Lower Harbor Brook CSO Storage Facility Project

374
VOLUME 4 ADDENDA NOS. 1 THRU 4 TO THE CONTRACT DOCUMENTS Lake Improvement Project Office Lower Harbor Brook CSO Storage Facility Project CONTRACT NO. 4 PROJECT NO. 587959 BID REFERENCE NO. 7301 November 2011 COUNTY OF ONONDAGA, NEW YORK DEPARTMENT OF WATER ENVIRONMENT PROTECTION JOANNE M. MAHONEY, COUNTY EXECUTIVE A.T. RHOADS, P.E., COMMISSIONER Environmental Engineering Associates, LLP 333 West Washington Street, Syracuse, NY 13221

Transcript of Lower Harbor Brook CSO Storage Facility Project

Page 1: Lower Harbor Brook CSO Storage Facility Project

VOLUME 4

ADDENDA NOS. 1 THRU 4 TO THE CONTRACT DOCUMENTS

Lake Improvement Project Office

Lower Harbor Brook

CSO Storage Facility Project

CONTRACT NO. 4

PROJECT NO. 587959

BID REFERENCE NO. 7301

November 2011

COUNTY OF ONONDAGA, NEW YORK

DEPARTMENT OF WATER ENVIRONMENT PROTECTION

JOANNE M. MAHONEY, COUNTY EXECUTIVE

A.T. RHOADS, P.E., COMMISSIONER

Environmental Engineering Associates, LLP

333 West Washington Street, Syracuse, NY 13221

StoneLL
Text Box
Issued for Construction December 2011
Page 2: Lower Harbor Brook CSO Storage Facility Project
Page 3: Lower Harbor Brook CSO Storage Facility Project

Addendum No. 1

Page 2 of 12

A. PRE-BID MEETING MINUTES

Meeting minutes (two pages, plus two meeting attendance sheets, plus the meeting slide

presentation) for the Pre-Bid Meeting conducted on September 7, 2011 are attached to Addendum

No. 1. Meeting minutes provide clarification to several Contractor Pre-Bid Meeting questions.

Contract Document holders are directed to review the above listed information (Attachment 1).

B. TABLE OF CONTENTS

Section Titled PAYMENT ITEMS

Add Item 5.7 Dewatering Storage Allowance

Section Titled REFERENCE INFORMATION – NOT PART OF THE CONTRACT

Add “14. Model file of the Lower Harbor Brook Storage Facility (LHB 3D Model.dwf).”

C. ADVERTISMENT

No revisions.

D. BID

Delete Paragraph 1.05 Bid Form in its entirety and Replace with Paragraph 1.05 Bid Form

(Attachment 2).

E. SPECIAL PROJECT CONDITIONS

1. P-014 Specific Permit Information. Delete in its entirety Section 3 OCDWEP Groundwater

Discharge Permit and Replace with:

“3. OCDWEP Groundwater Discharge Permit

The Owner has granted approval for the discharge of groundwater from site dewatering activities

to be conveyed to the Onondaga County sanitary sewer system as a mitigation measure to reduce

in-stream chloride concentrations in Harbor Brook. Available sewers include the 42-inch Harbor

Brook Intercepting Sewer (HBIS) on State Fair Boulevard and the 10-inch Rusin Avenue sewer.

The Contractor is responsible for complying with requirements established in the OCDWEP

“Procedures Governing the Acceptance and Treatment of Groundwater and Other Contaminated

Wastewater” (appended to these Special Project Conditions) and specific permits issued by the

Owner relative to these procedures and requirements. The Owner will waive all fees noted in

said permit for groundwater discharged as part of the work of this Contract.

The Contractor shall provide the flow metering equipment necessary to continuously monitor the

groundwater flow rate being discharged to the sanitary sewer system. The Contractor shall notify

the Engineer prior to discharging any groundwater from dewatering or other construction-related

activities. The Owner will require the Contractor to submit a copy of his proposed dewatering

plan for review and approval, in accordance with Specification Section 02140.

Page 4: Lower Harbor Brook CSO Storage Facility Project

Addendum No. 1

Page 3 of 12

During periods when groundwater from site dewatering activities are discharged to the Owner’s

sanitary sewer system, the Owner will implement the following items:

a. The Owner will perform daily monitoring of the combined effluent from the dewatering

wells for chloride and flow before it is discharged into the County’s sanitary sewer

system.

b. The Owner will measure chloride concentrations in the influent to the Metropolitan

Syracuse Wastewater Treatment Plant (Metro) and in the effluent outfall(s) discharging

from Metro.

c. The County will submit to the NYSDEC the chloride monitoring results for the County’s

Ambient Monitoring Program (AMP) for Onondaga Lake, specifically the AMP’s Upper,

Middle and Lower South Sampling Locations.

As indicated in P-027, there are times during high flow events when the County sanitary sewer

system may not have capacity to accept discharge from a site dewatering system. During these

high flow periods, the Contractor may have to either suspend dewatering operations and/or

provide alternate means of storing groundwater.”

F. TECHNICAL SPECIFICATIONS

1. 02242 – Permeation Grouting

a. Section 1.07 Paragraph C.1.a, Delete reference to gel time.

b. Section 1.07 Paragraph C.3, Delete reference to reactant.

c. Section 2.03 Paragraph A, Delete the last sentence, “Design life of grout shall be 100

years.”

d. Section 2.03 Paragraph B.1, Delete “4,000 psi” and Replace with “400 psi.”

e. Section 3.02 Paragraph A, Delete “28 days” and Replace with “7 days.”

2. 02490 – Rock Anchors

a. Section 2.05, Paragraph B, Delete “Encapsulation: The coated rock anchor bar shall

be…” and Replace with “Encapsulation: The galvanized or epoxy coated rock anchor bar

shall be….”

3. 02628 – Fiberglass Reinforced Polymer (FRP) Pipe

a. Delete all references to “ASTM D3264”, Replace with “ASTM D3262”.

4. 02832 – Ornamental Wire Fences and Gates

a. Section 1.07, Paragraph B, Delete in its entirety, Replace with

“B. Provide 20 years manufacturer’s warranty for factory finish against cracking,

peeling, and blistering under normal use.”

5. 02936 – Lawns

a. Paragraph 1.03.A.3: Delete phrase “and Retention Basin Floor Seed Mix.”

b. Section 1.07, Maintenance: Add paragraph F

Page 5: Lower Harbor Brook CSO Storage Facility Project

Addendum No. 1

Page 4 of 12

“F. Naturalizing Seed Mix: Mow seeded areas in early spring, cutting the previous

season’s growth.”

c. Paragraph 3.10.A, Replace the entire paragraph with:

“A. Grass Seed Mix: Provide low maintenance “No Mow” certified grass-seed blend

or mix of four types of low growing fescues, proportioned by weight,as follows:

Proportion Name Min. Pct.

Germ.

Min. Pct.

Pure Seed

30 % Creeping Red Fescue

(Festuca rubra)

85 98

25 %

20%

Hard Fescue

(Festuca ovina var. duriuscula)

Sheep Fescue (Festuca ovina)

85

85

98

98

20% Red Fescue chewings type

(Festuca rubra ssp commutata)

85 98

5 % Perennial Ryegrass

(Lolium perenne)

90 98

6. 02950– Planting

a. Section 3.13 Planting Soil Amendments Schedule: Add the following Paragraph B

“B. Plants and Shrub Beds: Provide soil amendments in not less than the following

quantities:

1. Ratio of loose peat humus to topsoil by volume: 2 parts.

2. Weight of commercial fertilizer per 100 sq. ft.: 2-3 lbs.”

7. 17400 – Flow Meters (Magnetic Type)

a. Paragraph 1.02B, Delete Table 17400-1 and Replace with Table 17400-1 below.

TABLE 17400-1

SCHEDULE OF MAGNETIC FLOW METERING EQUIPMENT

NAMEPLATE

DESIGNATION

TRANSMITTER/ELEMENT

FLOW DESIGNATION

SIZE

LINER MATERIAL

FLOW RANGE

(GPM)

CALIBRATED

RANGE

(GPM)

Dewatering

flow

FE/FIT-200 18-

inch

Polyurethane

or teflon

697 to

20,916 0 to 4,500

Page 6: Lower Harbor Brook CSO Storage Facility Project

Addendum No. 1

Page 5 of 12

G. PAYMENT ITEMS

1. Payment Item 4.1 – Permeation Grouting

a. Delete Section 4.1-04. Basis of Payment in its entirety and Replace with

“4.1-04. Basis of Payment

Payment for Permeation Grouting will be made based on:

4.1a -actual measured vertical linear feet of grout holes, as measured from the

bottom elevation of the hole to the existing ground surface

4.1b -each setup for individual grout holes

4.1c -the actual measured cubic yards of cementitious grout injected into the rock

mass in accordance with the Contract Documents or ordered by the Engineer

multiplied by the unit price per vertical linear foot stated in the Bid

4.1d – actual measured linear feet of coring of five grout verification holes as

measured from top of rock to five feet above the bottom of grouted rock

4.1e – performance of 48-hour pump test, including drilling of pump test hole

and installation of pump.”

2. Add – Payment Item 5.7 – Dewatering Storage Allowance (Attachment No. 3)

H. CONTRACT DRAWINGS (Note: The valve vault, meter vault and associated force main

piping have been modified. Sheets that only show their locations as a background have not

been re-issued. Refer to Drawings G-008, G-103, G-105, M-205, M-206, I-101, E-301 and E-

306 for the revised sizing, configurations and electrical requirements.

1. Drawings G-008, G-103, G-105, M-205, M-206, I-101, E-301 and E-306

a. Delete Drawings in their entirety and Replace with new Drawings, revision date of

September 19, 2011

2. Drawing G-101

a. Delete note “Valve Vault T/Slab = 376.0” and Replace with “Valve Vault

T/Slab=376.5”

3. Drawing G-107

a. Delete Detail 10 “Granite Curbing” and Replace with Figure 2 (Attachment No. 4)

4. Drawing G-110

a. Delete Detail “Rain Garden” and Replace with Figure 1 (Attachment No. 5)

Page 7: Lower Harbor Brook CSO Storage Facility Project

Addendum No. 1

Page 6 of 12

5. Drawing G-111

a. Delete all notes stating “3’ OC” and Replace with “4’ OC.”

6. Drawing S-201

a. Delete note “Flowable Fill” and Replace with “Compacted Structural Fill”

7. Drawing M-101 – Plan at Elevation 371’

a. Note: 6” diameter Sch. 80 PVC Meter & Valve Vault drain with Red Valve Series 35

check valve extended 3” into tank Inv. El. 367.6’ Delete “Inv. El. 367.6’” and

Replace with “Inv. El. 367.0’”

8. Drawing E-101

a. Delete note “300 Amp Manual Transfer Switch, See One-Line Sheet E-301” and

Replace with “600 Amp Manual Transfer Switch, See One-Line Sheet E-301”

9. Drawing E-305

a. At Equipment in Motor Control Center MCC-E, Comp. No. E1M, Delete Circuit

Breaker Trip Rating of “300” and Replace with “500”. Delete Circuit Breaker Frame

Rating “400AF” and Replace with “600AF”.

10. Drawing E-309

a. At “Mobile Generator Connection Box Detail” Delete note “300A, 480 VAC, 3

Phase, 4 Wire Service Entrance Rated Type 3R….” and Replace with “600A, 480

VAC, 3 Phase, 4 Wire Service Entrance Rated Type 3R….”.

I. REFERENCE INFORMATION – NOT PART OF THE CONTRACT

Delete the following Reference Information – Not Part of the Contract from the CD provided

with the original documents.

1. (10.) Addendum to the Lower Harbor Brook May 2007 Phase II Environmental Assessment,

prepared by SGD Environmental Services, August 4, 2011.

2. (11.) Lower Harbor Brook Supplemental Phase II Environmental Assessment Summary,

prepared by SGD Environmental Services, dated August 4, 2011.

Add the following Reference Information – Not Part of the Contract from the enclosed CD.

1. Addendum to the Lower Harbor Brook May 2007 Phase II Environmental Assessment,

prepared by SGD Environmental Services, August 4, 2011, updated September 6, 2011.

2. Lower Harbor Brook Supplemental Phase II Environmental Assessment Summary, prepared

by SGD Environmental Services, dated August 4, 2011, updated September 6, 2011.

Page 8: Lower Harbor Brook CSO Storage Facility Project

Addendum No. 1

Page 7 of 12

3. Model file of the Lower Harbor Brook Storage Facility (LHB 3D Model.dwf). These files

are being provided for illustrative purposes only. They do not provide a complete and

updated representation of the project.

J. CLARIFICATIONS

1. Question: Please confirm that the liability referred to in Article 11.07 paragraph 3 of the

Agreement will be limited to the extent to which the Contractor is directly responsible.

Response: The Owner confirms that the liability referred to in Article 11.07, Paragraph 3, of

the Agreement will be limited to the extent to which the Contractor is directly responsible.

2. Question: I cannot find within the specifications a specified bid bond form for the Lower

Harbor Brook CSO Storage Facility project, can you confirm one is not available and the

standard AIA bid bond form will be acceptable.

Response: There is no specific bid bond form. The standard AIA bid bond form will be

acceptable.

3. Question: Please confirm that the County will retain “generator” status for any impacted

material that are encountered and disposed of.

Response: The Owner would be considered the generator for any waste encountered on site

during construction which is impacted as a result of pre-existing site conditions. Waste that is

generated by the Contractor due to a release as described in S-027 or as a result of the

Contractor’s normal operations ( rubbish, etc.) would be the responsibility of the Contractor

who would be considered the generator for those.

4. Question: Special Project Conditions P-015 states “selected soils on the Project Site may be

contaminated (impacted) by presence of hazardous waste …” What type of wastes may be

encountered.

Response: See Phase II Environmental Assessment in Not Part of the Contract CD. Also see

Addendum to the Phase II and Supplemental information to the Phase II as included in the

Addendum No. 1 Not Part of the Contract CD.

5. Question: Appendix A indicates that the fee to discharge into Metro is $25/1000 gallons

however variances may be granted. Please confirm whether these costs need to be included

in the bid.

Response: These costs do not need to be included in the bid. The Owner is waiving the

discharge fees. See Special Project Condition P-014 and Section E of this Addendum.

6. Question: Section 02628-1.04-C2 – Within this section of the specifications it makes

references to ASTM D3264, we are not familiar with this standard and believe that it may be

a typo and should read ASTM D3262. (ASTM D3262 is the Standard Specification for

Fiberglass Sewer Pipe for Non-Pressure Sanitary Sewers)

Page 9: Lower Harbor Brook CSO Storage Facility Project

Addendum No. 1

Page 8 of 12

Response: See Addendum No. 1.

7. Question: The trench details show a cradle type support for the 54” and 60” conveyances

using a combination of CLSM and type “F” crushed rock. We recommend that a full

surround of one or another be considered to minimize risk for potential induced stresses at

transition points from CLSM to crushed rock.

