervision and appurtenances of any nature required to accomplish the
evident intent of these plans and specifications.
B. Various items necessary and proper for the construction may not be shown on the
plans or named in the specifications. This shall not relieve the Contractor of his
responsibility to furnish and/or perform said items in order to accomplish the intent of
the contract.
15-04 INSPECTIONS, CODES AND STANDARDS
A. The electrical installation shall conform to the requirements of the latest addition of the
New Orleans Building Code, the National Electrical Code (NEC) and the Occupational
Safety and Health Act (OSHA).
B. Electrical equipment shall be built and tested in accordance with the applicable
standards of the National Electrical Manufacturer's Association (NEMA), the American
National Standards Institute (ANSI), the American Society for Testing and Materials
(ASTM), and Underwriters Laboratories (UL).
C. A City of New Orleans Electrical Inspection Certificate shall be furnished by Contractor
after completion of all work.
15-05 CONTRACT DRAWINGS
A. Electrical drawings relative to the work of this Contract are as follows:
No. 5056-P1
General Notes
No. 5056-P2
Site Layout Plans
No. 5056-P3
Floor Plans and Elevation
No. 5056-P4
Interior Elevations
No. 5056-P5
Sump Pump Service Connection, Flooded Station Switch, Other
Details
No. 5056-P6
One-Line Diagram, Elementary Wiring Diagrams, and Pneumatic
System Diagram
No. 5056-P7
SCADA Panel Riser Diagram and Detail
No. 5056-P8
Cathodic Protection – Deep Ground Bed installation Details
No. 5056-P9
Not Used
15 - 2
No. 5056-P10
Reference: Existing Electrical Site Plan
No. 5056-P11
Reference: Existing Electrical Equipment Platform and Details
No. 5056-P12
Reference: Existing Pump Station Electrical Plan and Elevations
No. 5056-P13
Reference: Automation Control Panel
Four other Reference Drawings provided by the SWBNO, as shown on the drawings
list, are used to complete the Scope of Work for electrical equipment installation of this
contract.
B. All drawings shall be used for general guidance only. All dimensions, sizes, locations,
and equipment mountings shall be verified in the field by the Contractor. The
Contractor shall be responsible for ascertaining and verifying all sizes, dimensions,
quantities, etc. prior to purchase of materials. Equipment and conduit runs may be
relocated up to 5'-0" from the locations shown by order of the Board Engineer without
additional costs, providing such relocation is ordered prior to rough- in or installation.
C. Drawing scales may have been altered by photographic reproduction - Do Not Scale.
15-06 APPLICATION OF PLANS AND SPECIFICATIONS
A. Contract plans and specifications are intended to be complimentary, one to the other,
and work shown described, or noted on one shall be as binding as items of work shown
described or noted on both sets of documents.
B. In case of conflict between the plans and the specifications, Contractor shall figure cost
on the basis of the most costly alternative and call the conflict to the attention of the
Board Engineer for evaluation and resolution. The Board Engineer shall be the sole
authority in determining which of the conflicting items shall take precedence. Such
conflict shall not be a basis for an extra cost claim or other expense to the Board.
15-07 WORK INCLUDED IN OTHER SECTIONS
A. All electrical work furnished under other sections shall comply with the requirements
of this Section 15 – Electrical Installation.
B. The Contractor shall coordinate his work with the work of other trades and SWBNO
forces to ensure the smoothest and most efficient prosecution of the work.
C. The Contractor shall familiarize himself with work of other sections of these
specifications to ensure proper coordination of all trades.
15-08 MATERIALS AND WORKMANSHIP
A. All materials and equipment shall be new and unused, shall comply with all applicable
standards of IEEE, ANSI and NEMA, and shall bear the approved device label of the
Underwriter's Laboratories, Inc., if such equipment or materials has been tested and
listed by UL.
15 - 3
B. The work as installed is subject to the approval of the Board Engineer. Workmanship
shall be of the highest quality conforming to the best electrical installation practice.
Any work or material which is rejected must be removed immediately and replaced.
No sub-standard work will be accepted. The placement of conduits, sleeves,
grounding conductors, and openings in slabs, foundations and walls for electrical
construction requirements shall be properly coordinated in all respects with work of
other trades. All dimensions, measurements, special requirements, etc. shall be
determined and verified in the field by the Electrical Contractor.
C. It is the intent of these specifications to receive work of the highest caliber and degree
of workmanship. All work shall be performed in a workmanlike manner utilizing the
highest standards and current procedures currently in effect.
D. All conduits shall be run truly parallel and perpendicular to all building and structure
surfaces. Stubups from underground runs shall be truly vertical with no portion of the
bend showing. All racks, hangers, and support structures shall be true and plumb.
E. Any work performed, in the sole opinion of the Board Engineer, to less than the highest
standards of acceptable workmanship shall be redone by the Contractor at no
additional cost to the Board. The decision of the Board Engineer regarding
acceptability of workmanship shall be final and binding on the Contractor.
F. Only those items of materials and equipment so indicated on the drawings or so
designated in these specifications to be furnished by the S&WB, or by others, will be
furnished by others for installation by the Contractor. The Contractor shall furnish all
other required materials and equipment whether listed or not, as necessary for a
complete and operable installation.
G. Contractor shall continuously maintain adequate protection of all his work from
damage and shall protect Board property from injury arising in connection with his
work. He shall assume cost for repair of any such damage, injury, or loss. He shall
adequately protect adjacent properties and facilities of other owners.
15-09 SUBSTITUTE MATERIALS AND EQUIPMENT
A. All materials and/or equipment indicated on the contract plans and/or included in the
specifications by a specific Manufacturer's Name, Catalog or Model Number have
been selected to establish a standard for quality and/or function. If the Contractor
wishes to substitute Material and/or Equipment of another manufacturer because of
availability or as "an equal" he shall, after signing of the contract, comply with the
following:
1. Such Materials and/or Equipment must be submitted for the Board Engineer's
approval within forty-five (45) consecutive days after signing of contract and
thereafter must be reviewed and approved as "Equal" by the Engineer.
2. If the Contractor fails to submit the Materials and/or Equipment substitutions within
the forty-five (45) day limit or if any one of the Materials and/or Equipment
submitted within the specified period is not approved by the Engineer, then only
Materials and/or Equipment specified in the Contract Documents will be accepted.
15 - 4
3. The term "Equal" used herein is defined as meaning "Equal" in the opinion of the
Board Engineer.
4. No more than one submittal of a proposed Material and/or Equipment substitute
for each item of Material and/or Equipment indicated on the drawings and/or
included in the specifications will be reviewed for approval by the Board Engineer.
B. The decision of the Board Engineer shall be final and binding regarding acceptability
of substitute materials and equipment.
15-10 SUBMITTALS
A. After award of this Contract and before purchase of the below listed materials and
equipment, the Contractor shall furnish six copies of shop drawings, catalog sheets,
and any other data for approval of the following equipment and materials:
1. Motor Starters and Accessories.
2. 600 Volt Wiring, Control Wiring, Security, Radio Antenna Cable , Data System
Cables and Conductors.
3. Conduit and Fittings.
4. Disconnect Switches.
5. Lighting, Switches, and Wiring Devices.
6. Pilot Control Devices.
7. Air Compressor.
8. Thermostats
9. Transformer
10. Transfer switch
11. Service Weatherhead
B. Materials or Equipment listed above which are ordered without approval of the Board
Engineer are subject to rejection and shall be replaced with approved items at no
additional cost to the Board.
15-11 ITEMS AND EQUIPMENT REMOVED OR RETURNED
A. Items to be removed by the Contractor are as shown on the drawings or as called for
in these specifications.
B. Materials and equipment removed shall become the Contractor's property except
where noted otherwise on the drawings or in these specifications.
15 - 5
C. No materials shall be deposited in thoroughfares, canals, adjacent properties or on the
jobsite.
D. All electrical items to be returned shall be delivered to the Electric Shop, located at the
Main Water Purification Plant, 8801 Spruce St., New Orleans, LA. Provide 24 hour
advance notice of intent to deliver by telephoning 504-865-0500, Mr. Eric Mancuso, to
arrange for receipt of the items. Specific items to be returned are:
1. Disconnect switches
2. Motor starters and controls
3. Automation Control Equipment, except bubbler panel
4. Lighting Panel Board
5. Transformer and Transformer Disconnect
6. Motor local power and motor heater disconnect switches
7. Transducers, gages, and accessories
8. Antenna and antenna tower
9. Lighting fixtures, emergency light fixture
10. Stainless steel enclosures
11. Sump pump controllers
E. All items returned to the S&WB shall be returned in condition equal to that at the time
of removal. Equipment or items to be returned to the Board which are lost or damaged
shall be replaced with new items or materials equal in all respects to the original.
15-12 WARRANTY
Contractor shall warrant to the Sewerage and Water Board that all work performed under
this Contract shall contain no defective materials, workmanship, or title, and shall be of
the kind and quality described in the specifications. Any defects appearing within one (1)
year of the erection and acceptance of the equipment shall be corrected by the Contractor
at no cost to the Sewerage and Water Board.
15-13 AS BUILT DRAWINGS
A. Contractor shall keep and maintain accurate records of all installations under this
contract. One clear, concise, and legibly marked copy of the Electrical drawings
indicating the actual "as built" conditions shall be provided to the Board Engineer prior
to the acceptance of the Contract.
B. A complete "As Built" control and wiring diagram (Drawing 5056-P6 "As Built") shall
be photographically imprinted on a 1/8" aluminum plate and shall be mounted on
15 - 6
station wall with brass machine screws and lead expansion anchors, positioned five
(5') feet above the finished floor to center of drawing. The finished graphic shall be
22" x 29" (nominal) and is locally available through Metal Graphics, Inc.
15-14 CUTTING, PATCHING AND PAINTING
A. The Contractor shall perform all cutting, patching and painting required for the
installation of all electrical circuits and equipment.
B. Patching and painting shall match original material, texture and paint type and color.
C. Furnish and install all necessary sleeves, inserts, thimbles, anchor bolts, etc., required
for conduit, lighting fixtures, or other Electrical equipment. The proper location of all
inserts, sleeves, thimbles, anchor bolts, etc. is the responsibility of the Electrical
Contractor.
15-15 EXCAVATION, TRENCHING, AND BACKFILL
A. The Contractor shall perform all trenching and excavation to the depth and section as
shown on the plans or as proper for installation of the underground conduit. Trenches
may be earth formed if desired by the Contractor. If soil conditions should so warrant,
the trench shall be sheeted and braced to maintain its integrity until after encasing
concrete has been poured and set. No extra payment shall be allowed for sheeting
and bracing if judged necessary by either the Contractor or the Board Engineer.
B. Trenches shall be flat and level with vertical sides unless elevation changes are
required to clear some existing utility or obstacle. Trench bottom shall be free of
debris, lumps, muck or unstable earth.
C. The trenches shall be dewatered and shall be maintained free of standing or flowing
water until after installation of conduit and encasing steel reinforced concrete.
D. Backfill material shall be select materials salvaged from the excavation and shall be
free of roots, rocks, bricks, construction debris, etc. Backfill shall be applied in layers
not to exceed six (6") inches in depth and shall be thoroughly tamped to density of
surrounding earth prior to application of successive layers.
E. Existing concrete shall be saw cut prior to excavation to ensure neat surface
restoration. Wire mesh reinforcing in concrete areas shall be preserved during
excavation and shall be tied into similar reinforcing during replacement of concrete.
Refer to applicable sections of the General Specifications for requirements for
resurfacing concrete areas.