Response: Detail has been revised. See Addendum No. 1.

8. Question: Would you consider adding the 30% Portland Cement Substitute to the CMU

Specification for the project. All of our Barnes and Cone block, with the exception of 1 mix

design, is manufactured using ground blasted furnace slag as a 30-35% Portland cement

substitute.

Response: Contract Documents remain as stated. Substitution materials or “Or Equal”

items may be considered according to Appendix A to the General Specifications.

9. Question: Ameron respectfully requests that you and the County allow Ameron fiberglass

piping to be included as a specified manufacturer of fiberglass piping for the subject project.

Currently, the fiberglass pipe specifications are essentially written as sole-source

specifications for the named manufacturer, Hobas.

Response: Contract Documents remain as stated. Substitution materials or “Or Equal”

items may be considered according to Appendix A to the General Specifications.

10. Question: Would you consider allowing by addendum the use of Large Diameter High

Density Polyethylene (HDPE) Pipe conforming to ASTM F894 as an option for these reaches

(84”, 60” 54” which is specified as FRP), similar to the specifications on the recently bid

Lower Harbor Brook Conveyances Project, Clinton CSO Storage Project and other previous

projects such as CSO 044 Conveyance Project and the Clinton Street CSO Abatement Project

of a few years ago.

Response: Contract Documents remain as stated. Substitution materials or “Or Equal”

items may be considered according to Appendix A to the General Specifications.

11. Question: We are requesting that the Vaughan Chopper Pump be approved as an equal for

the Lower Harbor Brook Storage Project. The Vaughan Chopper Pump selection would be a

SE4T-with a 25 hp motor, I have attached a pump curve, pump dimensional drawing and

specifications for the pump. Note that the 4T is the same dimensional size as the 4R as

shown on the attached sheet.

Response: Contract Documents remain as stated. Substitution materials or “Or Equal”

items may be considered according to Appendix A to the General Specifications.

12. Question: Drawing G-107 Detail 10 shows a typical cross section for the granite curbing.

There are no dimensions on this detail. Please provide dimensions.

Response: The detail has been revised. See Addendum No. 1

Page 10: Lower Harbor Brook CSO Storage Facility Project

Addendum No. 1

Page 9 of 12

13. Question: Contract drawing H-202 show 2”ss drain piping from the odor control units to

MH-1. Drawing G-103 indicates an 8” drain pipe. Please clarify pipe size and material.

Response: 2” PVC pipe is correct. See Addendum No. 1.

14. Question: GS-003 Storage Tank – Shaft Section show the soil underneath the CIP concrete

slab as “Undisturbed Native Soil.: Drawing S-204 through S-206 Storage Tank – Sections &

Details shows the same soil as “Compacted Structural Fill/” Please clarify the extent of the

compacted structural fill that the contractor needs to place.

Response: The minimum requirement for fill is 6” of CLSM (mud mat) or 12” of compacted

structural fill below the main storage tank slab, and perimeter trench slab.

15. Question: Drawing GS-005 Storage Tank – Diaphragm Wall Section & Details show

threaded couplers with dowels to tie in the cast in place wall into the collar beam. Drawing

S-207 Details, Detail E, shows drilled and epoxied anchors to tie in the cast in place wall with

the collar beam. Please indicate which method should be used.

Response: Either the drilled and anchored reinforcement or threaded couplers may be used

at the connection of the wall to the collar beam.

16. Question: Drawing GS-005 Storage Tank – Diaphragm Wall Section & Details, Detail A,

show continuous plywood blocking, 6” PVC waterstop and threaded couplers at the

intersection of the diaphragm wall and cast in place slabs. Drawing S-207 Details, shows a

retrofit waterstop with drilled and epoxied anchors. Please indicate which method should be

used.

Response: The retrofit waterstop should be used at this joint. Either the drilled and

anchored reinforcement or the threaded couplers may be used at the connection from the

cast-in-place slabs to the diaphragm wall.

17. Question: Drawing S-206 Storage Tank – Sections and Details, show ‘compacted structural

fill’ being used to the backfill the area between Elevation 347’-0” and 325’-10”, underneath

the Rainwater Storage Slab. Drawing S-201 Storage Tank – Lower Plan show this area to be

backfilled with ‘flowable fill’. Please clarify which is to be used.

Response: The fill below the Rainwater Storage Slab shall be compacted structural fill. See

Addendum No. 1

18. Question: Note 2, Drawing GS-002 state that each panel will have a permanent end stop.

Will temporary removal end stops be allowed in lieu of permanent end stop in connection

with the above?

Response: Yes

19. Question: See Detail “A” and Detail “C” on Drawing No. GS-005; It shows threaded coupler

to be installed in the diaphragm wall. Please mention the size and spacing of the threaded

couplers for above.

Response: Either threaded couplers or the drilled and anchored dowel bars could be used at

the collar beam/wall interface, and at the slab/diaphragm wall interface. The wall above the

Page 11: Lower Harbor Brook CSO Storage Facility Project

Addendum No. 1

Page 10 of 12

collar beam has #6@12" vertical reinforcement and dowels on each face (Detail E on S-

207). The slab at the base of the tank has #8@12" horizontal reinforcement at each face and

in each way, and has #8@12" dowels at top and bottom of the slab into the diaphragm wall

(Details D, F, & G on S-207).

20. Question: Typical panel detail for diaphragm wall panel on Drawing No. GS-004 shows an

overlap between the horizontal reinforcement of the cages equal to the development length.

The table on Drawing GS-001 gives this development length for two different cases;

horizontal (top) bars with >12” of concrete cast below or all other bar. Which one should we

consider for the horizontal reinforcement of the slurry wall? For #10 bars is it 65” or 84”?

Response: The development length for compression reinforcement is 65-in.

21. Question: Drawing No. G-005 shows a 30’ clear work area around the slurry wall. Please

explain what you mean by clear work area?

Response: The area is restricted to construction equipment. Parking in this area is

precluded.

22. Question: Section 2.01 of Specification No. 03300 for Concrete requires a maximum water

soluble chloride ion in concrete 0.01 percent by weight of cement; ACI-318 Table 4.4.1.

recommends 0.15 for reinforced concrete exposed to chloride in service. Can you confirm

the acceptable value of water soluble chloride ion in concrete?

Response: The specified percentage is a requirement of ACI-350.

23. Question: Pages 9 of specification #02490 of the Rock Anchors specify that anchors should

be epoxy coated or galvanized, but Page 12 and the drawings state pre-grouted bars. Which

should we consider for pricing of the rock anchors?

Response: Specification has been revised. See Addendum No. 1.

24. Question: Section 02242 Part C.1.a and part C.3 use the terms gel time and reactant in

describing the grout. These are terms associated with the use of chemical grouts. Part 2.03

discusses the use of cement grouts. Please clarify the intent of the specification.

Response: Specification has been revised. See Addendum No. 1.

25. Question: Section 02242 2.03.A discusses the design life of 100 years for the grout. We are

unaware of any grout that has a design life such as this. Please indicate designers intended

mix to accomplish this.

Response: Specification has been revised. See Addendum No. 1.

26. Question: Section 02242 Part 2.03.B.1 states a 4,000 psi mix shall be used, this is typically a

0.5 to 1 water to cement ratio. This will result in a highly viscous (high cement content) that

will not easily penetrate smaller fractures. Typically for foundation grouting such as this a

water to cement ratio of 2:1 for smaller fractures are used and 0.8 to 1 is the more viscous

mixture used for gaping fractures/voids. Even mix large amounts of Super Plasticizer it is

highly unlikely to get the necessary viscosity to penetrate the fractures.

Page 12: Lower Harbor Brook CSO Storage Facility Project

Addendum No. 1

Page 11 of 12

Response: Specification has been revised. See Addendum No. 1.

27. Question: Section 02242 Part 2.04 references only core drilling. Are all grout holes to be

core drilled as well as the verification holes?

Response: The verification holes are to be cored.

28. Question: Typically in a foundation grouting project such as this, Water pressure tests are to

be performed in order to assist in selecting the grout mix. There is no mention of water

pressure tests in the specification. Is it the Engineers understanding of the formation that

only a single grout mix will be necessary?

Response: Multiple grout mixes may be required. In addition to the pump test, water

pressure tests are an acceptable means of verifying that the target permeability has been

achieved. See Section 02242 3.04 B.

29. Question: Section 02242 Part 2.02 indicates the use of grout pipes (aka Sleeve port Grout

Pipes, SPGP). In foundation grouting projects sleeve port grout pipe are typically not used.

If the rock is fairly competent then a packer is placed into the hole and grout from the bottom

up in 10 to 20 foot stages. If the rock is not competent and will collapse then the grouting is

completed in a downstage manner stabilizing the upper portion of the rock and re-drilling

through it to get to the next stage. Will standard upstage and downstage grouting be

acceptable substitutes for the use of Grout pipes?

Response: Yes, upstage and downstage grouting methods are acceptable substitutes based on

the stability of the rock mass encountered.

30. Question: Section 02242 Part 2.03.B states that ultrafine or Portland cement or Ultrafine may

be used. Ultrafine is 6 to 7 times the cost of Portland and is to be used when the fractures are

small. There is not enough geotechnical/geological information available to assess how much

of each type of cement will be necessary. Please provide quantities of the Portland and

Ultrafine needed so that a responsible bid can be put together.

Response: Based on review of the rock core samples, up to 10% of the grout volume might

require Ultrafine cement to permeate the finer fractures and joints.

31. Question: Section 02242-5 Part 2 – Products 2.03 Materials B.1. “minimum 28 day strength

of the grout shall be 4000psi” Typically stable balanced grouts required to bring the

formation to a 1x10-5cm/sec residual permeability would have a maximum strength of 500

psi. Please explain.

Response: Specification has been revised. See Addendum No. 1.

32. Question02242-5 Part 2 – Products 2.02 Grout Pipes

Grout pipes are being specified in rock? 2.01 Grouting Equipment A.10. calls for the use of

pneumatic packers. Please explain which method to use.

Response: Upstage and downstage grouting methods are acceptable substitutes based on the

stability of the rock mass encountered.

Page 13: Lower Harbor Brook CSO Storage Facility Project

Addendum No. 1

Page 12 of 12

33. Question02242-5 Part 3 –Execution 3.01 Permeation Grouting A.2.

“Temporary high injection pressures will be permitted to crack open sleeve ports” Which

method of grouting is to be used? Pneumatic packers or Sleeve Pipes?

Response: Upstage and downstage grouting methods are acceptable substitutes based on the

stability of the rock mass encountered.

34. Question02242-5 Part 3 –Execution 3.02

“Coring shall be performed in accordance with ASTM D2113 after the permeation grouting

material has cured in-situ for 28 days.” Industry standard is after final set. What is the

reason for the extended time?

Response: Specification has been revised. See Addendum No. 1.

35. Question 02242-5 Part 3 – Execution 3.02

Where is the pay item for the core drilling?

Response: Core drilling is to be included in Pay Item 4.1d

36. Question 02242-5 Part 3 – Execution 3.03 Pump Test

Where is the pay item for the pump test? What size pump is required for the pump test?

Where is the location of the pump test hole?

Response: The pump test is to be included in Pay Item 4.1e. The pump is to be sized by the

Contractor. The pump test hole is to be located in the center of the shaft.

Page 14: Lower Harbor Brook CSO Storage Facility Project

09/20/11

PRE-BID MEETING MINUTES LOWER HARBOR BROOK CSO STORAGE FACILITY PROJECT

CONTRACT NO. 4 ONONDAGA COUNTY DEPARTMENT OF WATER ENVIRONMENT PROTECTION

September 7, 2011

10:00 am EEA No. 006.64

A pre-bid meeting was held on September 7, 2011 at 10:00 am at Pensabene’s Casa Grande, located at 135 State Fair Boulevard, Syracuse, NY, adjacent to the future project site. Attached as part of the meeting minutes please find:

1. The sign-in sheet 2. The agenda and slides of the meeting

Introductions of key personnel were made by Rob Ganley, P.E., Project Manager for EEA. Eric Schultheis, Project Manager for Onondaga County Dept. of Water Environment Protection (OCDWEP)

Edmund Feyh, OCDWEP Construction Group Herman Howard, Onondaga County Division of Purchase Mike Rewkowski, Assistant Project Manager, EEA Kate Fiorello, P.E., Senior Project Engineer, EEA Tim Kivisto, P.E., Senior Project Engineer, EEA A.J. McGinn, PhD, P.E. - Geotechnical Engineer, Brierley Associates Bob Kukenberger, P.E., Program Manager, CDM/C&S Patti Pastella, P.E., Construction Project Manager, CDM/C&S Kevin Walker. P.E., Program Management Team, CDM/C&S

In addition to the information presented on the slides, the following key points were elaborated on:

1. As time is of the essence for this project, there is no intent at this time to extend the bid date. 2. Herman Howard stressed the importance of getting copies of the MBE/WBE certifications

prior to submitting the bid. Bidders must include a conceptual work plan showing utilization of MBE/WBE’s.

3. Bob Kukenberger stressed the importance of contacting the local unions and pointed out the following information regarding the PLA.

a. The project does not fall under Wick’s Law. There is only one contract. b. It is important to communicate the details of the PLA w/subcontractors. c. Off-site trucking is not covered under the PLA, with the exception of trucking to and

from designated staging areas which is subject to the PLA and prevailing wages, consistent with NYS labor laws.

d. Any questions regarding the PLA should be directed to Mike Rewkowski ([email protected]) and he will forward them to Bob Kukenberger.

Page 15: Lower Harbor Brook CSO Storage Facility Project

09/20/11

4. Mike Rewkowski pointed out that all bidders should have received a set of drawings, three volumes of specification books, w/two CD’s located in the back of Volume 3, one which is part of the Contract and one which is reference information, not part of the Contract.

5. The 3-D Model of the project was presented, with a virtual tour of the inside and outside of the facility. The 3-D Models are included in .dwf format on a CD with these meeting minutes, and are offered as not part of the Contract information.

6. A.J. McGinn discussed the high-chloride concentrations in the groundwater, indicating that the design of the facility (slurry wall/permeation) was based on minimizing dewatering.

7. Rob Ganley discussed what options are available to the Contractor when Metro or the Harbor Brook Intercepting Sewer (HBIS) have no capacity, and dewatering to the HBIS (via the manhole on Rusin Avenue) is not possible. At this time, it is thought that the Contractor may store the groundwater, suspend operations or discharge to Harbor Brook. Further guidance on the feasibility and standards for discharging to Harbor Brook will be included in Addendum No 1. ** Please note that in the time period since the pre-bid meeting, it has been decided that groundwater discharge will not be allowed to Harbor Brook. See Addendum No. 1.

Contractor Questions

1. Are union wages the same as NYS prevailing wage rates?

• Yes. It was added that for each 3 union personnel by trade, you may use 1 non-union personnel as long as the requirements of the PLA are met.

2. Is there a mandated sequence for performing the grouting or the slurry wall first?

• No. An order of work is shown in Special Project Condition P-008. The Contractor may

modify the order of work. 3. Will grouting be a unit price item or lump sum price?

• Permeation grouting is a unit price item.

Page 16: Lower Harbor Brook CSO Storage Facility Project
Page 17: Lower Harbor Brook CSO Storage Facility Project
Page 18: Lower Harbor Brook CSO Storage Facility Project

Onondaga County CSO Program

Prepared for:

Onondaga County Department of Water Environment Protection, Syracuse, New York

Lower Harbor Brook

CSO Storage Facility

Pre-Bid Meeting

Joanne M. Mahoney, County Executive

Prepared by:

September 7, 2011

Page 19: Lower Harbor Brook CSO Storage Facility Project

Meeting Agenda

• Introductions• General Bidding Information• Specific Project Information• Review of Project• Subsurface Conditions• Questions • Site Tour

Page 20: Lower Harbor Brook CSO Storage Facility Project

General Bidding Information▫ Bid Date, Time and Location. Bids for Contract No. 4

will be received by the Director, Onondaga County Division of Purchase until 2:00 p.m. local time on Tuesday, October 4, 2011. Address is as listed in the Bid Advertisement.

▫ Addenda. Addenda will be sent to plan holders of record.

▫ Completion. Contractor shall complete construction and begin operation of the CSO Storage Facility no later than December 31, 2013 (major milestone).

Page 21: Lower Harbor Brook CSO Storage Facility Project

General Bidding Information▫ Schedule. This project is being constructed pursuant to an

Amended Consent Judgment (ACJ). The deadline to have the facility ready to begin operation is December 31, 2013 (major milestone). There is a 12-month equipment performance period following startup of the facility.

▫ Liquidated Damages. It is the Contractor’s sole responsibility to monitor the rate of progress of the work to ensure all contract times are met. Time is of the essence in this contract, and, as such, failure by the Owner to meet certain ACJ schedule milestones will result in potential fines and penalties. Failure by the Contractor to meet the contract schedule will result in the assessment of liquidated damages of $5,000 per day, as well as the assessment of any fines and penalties that may be imposed on the Owner due to the fault of the Contractor.

Page 22: Lower Harbor Brook CSO Storage Facility Project

General Bidding Information

▫ Working Hours. Working hours may be more than 8 hours/day, 5 days per week. Contractor must obtain prior working hours approval from the NYS Dept of Labor and be in conformance with all applicable federal, state, local and PLA labor standards and requirements. Noise limits must be in accordance with Special Project Condition P-017.

▫ Wage Rates. This project requires the paying of prevailing wage rates and supplements in accordance with New York State Labor Law. The work to be performed under this contract falls within the coverage of an executed Project Labor Agreement (PLA). Each successful bidder and all levels of Subcontractors on the project agree to become signatories to, and abide by, the provisions of the PLA.

Page 23: Lower Harbor Brook CSO Storage Facility Project

General Bidding Information

▫ Working Near Utilities. The Contractor is responsible for coordinating his work with all utility owners. Water, sewer, gas and electrical transmission lines are in the area of construction.

Page 24: Lower Harbor Brook CSO Storage Facility Project

General Bidding Information

▫ Permits. Specific project permit requirements are indicated in the Contract Documents, Special Project Conditions, Section P-014.

▫ Certain project permits have been applied for and obtained by the Owner as listed in Section P-014.

▫ All other required permits shall be obtained by the Contractor (e.g., City of Syracuse Street Cut Permit, Onondaga County Plumbing and Health Department permits, etc.).

Page 25: Lower Harbor Brook CSO Storage Facility Project

General Bidding Information

▫ Performance and Payment Bonds. Performance and payment bonds in an amount equal to 100% of the accepted bid amount are required.

▫ Bid Security. A 5% bid security, certified check or bid bond is required to be submitted with each bid.

▫ Insurance. The Contractor shall provide the required project insurance in accordance with Specification Sections IFB 4.01, Article 11 of the Agreement, and P-011.

Page 26: Lower Harbor Brook CSO Storage Facility Project

General Bidding Information

• Project MBE/WBE Subcontract Goals▫ MBE Participation – 10%▫ WBE Participation – 6%

• Work Force Participation Goals▫ Minority – 10%▫ Women – 10%▫ Combined minority/women – 20%

• Onondaga County Commission on Human Rights –Herman HowardNYS MWBE Directory: nylovesmwbe.ny.gov

Page 27: Lower Harbor Brook CSO Storage Facility Project

Specific Project Information• Project Labor Agreement. Existing PLA extended for:

▫ Clinton CSO Storage Facility Project

▫ Lower Harbor Brook CSO Storage Project

▫ PLA Requirements remain as defined in 1998 Agreement, refer to Information for Bidders Section 6.04.

▫ Use of a PLA allows for the entire project to be bid under a single Contract.

▫ Separate signed and sealed subcontractor bids are for HVAC, Electrical and Plumbing.

▫ PLA Specific details and requirements – Robert Kukenberger, P.E.

Page 28: Lower Harbor Brook CSO Storage Facility Project

Specific Project Information

▫ Use of Pre-qualified Contractors. The Owner has performed a pre-qualification process for the areas of work that include structural slurry wall construction and permeation grouting. The prime Contractor is required to use a prequalified contractor to perform the work for the structural slurry wall construction and the permeation grouting. Refer to Special Project Condition P-041.

▫ The structural slurry wall subcontractor and the permeation grouting subcontractor must be listed on the Bid Form.

▫ A pre-qualified contractor may act as a Prime Contractor.

Page 29: Lower Harbor Brook CSO Storage Facility Project

Specific Project Information

• Equipment Performance Period

▫ The Contract has a 12 month equipment performance period that is extendable by the Owner.

▫ The Contractor is responsible for complete operation of the facility during this period, including cleaning and maintenance of the facility.

▫ Provisions listed in the Special Project Condition P-032.

Page 30: Lower Harbor Brook CSO Storage Facility Project

Specific Project Information

• Other Items

▫ Coordination w/Conveyances Contract No. 3

▫ Geotechnical Instrumentation (Sec 02015)

▫ CPM Scheduling (Sec 01320)

▫ Construction Noise Control (P-017)

▫ Site Dewatering (Sec 02140)

▫ Impacted Material Handling (Sec 02224)

▫ Allowance Payment Items

▫ Reference Information: Part of Contract

▫ Reference Information: Not Part of Contract

Page 31: Lower Harbor Brook CSO Storage Facility Project

Specific Project Information

• Schedule

▫ Bid Opening: October 4, 2011

▫ Notice to Proceed: December 1, 2011 (anticipated)

▫ Construction Completion: December 31, 2013*

▫ 12-Month Performance Period

* Consent Order Major MilestoneLiquidated Damages

Page 32: Lower Harbor Brook CSO Storage Facility Project

Project Review

PROJECT SITE

Pensabene’s

Fire Training Center

Page 33: Lower Harbor Brook CSO Storage Facility Project

Project Review

• Main Features

▫ 150-ft diameter structural slurry wall tank for CSO storage

▫ Center flushing system for cleaning

▫ Aboveground building for access and electrical equipment

▫ Odor control and ventilation equipment on tank roof

▫ Connection to CSO conveyances

▫ Site restoration

Page 34: Lower Harbor Brook CSO Storage Facility Project

Project Review

Page 35: Lower Harbor Brook CSO Storage Facility Project

Model Presentation

Page 36: Lower Harbor Brook CSO Storage Facility Project

07/07/2011

19

Subsurface Conditions:

•Fill Materials

•Marsh /Alluvial Deposits (Peat, Organic Soils, Marl)

•Glaciolacustrine (Clay, Silt/Sand)

•Weathered Glacial Till

•Glacial Till

•Slightly to Highly Weathered Claystone/Siltstone Bedrock

Page 37: Lower Harbor Brook CSO Storage Facility Project

07/12/2011

20

GEOTECHNICAL PROFILE THRU

DIAPHRAGM SLURRY WALL SHAFT

AND JUNCTION CHAMBER

Subsurface Conditions:

Page 38: Lower Harbor Brook CSO Storage Facility Project

07/12/2011

21

Subsurface Conditions:

•High chloride concentration in groundwater at depth.�Concentration of chlorides on other County projects observed up to 80,000 mg/l.�Mobilized upward with deep dewatering systems.�Groundwater discharge to Harbor Brook controlled by relatively low

chloride limits in the brook and discharge to the HBIS controlled by

acceptable chloride levels at the treatment plant.

•A permeable claystone/siltstone water-bearing bedrock (7 x 10-4 cm/s

permeability)

•Artesian head pressure approximately 4 feet above existing grade observed in

both bedrock and glacial till.

•Constituents of concern on site. Reference Phase II Environmental

Assessment and Supplement found in the Not Part of the Contract CD.

Page 39: Lower Harbor Brook CSO Storage Facility Project

09/02/2011

22

Subsurface Conditions:

Soil Samples and Rock Core Samples can be viewed at:

Brierley Associates6323 Fly Road, Suite 4E. Syracuse, NY 13035

OCDWEP7120 Henry Clay Blvd.Liverpool, NY 13088

Page 40: Lower Harbor Brook CSO Storage Facility Project

Questions?

Page 41: Lower Harbor Brook CSO Storage Facility Project

B-11

OCDWEP 04/11

BID

006.64/09-11

B-1.05 BID FORM

LOWER HARBOR BROOK CSO STORAGE FACILITY PROJECT

CONTRACT NO. 4

Payment

Item No.

Estimated

Quantity

Payment Item Description

Unit Price In Words

Unit Price

In Figures

Extended Total

In Figures

1.1 Lump Sum

(Stipulated

Maximum

Amount)

Mobilization/Demobilization, for

Dollars

Cents/L.S.*

*Bidder Note: Stipulated Maximum

Unit Price $450,000/L.S.

$

$

2.1 12 Months

(Stipulated

Minimum

Amount)

Equipment Performance Period, for

Dollars

Cents/Mo.*

*Bidder Note: Stipulated Minimum

Unit Price $6,000/Mo.

$

$

2.2 6 Months

(Stipulated

Minimum

Amount)

Extended Equipment Performance

Period, for

Dollars

Cents/Mo.*

*Bidder Note: Stipulated Minimum

Unit Price $6,000/Mo.

$

$

Page 42: Lower Harbor Brook CSO Storage Facility Project

B-12

OCDWEP 04/11

BID

006.64/09-11

Payment

Item No.

Estimated

Quantity

Payment Item Description

Unit Price In Words

Unit Price

In Figures

Extended Total

In Figures

2.3 12,000

Square Feet

(Stipulated

Minimum

Amount)

Temporary Excavation Support Left

in Place, for

Dollars

Cents/Mo.*

*Bidder Note: Stipulated Minimum

Unit Price $5.00/S.F.

$

$

2.4 500 Cubic

Yards

(Stipulated

Minimum

Amount)

Additional Excavation as Ordered by

the Engineer, for

Dollars

Cents/C.Y.

*Bidder Note: Stipulated Minimum

Unit Price $6.00/CY

$

$

2.5

500 Cubic

Yards

(Stipulated

Minimum

Amount)

Additional Backfill as Ordered by the

Engineer, for

Dollars

Cents/C.Y.

*Bidder Note: Stipulated Minimum

Unit Price $10.00/CY

$

$

2.6 1,000

Square Feet

(Stipulated

Minimum

Amount)

Additional Geotextile as Ordered by

the Engineer, for

Dollars

Cents/S.F.

*Bidder Note: Stipulated Minimum

Unit Price $2.00/S.F.

$

$

Page 43: Lower Harbor Brook CSO Storage Facility Project

B-13

OCDWEP 04/11

BID

006.64/09-11

Payment

Item No.

Estimated

Quantity

Payment Item Description

Unit Price In Words

Unit Price

In Figures

Extended Total

In Figures

2.7 20 months

(Stipulated

Minimum

Amount)

Modular Office Structure, for

Dollars

Cents/Mo.*

*Bidder Note: Stipulated Minimum

Unit Price $2,000.00/month

$

$

3.1 Lump Sum General Construction, for

Dollars

Cents/L.S.

$

$

3.2 Lump Sum Geotechnical Instrumentation, for

Dollars

Cents/L.S.

$

$

3.3 Lump Sum Concrete Diaphragm Walls Storage

Tank, for

Dollars

Cents/L.S.

$

$

3.4 Lump Sum Temporary Excavation Support and

Dewatering, for

Dollars

Cents/L.S.

$

$

Page 44: Lower Harbor Brook CSO Storage Facility Project

B-14

OCDWEP 04/11

BID

006.64/09-11

Payment

Item No.

Estimated

Quantity

Payment Item Description

Unit Price In Words

Unit Price

In Figures

Extended Total

In Figures

4.1a 39,928

Linear Feet

Grout Holes for Permeation

Grouting, for

Dollars

Cents/L.F.

$

$

4.1b 322 Each Setup for Individual Grout Holes, for

Dollars

Cents/EA.

$

$

4.1c 4,250 Cubic

Yards

Cementitious Grout for Permeation

Grouting, for

Dollars

Cents/C.Y.

$

$

4.1d 5 each Coring for Grout Verification Holes,

for

Dollars

Cents/C.Y.

$

$

4.1e Lump Sum 48-hour pump test, for

Dollars

Cents/C.Y.

$

$

Page 45: Lower Harbor Brook CSO Storage Facility Project

B-15

OCDWEP 04/11

BID

006.64/09-11

Payment

Item No.

Estimated

Quantity

Payment Item Description

Unit Price In Words

Unit Price

In Figures

Extended Total

In Figures

4.2 10,630

Linear Feet

Rock Anchor Installation

Dollars

Cents/L.F.

$

$

4.3 3,394

Linear Feet

Steel Pile Installation, for

Dollars

Cents/L.F.

$

$

4.4 2,500

Cubic Yards

Removal/Disposal of Construction/

Demolition Debris, for

Dollars

Cents/C.Y.

$

$

4.5 5,000

Cubic Yards

Removal/Disposal of Non-Hazardous

Industrial Solid Waste, for

Dollars

Cents/C.Y.

$

$

4.6 700

Cubic

Yards

Removal/Disposal of Hazardous

Industrial Solid Waste, for

Dollars

Cents/C.Y.

$

$

Page 46: Lower Harbor Brook CSO Storage Facility Project

B-16

OCDWEP 04/11

BID

006.64/09-11

Payment

Item No.