F. The surface shall be restored to condition equal to that prior to disturbance. Contractor
shall maintain all backfilled areas level with surrounding grades during the course of
the contract and shall make final adjustments, if so ordered by the Board Engineer, at
the completion of the 45 day maintenance period following acceptance of the contract.
15-16 CONSTRUCTION OF UNDERGROUND DUCTBANKS
A. All concrete for duct construction and conduit encasement shall be 3000 p.s.i. rated
concrete colored by mixing of 10 pounds of red dye per cubic yard of concrete
15 - 7
contained in the truck. Mixing shall be accomplished in the truck prior to pouring of
the concrete. Hand mixing shall not be allowed.
B. All conduit for underground ducts shall be rigid heavy wall Schedule 40 PVC, Carlon
PV-Duitt, or galvanized steel conduit. All sleeves or fittings shall be made up tight and
shall be approved for concrete encasement to prevent entry of wet concrete into the
duct system. Conduit sizes shall be as shown on the plans.
C. Concrete shall be applied to conduits to provide a minimum of four (4") inch coverage
all around. Conduits shall be supported on chairs or other non-hydroscopic material to
elevate the conduits a minimum of the four (4") inches above the bottom of the trench
to allow for complete passage of concrete. Concrete shall be mechanically vibrated
immediately after pouring to ensure full and complete coverage. All conduits shall be
securely anchored to the bottom or sides of the trench with reinforcing steel, metal
tubing, or other non-hydroscopic material to prevent floating in the wet concrete.
D. If soil conditions at the bottom of the trench should so warrant, the Contractor shall
provide plywood chair supports of minimum six (6") inch width to prevent sinking of the
chairs and conduits into unstable earth.
E. Concrete encasement shall be extended a minimum of six (6") inches above grade
when conduits rise outdoors from the trench. The encasement shall be sloped to
prevent collection of water around the conduit risers.
F. Reinforcing steel shall be continuous throughout the entire duct runs. Reinforcing steel
shall be lapped at splice points a minimum of 40 times the diameter of the rod.
Reinforcing shall be continuous where horizontal runs rise vertically to above grade,
or penetrate manhole walls.
G. Ductbank reinforcing steel shall be tied into station foundation reinforcing as shown on
the plans.
H. Ductbank shall be pile supported as shown on the drawings. Four (4) class 1, 30 foot
long treated piles shall be driven on centerline of the ductbank with even spacing from
service to the station. Pile top shall extend three (3") inches into the duct encasement,
as shown on the plans.
I.
Provide a vaporseal barrier to isolate duct bank from service pole, if necessary.
J. Prior to insertion of conductors, Contractor shall clean and swab all underground
conduits and shall pull a full size rigid mandrel through to prove the internal integrity of
all underground installations.
15-17 CONDUIT, FITTINGS, SUPPORTS, AND INSTALLATION
A. All conduit installed above ground shall be rigid copper free aluminum. All conduit
installed below grade shall be reinforced concrete encased, Schedule 40 PVC or rigid
galvanized steel as required by the plans. All conduit encased in concrete building
slabs, walls, ceilings, etc. shall be rigid galvanized steel.
15 - 8
B. Aluminum conduit shall be used for building wiring and systems not encased in
concrete. Conduit which may contact concrete or grout, passing through walls or
floors, shall be rigid galvanized steel and insulated or wrapped to prevent possible
corrosion.
C. Conduits shall be run parallel to each other and parallel and perpendicular to building
surfaces. Direction changes shall be made by means of field bends. All bends in
multiple conduit runs shall be concentric to provide a neat workmanlike appearance.
D. Conduits shall be cut with a hack saw or power saw only - pipe cutters shall not be
allowed. Conduits shall be properly reamed after cutting. Conduits shall be threaded
with standard tapered electrical conduit dies with five (5) full threads applied. Field
cuts in steel conduit or unistrut shall be immediately coated with cold galvo compounds
- no rust will be accepted.
E. Condulets and conduit fittings shall be cast aluminum or malleable iron with full screw
covers and gaskets. Condulets and fittings shall only be used in lieu of field bends
where either shown on the plans or as specifically allowed and approved by the Board
Engineer. Condulets shall be selected (C,LB,LR,LL,T, or TB) to allow direct front
access to the condulet cover.
F. Conduits shall be secured to building surfaces by means of malleable iron one hole
straps and backing plates. Stamped steel one hole straps shall not be allowed.
Conduits shall be mounted to unistrut or power strut supports with approved clamps.
G. All conduits entering panels, junction boxes, enclosures, etc. shall be fitted with
insulated throat grounding bushings, or Meyers Hubs.
H. Conduits shall penetrate building or existing manhole walls through core drilled holes.
The annular space shall be filled with a sand and cement grout after installation of the
conduit.
I.
Conduits entering the top or sides of outdoor boxes, panels, enclosures, etc. shall be
fitted with Meyers Hubs.
J. Conduits penetrating walls or floors from below ground areas shall be sealed as
necessary to prevent ingress of water along either interior or along exterior of conduit.
K. Union fittings installed on aluminum conduit shall be aluminum as manufactured by
Killark, or equal.
L. Flexible metal conduit shall be liquid tight with hot-dip galvanized steel core and
extruded polyvinyl gray jacket, O.Z. type UAG, or equal. Connectors for liquid tight
conduit shall be the grounding type, malleable iron, cadmium plated, O.Z., "GroundTite", or equal. Length of "Sealtight" conduit shall not exceed 18 inches.
M. Sizes of conduits shall not be smaller than 3/4" or the NEC requirements, but in no
case shall be smaller than shown on the drawings.
N. Conduit routings deviating from those indicated on the drawings shall not be used
without approval by the Engineer; however, the Contractor shall make allowance for
15 - 9
possible obstructions to the routes indicated.
O. Contractor shall provide properly bonded expansion fittings where conduits cross
building expansion joints. Conduit expansion fittings shall be combination expansiondeflection type, O.Z. type Ax8, or approved equal. Conduits shall cross expansion
joints at right angles to the joint.
P. Conduits stubbing up from below electrical equipment shall be terminated with
insulated throat grounding bushings connected together with one continuous stranded
bare copper cable connected at both ends to the ground bus.
Q. Connection of all motors and equipment subject to vibration and not equipped with a
portable cord shall be made with liquid tight flexible metal conduit to a maximum length
of 18 inches between the rigid system and equipment.
R. Spacing between conduit supports shall not exceed 10 feet. Conduits shall not be
fastened to members of steel structures that are removable. Conduit hangers shall be
supported from building structures and not from equipment or other conduits.
S. Conduits supported on steel structural members shall be clamped to the structure with
malleable iron, hot-dip galvanized clamps, Korns, or approved equal.
T. Trapeze type conduit supports shall consist of unistrut channel, P-1000 or P-1001
(galvanized steel or aluminum as required) as indicated on the plans. Unistrut
channel, conduit straps, and bolts and nuts shall be aluminum for aluminum conduit
and hot- dip galvanized steel for steel conduit. Hanger rods, beam clamps, concrete
inserts and miscellaneous hardware shall be hot-dip galvanized.
U. All hardware items which are not part of manufactured equipment and which are
supplied by the Contractor shall be aluminum or stainless steel, type 316, for use with
aluminum materials or equipment and hot-dip galvanized steel for use with galvanized
materials or equipment.
V. Aluminum struts and supports, such as trapeze for multiple conduit runs, shall be
insulated from threaded steel rods, washers and nuts, by fiber washers and from
concrete or structural steel by 1/8" thick neoprene rubber pads.
W. All spare building conduits shall be fitted with a 40# pull string and capped.
15-18 JUNCTION, PULL, AND OUTLET BOXES
A. Pull boxes in runs of rigid steel conduit shall be heavy duty external flanged for flush
mounting. Bodies shall be of Feraloy iron alloy. Covers shall be heavy duty checkered
steel plates with cemented neoprene gasket and stainless steel screws. Pull boxes
shall be rated for H-20 vehicular traffic loading. Both cover and body shall be hot-dip
galvanized after fabrication. Pull boxes shall be NEMA 4, weather proof and water
tight. Pull boxes shall be Cooper WJBF or equal.
B. Pull boxes and junction boxes in runs of aluminum conduit shall be cast aluminum with
cast aluminum, gasketed covers for boxes nominally four (4") inches square and
smaller.
15 - 10
C. Pull boxes and junction boxes in runs of exposed aluminum conduit shall be fabricated
of 1/8" thick aluminum sheet with screw-on, gasketed aluminum covers, for boxes
larger than four (4") inches square.
D. Outlet boxes for surface mounted switches, receptacles, etc. shall be cast aluminum
with cast aluminum device covers, Crouse-Hinds type FS or FD boxes, or equal.
Covers for weatherproof duplex receptacles shall have spring doors, Crouse-Hinds
Cat. No. WLRD-1, or equal.
E. Junction and pull boxes shall be furnished as indicated on the plans or as required in
the field for proper installation of the conduit and wiring systems. All boxes shall be
selected and applied in accordance with the provisions of the National Electrical Code
pertaining to such boxes.
F. Wiring device boxes for concealed runs within building shall be 4-11/16" boxes,
recessed, with plaster rings. Provide stainless steel covers.
15-19 WIRE AND CABLE
A. 600 Volt Conductors - Building Wire:
All conductors installed in conduit for power and lighting service shall be 600 volt rated,
stranded copper, 90/75 degree C, THHN/THWN insulated and sized as shown on the
plans or as required by the N.E.C. In no case shall power wiring be less than #12 Awg.
B. Two (2) multi-conductor control cables shall be installed between each motor starter
and the automation panel and the SCADA panel, as shown on the plans. Cable shall
be small diameter, Type TC Tray Cable, 600 volt rated, # 14 AWG, 7 conductor, color
coded for power and control service, consisting of stranded THHN/THWN insulated
copper conductors bundled and bound with clear mylar tape and covered overall by a
sunlight and moisture resistant PVC jacket.
Control cables shall be acceptable for use in OSHA regulated installations, UL listed
as Type C, and shall be flame retardant, meeting the requirements of
ICEA S-61-402, UL-1272, and IEEE-383.
Color coding shall be by means of pigmented and colored insulation per IPCEA
Method 1A which combines pigmented coloring and numerical conductor coding.
C. Ground Conductors:
1. Equipment and service grounding conductors installed in conduit shall be green
jacketed. Type THHN/THWN, 600 volt stranded copper, sized as shown on the
plans.
2. GREEN TAPE OR GREEN PAINTED CONDUCTORS WILL NOT BE
ACCEPTED.
15 - 11
D. Radio Antenna Cable:
Cable installed between the Radio and Antenna shall be 1/2" Foam Filled, Super
Flexible Heliax Cable, Andrew #FSJ4-50B.
E. Data System Cables:
1. Single Pair Twisted/Shielded Cable:
Single pair cables shall consist of stranded bare copper conductors per
ASTM B-3, sized as shown on the plans, covered by 300 volt, 90 degrees C PVC
insulation. Each pair shall consist of a black and white conductor twisted in
combination with a tinned stranded copper drain wire and covered overall with a
polyester supported aluminum tape shield. Outer jacket shall be PVC, flame
retardant and UV stabilized.
2. Multi-Pair Twisted/Shielded Cable:
Multi-pair cable shall be constructed to standards and in manner as specified
above for single pair cable. Each internal twisted pair shall be individually shielded
and shall be identified by printed pair and group numbers. Cable shall be
constructed with a staggered pair lay scheme. All pairs shall be bundled with
polyester core tape with 25% minimum overlap. Entire cable shall be covered
overall by a PVC jacket, flame retardant per IEEE requirements and UV stabilized.