Estimated

Quantity

Payment Item Description

Unit Price In Words

Unit Price

In Figures

Extended Total

In Figures

5.1 Lump Sum

(Fixed

Amount)

Restoration Allowance, for

Twenty-Five Thousand Dollars

No Cents/L.S.*

*Bidder Note: Fixed Allowance

Price

$25,000.00

$25,000.00

5.2 Lump Sum

(Fixed

Amount)

Miscellaneous Existing Utility

Modifications Allowance, for

Fifty Thousand Dollars

No Cents/L.S.*

*Bidder Note: Fixed Allowance

Price

$50,000.00

$50,000.00

5.3 Lump Sum

(Fixed

Amount)

Computer Hardware and Software

Allowance, for

Twenty-Eight Thousand Dollars

No Cents/L.S.*

*Bidder Note: Fixed Allowance

Price

$28,000.00

$28,000.00

5.4 Lump Sum

(Fixed

Amount)

Steel Price Adjustment, for

Fifty Thousand Dollars

No Cents/L.S.*

*Bidder Note: Fixed Allowance

Price

$50,000.00

$50,000.00

5.5 Lump Sum

(Fixed

Amount)

Fuel Price Adjustment, for

Fifty Thousand Dollars

No Cents/L.S.*

*Bidder Note: Fixed Allowance

Price

$50,000.00

$50,000.00

Page 47: Lower Harbor Brook CSO Storage Facility Project

B-17

OCDWEP 04/11

BID

006.64/09-11

Payment

Item No.

Estimated

Quantity

Payment Item Description

Unit Price In Words

Unit Price

In Figures

Extended Total

In Figures

5.6 Lump Sum

(Fixed

Amount)

Asphalt Price Adjustment, for

Fifty Thousand Dollars

No Cents/L.S.

*Bidder Note: Fixed Allowance

Price

$50,000.00

$50,000.00

5.7 Lump Sum

(Fixed

Amount)

Groundwater Dewatering Storage, for

One-Hundred Ten-Thousand Dollars

No Cents/L.S.

*Bidder Note: Fixed Allowance

Price

$110,000.00

$110,000.00

TOTAL BID

Grand Total Price

$__________________________

(Price in Figures)

B-1.05.1 Prequalified Contractors.

The use of a prequalified contractor is required for structural slurry wall construction and for permeation grouting

as indicated in Special Project Conditions P-041.

State name of prequalified Contractors to be used for the project are:

Structural Slurry Wall Contractor:

Permeation Grouting Contractor: __________________________________________________________

B-1.05.2 Subcontractors Sealed Bid Submission

This project is not subject to the requirements of the “Wicks Law.” Accordingly, each bidder is required to

submit specific information pertaining to its proposed subcontractors.

Each bidder shall submit with its bid a separate sealed list that names each subcontractor that the bidder

will use to perform work on the contract and the agreed upon price to be paid to each for (a) plumbing and gas

fitting; (b) steam heating, hot water heating, ventilating and air conditioning apparatus; and (c) electric wiring and

Page 48: Lower Harbor Brook CSO Storage Facility Project

B-18

OCDWEP 04/11

BID

006.64/09-11

standard illuminating fixtures. The submission (see attached form at the end of this section) that contains the

agreed-upon price shall be acknowledged by both Contractor and subcontractor. For purposes of this paragraph,

the acknowledgment from the subcontractor may contain the facsimile signature of an officer of the subcontractor.

After the low bid is announced, the sealed list of subcontractors submitted with the bid shall be opened and the

names of such subcontractors shall be announced. Thereafter, any changes of subcontractors or agreed-upon

amount to be paid to each shall require the approval of the Owner upon a showing of legitimate construction need

for such change.

**Failure to Submit Separate Sealed Bids for Subcontactors will result in rejection of the entire Bid**

The sealed lists of subcontractors submitted by unsuccessful bidders shall be destroyed after the contract award.

Page 49: Lower Harbor Brook CSO Storage Facility Project

CONTRACT NO. 4

PAYMENT ITEMS

Item 5.7 – Dewatering Storage Allowance

5.7-01. Description

Under this Item, during conditions that render the sewer system or the Metro WWTP unavailable

to accept dewatering discharge, the Contractor shall furnish all labor, materials, and equipment required

to store the pumped groundwater until the sewer system and the Metro WWTP are available to accept the

dewatering discharge.

5.7-02. Work Included

It is anticipated that the work for this Payment Item will generally include, but is not limited to,

the temporary storage of pumped groundwater for an undetermined amount of time by means and

methods to be proposed by the Contractor and approved by the Engineer.

5.7-03. Related Work Not Included

The following items of work closely related to groundwater dewatering storage are specifically

not included under this Item:

• All other Payment Items.

5.7-04. Basis of Payment

Payment for this work will be made on a time and materials basis for groundwater storage as

required or ordered by the Engineer.

Page 50: Lower Harbor Brook CSO Storage Facility Project
Page 51: Lower Harbor Brook CSO Storage Facility Project
Page 52: Lower Harbor Brook CSO Storage Facility Project
Page 53: Lower Harbor Brook CSO Storage Facility Project
Page 54: Lower Harbor Brook CSO Storage Facility Project
Page 55: Lower Harbor Brook CSO Storage Facility Project
Page 56: Lower Harbor Brook CSO Storage Facility Project
Page 57: Lower Harbor Brook CSO Storage Facility Project
Page 58: Lower Harbor Brook CSO Storage Facility Project
Page 59: Lower Harbor Brook CSO Storage Facility Project
Page 60: Lower Harbor Brook CSO Storage Facility Project
Page 61: Lower Harbor Brook CSO Storage Facility Project
Page 62: Lower Harbor Brook CSO Storage Facility Project
Page 63: Lower Harbor Brook CSO Storage Facility Project
Page 64: Lower Harbor Brook CSO Storage Facility Project
Page 65: Lower Harbor Brook CSO Storage Facility Project
Page 66: Lower Harbor Brook CSO Storage Facility Project
Page 67: Lower Harbor Brook CSO Storage Facility Project
Page 68: Lower Harbor Brook CSO Storage Facility Project
Page 69: Lower Harbor Brook CSO Storage Facility Project
Page 70: Lower Harbor Brook CSO Storage Facility Project

Addendum No. 3

Page 2 of 2

A. ADVERTISEMENT

In the first sentence, Delete “until 2:00 p.m. Local Time, on October 4, 2011” and Replace with

“until 2:00 p.m. Local Time on October 18, 2011.” (Note to Bidders: No further questions will

be answered.)

B. TECHNICAL SPECIFICATIONS (Note: There was a printing error that affected some

technical specifications. Lines of text were randomly omitted at the margins of the affected

specifications. The missing text is highlighted in the attached specifications, which replace

those previously issued.)

1. Specifications 02224, 02242, 02300, 02514, 03301, 07920, 09960, 11296, 11300, 15060,

15880, 15985, 17000, 17100, 17375

a. Delete Specifications in their entirety and Replace with attached Specifications.

*A CD containing all technical specifications will be forwarded under separate cover.

Spec Number Spec Name Page Number Affected

02224 Impacted Material Handling 9, 10

02242 Permeation Grouting 8

02300 Earthwork 15, 17

02514 Precast Concrete Manholes, Catch Basins and

Structures

12

03301 Tightness Testing of Fluid Containment Concrete

Structures

5

07920 Joint Sealants 4, 11

09960 Graffiti Resistant Coatings 2, 8

11296 Circular Tank Flushing System 6, 7, 10, 13

11300 Pumping Equipment - General 6

15060 Inside Process Piping 15

15880 Carbon Adsorption Odor Control System 6

15985 HVAC Controls and Sequence of Operation 10

17000 Instrumentation 4, 6

17100 Programmable Logic Controllers (PLC) 3, 5,6,12,15

17375 Level Measurement (Submersible Pressure

Transducer Type)

5

Page 71: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 02224-1 Impacted Material Handling

SECTION 02224 IMPACTED MATERIAL HANDLING PART 1 GENERAL 1.01 WORK INCLUDED

A. This section specifies the special requirements for identifying, sampling, testing, classifying, excavating, handling, staging, and disposal of impacted material generated as a result of construction activities. Refer to paragraph 1.04.A for a definition of impacted material.

B. This Section applies to all areas where impacted material

is encountered within the construction limits of the Project.

C. All impacted material handling, disposal, and associated

work shall be performed in accordance with this Section and the Lake Improvement Project Construction Environmental Response Plan (“Environmental Response Plan”), included as Attachment A to this Material and Performance Section.

D. Related Work Specified Elsewhere

1. Section 02140 - DEWATERING 2. Section 02170 - TEMPORARY EXCAVATION SUPPORT 3. Section 02300 - EARTHWORK

1.02 HEALTH AND SAFETY PLAN

A. All contractors conducting work in areas that have the potential to contain impacted material shall prepare and utilize a Health and Safety Plan (HASP) meeting the minimum requirements of 29 CFR 1910.120 and the Special Project Conditions.

1.03 SUBMITTALS

A. Contractor’s HASP. This submittal is for record purposes only and will not be returned to the Contractor.

B. Contractor’s Community Air Monitoring Plan. C. Contractor’s proposed procedures for handling, staging,

transporting and disposing of impacted material.

Page 72: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 02224-2 Impacted Material Handling

D. Contractor’s proposed sampling and laboratory analysis procedures.

E. Proposed waste transporters and disposal sites.

F. Proposed impacted material staging areas.

G. Equipment decontamination procedures.

H. Waste manifest system.

I. Chain-of-custody records.

J. Bills of lading.

1.04 DEFINITIONS

A. Impacted Material – Any material encountered during construction activities that does not meet the definition of construction and demolition debris, as determined by visual inspection, monitoring equipment, and/or sampling and analysis.

B. Construction and Demolition (C&D) debris – Uncontaminated

solid waste resulting from the construction, remodeling, repair and demolition of utilities, structures and roads; and uncontaminated solid waste resulting from land clearing (see definition in Attachment A - Lake Improvement Project Construction Environmental Response Plan).

1.05 REGULATIONS

A. Comply with applicable federal, state, municipal, and local regulations including, but not limited to

, the following:

1. U.S. Environmental Protection Agency (EPA), including Title 40, Code of Federal Regulations.

2. Occupational Safety and Health Administration

(OSHA), including Title 29, Code of Federal Regulations, and Parts 1910 and 1926, OSHA, U.S. Department of Labor.

3. State of New York Rules and Regulations, including

6 NYCRR Part 360, 364, and 370-373 regarding management of non-hazardous solid waste, transportation of waste, and hazardous waste management system.

Page 73: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 02224-3 Impacted Material Handling

4. Recommendations of the National Institute of Occupational Safety and Health (NIOSH).

5. Transportation regulations, including U.S.

Department of Transportation regulations, including Title 29 Parts 171 and 172 and New York State Department of Transportation rules and regulations.

6. Applicable federal, state, and local government

regulations.

7. Onondaga County Department of Water Environment Protection Procedures Governing Acceptance and Treatment of Groundwater and Other Contaminated Waste.

8. New York State Department of Environmental

Conservation Commissioners Policy (CP) No. 51 Soil Cleanup Guidance” dated October 2010 and New York State Rules and Regulations 6NYCRR Part 375 Environmental Remedial Programs.

B. Disposal sites for all wastes shall be appropriately

permitted by the New York State Department of Environmental Conservation (NYSDEC) to accept such material.

C. Whenever there is a conflict or overlap of the above

references, the most stringent provision shall be applicable.

D. In the event that any requirement of this Section

contradicts any such regulatory requirement, immediately notify the Owner of such conflict or contradiction. In such cases, the regulation or law shall apply.

E. Post all applicable regulations in a conspicuous place at

the jobsite. Assure that the regulations are not altered, defaced or covered by other materials.

1.06 EMPLOYEE TRAINING REQUIREMENTS

A. All personnel that may be exposed to impacted materials

shall comply with training requirements in accordance with 29 CFR 1910.120.

1.07 DISPOSAL ACTIVITIES

A. The Contractor shall be responsible for the disposal of

all waste materials generated during construction.

Page 74: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 02224-4 Impacted Material Handling

B. The Contractor shall handle, transport and dispose of all waste materials in accordance with all current federal, state and local regulations, and the Contract Documents.

C. The Contractor shall provide a disposal report at the

conclusion of the work which will include a certification letter stating that all impacted materials removed from the project site were disposed of in accordance with all current federal, state and local regulations, and the Contract Documents. Attachments to the disposal report shall include laboratory analysis, waste characterization profiles, manifests, bills of lading, and weigh tickets and a summary of total volumes of waste transported to each permitted disposal facility.

PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION 3.01 WASTE CLASSIFICATIONS A. All waste materials, including impacted material will be

classified into one of the four following categories in accordance with the Environmental Response Plan:

1. Exempt (C&D) debris. 2. C&D debris. 3. Non-hazardous industrial solid waste. 4. Hazardous waste.

3.02 WASTE IDENTIFICATION PROCEDURES A. Notification - In accordance with the requirements of the

Environmental Response Plan, the initial responsibility for identifying wastes will be with the Contractor performing the construction activities. The Contractor shall cease work in the area immediately and notify the Owner’s representative when material is encountered which the Contractor believes does not meet the definition of C&D, or which the Contractor believes could potentially be considered an impacted material. The Contractor’s personnel shall be familiar with the identification of such materials and shall not handle them until the material has been classified into one of the categories identified in paragraph 3.01.A.

Page 75: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 02224-5 Impacted Material Handling

B. Initial Response 1. Upon notification, the Owner’s Representative will

assign an event number for the incident and will inspect the suspect materials. Based on this inspection and a review of other available information, a determination will be made as to whether the material can be considered C&D debris, non-hazardous industrial solid waste or potential Hazardous Waste.

2. The Owner’s Representative’s inspection will

include visual methods, screening with a photo ionization detector (PID), and other methods as described in the Environmental Response Plan. The Contractor may conduct a concurrent inspection, as desired, to verify the Owner’s Representative’s inspection; however, no additional payment will be made for such work.

3. If upon notification by the Owner’s Representative

that the suspect material can not be classified as C&D, the Contractor shall implement the monitoring requirements as detailed in the Contractor’s Community Air Monitoring Plan.

C. Waste Characterization

1. If the Owner’s representative determines that the

suspect materials may be a non-hazardous industrial solid waste or potential hazardous waste, further laboratory analysis and characterization shall be completed. The choice of analyses to be performed will be based upon available information regarding the probable nature of the material and its physical characteristics.

2. The Contractor shall perform waste sampling and

characterization in accordance with the requirements of this Section, the Environmental Response Plan and the requirements of the approved disposal facility.

3. Appropriate sampling and analytical testing

requirements will be determined by the Engineer within 24 hours of the initial site inspection following consultation with the Owner’s Representative.

Page 76: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 02224-6 Impacted Material Handling

4. The Contractor shall provide all waste sampling and analytical services as required by the Engineer and as specified in the Environmental Response Plan.

5. The Contractor shall provide all waste

characterization analytical laboratory results and draft waste profile forms to the Engineer for review. Any changes or revisions requested by the Engineer shall be made by the Contractor prior to submitting the documentation to the disposal facility.

3.03 WASTE HANDLING, STAGING, AND DISPOSAL

A. Handling And Staging 1. At the direction of the Owners Representative,

potentially impacted material shall be excavated and moved to an on-site staging area, and shall remain on-site until characterized in accordance with all current federal, state and local regulations, and the Contract Documents.

2. In the event that impacted materials are

encountered during construction activities, the Contractor shall construct an on-site material staging area(s) to properly contain impacted materials. Those impacted materials shall remain within the staging area(s) until receipt of waste characterization and transportation for off-site disposal is arranged and executed. The impacted material staging area(s) shall be of suitable size to contain the anticipated quantities of impacted materials generated during construction activities. The impacted material staging area(s) shall be placed within the construction limits of the Project, at designated areas as established by the Contractor prior to construction and reviewed and approved by the Owner’s Representative. The impacted material staging area(s) shall be constructed to meet the following minimum requirements:

a. The impacted materials shall be placed onto an

impermeable liner (e.g., 40-mil HDPE) that is of sufficient strength and thickness to prevent puncture during use. The placement of impacted materials into the staging area shall be performed such that it does not involve any equipment or procedures that may jeopardize

Page 77: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 02224-7 Impacted Material Handling

the integrity of the underlying impermeable liner.

b. An 18-inch high gravel berm shall be

constructed around the perimeter of the staging area to provide for containment of liquids that have drained from the impacted materials, and to divert runoff around the staging area. The impermeable liner shall be placed within and extend up and over the berm and shall be anchored beyond the outside perimeter of the berm to prevent displacement.

c. The staging area shall be sloped (where

practical) and equipped with a sump (if possible based upon site conditions) to collect liquids that have drained from the impacted materials or resulting from a precipitation event. The Contractor shall monitor the staging area for the accumulation of liquids and shall maintain a liquid free condition by periodically pumping or vacuuming all liquids that accumulate within the staging area. Following removal and collection, the liquids shall be containerized, sampled, characterized and transported to an appropriate permitted water treatment facility.

d. The staging area shall be continuously covered

with 10-mil polyethylene sheeting, except while materials are being actively placed within or removed from the staging area. The polyethylene sheeting shall be maintained watertight for the duration of the material staging activities and shall be securely anchored to prevent displacement.

e. The Contractor shall inspect the staging

area(s) daily and shall promptly correct any deficiencies.

3. Moving impacted material off of the project

site(except for disposal at an approved facility), or relocating impacted material to another location within the project site, is strictly prohibited unless authorized by the Owner’s Representative in accordance with the Environmental Response Plan and the Contractor’s procedures as submitted under Article 1.03 of this Section.

Page 78: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 02224-8 Impacted Material Handling

4. Material stockpiles shall not exceed 8 feet in height unless authorized by the Owner’s Representative.

5. Material stockpiles shall be protected with erosion

and sediment control features, including silt fencing, in accordance with Section 01500. Such features shall be removed and disposed of appropriately at the end of construction.

B. Disposal

1. The majority of the spoil material generated on-

site during construction is anticipated to be C&D debris. Waste spoils generated on site which do not meet the definition of construction/demolition debris will be classified as non-hazardous industrial solid waste. Disposal of such materials shall be in accordance with 6 NYCRR Part 360, and the requirements of the Environmental Response Plan, unless laboratory analysis indicates otherwise.

2. Impacted material generated on-site during

construction which is determined to be non-hazardous industrial solid waste or hazardous waste shall be disposed of at an appropriate permitted facility, as approved by the Engineer. Disposal of such materials shall be coordinated with the Owner’s Representative and shall be in accordance with all applicable laws and regulations, and the Contract Documents.

3.04 EXCAVATION DEWATERING A. The Contractor shall remove water that accumulates within

active excavation areas to assist in dewatering soil and to facilitate implementation of the soil excavation activities. All water collected as a result of dewatering activities shall be handled in accordance with the Contract Documents.

3.05 DECONTAMINATION OF EQUIPMENT

A. In the event that impacted materials are encountered during excavation activities, the Contractor shall perform decontamination of equipment in accordance with the following:

1. The Contractor shall provide a personal

decontamination area as specified in the

Page 79: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 02224-9 Impacted Material Handling

Contractor’s HASP. The personal decontamination area shall include those facilities necessary to decontaminate personnel upon exit of the exclusion zone.

2. The Contractor shall establish procedures for the

decontamination of all vehicles and equipment which may have come into contact with impacted materials. These procedures shall be reviewed by the Engineer prior to initiation of construction activities. The Contractor shall visually inspect all vehicles and equipment after decontamination. No vehicles shall leave the contamination reduction zone until they have been successfully decontaminated and inspected by the Contractor.

3. The equipment decontamination area shall be placed

within the contamination reduction zone as identified in the Contractor’s HASP and shall consist of an impermeable barrier (e.g., 40-mil HDPE) which is bermed and sloped to a collection sump. Precautions shall be taken to limit contact between the equipment, decontamination personnel, and any cleaning liquids that may accumulate in the decontamination area. The Contractor shall be responsible for constructing and maintaining the decontamination area to accommodate all loads, equipment, and migration scenarios.

4. The Contractor shall dismantle and properly dispose

of all materials associated with the equipment decontamination area and shall restore the area to its original conditions at the end of construction.

5. The extent and method of decontamination shall be

at the discretion of the Contractor; however, equipment and materials shall be inspected by the Owner’s Representative prior to its departure from the Site. The Owner’s Representative reserves the right to require additional decontamination if deemed necessary.

6. Wash water generated as a result of equipment

decontamination activities shall be collected, containerized, and transported to an appropriate permitted water treatment facility or, if allowable, discharged to the POTW.

7. Solids and other materials generated during

equipment decontamination shall not contact native soils and existing facilities, and shall be

Page 80: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 02224-10 Impacted Material Handling

collected, characterized, and disposed of by the Contractor in accordance with the waste disposal requirements as detailed in this Section.

8. Personnel engaged in equipment decontamination

activities shall use personal protective equipment (PPE) in accordance with the Contractor’s HASP.

3.06 REPORTING AND RECORDKEEPING

A. Reporting and record keeping of the work performed under this Section shall be in accordance with the requirements of the Contract Documents.

B. Waste Manifest System

1. The Contractor shall establish a manifest system

that accounts for all wastes identified in this Section. The Contractor shall describe the manifest system in writing for review and acceptance by the Engineer. The proposed system shall demonstrate custody over all wastes from the time the waste is removed from the work area until it is deposited at the approved disposal site. A disposal report is required in accordance with the requirements of Section 1.07 of this specification.

2. The Contractor shall provide manifests and

documents to the Owner’s Representative within three working days of the removal of wastes from the site.

PART 4 MISCELLANEOUS REQUIREMENTS 4.01 AIR SAMPLING A. The Owner will not conduct any air sampling at the Site.

The Contractor shall conduct air monitoring in accordance with the HASP and the Community Air Monitoring Plan.

B. The Contractor shall hire an independent contractor to

develop and implement a Community Air Monitoring Plan in accordance with the Generic Community Air Monitoring Plan requirements as prepared by the New York State Department of Health. The independent contractor will be required to implement the Community Air Monitoring Plan, at a minimum, when site excavation work begins, dust-generation operations change, or dust-generating activities begin on a different portion of the site. The independent contractor will also be required to implement

Page 81: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 02224-11 Impacted Material Handling

the Community Air Monitoring Plan if through visual inspection or air monitoring (performed as part of the Contractor’s HASP requirements) indicates the presence of constituents of concern during construction activities.

4.02 PERSONNEL A. All personnel that may be exposed to impacted materials

or who are supervising such personnel shall comply with training in accordance with 29 CFR 1910.120 and shall be familiar with the provisions of the Contractor’s HASP. PPE shall be worn at all times in accordance with the Contractor’s HASP.

Attachment A [Follows}

END OF SECTION

Page 82: Lower Harbor Brook CSO Storage Facility Project

006.64/8-11 02242-1 Permeation Grouting

02242

PERMEATION GROUTING

PART 1 - GENERAL 1.01 INTRODUCTION

A. The work covered in this specification consists of providing all labor, equipment, and materials, and performing all operations in connection with the required permeation grouting specified herein and as outlined in the Contract Documents.

1.02 INTENT

A. The intent of the permeation grouting specified herein is to reduce the permeability of the rock within the limits indicated in the Contract Documents and to achieve an improvement of the mechanical properties of the rock mass as detailed in these specifications.

1.03 RELATED SECTIONS

A. Section 01420 – Special Inspections B. Section 02015 – Geotechnical Instrumentation C. Section 02140 – Dewatering and Groundwater Control D. Section 02170 – Temporary Excavation Support Systems E. Section 02172 – Concrete Diaphragm Wall Construction F. Section 02993 – Rock Anchors

1.04 STANDARDS AND REFERENCES

A. American Society for Testing and Materials (ASTM)

ASTM A53 - Standard Specification for Pipe, Steel, Black and Hot-Dipped, Zinc-Coated, Welded and Seamless

ASTM C109 - Standard Test Method for Compressive

Strength of Hydraulic Cement Mortars ASTM C150 - Standard Specification for Portland Cement

ASTM C188 - Standard Test Method for Density of Hydraulic Cement

ASTM C204 - Standard Test Methods for Fineness of

Hydraulic Cement by Air-Permeability Apparatus ASTM D2113 - Standard Practice for Rock Core Drilling

Page 83: Lower Harbor Brook CSO Storage Facility Project

006.64/8-11 02242-2 Permeation Grouting

and Sampling of Rock for Site Investigation

ASTM D1586 - Standard Test Method for Standard Penetration Test and Split-Barrel Sampling of Soils

B. American Petroleum Institute (API)

API-13A - Specification for Drilling Fluids Materials API 13B - Standard Procedure for Testing Drilling

Fluids 1.05 DEFINITIONS

A. Permeation Grouting: Pressure injection of a viscous cement-based grout into bedrock and/or soil.

1.06 SCOPE OF WORK

A. The work shall consist of installing, monitoring, and testing permeation grout within the limits indicated on the Project Drawings to meet the acceptance criteria presented within these Specifications.

B. The permeability shall be reduced to 1x10-5

cm/s within the limits shown on the Contract Drawings.

C. In connection with the permeation grouting program, as shown on the Project Drawings, the Contractor shall provide all labor, materials, and equipment to accomplish the following items of work: 1. Installation and removal of grout pipes. 2. Furnish and inject permeation grout. 3. Record permeation grouting process including

pressures, lengths of hole injected, and volumes of grout takes for each location.

4. Follow Contractor’s approved permeation grouting

plan. 5. After grouting, perform coring and pump testing

under observation of the Owner’s Engineer to determine if specified ground improvements have been achieved. If ground improvements specified herein are not achieved to the satisfaction of the Owner’s Engineer, additional permeation grouting and modifications to the permeation grouting plan

Page 84: Lower Harbor Brook CSO Storage Facility Project

006.64/8-11 02242-3 Permeation Grouting

may be required.

D. It shall be the Contractor’s responsibility to determine and implement the systems and criteria to ensure that specified ground improvements are achieved.

1.07 SUBMITTALS Submit the following in accordance with Section S-013:

A. Prior to construction, submit the following prepared by the Grouting Specialist:

1. Mix design(s) indicating sources, types of grout

materials, additives with proportions and grout wet density when tested in accordance with ASTM C188 or API 13B.

2. Certified laboratory test results documenting that

the proposed grout mix meets requirements. 3. Work procedures and control criteria to include but

not be limited to: a. fluid injection pressure(s), including maximum

injection pressure b. method (e.g. upstage or downstage) c. stage length d. refusal criteria 4. A detailed Permeation Grouting Plan outlining the

hole spacing, layout, depth, estimated quantity of grout, and grout-pipe installation procedures required to treat the limits of rock shown in the Contract Documents and as specified herein. Include details of equipment to be used. The Plan shall show the basis for establishing grout target volumes at each hole, stage, and grout port. Grout hole locations shall be dimensionally referenced to the stationing shown on the Project Drawings.

5. Sources and properties of all materials including

water, cement, and admixtures. 6. Clean-up, spoils disposal, grout disposal. 7. Schedule of Operations – A schedule showing

Page 85: Lower Harbor Brook CSO Storage Facility Project

006.64/8-11 02242-4 Permeation Grouting

anticipated times for mobilization, pipe installation, and grouting operations.

8. Contingency plan addressing alternative means and

methods if initial efforts do not achieve specified ground improvements.

C. The following shall be submitted during the work:

1. Accurate and timely records of all permeation

grouting. These records shall include, but not be limited to:

a. grout mix and gel time b. injection date and time c. injection pressure and rate d. injection volumes e. injection location f. injection staging elevation, noting ground

surface elevation, top of rock elevation and total depth of hole

This data shall be displayed in a chart-type format acceptable to the Owner’s Engineer that facilitates rapid visual evaluation of the results of the work. This display shall be updated and made available to the Owner’s Engineer (on a daily basis for work done on the previous day) within 24 hours.

2. Any change in the predetermined grouting program necessitated by a change in the subsurface conditions.

3. Certificate of origin for reactant materials. 4. Results of all tests performed shall be recorded

on forms acceptable to the Owner’s Engineer and signed by the Contractor’s Grouting Specialist.

1.08 QUALITY ASSURANCE

A. The permeation grouting program, including installation of grout pipes, shall be performed by a prequalified Grouting Specialist.

Page 86: Lower Harbor Brook CSO Storage Facility Project

006.64/8-11 02242-5 Permeation Grouting

B. All permeation grouting operations shall be performed in

the presence of the Owner’s Engineer and under supervision of the Contractor’s Grouting Specialist.

C. After permeation grouting, coring and groundwater pump

testing shall be performed by the Contractor, witnessed by the Owner’s Engineer and under supervision of the Contractor’s Grouting Specialist to determine the degree of ground improvement achieved.

PART 2 - PRODUCTS 2.01 GROUTING EQUIPMENT

A. All permeation grouting equipment shall be of a type, capacity, and mechanical capability suitable for doing the work.

1. Grout mixer shall be a high speed, high-shear

colloidal mixer capable of fully mixing and hydrating cement. Mixer shall have adequate volume to provide required grout continuously at the required capacity when operated at the maximum discharge head pressure. Mixer shall have adequate volume to provide required grout without interrupting the grouting operations. The use of standard grout mixers such as a paddle mixer will not be allowed.

2. Agitator shall consist of a storage tank where the

thoroughly mixed grout from the mixer is stirred by a slowly revolving paddle and shall keep the particles of unstable grout in suspension while awaiting injection.

3. Grout pump shall be a progressing helical cavity

type and capable of pumping grout continuously at the required capacity when operated at the maximum discharge head pressure. The grout pump shall be equipped with by-pass valve to prevent sudden excessive grout pressure from developing at the grout hole connection. Grout pumps shall be capable of delivering grout to a point of injection at a pressure equal to and not less than three (3) psi for every one (1) foot of overburden. The elevation of the grout pump shall not exceed more than two (2) feet above the collar of the hole being grouted, where practicable.

Page 87: Lower Harbor Brook CSO Storage Facility Project

006.64/8-11 02242-6 Permeation Grouting

4. Hoses shall have an inside diameter of not less than one (1) inch and be capable of withstanding maximum water and grout pressures used.