15-20 WIRE AND CABLE INSTALLATION AND TERMINATION
A. Each conduit shall be continuous, open and clear of debris and obstructions before
Contractor installs wire or cable. The conductors shall be installed in such manner
and by such methods as to insure against damage to the insulation, damage to the
outer jacket, or stretching of the conductor.
B. Wires and cables shall be pulled in their conduits with the application of a suitable
lubricant, such as Ideal Yellow 77, or equal, that will have no injurious effect on the
covering of the conductor. No oil or grease shall be used.
C. Cables shall be pulled into PVC Ducts with natural or synthetic fiber ropes - wire rope
or steel cable will not be allowed.
D. Cable terminations at motors rated 480 volts and below shall be made with tinned
copper compression lugs on both incoming cables and on motor leads bolted together
with bolts, nuts, washers and lock washers, all of silicon bronze. Each bolted
connection shall be insulated with a heat shrink motor connection kit, Raychem Type
MCK, or approved equal, of the proper type for the size of cable terminated.
E. Splices and taps made on power circuits, where approved by the Board Engineer,
shall be made with a bronze split-bolt connector. The splice or tap shall be insulated
with a heat shrink sleeve, Raychem Type WCS, or approved equal.
F. Terminations in all control wiring under screw heads shall be made with insulated,
tinned copper, crimp-on, ring terminals.
15 - 12
G. Multi-conductor control cable shall be spliced, where specifically required, with 3M
Manufacturing Company, Scotchcast Splicing Kits.
H. All open wiring connections shall be effectively taped and insulated for the working
voltage.
I.
All new conductors for Low Voltage Power, Control, Data Communications, etc. shall
be installed in continuous runs without splices.
J. Splices and taps in building service wiring serving lights, receptacles, etc. shall be
made in approved boxes or enclosures by means of wirenut type connectors with
internal helical spring contacts.
K. Low Voltage Electrical Tape shall be Scotch 33+ vinyl plastic. High Voltage Tape shall
be Scotch 130C linerless tape. Irregular surfaces of bolts, connectors, etc. shall be
filled with Scotch "Scotchfil" insulating putty prior to taping.
L. Terminations for Radio Equipment:
1. Antenna shall be Decibel Products Directional Antenna #DB-230J with Integral
Female Connector.
2. Antenna lead whip shall have captive type N-Female connector for connecting to
male #44ASW connectors on main cable.
M. Shielded data cable shall be terminated by application of two (2") inch minimum length
of shrink tubing on each end. Shield and drain wire shall protrude on panel end and
shall be cut back and sealed by the shrink tube on field device end.
15-21 TESTING OF WIRE AND CABLE
A. When wire and cable installation is complete and not more than 72 hours before
energization of the system the wire and cable shall be tested. Testing shall consist of
a megohmeter or high potential test for all insulated wire and cable. Contractor shall
test only new wiring installed under this contract.
B. 600 volt rated power cable shall be given a megger test with a 1000 volt megger and
held for one minute or until reading reaches a constant value for 15 seconds. Minimum
acceptable reading is 100 megohms. Cable shall be unconnected when tested.
C. Control cables shall be tested with the 500 volt megger. Minimum acceptable reading
is 1.0 megohm.
D. Certified copies of all test results, which clearly identify the particular wire or cable
tested, shall be submitted to the Board Engineer prior to energizing any system.
15-22 GROUNDING
A. The grounding system shall be installed in accordance with Article 250 of the National
Electrical Code.
15 - 13
B. A green insulated ground conductor, Type THHN/THWN, sized as shown on the plans
and in accordance with Table 250-95 of the National Electrical Code, shall be run in
all conduits and bonded to all ground buses, bushings, and equipment.
C. All metallic conduit, transformers, supports, troughs, switchgear enclosures, cabinets,
boxes and other equipment enclosures shall be grounded in accordance with the
National Electrical Code.
D. Insulated Throat Grounding Bushings shall be used on all conduits entering safety
switches, motor starters, troughs, control panels, enclosures, and panelboards.
Grounding conductors shall be bound to each grounding bushing.
E. All motor frames shall be grounded through the rigid conduit system and a separate
grounding conductor through flexible "Sealtite" conduit.
F. All equipment grounding conductors shall be either bare or green insulated stranded
copper. Painted or taped insulation will not be accepted as a substitute for green
insulation.
G. The entire station conduit system shall be grounded by means of screwed fittings with
five full threads engaged; set screw or compression type fittings are unacceptable, and
internal ground wire which shall be pulled in all conduits. Each conduit not terminating
in a device with integral hub shall be fitted with an insulated throat grounding bushing.
Conduit ground wires shall be bound to said bushings, enclosure ground connections
and cabinets.
H. All connections to rods, water pipes, or building columns shall be made by means of
braized fittings. In lieu of braized fittings, Cadweld type connections may be used if
desired.
I.
Drain wires from shielded pairs shall be grounded in the main terminal panel only. Do
not ground in intermediate panels, boxes, fittings, or at point of field device connection.
15-23 WIRING DEVICES
A. All convenience outlets shall be Hubbell #5362B, 20 ampere, Brown phenolic, heavy
duty, specifications grade duplex receptacles.
B. Lighting switches shall be Hubbell, single pole, brown, #1221, 20 ampere AC/DC
specifications grade switches.
C. Fan thermostat shall be full voltage, 120 volt, as specified hereinafter.
D. Lighting photocell shall be Hubbell #PTA-1 to control 120 volt outdoor lighting.
E. Mounting Heights:
1. Light Switches = 54" above finish floor.
2. Convenience Outlets = 36" above finished interior operating floor; 48" above
15 - 14
bottom floor.
F. Sump Pump Power and Control wiring devices shall be Hubbell twist-lock, 20 ampere
devices as follows:
1. Wall mounted Power receptacles shall be Hubbell # 2410A, NEMA L620R
2. Control box connector body for power to sump pump cord connection shall be a
Hubbell # 2320.
3. Plug for control box incoming power cord shall be a Hubbell #2411 Plug, NEMA
L620P.
4. Connector body for the control box pilot control cord (sump pump float switch
wiring) shall be a Hubbell #7101-C.
5. Sump pump control boxes shall be modified to install three cords, each 18" in
length, which shall be fitted with the plugs and connector bodies specified above
for quick box replacement in the field. Control boxes shall be hung on wall bracket
as shown on the plans.
6. All wiring devices shall have a weather-proof enclosure (while in use weather proof
plastic cover) to meet NEMA 3R, NEC406.8(B) requirements. Hubbell RW57350
for single vertical gang or RW57750 for two-gang.
15-24 LIGHTING
A. Interior lighting fixtures shall be Columbia Lighting Fixture #WPM4-232-EU and
Columbia #FNPV4-232-CA-EU2H-SSL with wall mounted bracket #PTBA wall
mounted fluorescent fixtures with 2-32 watt, rapid start, "Phillips #32T8/TL841"
fluorescent tubes and Electronic Ballasts, Magnetek or equal. Fixtures shall be
mounted at elevation as shown on the drawings and shall be controlled from a surface
mounted switch adjacent to the station door.
B. Exterior fixtures shall be Hubbell Perimalite #PRM-150S-118, 150 watt high pressure
sodium, controlled by 120 volt photocell.
15-25 ELECTRIC SERVICE
A. T E M P O R A R Y S E R V I C E : A three phase, Four wire, 480 volt Temporary
underground Electric Service shall be provided by Entergy. Contractor shall furnish
and install incoming service conductors and conduit on relocated platform for
connection to the Entergy service as shown on the plans.
B. Contractor shall assume and bear all costs incurred in the installation of the new
service connection and shall pay all associated costs as estimated and assessed by
Entergy.
C. Costs of service, if any, shall be obtained from Entergy prior to submittal of bids by
contacting Mr. Mike Dupuis, (504) 756-8999. Contractor shall coordinate his work with
Entergy, other trades, and the Board Engineer.
15 - 15
D. Existing pumping requirements are being handled mainly by the existing pumping
equipment. A temporary engine driven external pump will be utilized on an as needed
basis when outages of the existing pumping equipment becomes unavoidable.
E. The existing electrical equipment used for the proper functioning of the pump station
shall be relocated to the temporary location, as shown on the drawings, until the new
station is built.
F. PERMANENT SERVICE: A three phase, four wire 480 volt Overhead Electrical service
shall be provide by Entergy. Contractor shall furnish and install incoming service
conductors, conduit and weatherhead on building as shown on the plans.
5-26 SAFETY SWITCHES
A. All safety switches shall be UL Listed, shall meet or exceed Federal Specification
W-S-865C for Type HD enclosed heavy duty switches, and NEMA Enclosed Switch
Standard KS1-1983 for Type HD switches. Fusible switches shall be UL Listed for
200,000 RMS Symmetrical Amperes Interrupting Capacity when used with Class J or
R fuses.
B. Safety switches shall be Premium Construction Specifications Grade, heavy-duty type,
visible blade with quick-make, quick-break mechanism, rated for 250 or 600 volts with
ampere ratings shall be as indicated on the plans, either fusible or non- fusible, as
shown.
C. Enclosures shall be NEMA 12 for indoor mounted switches and Nema 3R for outdoor
mounted switches, with full cover interlock and defeater mechanism.
D. Provide switches as listed below:
1. Isolation Disconnect Switch. General Electric Unfused Disconnect switch, Cat No.
THN3365R, 400 AMPS, three pole, with capability of being locked in the "closed"
position with a single padlock (field drilled).
2. Station Main Disconnect:
General Electric fusible, 400 ampere, NEMA 12, 600 volt, three pole disconnect,
Catalog #TH3365. Provide Littlefuse 400 AMP fuses as specified hereinafter.
3. Transformer Disconnect:
General Electric two pole fusible, NEMA 12, 600 volt, 60 ampere disconnect,
Catalog #TH2262JDC for primary circuit of a single phase 15 KVA transformer as
specified hereinafter. Provide Littlefuse LPS-RK-30 fuses, as specified hereinafter.
15-27 MOTOR STARTERS
A. Furnish and install an Allen-Bradley Cat. No. 512-EJB-3-4LR-6YGPC-9-26R-9001122C-416-425-AMM-AMS-TB18-MS NEMA Size 4 combination type switch and fuse
motor starter for each sewage pump.
Note: Standardization of motor control equipment throughout the Sewage Pumping
15 - 16
Network dictates that "No Substitutions" will be considered for the above specified
starters.
B. Starters shall be NEMA Size 4, 480 volt, with 120 volt, 60 Hertz control circuit. Each
starter shall have three phase Eutectic Alloy overload protection using type W overload
elements and NEMA 12 Enclosures with external overload reset button. Solid state
overloads are not allowed in this application.
C. Starters shall be factory modified to include three (3) 150/5 line current transformers
wired to a four position (three phase with off) ammeter switch and panel type
ammeter, both mounted in enclosure door.
D. Each contactor shall have two (2) normally open (NO) and two (2) normally closed
(NC) auxiliary contacts. Wire all to terminal block within enclosure.
E. A control power transformer shall be furnished with 200 watts extra capacity to
accommodate motor space heaters. The transformer shall have primary and
secondary fusing.
F. Control components shall be provided as follows:
1. One (1) Red LED Type Pilot Indicating Light in enclosure door, Allen-Bradley Cat.
No. 800T-PL16R, with Nameplate #800T-X524 ("Run").
2. Door Mounted "Hand-off-Auto Switch”, Allen Bradley three position maintained
contact Cat. # 800T-J2B with nameplate Allen Bradley # 800T-X511.