5. Manifold shall consist of a system of valves to

allow for continuous circulation and accurate control of grout pressure and flow.

6. Provide suitable stop valves at collar of hole for

use in maintaining pressure, as required, until grout has set.

7. Provide a totalizing type volume meter, which reads

in cubic feet to the nearest cubic foot to accurately determine amount of grout injected.

8. Grouting equipment shall provide a continuous

circulation of grout and accurate pressure control, regardless of how small the grout take may be. In no case shall the pump be located more than 200 feet from the header of the hole being grouted. The equipment and lines shall be prevented from becoming fouled by the constant circulation of grout. Periodic flushing shall be done with the grout intake valve closed, the water supply valve open, and the pump running at full speed.

9. For each stage being grouted, two (2) accurate

pressure gages shall be installed for pressure measurements, one (1) gage at the grout pump and one (1) gage in the manifold at the collar of the hole.

10. Packers for permeation grouting shall be pneumatic

type capable of sealing the drill holes at specified depths and capable of withstanding, without leakage, the specified pressures for permeation grouting. A minimum of two (2) standby packers shall be on-site at all times.

B. The Contractor shall furnish one (1) set of calibrated

pressure gauges to be used as a master to check pressure gauges in the field. Proper certifications attesting the same shall be provided to the Owner’s Engineer. Proper fittings shall be provided for connection of calibrated pressure gauges parallel to the field gauges, for periodic checking of field gauges. The Contractor shall also furnish suitable calibrated devices for determining the accuracy of all volumetric and flow measuring devices. Equipment for measuring pressure, flow rate, or

Page 88: Lower Harbor Brook CSO Storage Facility Project

006.64/8-11 02242-7 Permeation Grouting

quantity shall be calibrated prior to initial grout placement and weekly thereafter.

2.02 GROUT PIPES

A. Grout pipes shall be galvanized steel pipe with a minimum inside diameter of one (1) inch conforming to ASTM A53.

B. Drilled grout port sets spaced at a maximum of two (2)

foot centers. C. A grout port set shall consist of a minimum of two (2)

holes spaced 180 degrees apart on the grout pipe. D. Grout holes shall have a diameter of no less than 0.75

in. E. Grout pipe shall be able to withstand installation

without significant deformation that would inhibit grouting injection activities.

2.03 MATERIALS

A. Permeation grout mix design to be determined by the Contractor’s Grouting Specialist. Permeation grout mix shall be designed to provide permanent improvement and shall be resistant to chemical attack by chlorides and sulfates. Perform groundwater sampling at anticipated grouting depths to verify chloride and sulfate concentrations for permeation grout mix design. Design life of grout shall be 100 years.

B. Permeation grout shall consist of a mixture containing portland cement or ultrafine cement and water. 1. The minimum 28-day compressive strength of the

grout shall be 4,000 psi when tested in accordance with ASTM C109.

2. Water shall be free of impurities that will affect the grout.

3. Portland cement shall be in compliance with ASTM

C150, Type I, II or III as required by design.

4. All cement used for grouting shall be furnished in moisture resistant bags and shall be stored in a waterproof temporary enclosure at the site. Transport, store, and protect all materials in the

Page 89: Lower Harbor Brook CSO Storage Facility Project

006.64/8-11 02242-8 Permeation Grouting

manner prescribed by the ultrafine cement manufacturer and as detailed on the approved product data sheets.

5. Admixtures including super plasticizers,

accelerators, retarders, and other admixtures as necessary shall be compatible with each other and with the soil, rock, and groundwater. Admixtures and additives may be proposed by the Contractor for review and acceptance by the Owner’s Engineer.

2.04 CORE DRILLING EQUIPMENT

A. Provide drilling equipment suitable for coring and

sampling grouted rock as specified. Provide standard core boxes for samples recovered.

2.05 PUMP TEST

A. A cumulative flow meter shall be used to monitor the volume of water discharged during the pump test. The flow meter shall be calibrated to read in US gallons.

B. Piezometers used for pump test shall be located and installed in accordance with Section 02015.

PART 3 - EXECUTION 3.01 PERMEATION GROUTING

A. General: 1. Grouting operations shall develop a permeation

grout zone as indicated on the contract drawings.

2. The grouting pressure for any one pipe shall not be more than two (2) psi per foot of overburden. Temporary high injection pressures will be permitted to crack open sleeve-ports, but these pressures will not be permitted for longer than a one minute duration. In any event, the rate of injection into any port shall not exceed three (3) gallons per minute.

B. Grout Mixing Method

1. The method of injection for permeation grouting shall be the continuous mixing method, with the proper quantities of materials automatically proportioned and continuously supplied at proper

Page 90: Lower Harbor Brook CSO Storage Facility Project

006.64/8-11 02242-9 Permeation Grouting

flow rates and pressures.

C. Grout Pipes

1. Grout pipes may be installed horizontally, inclined, or vertically to obtain the grout coverage shown on the Project Drawings.

D. During grout injection, closely monitor grout take and

injection pressure to achieve the following:

1. The permeation grout zone meets required specifications.

2. Avoid hydrofracturing of the ground.

3. Avoid ground surface heave.

4. Keep accurate records including but not limited to

the following:

a. Grout injection pressure

b. Grout injection flow rate

c. Total volume of grout injected

The Contractor shall compare the results of the grouting operations with the predicted values as submitted. If the values vary significantly, the Owner’s Engineer shall be notified immediately.

3.02 CORING

A. Upon completion of the permeation grouting, rock core samples shall be taken from the top of rock to five (5) feet above the bottom of grouted rock, at five (5) locations as directed by the Owner’s Engineer. Coring shall be performed in accordance with ASTM D2113 after the permeation grouted material has cured in situ for 28 days. The cores shall be placed in a standard core box clearly labeled and turned over to the Owner’s Engineer for review. The labels shall contain boring location, ground surface elevation and appropriate depths for each sample. Coring shall be witnessed by the Owner’s Engineer and drilling logs will be prepared by the Owner’s Engineer and provided to the Contractor.

3.03 PUMP TEST

Page 91: Lower Harbor Brook CSO Storage Facility Project

006.64/8-11 02242-10 Permeation Grouting

A. Before excavation of the shaft, the Contractor shall conduct a 48-hour pump test to verify the effective mass permeability of the modified ground.

1. Piezometers shall be installed in the boreholes

from coring, as specified in Section 02015 prior to the start of pump test.

2. The first 24 hours of the pump test shall be a

drawdown phase with continuous groundwater pumping.

3. The second 24 hours shall be a recharge phase without any groundwater pumping.

4. Data recorded during the pump test shall include,

but not be limited to:

a. Continuous piezometer readings from all piezometers located within the Shaft and hourly readings from all piezometers located outside of the Shaft for duration of the pump test.

b. At the start of the drawdown phase, total

volume of water discharged on a five (5) minute time interval from the start of the phase for one (1) hour or until the well is dry, whichever is longer, and then on an hourly basis for the remaining duration of the phase.

c. At the start of the recharge phase, water

levels of the wells shall be taken on a five (5) minute time interval from the start of the phase for one (1) hour and then on an hourly basis for the remaining duration of the phase.

5. The effective mass permeability shall be calculated

by the Contractor and the Owner’s Engineer based on the results from the 48-hour pump test.

3.04 FIELD QUALITY CONTROL

A. The Contractor shall notify the Owner’s Engineer a minimum of 48 hours in advance of placement to allow sufficient time for scheduling and observation of the work and for any corrective measures which are subsequently required.

Page 92: Lower Harbor Brook CSO Storage Facility Project

006.64/8-11 02242-11 Permeation Grouting

B. The Contractor shall demonstrate, using pump testing and any other means, satisfactory to the Owner’s Engineer, that the grouting zones have been thoroughly impregnated and stabilized with permeation grout and that the target permeability has been achieved.

C. Any grout hole that is lost or damaged due to mechanical

failure of equipment, inadequacy of grout supply, or improper injection procedure shall be tremie grouted to the top of rock elevation and replaced by another hole, drilled by the Contractor at his expense.

3.05 TESTING AND INSPECTION

A. The Contractor shall provide at the site all necessary quality control testing apparatus that are required to conduct material acceptance tests, proportioning tests, and grout quality tests for proper quality control of the work.

B. Grout samples shall be taken directly from the grout

plant at a frequency of once per batch of grout mix. Grout consistency as measured by grout density shall be determined by the Contractor per ASTM C188 or API 13B. Grout cubes will be cast for compressive strength testing in accordance with ASTM C109.

3.06 RESTRICTIONS

A. The Contractor will be responsible for the precise delineation of all above and below ground utilities.

B. The Contractor is responsible for disposal of spoils,

drilling fluids, etc. in accordance with Contract Documents and applicable local, state, and Federal regulations.

END OF SECTION 02242

Page 93: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 02300-1 Earthwork

SECTION 02300

EARTHWORK PART 1 GENERAL 1.01 SUMMARY

A. This Section includes all labor, materials, services and equipment necessary to complete the earthwork required for completion of the work.

B. Excavation, stockpiling, filling, and backfilling of test

pits to locate existing utilities, or any other purpose for which excavation may be needed.

C. Backfill excavations to the specified percent compaction.

D. Excavation shall include all excavation within the limits

specified herein for the removal of remnants of former structures, including, but not limited to, cemented sand and gravel, wood piles, granite blocks, timber structures, abandoned utilities, railroad tracks, and any other obstructions as ordered or approved by the Engineer.

E. Provide adequate dust control and maintain adjacent

streets and sidewalks in a clean and unencumbered state.

F. Prepare, grade, shape, compact, and protect all subgrades, backfills, and ground surfaces as shown on the Contract Drawings.

G. Place plastic separators, vapor barriers, mudmats, and

geotextiles as necessary.

H. Manage and legally dispose off-site all excess or unsuitable excavated materials, including but not limited to, soil, rock, cemented sand and gravel, water, demolition waste, drilling spoils, and debris that cannot be reused on-site in accordance with the requirements of the Contract Documents.

I. All other work related to required excavation,

stockpiling, furnishing earth materials, back filling, filling, compaction, subgrade preparation and protection, disposal, and other items incidental to earthwork.

Page 94: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 02300-2 Earthwork

1.02 RELATED SECTIONS

A. Section 01420 – Special Inspections B. Section 02015 – Geotechnical Instrumentation C. Section 02140 – Dewatering and Groundwater Control D. Section 02170 – Temporary Excavation Support E. Section 02224 – Impacted Material Handling F. Section 02230 – Selected Fill G. Section 02270 – Geotextile Fabric H. Section 02305 – Subbase I. Section 02370 – Erosion and Sedimentation Control J. Section 02646 – Rip Rap K. Section 02721 – Paving and Surfacing L. Section 02936 – Lawns M. Section 02950 – Planting

1.03 REFERENCES

A. Material and installation shall be in accordance with the latest revisions of the following codes, standards, and specifications, except where more stringent requirements are specified herein:

1. American Society for Testing and Materials (ASTM):

ASTM D698 – Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lbf/ft3)

ASTM D1557 - Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft-lbf/ft3)

2. New York State Department of State (DOS): BCNYS - Building Code of New York State 3. New York State Department of Transportation

(NYSDOT):

MUTCD - Manual of Uniform Traffic Control Devices

4. Occupational Safety and Health Administration (OSHA):

OSHA 1926 – Regulations 29 CFR Part 1926 Safety and Health Regulations for Construction

Page 95: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 02300-3 Earthwork

1.04 DEFINITIONS

A. Earthwork is defined to include, but not be limited to, clearing, topsoil removal and storage, asphalt and concrete pavement removal, concrete roadbase removal, classified and unclassified excavation for structures and trenches, overexcavation of unsuitable bearing materials, handling and disposal of surplus materials, maintenance of excavations, removal of water, backfilling operations, rough grading, embankments and fills, compaction, and protection of existing structures and facilities.

B. Excavated material shall be classified as provided

herein.

1. Common Excavation

a. Common excavation shall include all excavation except rock excavation.

b. All unconsolidated and non-hardened material,

rippable rock, loose rock, soft mineral matter, weathered rock, and soft or friable shale, which are removable with normal earth excavation equipment, shall be classified as common excavation.

c. All boulders and detached pieces of solid

rock, cemented sand and gravel, or concrete or masonry less than one cubic yard in volume shall be classified as common excavation.

2. Rock Excavation

a. Rock excavation shall include all sound solid

masses, cemented sand and gravel, layers and ledges of consolidated and hardened rock or mineral matter of such hardness, durability and/or texture that is not rippable or cannot be excavated with suitable earth excavation equipment.

b. Should a conflict arise as to the

classification of excavation as either common or rock, the following tests shall be used in the appropriate determination

Page 96: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 02300-4 Earthwork

1) Where practicable, a late model, tractor mounted, hydraulic ripper equipped with one ripping point of standard manufacturer's design adequately sized for use with and propelled by a crawler-type tractor rated a minimum of 240 fly-wheel horsepower (SAE Rating), operating in low gear, shall be utilized. Should the suspect material not be effectively loosened or broken down by ripping in a single pass with the aforementioned ripper, the material shall be classified as rock.

2) Where use of the ripper is impracticable,

classification as rock shall be determined when the material cannot be loosened or broken down by an excavator with a ripping bucket capable of a providing a minimum bucket breakout force of 48,000 pounds (SAE Rating) or an excavator equipped with a hydraulic breaker capable of 15,000 ft-lbs of impact energy.

3. In excavations where mixed areas of common

excavation material and rock excavation material are encountered, individual classification of each material shall be made on an average percentage basis of occurrence of those materials as measured in sections through such excavation and as approved by the Engineer.

4. Rock excavation shall be by mechanical methods or

other methods approved by the Engineer. 1.05 SUBMITTALS

A. Submittals shall be in accordance with the provisions set forth in the Special Project Conditions, General Provisions, and General Specifications.

B. Other Submittals

1. Contractor's proposed method(s) of compaction and

equipment.

Page 97: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 02300-5 Earthwork

2. Results of sieve analysis and compaction (Proctor) testing for all backfill materials.

3. Qualifications of selected earthwork Contractor.

4. Methods for obstruction removal along the alignment

of the temporary excavation support walls including procedures for excavation support installation, protection of site improvements and backfilling as related to obstruction removal.

5. A narrative and drawings (plans and elevations at

1 inch = 40 feet scale) describing the schedule, construction sequence and procedures for dewatering, temporary excavation support installation, excavation, bracing installation and removal, subgrade preparation, manhole and pipe placement methods, structure foundation construction (including lateral limits of base slab pours and vertical and lateral limits of foundation wall pours), cold weather subgrade protection, backfilling, depressurization, soil handling, stockpiling and other related activities.

1.06 SAFETY

A. Method of construction shall be such as to ensure the

safety of the work, project participants, the public, third parties, and adjacent property, whether public or private. All work shall conform to the requirements of all Federal, State, and local laws and regulations. The Contractor is solely and completely responsible for maintaining safe work conditions at the site at all times.

C. The safety officer shall administer an accident

prevention program, and shall prepare a code of safe practices and an emergency plan. Provide the Owner’s Engineer with a copy of each prior to starting work. Hold safety meetings and provide safety instruction for new employees.

1.07 QUALITY ASSURANCE

A. Some work under this section is subject to Special Inspection in accordance with the Building Code of New York State. Contractor shall provide notification and access to work in accordance with Section 01420.

Page 98: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 02300-6 Earthwork

Special Inspections will be performed in accordance with Section 01420.

PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION 3.01 SITE CLEARING AND GRADING

A. Areas of the site will be cleared and graded to the elevations indicated on the existing site plan.

B. Sites of all construction work shall be cleared of all trees, stumps, brush, large roots, rubbish, snow, water and other surface materials within the limits outlined in the Contract Documents or, if not designated, as required for the work.

C. All such material shall be removed from the project site

to a location approved by the Engineer and disposed of as surplus.

D. All trees, shrubbery or other vegetation that are

designated to remain or whose removal is not specifically required for construction shall be adequately protected and preserved as required by the Contract Documents.

E. When trees are to be protected or preserved, excavation

and grubbing, except as directly required for construction, shall not be performed under the spread of tree branches.

F. No storage of topsoil, materials or construction

equipment will be permitted under the radius of tree spread.

G. Where trees are removed, such removal shall include

complete removal of stump and roots to a distance of no less than 5 feet all around the trunk of the tree. Roots shall be removed at greater distances if necessary to prevent interference with new construction.

3.02 TOPSOIL REMOVAL AND STORAGE

A. All topsoil, loam or other natural organic materials covering the work areas shall be removed and, when suitable for reuse as topsoil, shall be stockpiled.

Page 99: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 02300-7 Earthwork

B. Stockpiles shall be established only at locations

approved by the Engineer and shall be maintained to prevent erosion and contamination until reuse; do not stockpile immediately adjacent to other stockpiled materials.

3.03 PAVEMENT REMOVAL

A. Asphalt and concrete pavements covering areas to be excavated shall be broken up, removed and then disposed of in accordance with Article 3.07 below.

B. Where roadway pavement work is required by this project,

all pavement required to be removed shall be saw cut and removed such that the integrity of pavements to remain is protected.

3.04 STRUCTURE EXCAVATION

A. Minimum limits for structure excavation shall be the lines and subgrades shown on the Contract Drawings and a minimum distance of 3 feet outside the edge of slabs unless otherwise shown.

B. Excavations that are not laterally supported shall be

carried to slopes which are safe for the specific material in which the excavation is made. Undercutting of excavation faces will not be permitted. No claim may be made by the Contractor for extra work for damages resulting from slope instability or extra earthwork required to maintain safe slope conditions.

C. The Contractor shall determine the amount of additional

excavation required beyond the minimum specified distance from the structure.

D. The Contractor shall be responsible for excavation of all

types of materials encountered, including excavation of unsuitable bearing materials where indicated on the drawings.

E. Prohibit disturbance of subgrade soils from equipment.

Therefore, operate equipment on dunnage, at working levels above the subgrade, and/or utilize other procedures to maintain the firm, undisturbed character of the natural bearing soils. Incidental traffic of personnel and equipment across subgrades is prohibited.

Page 100: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 02300-8 Earthwork

F. Place indicated geotextile fabric and working mat

immediately following excavation and subgrade approval; in a manner that preserves the undisturbed bearing character of the subgrade soils.

G. Excavations for structures shall not be excavated below

the planned subgrade, unless required to remove materials which are determined to be unacceptable for the support of the structures. Unsuitable soils shall be excavated below the required subgrade to firm, undisturbed bearing materials and a backfill material installed as specified or indicated.

H. Such specified or indicated backfill material required as

a result of the Contractor's actions or inactions in excavating to required subgrade levels shall be at the Contractor's expense.

I. Exposed subgrade surfaces shall remain undisturbed,

drained, protected and maintained as uniform, plane areas, shaped as required to receive the foundation components of the structures.

J. If the Contractor does not properly control groundwater

or otherwise neglects to conduct the excavation work properly such that the soils at the design excavation level are preserved in an undisturbed state, the Contractor shall remove the unsuitable material and replace it with filter fabric and acceptable backfill at the Contractor’s own expense so that the condition of the subgrade meets the specified requirements before any work is placed thereon.

3.05 TRENCH EXCAVATION

A. Trench excavations shall be carried to the lines and subgrades shown on the Contract Drawings.

B. The Contractor is responsible for excavation of all

material encountered, and trench widths for pipes shall be held within the minimum and maximum limits shown on the Contract Drawings except where safety standards dictate a modification in trench side slopes.

C. The Contractor is solely responsible for meeting all

applicable safety standards.

Page 101: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 02300-9 Earthwork

D. Maximum payment limits are described in the Payment Items, where unit price payment items are included.

E. Excavation shall be made with a smooth-edged bucket or

blade such that a flat bottom trench of undisturbed bearing soil and of allowable width is established at the required subgrade elevation for subsequent installation of pipe foundation material. If fill soils are present at pipe subgrade level, over-excavate to remove the fill soils to naturally deposited soils, unless otherwise directed.

F. If indicated on the Contract Drawings or when required as

a result of unsuitable soil conditions, trench excavation shall be carried below the required subgrade and a special pipe foundation installed. In any event, the Contractor's operations shall result in stable trench walls and a firm, undisturbed stable base, free from standing water, in accordance with trench width requirements.

G. Bedrock, boulders and cobbles greater than 6 inches shall

be trimmed back or removed on all faces of the trench so that no rock protrudes within 6 inches of any installed pipe.

H. Prohibit disturbance of subgrade soils from equipment.

Therefore, operate equipment on dunnage, at working levels above the subgrade and/or utilize other procedures to maintain the firm, undisturbed character of the natural bearing soils. Incidental traffic of personnel and equipment is prohibited.

I. Place indicated geotextile fabric and pipe bedding

immediately following excavation and subgrade approval, in a manner that preserves the undisturbed bearing character of the subgrade soils.

J. No trenches shall be left unsecured overnight.

3.06 UNAUTHORIZED EXCAVATION

A. The Contractor shall not be entitled to any compensation for unauthorized excavation carried beyond or below the lines and subgrades prescribed in the Contract Documents. The Contractor shall refill and compact such unauthorized excavations at their own expense and in conformance with the provisions of this subsection.

Page 102: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 02300-10 Earthwork

B. Should the Contractor, through negligence or for reasons

of his own, carry his excavation below the designated subgrade, 3,000 psi concrete or such other material as may be approved by the Engineer, as specified in Section 02230, shall be furnished and placed as backfill in sufficient quantities to reestablish the required subgrade surface. Granular material used for backfilling shall be spread and compacted in conformance with the requirements of this section. The cost of any tests required as a result of this refilling operation shall be borne by the Contractor at no additional cost to the Owner.

C. If the maximum widths of pipe trenches are exceeded, the

installed pipes shall be fully cradled in a minimum of 6 inches of 3,000 psi concrete, at the Contractor's expense. Excavation below subgrade which is ordered by the Engineer because the normal subgrade has been disturbed by the Contractor's operations shall be considered as unauthorized excavation, and is subject to correction as outlined above.

3.07 SURPLUS MATERIAL

A. On-site reuse of surplus materials from excavations, if permitted, shall be as approved by the Engineer. Otherwise, surplus material shall be hauled from the site, and the Contractor shall make all arrangements for disposal sites. All expenses for hauling and disposal shall be included by the Contractor in the cost of the unit prices bid for various earthwork which generates the surplus material. The Contractor shall investigate all aspects of surplus material disposing operations. All surplus materials including pavement rubble, tree stumps, trash and debris shall be disposed of in a legal manner at an approved off-site facility. All vehicles hauling surplus material off-site utilizing public roadways shall have their loads covered in accordance with state and local laws. Surplus excavated material removed by in-the-wet excavation methods shall be stockpiled on site and allowed to drain prior to transport off site in accordance with applicable regulatory requirements.

B. Impacted materials shall be handled and disposed of in

accordance with Section 02224 Impacted Material Handling.

Page 103: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 02300-11 Earthwork

C. Vehicles used to haul soft or wet material over streets or pavements shall be sufficiently tight to prevent material leakage on the streets or pavements. In all cases where any materials are dropped from the vehicles of the Contractor, the Contractor shall clean up the same immediately and keep crosswalks, street and pavements clean and free from debris.

D. Prior to disposal of surplus material at any off-site

location, the Contractor shall obtain a written agreement between himself and the owner of the property on which the disposal of the material is proposed. The agreement shall state that the owner of the property gives permission for the Contractor to enter and deposit material of a particular classification on the owner's property at no expense to the project Owner, and shall include any other conditions pertinent to the situation as agreed upon by each party, including that the County of Onondaga, New York shall be indemnified and held harmless with regard to the disposal of the surplus materials on the owner’s property. A copy of such agreement shall be promptly furnished to the Engineer.

3.08 MAINTENANCE OF EXCAVATIONS

A. All excavations shall be properly and legally maintained while open and exposed.

B. All excavations shall be enclosed with suitably supported

temporary fencing, guardrails or barricades.

C. Sufficient and suitable barricades, warning lights, flood lights, signs, etc. to protect the public shall be installed and maintained at all times until the excavation has been backfilled and graded to a safe and satisfactory condition.

D. All barricades, signs and markers shall be reflective and

shall conform to the requirements of the NYSDOT MUTCD. 3.09 BACKFILL MATERIALS

A. Granular materials required for filling, backfilling, bedding, subbase and other purposes shall be as shown on the Contract Drawings. Requirements for off-site granular materials are specified in Section 02230.

Page 104: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 02300-12 Earthwork

B. Select fill materials shall be used as specified and indicated for backfill, and when excavated material cannot be used as backfill.

C. If the excavated material on site is approved for reuse

as being suitable for filling or backfilling purposes, it shall be used.

D. On-site material is designated Type "X" material.

E. When on-site materials are used, the Contractor shall

remove all frozen material, stone larger than 6 inches in dimension, trash, and debris, from such material prior to placement.

F. The Contractor may, at their own expense, substitute

other types of material specified elsewhere in place of on-site material, provided that all documentation requested by the Engineer, justifying such substitution is submitted by the Contractor sufficiently in advance to permit proper review by the Engineer and provided that all replaced material is disposed of as outlined in Article 3.07.

3.10 GENERAL BACKFILLING REQUIREMENTS

A. Backfilling shall be started as soon as practicable and after structures or pipe installations have been completed and inspected, and/or concrete has acquired a suitable degree of strength.

B. Backfilling shall be carried on expeditiously thereafter.

C. Backfill shall be started at the lowest section of the

area to be backfilled.

D. Natural drainage shall be maintained at all times.

E. Areas to be backfilled shall be inspected by the Engineer prior to backfilling operations.

F. No backfill shall be placed against foundation walls or

structural members unless properly shored and braced or of sufficient strength to withstand lateral soil pressures.

Page 105: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 02300-13 Earthwork

G. Backfill material shall be inspected by the Engineer prior to placement and all roots, vegetation, organic matter, or other foreign debris shall be removed.

H. Backfill material shall not be placed when moisture

content is too high to allow proper compaction.

I. When material is too dry for adequate compaction, water shall be added to the extent necessary.

J. No backfill material shall be placed on frozen ground,

snow and/or ice, nor shall the material itself be frozen or contain frozen soil fragments when placed.

K. No calcium chloride or other chemicals shall be added to

prevent freezing.

L. Material incorporated in the backfilling operation which is not in satisfactory condition shall be subject to rejection and removal at the Contractor's expense.

M. If the Contractor fails to stockpile and protect on-site

excavated material acceptable for backfill, then the Contractor shall provide an equal quantity of acceptable off-site material at no expense to the Owner.

3.11 METHOD OF COMPACTION

A. General

1. The Contractor shall adopt compaction methods which will produce the degree of compaction specified herein, prevent subsequent settlement, and provide adequate support for the surface treatment, pavement, structure and piping to be placed thereon, or therein, without damage to the new or existing facilities.

2. Methods used shall avoid disturbance and/or damage

to underlying fine-grained soils and to subsurface utilities.

3. Hydraulic compaction by ponding or jetting will not

be permitted.

4. Backfill material shall not be left in an uncompacted state at the close of a day's operation.

Page 106: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 02300-14 Earthwork

5. Prior to terminating work, the final layer of

compacted fill, after compaction, shall be rolled with a smooth-wheel roller if necessary to eliminate ridges of soil left by tractors or trucks used for compaction.

6. As backfill progresses, the surface shall be graded

such that no ponding of water shall occur on the surface of the fill.

7. Fill shall not be placed on snow, ice or soil that

was permitted to freeze prior to compaction. These unsatisfactory materials shall be removed prior to fill placement at the Contractor’s expense.

B. Equipment

1. Generally, equipment for compaction shall be the

largest equipment consistent with space limitations of the work areas, the need to protect adjacent facilities and newly placed works, and the need to protect subgrade soils.

2. Compaction of granular material adjacent to

foundation walls, manholes, slabs, and in other confined areas shall be accomplished by means of a drum-type, power driven, hand-guided vibratory compactor, or by hand-guided vibratory plate tampers.

3. Hand or pneumatic tamping shall be used where other

methods are not practical. Tools shall weigh at least 20 pounds. Hand tamping shall be performed with iron tampers having a tamping face not exceeding 25 square inches in area. The method shall consist of one person tamping for each person shoveling backfill into the excavation. The material shall be spread and compacted in layers not to exceed 6 inches prior to compaction. If necessary, sprinkling shall be employed in conjunction with tamping. The percent of compaction of the material shall be as specified herein or as shown on the plans.

4. If the proposed method does not give the degree of

compaction required, an alternate method shall be

Page 107: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 02300-15 Earthwork

adopted, at no additional cost to the Owner, until the required compaction is achieved.

5. The moisture content of backfill or fill material

shall be adjusted, if necessary, to achieve the required degree of compaction.

C. Natural Subgrade

1. The natural subgrade for all structural components

or pipes shall consist of firm undisturbed natural soil considered suitable bearing material, at the grades shown on the Contract Drawings. Fill, alluvial and glaciolacustrine soil deposits are considered unsuitable bearing materials, while the Glaciofluvial soil deposit is considered suitable bearing material.

2. After excavation to subgrade is completed, the

suitability of the exposed soils as a subgrade shall be subject to the approval of the Engineer. If directed, the subgrade shall be compacted.

3. Compaction shall be limited to that required to

compact loose surface material and shall be terminated in the event that it causes disturbance to underlying soils, as revealed by weaving or deflection of the subgrade under the compaction equipment.

4. If the subgrade soils consist of saturated fine or

silty sands, silts, or clay, no compaction shall be applied.