3. Door Mounted, factory installed Elapsed Time Meter operated by a N.O. contact
from the starter contactor.
4. One (1) 18 Circuit Terminal Block sufficient for all control conductors between
starter, automation panel, SCADA data panel, and all contactor auxiliary contacts,
space heater wiring, etc.; see details on plans.
6. Engraved phenolic nameplate on starter door to indicate "Motor #1" or "Motor #2"
in one (1") inch tall letters.
6. Motor space heating wiring including one (1) N.C. starter auxiliary contact, line
fuses block and fuse, terminals, etc.
15-28 STATION POWER TRANSFORMER
A. Furnish and install one (1) station power and lighting transformer, 15 KVA, single
phase, 480-120/240 volts, 60 Hertz, 150 degrees C rise, General Electric Type QMS,
Cat. #9T21B1009G02.
B. Transformer enclosure shall be of heavy gauge sheet steel, finished with baked gray
enamel and furnished with complete provisions for wall mounting.
15 - 17
C. Transformer winding shall provide 2-5% FCBN voltage taps for adjustment of
secondary voltage.
15-29 PANELBOARD
A. Furnish and install one (1) General Electric Type AQ, single phase, three wire, 120/240
volt Distribution Panelboard as shown on the plans. Panelboard shall be complete
with all necessary main and branch circuit breakers as shown on the plans, plus neutral
and ground bars.
B. Panelboard shall be designed in accordance with, and shall meet the latest published
standards of NEC, UL 67 for Panelboards, UL 50 for Cabinets, UL 943-GFCI, UL 489
for molded case breakers and shall be UL Listed.
In addition, all panelboards shall conform to NEMA PB1 and Federal Specifications
W-P-115A, WC-375B/GEN and W-S-865C, as applicable.
C. Panelboard shall have copper bus with copper neutral and ground bars. Cabinets
shall be galvanized steel without knockouts. Panel trim shall be gray enamel coated
steel with lock. A printed (typewritten) circuit directory card shall be located inside the
cover door or each individual panel.
D. Main and Branch Breakers shall be provided as shown on the plans. General Electric
Type THQB, 10,000 A.I.C., and shall provide positive trip indication other than merely
the position of the handle.
15-30 LAY-IN WIRING TROUGHS
A. Furnish a welded aluminum 10" x 10" x 16'-0" wiring troughs which shall be installed
on the station wall, as depicted on the plans.
B. Each trough shall be fabricated from 1/8" aluminum with fully welded seams to provide
one piece construction without knockouts. A gasketed screwed full aluminum front
cover shall be provided for the trough. Provide screws on nine (9") inch centers
minimum.
C. Station 480 volt power conductors shall be tapped and distributed within the troughs.
Provide one (1) #6 Awg mechanical one hole ground lug within the trough for bonding
to the station grounding conductor.
15-31 AUTOMATIC CONTROL PANEL
A. The Automatic Control (Bubbler) Panel is existing and to be reused for the new pump
station. Contractor shall temporarily relocate the panel along with the existing
electrical equipment platform and eventually to its final location with the pump station
when the new pump station building is completed. Contractor is responsible for remote
conduit, wiring, and the furnishing and installation of field sensing devices as specified
hereinafter and as shown on the plans.
15 - 18
15-32 AIR COMPRESSOR
A. Provide one (1) Speedaire direct-drive, Oil-less Air Compressor Model 5Z598C
complete with automatic Pressure Setting, free air flow @ 90 psi 3.2 CFM, Max
pressure 135 psi, and three (3) gallons air tank.
B. Compressor shall be floor mounted below the automation panel and shall receive
power from the compressor power receptacle.
C. Pressure switch shall be preset to turn on at 45 psi and off at 60 psi.
D. Air compressor and associated valves shall be piped to the air filter regulator and shall
enter the panel by means of 1/4" polyflow tubing.
15-33 SUPERVISORY CONTROL - DATA TRANSMISSION PANEL
A. The Supervisory Control (SCADA) Panel is existing and to be reused for the new pump
station. Contractor shall temporarily relocate the panel along with the existing
electrical equipment platform and eventually to its final location with the pump station
when the new pump station building is completed. Contractor is responsible for remote
conduit, wiring, and the furnishing and installation of field sensing devices as specified
hereinafter and as shown on the plans.
B. Furnish and install field devices as follows:
1. Motor Control Switch position indicating contacts to signal switch setting in either
“Hand or Auto" position. Note: Said contacts are included as spare contacts on
the switch previously specified in Section 15-27-F-2.
2. Motor normally open contact to indicate "motor running". Note: Contact for this
purpose has been previously specified as a spare contact in Section 15-27-D.
3. Flooded Station Float Switch, shall be an Allen Bradley No. 840-A1 wall mounted
float switch with #840-1ADS stainless steel float and rod and wall mount bracket.
Switch contact block shall provide 1-NO and 1-NO contact wire as shown on the
plans to initiate the Alarm Relay in the Automation Panel and to signal presence
of water in the SCADA Panel.
4. Station entry door limit switches (two required) shall be Allen Bradley Proximity
Switches, Cat. No. 802PR-LACA2, Series “C”, with fixed NC contacts. Provide
wiring of NC output contacts in series arrangement, as shown on the plans. Mount
switches on door casing to activate switch when door is closed. Provide steel
contact pad on door to activate switch, if required.
5. Wet well levels shall be transmitted from the Pressure Transducer in the Autocon
Panel, as previously specified.
6. Enable Lag Pump "ELP" contact is a "Permissive" interlock which shall be wired to
the automation panel as shown on the plans to block automatic operation of the
lag pump unless specifically permitted by an operator from the Computer location.
15 - 19
7. Pump discharge pressure shall be transmitted to the SCADA Panel by means of a
4-20 ma output signal. Furnish two (2) Viatran No. 5705AMST27H, 0-75 psi
pressure transducers with 4-20 ma full scale output (+ or - 10% adjustable) and
mating stainless steel electrical connector. The transducer excitation voltage shall
be 11-40 VDC derived from the +24 VDC user source available in the SCADA
Panel. The exterior surfaces shall be type 316 stainless steel, fully welded and
sealed construction without use of O-rings. Unit shall be capable of operation over
a temperature range of -40 F to +190 F and shall be fully submersible to 100 feet
of water.
Transducers shall attach to pump with 1/4" - 18 NPT female connection. Provide
1/4" shutoff cock to allow pump operation with transducer removed and piping
quick disconnect fitting equal in all respects to the existing. In the event the 1/4”
piping, cock and quick disconnect are not adversely affected by the submergence,
they may be reused with approval of the Board Engineer.
Electrical connection shall be ½" - 14 NPT male conduit connection to cast
aluminum LB condulet to allow for termination of #18 AWG transducer wiring to
twisted and shielded pair cable on minimum size #20 AWG.
8. Panel Operating Power:
Provide 120 volt AC, single phase circuit from the station lighting panel as shown
on the plans. Provide Buss LPN-RK-15 fuses.
9. Radio Antenna Output:
Furnish antenna cable, Andrew No. FSJ4-50B, Superflexible 1/2" Foam Filled
Heliax Cable to antenna as shown on the plans. Provide cable terminations on
each end as previously specified. Provide antenna and antenna mast as shown
on the plans, and as previously specified.
10. Power failure alarm shall be input to the SCADA Panel from a normally open
contact Alarm Relay "A1", as shown on the plans.
11. Water Pressure Switch - Allen Bradley #836-C2J, NEMA 4 Enclosure with 1/4"
brass shutoff valve.
15-35 MOTORS
A. Contractor shall furnish and install all conduit and wiring to pump motors furnished
under the mechanical section of these specifications, including space heater wiring.
Contractor shall size overload elements in motor starters for actual full load current
shown on motor nameplates.
B. Contractor shall note location of motor potheads before pouring concrete slab and
adjust conduit run to opposite side of frame if required. Conduit at the motors shall
stub up 18" above the floor. Connection from conduits to motors shall be made with
sealtight. Potheads may be rotated 90 degrees to accommodate conduits. Contractor
shall not run conduit through motor frame. Motor potheads shall not be inverted to
require a 180 degree bend in connecting sealtight.
15 - 20
C. A one-half (1/2") inch conduit shall run to space heaters through a "T" fitting, as
required in the field.
15-36 EXHAUST FAN
A. The exhaust fan is described and furnished under the mechanical section of these
specifications. A 120 volt thermostat, complete with auto-on switch, and firestat shall
be furnished, rated for the intended load.
B. Exhaust fan shall be powered from the circuit breaker panel, as shown the plans, and
shall turn "on" in automatic mode with temperature increasing over the setpoint.
Temperature falling below setpoint shall turn fan "off".
15-37 EXHAUST BLOWER
A. The exhaust fan is described and furnished under the mechanical section of these
specifications. Exhaust fan shall be powered from the circuit breaker panel, as shown
the plans, and shall run continuously.
B. The Exhaust blower shall have a local manual switch mounted at the blower fan
location to override the continuous operation. Switch shall be an Allen Bradley double
pole single phase motor starter with overload element, Cat. #600-TAX109.
15-38 FUSES
A. All 480 volt and 250 volt fusible equipment shall be equipped with Littlefuse dual
element time delay, Type R rejection fuses, Class RK-1 and RK-5, as required by the
plans, with positive blown fuse indicator built integrally with the main fusebody and
visible from the front when viewed in fuse holders. Indicating feature shall not use
“pop-up” pins or similar indicating means. Fuses shall be premium quality rated for
300,000 ampere interrupting capacity, with type and ampere rating embossed into end
ferrules or buswork. Overload element shall open at a temperature less than 300 F,
and shall be thermally reversible to withstand repeated cycling. Fuse construction
shall be such that end ferrules are electrically continuous with buswork and remain
“hot” with fuse energized.
B. Contractor shall furnish fuses as shown on the plans. Furnish 10% spare fuses, but
no less than three (3) of each rating and voltage level used.
C. Control fuses shall be furnished as required by the particular control device. Provide
spares as outlined above.
D. Switchgear control circuit fuses shall be furnished as recommended by the
manufacturer. Provide spares as outlined above.
15-39 NAMEPLATES, LABELING, AND MARKING
A. All items of power and control shall have engraved phenolic nameplates.
B. All Disconnect Switches, Double Throw Switches, and Motor Starters shall have an
engraved phenolic nameplate, three ply, white letters on black background, identifying
15 - 21
the device and source of power.
C. Secure nameplates to enclosure faces with drive screws, rivets, or stainless steel selftapping screws. Glued or taped nameplates will not be accepted.
D. All panelboard directories shall be neatly typed to identify circuit loads.
E. Provide two (2") inch high stainless steel numerals on each motor to indicate Motor #1
or Motor #2. Numerals shall be attached to motor frame by means of brass or machine
screws in tapped holes.
15-40 CLEANING UP
A. The Contractor shall remove all debris, surplus and waste materials, oil, grease, or
stains resulting from the work performed prior to acceptance. All panel, starter,
enclosure, switchgear and device interiors shall be thoroughly cleaned of all dust, dirt,
debris, etc. prior to final acceptance. Touch-up all paint and finishes damaged in
installation. Touch-up paint shall exactly match and blend with factory finishes.
B. All rust shall be removed to base metal which shall be primed and painted to match
original finish. Rusted nuts, bolts, washers, or other items of hardware shall be
replaced at no additional cost.
15-41 STATION START-UP
A. Contractor shall demonstrate to the Board Engineer that all control and power systems
are fully operational and will perform in accordance with the intent of these
specifications.
B. Motor rotation shall be verified and corrected as required. Full load current shall be
measured and motor overload heaters revised accordingly.
C. Automation panel elevations and spans shall be set to the elevations provided by the
S&WB operations department.
D. All field inputs to the SCADA System shall be checked for operation and properly
calibrated.
* * * END OF SECTION 15 * * *
15 - 22
SECTION 16
CATHODIC PROTECTION - DEEP GROUND BED INSTALLATION
16-01 SCOPE AND EXTENT OF CONTRACT
A. The work to be performed under this contract consists of furnishing and delivering all
labor, materials, supervision, construction equipment, mechanical and electrical
equipment not furnished by the Board, travel, utilities, transportation, supplies, tools
and services necessary for performing all work as specified in the Contract
Documents.
B. Provide all items, articles, materials, equipment, etc., mentioned herein or scheduled
or shown on the drawings, and all labor, workmanship, tools, appliances, etc., required
for the proper installation thereof, to accomplish the intention. In general, this Contract
shall provide any item of labor or material which is obviously necessary for a complete
installation to accomplish the intention, whether specifically mentioned or not.
C. The work to be performed includes, but is not limited to the following items of work:
1. Drilling of one (1) 200 foot deep, 12 inch diameter hole for installation of a new
anode assembly.
2. Furnish and install new anode assembly complete with conduit and wiring back to
shunt box. Furnish and install new vent system as shown on the plans.
3. Provide new fused disconnect, rectifier and shunt box complete with conduit and
wiring.
4. Existing conduit and negative wires to Sewer Main shall be reused. Provide cable
test and splice handhole as shown on the plans at point of connection of new
negative leads to existing. Connect to new rectifier with new conduit and wiring.
5. Provide Ground Bed concrete marker slab as shown on the plans.
D. CONTRACTOR'S QUALIFICATIONS
1. Cathodic Protection Contractor shall be a local firm known to be skilled and
reputable Contractor engaged in construction and operation of Cathodic Protection
Systems and qualified to perform the type work described by these contract
documents.
2. Contractor shall have been continuously in business as an established firm,
engaged in this type of construction for a minimum of 5 years and shall have
satisfactorily installed at least 10 deep well ground beds of the type required in
these documents.
16-02 HOLES
A. The Contractor shall drill a 12" minimum diameter hole 200 feet deep at the location
shown on the plans, and install the anode assemblies as shown on drawings.
16 - 1
B. If an artisan well or underground lake cause excessive surface discharge, the hole
shall be sealed by the Contractor.
16-03 BORING LOG
A typewritten boring log showing soil classification at each elevation shall be furnished
from information recorded as the hole is being drilled.
16-04 ANODE ASSEMBLIES
A. The ground bed shall contain two (2) sets of four (4) graphite electrodes 4" in diameter
and 80" long. The electrode lead shall be attached as detailed on the cathodic
protection detail plans. Each electrode shall be centered in the middle of a diagonal
wrap, 26 gauge, metal casing while the coke breeze is being applied. This breeze
shall be packed solid with no voids in backfill which would tend to increase anode
resistance and shorten life. A Sewerage and Water Board Inspector shall witness the
centering of the electrode and backfill installation.
B. Each set shall consist of two sub-assemblies each containing two electrodes. The
angle iron supporting each of the two sub-assemblies shall be color coded to properly
field connect the two sub-assemblies.
C. The alignment of the sub-assemblies shall be made at the Contractor's shop before
they are brought to the job site. The sub-assemblies shall be bolted together (not
welded) just before being lowered into the hole.
D. A supporting bar or jam shall be welded next to the plywood covers above and below
each individual electrode casing. The casing shall support the breeze and anodes.
E. A 1/4" metal plate shall be welded to the angle iron at the top assembly. The plate
shall have a hole for the vent pipe and two holes for 5/8" thimbleye bolts for the manila
lowering rope and nylon supporting rope.
16-05 ANODE INSTALLATION
A. Two (2) sets of four (4) anode ground bed assemblies (eight anodes) shall be installed
in the hole. Two (2) sets shall be bolted together and lowered simultaneously.
B. A 1/4" metal plate shall be welded to the angle iron cage around the electrode. The
plate shall support the lower assembly suspended from a rod while the upper assembly
is attached.
C. The eight (8) anode leads shall extend upward through the 2" conduit to the shunt box.
The phenolic panel board in the shunt box shall have eight (8) shunts and eight (8)
terminals.
16-06 BREEZE
A soft coal coke breeze shall surround the electrode and vent pipe. Ninety per cent of the
coke shall be smaller than 3/8" in diameter. The breeze shall weight 38 to 42 lbs., per
cubic foot. The moisture content shall be 13.5 to 14.7%. Volatile liquids shall comprise
16 - 2
3.0 to 3.14 per cent of the content. The amount of fixed carbon shall be 78.22 to 78.4 per
cent. The amount of ash shall be 18.6 per cent and the amount of sulphur shall be 1.2 to
1.65%.
16-07 VENT PIPE
The vent shall be "full flow" one (1") inch diameter chlorine resistant pipe. The vent pipe
joints between electrodes shall be joined with a material recommended by the
manufacturer. No stainless steel bands or rubber tubing shall be used. The pipe shall be
one piece with no joints from the top electrode to a point approximately forty-two inches
(42") beneath the earth's surface, as shown on the drawing. The length of the pipe shall
be determined after the anode assembly has been allowed to settle for 24 hours.
Approximately forty-two inches (42") beneath the earth's surface, the vent shall be
changed to schedule 80 PVC pipe. The pipe shall then extend eight (8) feet above grade
and terminate in a "j" type vent fitting.
16-08 ELECTRICAL WORK
All work shall conform to the requirements of the National Electrical Code, the Department
of Regulatory Inspection, and all addenda in effect at the time bids are accepted.
16-09 CONDUITS
A. The system shall be completely wired in rigid steel or PVC conduit as shown on the
plans. All conduits shall be 3/4" or larger and the 2" conduit from the ground bed to
the shunt box shall be rigid galvanized steel as shown on the plans.
B. Field cuts shall be reamed and all threads painted immediately after installation. Caps
shall be installed as soon as possible to prevent the entry of concrete, sand, etc..
Conduits shall be installed to permit insertion or withdrawal of wire without damage.
Maximum radius long sweep field bends shall be used for elevation or direction
changes for embedded or encased conduits. Couplings or fittings in concrete shall be
made up with five (5) full threads; set-screw or friction type couplings or fittings shall
not be used.
C. A minimum clearance of one (1") inch shall be maintained between all conduits
embedded in concrete to permit adequate bonding and passing of the concrete
between the conduits. Sweep elbows shall not be used above ground without
approval; fittings or junction boxes shall be used.
D. Conduits and enclosures shall be arranged to drain condensation and flood water to
minimize damage. Conduits terminating in manholes or handholes shall be sealed or
equipped with a compound bushing to prevent the entry of insects and rodents.
E. All underground conduits shall be encased in concrete with a three (3") inch minimum
coverage at least twenty-four (24") inches below grade unless shown otherwise on the
drawings. Encasement shall extend six (6") inches above grade and be crowned to
drain all water away from the conduit.
F. Insulated metal grounding type bushings shall be used for a.c. conduits. Double
16 - 3
locknuts and bushings shall be used for all equipment without threaded hubs. The
entire conduit system shall be grounded. Conduits terminating in outdoor enclosures
shall be equipped with an approved hub. Entries into the top or upper sides of panels
or enclosures shall not be made without a hub.
G. Conduits shall be attached with lead expansion anchors, malleable iron clamps and
clamp backs. All conduit and equipment supports, fasteners and hardware shall be
galvanized or electro-plated steel. All field cuts must be painted immediately after
fabrication plastic anchors, wooden plugs or perforated stripping may not be used any
installation.
16-10 EXCAVATION
All underground conduits to be encased in concrete shall be placed in a trench of sufficient
width and depth as required by these plans and specifications. The trench shall be
maintained intact until the encasing concrete is thoroughly set. The Contractor shall be
responsible for the safe construction of the trench and shall take utmost care to prevent
damage to the underground utilities.
16-11 CONCRETE
All concrete used for conduit encasement or marker stones/slabs shall be Grade A,
3000 p.s.i., colored red by mixing of 10 lbs. of dye throughout each cubic yard of concrete.
16-12 BACKFILL
A. Contractor shall backfill trench and all excavated areas with select material previously
removed from the trench.
B. No roots, sticks, rocks, or debris or any kind shall be mixed in with backfill material.
C. Backfill shall be applied in six (6") inch layers and shall be thoroughly tamped as each
layer is applied. Density of compacted backfill material shall equal or exceed that of
surrounding undisturbed ground.
D. Contractor shall return the surface to match existing surroundings and reconstruct all
sidewalk and street areas.
16-13 WIRING
A. The cable leaving each of the electrodes shall be Number 8 stranded tinned copper
with Chemical and Chlorine Resistant High Molecular Weight Polyethylene Insulation,
certified for Cathodic Protection Service. A Scotchcast Kit No. 90B1 shall be used to
insulate any compression splice above the electrode cap.
B. Each electrode cable shall be covered with 1/2" PVC tubing beginning directly above
the splice. All electrode cables shall be covered with 1/2" PVC tubing from the top of
the bottom electrode and extend two (2) feet above the top anode.
C. A 2" rigid galvanized steel conduit, approximately 36" below the ground's surface, shall
protect all anode cables to the shunt box. The cables from the shunt box to the rectifier
shall be in rigid galvanized steel conduit as called for on the plans.
16 - 4
D. The anode cables shall be taped to the nylon supporting rope as the assembly is
lowered into the hole.
E. The anode cables shall be one piece from the electrode splice to the shunt box.
F. Extreme caution shall be maintained at all times to prevent damage to the electrode
cable insulation. The cables shall not be laid across or in the street or other areas
where vehicles or personnel may pass over or damage the cables.
G. All electrode cable shall be delivered to the job site in unopened boxes unless attached
prior to breeze packing.
H. Only approved lubricant shall be used for cable pulling.
I.
Cables shall not cross each other or be twisted in the conduit during installation.
J. Each electrode cable shall be identified with a suitable label numbered from top to
bottom. Label shall be Brady all-temperature vinyl cloth markers or equal.
K. All conductors shall be stranded copper with homogenous color coding.
L. Power conductors shall be 600 volt THHN/THWN insulated wire sized as shown on
the plans.
M. The bidder may omit the compression splice above each anode making the cable
continuous from the anode to shunt box.
16-14 RECTIFIER AND SHUNT BOX
The existing rectifier and shunt box shall be re-used in the new pump station. The
contractor shall install the rectifier and the shunt box at the temporarily relocated electrical
platform until the completion of the new pump station building, at which time the rectifier
and the shunt box shall be permanently relocated to the new building.
16-15 SAFETY SWITCHES
A. All safety switches shall be fusible, 250 volt, UL Listed, shall meet or exceed Federal
Specification W-S-865C for Type HD enclosed heavy duty switches, and NEMA
Enclosed Switch Standard KS1-1983 for Type HD switches. Fusible switches shall be
UL Listed for 200,000 RMS Symmetrical Amperes Interrupting Capacity when used
with Class J or R fuses.
B. Safety switches shall be Premium Construction Specifications Grade, heavy-duty type,
visible blade with quick-make, quick-break mechanism. Enclosures shall be NEMA
4X stainless steel with full cover interlock and defeater mechanism.
16 - 5
16-16 LOWERING AND SETTLING ANODE ASSEMBLY
A. The assembly shall be lowered into the hole within one (1) hour after driller pulls his
bit out of the hole to minimize the effects of cave in. If a cave in occurs, a new hole
shall be drilled.
B. The assembly shall be lowered into the hole at a maximum speed not to exceed five
(5) feet per second. The assembly shall be lowered with a manila rope and allowed
to settle 24 hours before the nylon supporting rope is secured to the thimble in the
concrete slab.
C. After the anode assemblies have been installed, a backfill of liquid jell (Aquajell) shall
be used to fill in the hole. The upper 15 feet of the hole shall be filled in with a cement
and bentonite mixture.
16-17 CONCRETE SLABS
Ten pounds of red coloring shall be mixed into the concrete for each cubic yard to give
the slabs a red color. Conduit covers shall be laid horizontally over underground conduit
from concrete cap to shunt box. Concrete-well cover and cap shall be as per details shown
on Drawings 5056-P8 & 9.
16-18 LAWN AND GROUNDS
A. Any depressions or holes created in any lawn, median, street, or grassy areas by
trucks or by other means shall be filled in and leveled by the Contractor. The
Contractor shall protect existing structures and equipment near the work area from
dirt, mud and water during his work operations.
B. Contractor shall remove all debris, drilling mud, dirt and excess material from the
jobsite and completely clean all project areas.
16-19 WARRANTY
Contractor shall warrant to the Sewerage and Water Board that all work performed under
this contract shall contain no defective materials, workmanship, or title, and shall be of the
kind and quality described in the specifications. Any defects appearing within one (1) year
of the erection and acceptance of the equipment shall be corrected by the contractor at
no cost to the Sewerage and Water Board.
* * * END OF SECTION 16 * * *
16 - 6
SECTION 17
DISADVANTAGED BUSINESS ENTERPRISE PROGRAM
In accordance with the adoption of Resolution R231-97, the Sewerage and Water Board
of New Orleans has established a race and gender-neutral Disadvantaged Business Enterprise
(DBE) Plan. As part of that Plan, on any publicly bid goods and services (which shall include
professional and non-professional services) project, not involving funds from a source other than
the Sewerage and Water Board of New Orleans, the prime contractor shall be required to make
a demonstrated good faith effort to award (36)% of the amount of the contract to certified
disadvantaged business enterprises as subcontractors or suppliers performing commercial
useful functions which are consistent with the work required on this contract. The percent
participation having been determined for this specific contract by recommendation of the
Construction Review Committee (CRC), which is a joint effort of representatives from the City
of New Orleans, Sewerage and Water Board, and representatives of local contractor
organizations. This percentage requirement shall be considered an informality which is subject
to modifications and may be waived or adjusted by the Sewerage and Water Board of New
Orleans if the prime contractor, after having demonstrated a good faith effort, is unable to comply
with the requirement.
DEMONSTRATED GOOD FAITH EFFORTS
Before receiving an award of the contract, the contractor must meet the DBE goals or
prove that he/she has made demonstrated good faith efforts. To determine whether a particular
contract bidder has made demonstrated good faith efforts to reach the DBE participation goal, the
Board and its staff will consider the following:
a.
whether the contractor attended all pre-bid meetings that may have been
scheduled by the Board to inform DBE firms of subcontracting opportunities
and/or requested the Board Directory of Certified DBE firms;
b.
whether the contractor advertised in general circulation and trade
association publications, concerning the DBE subcontracting opportunities,
and allowed the subcontractors reasonable time to respond;
c.
whether the contractor provided written notice to a reasonable number of
individually named DBE firms and allowed sufficient time for the DBE firms
to participate effectively;
whether the contractor followed up initial solicitations of interest by
contacting DBEs to determine with certainty whether the DBEs were
interested in bidding;
d.
e.
whether the contractor selected specific portions of the work to be
performed by DBEs in order to increase the likelihood of meeting the DBE
(Const) Rev: 10/19/09, 4/13/10, 10/19/10, 7/15/11, 03/06/2012, 10/12/2012, 3/22/2013
17 - 1
goals (including breaking down contracts into smaller units to facilitate DBE
participation);
1.
f.
whether the contractor provided interested DBEs with adequate
information about the plans, specifications and requirements of the
contract;
g.
whether the contractor negotiated in “good faith” with interested DBEs and
did not reject DBEs as unqualified without sound reasons based on a
thorough investigation of their capabilities;
h.
if the contractor did reject a DBE as unqualified, the contractor must state
his or her reason for doing so in writing;
i.
whether the contractor has used the services of available community
organizations and small and/or disadvantaged business groups; local,
state and federal small or disadvantage business assistance offices; and
other organizations that provide assistance in the recruitment and
placement of DBE firms;
j.
whether the contractor has made sufficient efforts to negotiate with DBEs
for specific sub-bids, including at a minimum:
(1)
names, addresses, telephone numbers of DBEs that the contractor
contacted,
(2)
a description of information provided to those DBE firms, and
(3)
a statement of why additional agreements with DBEs were not
reached to include but not limited to proof the DBEs’ price exceeded
that of non-DBEs.
Policy:
It is the policy of the Board that DBE firms, as defined in the Board’s Disadvantaged
Business Enterprise Plan, shall have the maximum allowable opportunity to compete for
the award of the participation in the performance of the Board’s public works contracts.
Consequently, the CRC and the Board have set the DBE participation goal applicable to
this construction contract.
2.
DBE Obligation:
The Board and its contractors agree to ensure that DBE’s, as defined in the Board’s
Disadvantaged Business Enterprises Plan, shall have the maximum allowable opportunity
(Const) Rev: 10/19/09, 4/13/10, 10/19/10, 7/15/11, 03/06/2012, 10/12/2012, 3/22/2013
17 - 2
to compete for the award of the participation in the performance of contracts and
subcontracts provided under this agreement. In this regard, contractors shall take all
necessary and reasonable steps in accordance with this DBE Plan to ensure that DBE’s
have the maximum allowable opportunity to compete for such contracts. The Board and
its contractors shall not discriminate on the basis of race, color, national origin, or sex in
the award and performance of the Board’s public works contracts.
3.
Utilization of DBE Vendor Listings:
All bidders are required to utilize the most recent Sewerage and Water Board State-Local
Disadvantaged Business Enterprise Program Approved Vendor Listings for
Construction, Goods & Services/Professional Services, in their selection of DBE
entities to meet DBE participation goals. Bidders are required to utilize DBE’s as
subcontractors or suppliers only in the areas for which they are certified. A
description of the areas of work that DBE’s can provide is contained in these vendor
listings. In addition, an alphabetical list of vendors/contractors is provided indicating the
name of the company, address, name of owner, telephone number, fax number, the date
the company became certified, and a description of the work that these entities are
certified to perform. Companies that are already certified as a DBE cannot fulfill the
DBE requirements by listing themselves as the subcontractor to meet the DBE goal.
The prime contractor shall select another DBE from the Sewerage and Water
Board’s Approved Vendor Listing.
4.
Contacting DBE’s and Obtaining a Firm Price
All prime contractors are required to contact DBE’s and obtain a firm
price before listing the DBE’s on the Participation Summary Sheet.
5.
Failure to Comply with DBE Bid Specifications:
All bidders for this Board contract are hereby notified that failure to comply with the
above DBE specifications may constitute the bid as being non-responsive, and
sufficient cause for rejection.
6.
Failure to Carry Out DBE Policy:
All bidders, potential contractors, or subcontractors for this Board contract are hereby notified
that failure to comply with the DBE policy and DBE obligations, set forth above, shall constitute
a breach of contract which may result in termination of the contract or such other remedy as
deemed appropriate by the Board, to include excluding bidder from bidding on future Board
contracts.
(Const) Rev: 10/19/09, 4/13/10, 10/19/10, 7/15/11, 03/06/2012, 10/12/2012, 3/22/2013
17 - 3
7.
Setting Minimum Participation Goals:
The stated minimum percentage DBE participation goal recommended by CRC and approved
by the Board applies to the work of this contract. The two lowest numerical bidders must
complete and submit a DBE Participation Summary Sheet no later than three (3) days after
the bid opening (excluding Saturdays, Sundays and holidays). The DBE Participation
Summary Sheet should be completed properly, showing that at least the percentage goal of
the total contract bid price will be subcontracted or otherwise awarded through procurement
action to DBE’s. Should the bidder fail to comply with this request, the bid shall be considered
unresponsive, unless:
a.
An affidavit is furnished by the bidder with its bid showing that the DBE
goals cannot be met for the following reasons:
(1) No DBE firms made offers. Here, it must be
shown, documented and demonstrated that
good faith efforts (as defined in Part III, D, 2.
of the Board’s DBE plan) were made by the bidder
to obtain the participation of DBE firms and that
they did not respond, or
(2) The DBE offers made and accepted for subcontract
and/or material supplies do not total the stated goal
for participation, but total a lesser percentage, and
(3) The bidder was unable to obtain DBE further
participation, despite his or her demonstrated
good faith efforts (as defined in Part III, D, 2 of the
Board’s DBE Plan) to obtain additional participation
by DBE firms.
b.
8.
Each of the assertions made by the bidder must be supported by
documentary evidence.
Other Clauses Unaffected:
Nothing contained herein shall invalidate, change, annul, release, restrict, or affect the
liability on the bonds or insurance given by the contractor, or the time required for
completion of the contract.
9.
Determination of Efforts to Meet Goals:
Initial determination of bidder efforts to meet the DBE participation goal shall be based on
the DBE participation representations submitted by the two lowest numerical bidders no
(Const) Rev: 10/19/09, 4/13/10, 10/19/10, 7/15/11, 03/06/2012, 10/12/2012, 3/22/2013
17 - 4
later than three (3) days after the bid opening (excluding Saturdays, Sundays and
holidays). Bidders shall submit all the forms required herein no later than three (3) days
after the bid opening (excluding Saturdays, Sundays and holidays), and the DBE Office
will examine the contents thereof. The Board’s DBE Officer may, if deemed advisable,
request further information, explanation or justification from any bidder.
10.
11.
Contract Monitoring:
a.
The Board’s DBE Office will monitor contractor during the operation of the
contract to insure that the contractor meets all of its DBE obligations as
specified in the contract bid. The Board’s DBE office shall establish rules
and regulations, to be approved by the Board, for the ongoing monitoring
of contractor compliance.
b.
Disadvantaged Business Enterprise Program Office personnel or their
designated representative shall be allowed to conduct periodic monitoring
of contractors’ compliance with the agreed to Disadvantaged Business
Enterprise Program participation requirements.
Contractors shall be
required to complete and return to the Disadvantaged Business Enterprise
Program Office in the time required all requests for information and data
relative to the contractors’ activities in meeting the required Disadvantaged
Business Enterprise participation goal. Additionally, Disadvantaged
Business Enterprise Office personnel or their designated representative
shall have access to contractor and subcontractor(s) records pertaining to,
but not specifically limited to labor, costs and materials supplied and used
on the Board contract, as well as inspection and photocopying of any and
all contracts, agreements and correspondence relative to the
Disadvantaged Business Enterprise contract participation requirements.
Such inspection will be performed during normal business hours, and will
be conducted in such a fashion so as to minimize interference with
production of the contract. Visits may be made to job sites, as well as to
administrative offices of the contractor and subcontractor(s) participants.
Such inspection and on-site visits may be scheduled with or without prior
notice to the contractor or Disadvantaged Business Enterprise
subcontractor participant. Contractors’ failure to comply with these
monitoring requirements may result in termination of the contract or such
other remedy as deemed appropriate by Board.
Maintaining Records:
Subsequent to the completion of a contract, contractors are required to maintain for three
(3) years such records as are necessary to determine compliance with their DBE
obligations. During construction, contractors shall submit reports as requested to enable
the DBE Office to monitor this compliance.
(Const) Rev: 10/19/09, 4/13/10, 10/19/10, 7/15/11, 03/06/2012, 10/12/2012, 3/22/2013
17 - 5
12.
Umbrella Bonding:
On contracts where subcontracting exists and where practicable (i.e., when a substantial
risk or financial hardship would not be incurred by the prime contractor), the contractor
may use an umbrella bond to encompass the DBE firm.
13.
Board Action to Seek Compliance:
The contractor consents to such appropriate actions taken to ensure that prime
contractors and subcontractors comply with the DBE provisions, to include but not limited
to:
14.
a.
desk audits to review all material, and information concerning the
contractor’s compliance;
b.
on-site reviews that may include interviews, visits to project locations, and
inspection of documents and/or information not available at the desk audit
that pertains to the contractor’s compliance;
c.
any additional investigation that may be called for by a lack of proper record
keeping, failure of the prime contractor to cooperate; failure of DBEs to
cooperate; visible evidence unsatisfactory performance; other evidence as
may warrant further investigation.
Non-Compliance Finding:
The Board staff will make compliance determinations regarding its prime contractors.
Documentation of noncompliance will include the specific areas in which the contractors
failed to comply. In these instances, appropriate legal action consistent with the DBE and
other contract provisions will be taken.
15.
Contractor’s Duties
a.
Record Keeping
Successful bidders shall establish and maintain records and submit regular
reports to the DBE office as required, which will identify and assess
progress in achieving DBE subcontract goals and other DBE participation
efforts.
(Const) Rev: 10/19/09, 4/13/10, 10/19/10, 7/15/11, 03/06/2012, 10/12/2012, 3/22/2013
17 - 6
b.
Failure To Comply With EDBP Participation Requirements
Failure to comply with any of the EDBP requirements of this contract shall
constitute a violation of the terms and conditions of this contract and a
cause for the termination of the contract at the option of the Board.
Such violations shall include, but not limited to:
Failing to meet the percentage participation requirements as set out in the
contract documents.
Failing to use certified EDBP contractors/vendors in performing the scope
of work as identified in the contract documents (EDBP participation
summary sheet).
Failing to comply with the “monitoring of EDBP requirements” included
herein as part of the contract, such as contractors:
Failure to submit quarterly report and any other necessary reports timely
and adequately as required by the EDBP Office.
Failure to grant access to contractor/subcontractor records by EDBP
Office personnel, and
Failure to allow on-site investigations and visits, etc.
Failing to report the removal or termination of a certified EDBP vendor
/subcontractor.
Failing to secure authorization for replacement of certified EDBP
subcontractors from the Director of the Economically Disadvantaged
Business Program.
In Lieu of termination the Board, through the EDBP Office, may impose
the following penalties:
Withhold from the contractor in violation up to 10% of all future payments
due to the contractor, until such time as the violations have been
corrected.
Withhold from the contractor in violation, all future payments until such
time as the violations have been corrected.
(Const) Rev: 10/19/09, 4/13/10, 10/19/10, 7/15/11, 03/06/2012, 10/12/2012, 3/22/2013
17 - 7
c.
Subcontract Clause
All bidders and potential contractors must assure the Board that they will
include the above clauses in all agreements, which offer further
subcontracting opportunities.
d.
Contract Award
Bidders are hereby advised that meeting DBE subcontract goals or making
demonstrated good faith efforts to meet such goals are conditions of being
awarded and maintaining construction, procurement, or professional
services contracts by the Board.
e.
Restrictions on DBE Subcontracting
No DBE subcontractor or vendor selected to perform work as a DBE on a
Sewerage and Water Board contract will be allowed to subcontract any
portion of its work to a Non-Board certified DBE, unless the work to be
performed is necessary for the execution of the contract and there are no
Board certified DBE’s available to perform such work.
This process will require that each DBE participant performing work on a
Sewerage and Water Board funded contract submit a request to
subcontract out any portion of work deemed necessary for execution of the
contract to the Board’s EDBP office. On a form provided by the EDBP
office, the DBE contractor or vendor will indicate the dollar amount of work
to be subcontracted, the specific scope or nature of the work, the
percentage of the total amount of work to be performed by the DBE
subcontractor and vendor, and the entity to whom the work will be
subcontracted.
Both prime and DBE subcontractors are advised that the failure to comply
with these requirements may result in the loss of DBE certification and noncompliance by the prime contractor in meeting DBE contractual obligations.
f.
Changes In DBE Participation
The Prime Contractor will not be allowed to make changes in DBE
participation without submittal of a written request explaining reason, a
revised Participation Summary Sheet and approval by the Director of the
Economically Disadvantaged Business Program. Failure to comply with
these requirements may result in non-compliance by the Prime Contractor
in meeting DBE contractual obligations.
(Const) Rev: 10/19/09, 4/13/10, 10/19/10, 7/15/11, 03/06/2012, 10/12/2012, 3/22/2013
17 - 8
16.
POLICY TO ENHANCE THE USE OF DBE VENDORS
All vendors/contractors are encouraged to identify and use S&WB certified DBE vendors
to the fullest extent possible in major as well as minor purchases of heavy equipment,
hardware supplies, etc.
The Sewerage and Water Board has a long-standing commitment to fairness and
equal opportunity in hiring and contracting.
As such, the workforce of
contractors/vendors is encouraged to be representative of a diverse population.
Achievement of the full benefits of diversity will only come when an attitude of
inclusion is adopted.
Additionally, the originating Department will include within the specifications the most
currently available approved vendor listings.
The Sewerage and Water Board believes that developing such a policy would be a positive
step to increase the dollar value of contracts awarded to DBE vendors and subcontractors.
17.
ACCESS TO APPROVED VENDOR LISTS
The current listings of Vendors approved by the Sewerage and Water Board are available
for use by the bidders on the Sewerage and Water Board external Website,
WWW.SWBNO.ORG.
* * * END OF SECTION 17 * * *
(Const) Rev: 10/19/09, 4/13/10, 10/19/10, 7/15/11, 03/06/2012, 10/12/2012, 3/22/2013
17 - 9
SECTION 18
VOLUNTARY EXTENSIONS OF THE AWARD OF CONTRACT
18-01 If this bid is determined to be the lowest responsive and responsible bid, Bidder agrees to
bid extensions of the award date by up to two (2) thirty-day periods in accordance with
Louisiana Revised Statutes, Title 38, Section 2215 (A).
18-02 AGREED:
____________________________________________________________
NAME OF BIDDER (TYPE OR PRINT)
____________________________________________________________
SIGNATURE OF BIDDER
____________________________________________________________
COMPANY NAME
* * * END OF SECTION 18 * * *
18 - 1
[Type text]
SECTION 19
UNIT PRICES
19-01 SUMMARY
Section includes administrative and procedural requirements for unit prices.
19-02 DEFINITIONS
In this document, unit price is a lump sum price of materials, equipment, or services, or a
portion of the Work.
19-03
PROCEDURES
Unit prices include all necessary material, plus cost for delivery, installation, insurance,
applicable taxes, overhead, and profit.
19-04 SCHEDULE OF UNIT PRICES
A. Mobilization
1. Measurement of payment for Mobilization and Demobilization will be on a lump
sum basis for all necessary mobilization and demobilization as specified herein.
2. Payment for Mobilization and Demobilization shall cover all preparatory work and
operating preparation including the obtaining of all permits, insurance and bonds;
movement of personnel, equipment, supplies and incidentals to the project site;
the establishment and ultimate removal of temporary offices and other construction
facilities necessary for work on this project; all as required for the proper
performance and completion of the work. Mobilization shall not exceed 10% of the
total base bid.
B. Civil Site Work
1. Measurement of payment for Civil Site Work will be on a lump sum basis for all
necessary work to construct the pumping station.
2. Civil Site Work shall include, but not limited to, site preparation, selective
demolition and excavation, chain-link fencing and gates, concrete paving including
driveway and sidewalk repairs, relocations of selective equipment and structures,
wetwell rehabilitation, and yard piping.
3. Payment of the lump sum bid price for the Civil Site Work will be full compensation
for all labor, materials and equipment required to complete the work as described,
indicated above and as indicated on the drawings
19 - 1
C. Structural Work
1. Measurement of payment for Structural Work will be on a lump sum basis for all
necessary work to construct the pumping station.
2. This work shall include, but not be limited to, monorails, masonry, roofing,
waterproofing, building finishes, wall louvers, concrete, columns, rails, stairs,
ladders, railings, gratings, earthwork, sheet piling, prestressed concrete piles and
miscellaneous site work..
3. Payment of the lump sum bid price for the Structural Work will be full compensation
for all labor, materials and equipment required to complete the work as described,
indicated above and as indicated on the drawings.
D. Mechanical Work
1. Measurement of payment for the Mechanical Work will be on a lump sum basis for
all mechanical work shown on the plans and described in the specifications.
2. This work shall include, but not be limited to, crane rental and crew, piping, fittings,
valves, backflow preventers, faucets, pressure gauges, sump pumps, hoses,
exhaust blowers, HVAC ducts, exhaust fans, shutters, air release valves, sewage
pumps, bypass pumping, wet well rehabilitation, and all other miscellaneous
mechanical work necessary to complete this project.
3. Payment of the lump sum bid price for the Mechanical Work will be full
compensation for all labor, materials and equipment required to complete the work
as described, indicated above and as indicated on the drawings.
E. Electrical Work
1. Measurement of payment for the Electrical Work will be on a lump sum basis for
all electrical work shown on the plans and described in the specifications.
2. This work shall include, but not be limited to, motors, motor starters transformer,
lighting panel boards and breakers, light fixtures, conductors, float switches, main
disconnect switches and fuses, main metering panel, conduit, wire, handholes,
ductbanks, underground wiring, SCADA panel work, pressure transducers, and all
permits, tests, inspections and coordination to provide the station with a completely
safe working electrical system.
3. Payment of the lump sum bid price for the Electrical Work will be full compensation
for all labor, materials and equipment required to complete the Electrical System
as described, indicated above and as indicated on the drawings.
* * * END OF SECTION 19 * * *
19 - 2
SECTION 20
PROPOSAL
20-01 LOUISIANA UNIFORM PUBLIC WORK BID FORM
TO: Sewerage & Water Board of New Orleans
BID FOR: Contract 3788 – Hurricane Katrina Related
Purchasing Department, Room 133
404 Hazard Mitigation Grant Program
625 St. Joseph Street
Replacement of Burke Sewage
New Orleans, LA
Pumping Station
The undersigned bidder hereby declares and represents that she/he; a) has carefully examined and
understands the Bidding Documents, b) has not received, relied on, or based his bid on any verbal
instructions contrary to the Bidding Documents or any addenda, c) has personally inspected and is
familiar with the project site, and hereby proposes to provide all labor, materials, tools, appliances
and facilities as required to perform, in a workmanlike manner, all work and services for the
construction and completion of the referenced project, all in strict accordance with the Bidding
Documents prepared by
KHAFRA Engineering Consultants, Inc.
and
dated: September, 2013.
.
Bidders must acknowledge all addenda. The Bidder acknowledges receipt of the following
ADDENDA:
(Enter the number the Designer has assigned to each of the addenda that the Bidder
is acknowledging)
TOTAL BASE BID: For all work required by the Bidding Documents (including any and all unit prices
designated “Base Bid” * but not alternates) the sum of:
Dollars
($
)
ALTERNATES: For any and all work required by the Bidding Documents for Alternates including
any and all unit prices designated as alternates in the unit price description.
Alternate No. 1 (Owner to provide description of alternate and state whether add or deduct) for the
lump sum of:
Dollars
($
)
Alternate No. 2 (Owner to provide description of alternate and state whether add or deduct) for the
lump sum of:
Dollars
Rev: 8/11/2010, 8/18/2011, 2/22/2013, 3/22/2013
20 - 1
($
)
Alternate No. 3 (Owner to provide description of alternate and state whether add or deduct) for
the lump sum of:
Dollars
($
)
NAME OF BIDDER:
ADDRESS OF BIDDER:
LOUISIANA CONTRACTOR’S LICENSE NUMBER:
NAME OF AUTHORIZED SIGNATORY OF BIDDER:
TITLE OF AUTHORIZED SIGNATORY OF BIDDER:
SIGNATURE OF AUTHORIZED SIGNATORY OF BIDDER*:
DATE:
* The Unit Price Form shall be used if the contract includes unit prices. Otherwise it is not required
and need not be included with the form. The number of unit prices that may be included is not
limited and additional sheets may be included if needed.
** If someone other than a corporate officer signs for the Bidder/Contractor, a copy of a corporate
resolution or other signature authorization shall be required for submission of bid. Failure to include
a copy of the appropriate signature authorization, if required, may result in the rejection of the bid
unless bidder has complied with La. R.S. 38:2212(A)(1)(c) or RS 38:2212(O) .
BID SECURITY in the form of a bid bond, certified check or cashier’s check as prescribed by LA
RS 38:2218.A is attached to and made a part of this bid.
Rev: 8/11/2010, 8/18/2011, 2/22/2013, 3/22/2013
20 - 2
LOUISIANA UNIFORM PUBLIC WORK BID FORM
UNIT PRICE FORM
TO: Sewerage & Water Board of New Orleans
BID FOR: Contract 3788 – Hurricane Katrina Related
Purchasing Department, Room 133
404 Hazard Mitigation Grant Program
625 St. Joseph Street
Replacement of Burke Sewage
New Orleans, LA
Pumping Station
UNIT PRICES: This form shall be used for any and all work required by the Bidding Documents
and described as unit prices. Amounts shall be stated in figures and only in figures.
DESCRIPTION:
Alt.# ___ MOBILIZATION
Base Bid or
REF. NO.
QUANTITY:
UNIT OF
MEASURE:
BU‐BB‐01
1
LUMP SUM
DESCRIPTION:
QUANTITY:
UNIT OF
MEASURE:
BU‐BB‐02
1
LUMP SUM
QUANTITY:
UNIT OF
MEASURE:
BU‐BB‐03
1
LUMP SUM
UNIT PRICE EXTENSION (Quantity times Unit
Price)
UNIT
PRICE
UNIT PRICE EXTENSION (Quantity times Unit
Price)
Alt.# ___ MECHANICAL WORK
Base Bid or
REF. NO.
QUANTITY:
UNIT OF
MEASURE:
BU‐BB‐04
1
LUMP SUM
DESCRIPTION:
UNIT
PRICE
Alt.# ___ STRUCTURAL WORK
Base Bid or
REF. NO.
DESCRIPTION:
UNIT PRICE EXTENSION (Quantity times Unit
Price)
Alt.# ___ CIVIL SITE WORK
Base Bid or
REF. NO.
DESCRIPTION:
UNIT
PRICE
UNIT
PRICE
UNIT PRICE EXTENSION (Quantity times Unit
Price)
Alt.# ___ ELECTRICAL WORK
Base Bid or
REF. NO.
QUANTITY:
UNIT OF
MEASURE:
BU‐BB‐05
1
LUMP SUM
Rev: 8/11/2010, 8/18/2011, 2/22/2013, 3/22/2013
UNIT
PRICE
20 - 3
UNIT PRICE EXTENSION (Quantity times Unit
Price)
20-02 ADDITIONAL REQUIREMENTS
All blank spaces in this Proposal section shall be filled. A bid price shall be indicated for each
bid item. Bids received without all such items completed will be considered non-responsive.
The bid shall contain an acknowledgement of receipt of all Addenda in space provided. The
Louisiana Uniform Public Work Bid Form & Unit Price Form (if applicable) and the amount of
Deposit or Bid Bond five percent (5%) of the total amount of the proposal is REQUIRED to be
submitted in a sealed envelope on bid opening date. The two (2) lowest numerical bidders
have three (3) days after the bid opening (exclusive of Saturdays, Sundays and Holidays) to
submit any additional information such as (Voluntary Extension Sheet, Affidavit, Economically
Disadvantage Business Summary Sheet if applicable) as well as requirements of Sections 903 through 9-7 below. Failure to do so will render the bid non-responsive.
20-03 BIDDER DECLARATION
do hereby declare that
the only person
interested in this proposal and
that no other person
than the one
herein named have any interest herein or in
the contract proposed to be taken; that it is made without any connection with any other person
or persons making proposal for the same work and that it is in all respects fair and without
collusion or fraud; also that no member of the Sewerage and Water Board or of the City
Council of the City of New Orleans or any officer or employee of the City of New Orleans or
of the several boards thereof, who are by law excluded from participation herein, and directly
or indirectly interested herein or in furnishing bond or in any portion of the profits hereof.
have LOUISIANA CONTRACTOR’S LICENSE
do hereby also declare that
in the field of
with NUMBER
.
And
do further declare that
have carefully examined the annexed specifications
and the drawings furnished, and personally inspected the ground and that
will contract
to provide the necessary tools, machinery and apparatus and other means of construction,
and to furnish all labor and material specified in this contract or called for by the plans,
necessary to complete the work in the manner specified and within the time mentioned in the
specifications and according to the requirements of the Engineer, as herein set forth.
20-04 In accordance with Louisiana Revised Statute 38:2227 the following affidavit shown on the
Page 20-6 must be submitted with the bid, or no later than 3 days after the bid opening
(excluding Saturdays, Sundays, and Holidays). Failure to do so will render the bid nonresponsive. Please note, THE AFFIDAVIT MUST BE NOTARIZED.
Rev: 8/11/2010, 8/18/2011, 2/22/2013, 3/22/2013
20 - 4
20-05 GUARANTEES
guarantee that the whole of the work under this contract will be fully
completed within (365) calendar days after the date of the "Work Order" from the Engineer.
In case of delay in the completion of the contract beyond the contract time of completion as
determined by the Board
hereby agree to pay, as liquidated damages, the sum of Five
Hundred Dollars ($500.00) for each calendar day of such delay, which liquidated damages
shall become due by the mere elapsing of the delay without the necessity of putting
in
default.
20-06 EMERGENCY PROCEDURES
Contractor must furnish telephone numbers for routine or emergency telephone calls.
NAME:
TITLE:
TELEPHONE NO.:
NORMAL CALLS
EMERGENCY
Rev: 8/11/2010, 8/18/2011, 2/22/2013, 3/22/2013
20 - 5
STATE OF LOUISIANA
PARISH OF ORLEANS
AFFIDAVIT
BEFORE ME, the undersigned authority, duly commissioned and qualified and sworn in and for the State and Parish aforesaid,
personally came and appeared __________________________________________________ who after being duly sworn, did depose and say as
follows:
1)
He/she is the ___________________________ (title) of ________________________________ (company);
2)
He/she has not been convicted of, or has entered a plea of guilty or nolo contendere to any of the crimes, or equivalent federal crimes,
listed in Louisiana Revised Statute 38:2227, specifically: public bribery, corrupt influencing, extortion, money laundering, theft, identity
theft, theft of a business record, false accounting, issuing worthless checks, bank fraud, forgery, contractors misapplication of payments,
malfeasance in office.
3)
The contracting entity, person or corporation whose principal(s), member(s), and /or Officer(s) have, within the preceding 5 years, not
been convicted or plead guilty to, a felony under state or federal statutes, for embezzlement, theft of public funds, bribery, falsification
or destruction of public records; (City Code Section 2-8)
4)
The following is a list of individual partners, incorporators, directors, managers, officers, organizers, or members who have a minimum
ten percent interest ownership interest in the bidding entity:
_______________________________(name)
________________________________(name)
_______________________________(name)
________________________________(name)
_______________________________(name)
________________________________(name)
5)
No other persons hold an ownership interest in the bidding entity via a counter letter.
6)
None of the above named individual partners, incorporators, directors, managers, officers, organizers, or members, who has a minimum
ten percent interest ownership in the bidding entity, been convicted of, or has entered a plea of guilty or nolo contendere to any of the
crimes, or equivalent federal crimes, listed in Louisiana Revised Statute 38:2227, specifically: public bribery, corrupt influencing,
extortion, money laundering, theft, identity theft, theft of a business record, false accounting, issuing worthless checks, bank fraud,
forgery, contractors misapplication of payments, malfeasance in office.
7)
He/she is not delinquent on any taxes owed the City of New Orleans or fees/charges to the Sewerage and Water Board. (City Code Section
2-8)
The following sections apply only to Public Works Contracts:
8)
In accord with LA Revised Statute 38:2212.10 the entity represented herein is registered and participates in the “Status verification
system” of the Illegal Immigration Reform and Immigrant Responsibility Act of 1996, 8 U.S.C. 1324(a), known as the “E-Verify”
program to verify that all employees in the State of Louisiana are legal citizens of the United States or are legal aliens.
9)
The entity represented herein shall continue, during the term of the contract, to utilize a status verification system to verify the legal
status of all new employees in the state of Louisiana.
10) The entity represented herein shall require all subcontractors to submit to the contractor a sworn affidavit verifying compliance with the
Status verification system.
WITNESSES:
_____________________________________
_______________________________________
AFFIANT
_____________________________________
SWORN TO AND SUBSCRIBED BEFORE ME ON THIS
_______________ DAY OF __________________, 20______.
______________________________________
NOTARY PUBLIC
______________________________
Notary Id. No. or Bar Roll No.
______________________________________
PLEASE PRINT NAME OF NOTARY
Rev: 8/11/2010, 8/18/2011, 2/22/2013, 3/22/2013
20 - 6
20-07 ECONOMICALLY DISADVANTAGED BUSINESS PARTICIPATION SUMMARY SHEET
Minimum Percentage Goal Participation for this Contract is 36%
Contract Number and Name: 33788 - HURRICANE KATRINA RELATED 404 HAZARD MITIGATION GRANT PROGRAM
REPLACEMENT OF BURKE SEWAGE PUMPING STATION
Name and Address of
Disadvantaged Business
Enterprise Company
Name of Contact Person
Scope of Work to be Performed
Dollar Amount of work
to be performed
Percentage of
Dollar Amount
to Total Bid
Price
THIS FORM MUST BE COMPLETED AND SUBMITTED BY THE TWO LOWEST NUMERICAL BIDDERS NO LATER THAN 3 DAYS AFTER THE BID OPENING
(EXCLUSIVE OF SATURDAYS, SUNDAYS AND HOLIDAYS). FAILURE TO DO SO WILL RENDER THE BID NON-RESPONSIVE.
BY SUBMITTAL OF THIS FORM, PRIME CONTRACTOR ACKNOWLEDGES THAT DBE(S) HAVE BEEN CONTACTED AND A FIRM PRICE HAS BEEN
OBTAINED.
NOTE: Signature required even if judged NOT APPLICABLE by the BIDDER
Prime Name: _____________________________________________
Print Name
Prime Signature:________________________________
Signature
Prime Company’s Name: ___________________________________
Prime Address: ___________________________________________
Date: __________________________________________
Telephone Number: _____________________________
___________________________________________
* * * END OF SECTION 20 * * *
Revised (Cons): 10/19/09; 4/13/10; 7/15/11; 10/19/2012
20 - 7