D. Minimum Compaction Requirements

1. Unless specified otherwise on the Contract Drawings

or in these specifications, the degree of compaction specified for the various items listed in Table 02300-1 (found at the end of this section) shall be the minimum allowable.

2. Unless the Contractor can successfully demonstrate

that their methods will produce the required degree of compaction, materials to be compacted shall be placed in layers not exceeding the uncompacted thicknesses listed in Table 02300-1.

Page 108: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 02300-16 Earthwork

3. The Engineer may order in-place density tests to ascertain conformance with the compaction requirements shown on Table 02300-1.

4. Tests may be ordered for every 200 cubic yards of

fill or backfill placed or at 75 linear foot intervals of pipeline backfilled, or frequencies deemed necessary by the Engineer to reliably and consistently determine the general compaction level being achieved.

5. The Contractor shall dig test holes at no

additional cost to the Owner when requested for the purpose of taking an in-place density test below the current fill level.

6. The Contractor shall provide free access to

trenches and fill areas for the purpose of making such tests. Payment for these tests will be made by the Contractor, unless otherwise specified elsewhere in the Contract Documents.

7. The Contractor shall anticipate time needed due to

testing procedures and shall not have claims for extra compensation occasioned by such time.

8. All laboratory moisture/density testing will be

conducted in accordance with ASTM D1557 (Modified Method D) and ASTM D698 (Standard).

9. Minimum field compaction requirements in

Table 02300-1 are expressed as a percentage of the maximum dry unit weight of the material compacted in the laboratory.

3.12 BACKFILL FOR PIPE TRENCHES

A. General

1. Pipe foundations, to a depth of 1 foot above the pipe, shall be placed in 6-inch layers and thoroughly compacted by approved mechanical methods to ensure firm bedding and side support. Refer to Table 02300-1, Nos. 4 and 5, for density requirements.

2. For plastic or polyethylene pipe materials, do not

compact directly over pipe until 2 feet of cover

Page 109: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 02300-17 Earthwork

has been installed. Compaction shall be applied on both sides of pipe or as otherwise specified. Pipe foundations are specified in the appropriate Specification Sections covering underground piping.

3. When backfill reaches 1 foot above the top of the

pipe, the entire surface shall be compacted by mechanical means except as provided above.

4. The remainder of the trench shall be backfilled and

compacted in accordance with Article 3.11 and by one of the following methods, depending on the nature of backfill material and location of trench.

B. Method A (All paved areas including driveways, parking

areas, walks, etc.)

1. Backfill material shall be placed in layers not exceeding 6 inches thick and each layer thoroughly compacted with a backhoe mounted hydraulic or vibratory tamper, up to 4 feet under pavement (below bottom of pavement base). The upper 4 feet shall be compacted using hand-guided or small self-propelled vibratory or static rollers or pads in layers not exceeding 6 inches in thickness. Refer to Table 02300-1, No. 5, for density requirements.

2. For pipelines in State or County highways, backfill

material and compaction shall conform to the standard specifications or specific requirements of the highway owner.

3. Where a gravel-cement mixture (Type G) backfill is

specified, the dry gravel and cement mixture shall be placed in the trench, in 6-inch layers and thoroughly tamped using mechanical or vibratory tampers. Water shall be not introduced to the gravel-cement mixture during its placement and compaction.

C. Method B (For lawns and Non-Paved Areas) - Refer to

Table 02300-1, No. 7, for compaction and density requirements. Top of backfill shall be compacted by mechanical means and surface maintained prior to topsoil installation, fine grading, and seeding. Regrade and reseed if required to maintain grade within guarantee period.

Page 110: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 02300-18 Earthwork

3.13 TEMPORARY PAVING

A. The Contractor shall place temporary paving over all trenches and excavations within paved areas as soon as backfilling is completed. All backfilled trenches in paved areas shall be provided with temporary paving at the completion of any days work operations, regardless of whether such paving must be removed for subsequent work.

B. All temporary paving materials and installation shall be

in accordance with Section 02721. 3.14 BACKFILL FOR STRUCTURES

A. Backfill shall be placed in layers not exceeding eight 8 inches thick and thoroughly compacted by mechanical means.

B. In addition, where pipelines or conduits are to be placed

in structure backfill, all backfill under the pipes shall be Type F crushed stone unless a specific method of supporting such pipes is specified.

3.15 GRADING

A. After the completion of all fill and backfill operations, the Contractor shall grade the site to the lines, grades and elevations shown on the Contract Drawings, taking into account any subsequent site restoration and paving requirements.

B. Finish grading shall not be done until the installation

of all underground utilities has been completed. 3.16 EXISTING FACILITIES

A. Some of the existing subsurface facilities likely to be encountered during construction of the work, or located in such close proximity to the work to be done under the Contract as to require special precautions and methods for their protection are indicated on the Contract Drawings.

B. These facilities include, but are not limited to, bridge

abutments, railroad embankment, sewers, drains, water mains, gas mains, utility poles, conduits and their appurtenances.

Page 111: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 02300-19 Earthwork

C. The sizes, locations, and heights or depths of existing facilities indicated are only approximate and the Contractor shall conduct operations with caution.

D. The Contractor shall not claim nor shall be entitled to

receive compensation for damages sustained by reason of the inaccuracy of the information given or by reason of the Contractor’s failure to properly maintain and support such structures.

E. There may be other subsurface facilities, the existence

and/or location of which are not known, such as individual water and gas services, electrical conduits, telephone, storm drains, etc.

F. The Contractor shall consult with the owners of such

facilities and, if possible, shall determine, prior to construction, the location and depth of any such facilities which may exist in the area to be excavated.

G. If underground facilities are known to exist in an area

but their location is uncertain, the Contractor shall exercise reasonable care in his excavation technique to avoid damage to them.

H. Notification and Protection Procedures - Except where

superseded by state or local regulations, or in the absence of any applicable regulations, the Contractor shall, as a minimum, include the following procedures during intrusive activities:

1. Prior to any intrusive work:

a. Determine correct field location of all nearby

underground facilities to arrange for the owner of the utilities to locate them.

b. Notify owners of nearby underground facilities

when intrusive work is to take place, allowing them reasonable time to institute precautionary procedures or preventive measures which they deem necessary for protection of their facilities.

c. In cooperation with owners of nearby

facilities, provide temporary support and protection of those underground facilities which may be especially vulnerable to damage

Page 112: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 02300-20 Earthwork

by virtue of their physical condition or location, or those which could create hazardous conditions if damaged.

2. Immediately notify any utility owner of any damage

to their underground facilities resulting from the Contractor's operations, and arrange for repairs to be made as soon as possible, as coordinated with the owners of the damaged utilities and as reviewed with the Engineer. All costs associated with repair of damaged utilities will be borne by the Contractor.

3. In case of an electrical short, or escape of gas or

hazardous fluids (resulting from damage to an underground facility), immediately notify the City of Syracuse, local Fire Department, and all persons who might be endangered and assist in evacuation of people from the area.

I. Support of Existing Facilities

1. Existing facilities encountered within an excavated

area shall be adequately supported, blocked and/or braced in a manner approved by the owner of the facility.

2. If required by the owner of such facility, such

supports shall be left in place to the extent required. Backfilling and compaction under and around the facilities shall be accomplished with extreme caution so as not to disturb or damage the facility or its supports, and so as to prevent future settlement and possible rupture of the facilities.

3. Existing facilities removed by the Contractor in

lieu of support of such facilities shall be replaced at the Contractor's cost.

J. Relocation of Existing Facilities (Except as Otherwise

Provided)

1. Should the location or position of any gas or water pipe, public or private sewer or drain, conduit or other structure be such as, in the opinion of the Engineer, to require its removal, realignment or change, such alteration shall be without cost to

Page 113: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 02300-21 Earthwork

the Contractor for the work of removal, realignment, or change only; however, such structure shall be uncovered and supported or sustained by the Contractor at his own cost and expense before such removal or before and after such realignment or changes, as constituting part of his Contract.

2. The Contractor shall not become entitled to claim

any damages or extra compensation for or on account of the presence of such structures or on account of any delay due to removal or rearrangement of the same, but the Contractor shall be entitled to such an extension of time for the completion of the work as the Engineer shall decide that the work has been delayed by the removal, realignment or change of such obstruction.

K. Pad/Protect Existing Paved Areas and Road Surfaces

1. If Contractor supervised, owned and/or operated

tracked excavating machines are used on, near or over existing paved areas and/or road surfaces, then planking or other appropriate padding must be utilized by the Contractor to distribute the load over a large section of pavement.

2. All paved areas, road surfaces, sidewalks and curbs

that are damaged or destroyed due to the Contractor's actions shall be properly and promptly restored. All such restoration shall be carried out in accordance with the Contract Documents, to the satisfaction of the Engineer and at no cost to the Owner.

(continued)

Page 114: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 02300-22 Earthwork

TABLE 02300-1

MINIMUM COMPACTION REQUIREMENTS

TYPE OF BACKFILL

MAXIMUM UNCOMPACTED FILL LAYER THICKNESS (INCHES)

MINIMUM COMPACTION (PERCENT)

PER ASTM METHOD

FREQUENCY OF IN-PLACE UNIT WEIGHT

TESTING

1. Fill beneath structure foundation elements - hand-guided compaction

6 95 D1557 Every 500 CY of fill placement(2,3)

2. Fill beneath structure foundation elements - self-propelled or tractor-drawn compaction

8 95 D1557 Every 500 CY of fill placement(2,3)

3. Fill under slabs-on-grade, and backfill around structures and above footings

8 95 D1557 Every 500 CY of fill placement(2,3)

4. Fill under pipelines and pipe bedding

6 95(1) D1557 Every 200 LF of trench per foot of fill

5. Pipe sidefills and top 4 feet of trench backfill under paved areas and unpaved areas to support construction traffic

6 95 D1557 Every 200 LF of trench per foot of fill

6. Cement-gravel trench backfill

6 95 D1557 Every 500 CY of fill placement

7. Trench backfill under lawns, gardens and cultivated fields

12 90 D698 Every 200 LF of trench per foot of fill

8. Other trench backfill 12 90 D698 Every 200 LF of trench per foot of fill

9. Embankments not supporting pavement or structures

12 90 D1557 Every 1,000 CY of fill placement

10. Rough site grading 12 90 D698 Every 1,000 CY of fill placement

11. Dense graded crushed stone pavement subbase

6 98 D1557 Every 10,000 SF of area as pavement subbase

12. Riprap 12 N/A N/A N/A

(1) Minimum of two passes of compaction equipment. (2) Minimum of one test per lift below individual structures. (3) Minimum of one test per foot of fill thickness for each 100 linear

feet of backfill around structure perimeter.

END OF SECTION

Page 115: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 02514-1 Precast Concrete Manholes, Catch Basins and Structures

SECTION 02514

PRECAST CONCRETE MANHOLES, CATCH BASINS AND STRUCTURES PART 1 GENERAL 1.01 SUMMARY A. The Contractor shall furnish and install precast

concrete manholes, catch basins, and structures of the type(s) shown on the Contract Drawings and as specified herein. The work shall include the following:

1. Required inlet and outlet pipe connections for

new and/or existing sewers, frames and covers, masonry, concrete, reinforcing steel, special pipe fittings, catch basin hoods, precast units, all other materials, tools and equipment necessary to produce complete manholes.

2. Manholes and structures shall be watertight.

Testing shall be in accordance with Section 02530, Sewage and Drainage Piping Installation. Associated work such as excavation, backfilling, grading and paving is specified elsewhere.

1.02 RELATED SECTIONS

A. Section 02230, Selected Fill B. Section 02300, Earthwork C. Section 02530, Sewage and Drainage Piping Installation D. Section 03300, Cast-in-Place Concrete

1.03 REFERENCES

A. Material and installation shall be in accordance with the latest revisions of the following codes, standards, and specifications, except where more stringent standards have been specified herein:

1. American Society for Testing and Materials (ASTM) 2. Occupational Safety and Health Administration

(OSHA) 3. American Association of State Highway and

Transportation Officials (AASHTO) 4. New York State Department of Transportation

(NYSDOT)

Page 116: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 02514-2 Precast Concrete Manholes, Catch Basins and Structures

5. City of Syracuse Standards for Stormwater Drainage Structures (on City property).

1.04 SUBMITTALS

A. Submittals shall be in accordance with the provisions set forth in the Special Project Conditions, General Provisions, and General Specifications.

B. Prior to obtaining any material in connection with

this Section, detailed shop drawings and details of all precast concrete units shall be submitted.

C. Other Submittals

1. Pipe to manhole/structure joint details. 2. Non-shrink grouts. 3. Shop drawing of manhole steps, including

attachment details if not integrally cast with manhole.

4. Shop drawings of manhole frames and covers. 5. Shop drawings of catch basin hoods, including

attachment details. 6. Six (6) complete sets of structural design

calculations for each precast structure supplied. Design calculations shall be performed by a professional engineer licensed in the State of New York. Design calculations shall be submitted for record purposes only and will be retained by the Engineer.

7. Shop drawings showing typical design,

reinforcing, and manufacturing details of precast concrete bases.

8. Schedule of all manholes, catch basins or

structures with type size, locations, numbers, dimensions, etc.

1.05 QUALITY ASSURANCE A. Only precast reinforced concrete sections made in a

plant currently approved by NYSDOT for manufacture of concrete pipe, shall be used to construct manholes.

Page 117: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 02514-3 Precast Concrete Manholes, Catch Basins and Structures

B. The manufacturer shall certify that all precast

concrete structures furnished to this project shall conform to the requirements of the Contract Documents and shall conform to ASTM Specification C-478, or ASTM Specification C-789 or C-850, as appropriate, except as modified and/or supplemented in this section of the specifications.

PART 2 PRODUCTS 2.01 MANUFACTURERS

A. The following are acceptable manufacturers: 1. Syracuse Concrete Pipe and Products 2. Binghamton Precast and Supply 3. Kistner Precast Concrete Products 4. The Fort Miller Company, Inc. 5. Precast Concrete Sales Co. 6. Approved equal 2.02 PRECAST CONCRETE BASES A. Bases may be precast concrete, except when restricted

by Part 2.03 of this Section. Their design and fabrication shall conform to the following:

1. The general requirements of this section. 2. The provisions of ASTM Specification C-478.

3. The basic dimensions shown on the Contract Drawings.

B. The horizontal joint at the top of the base shall be

compatible with that of the precast wall sections. C. The precast bases shall be uniformly supported on a

compacted, level, geotextile lined foundation mat of Type "F" run-of-crusher stone, as specified in Section 02230 Selected Fill.

1. The foundation mat shall bear on sound

undisturbed earth, lined with geotextile.

Page 118: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 02514-4 Precast Concrete Manholes, Catch Basins and Structures

2. The minimum depth of the mat shall be twelve inches throughout, but shall vary to the depth necessary to reach undisturbed earth.

3. Minimum diameter of the mat shall be the outside

diameter of the base plus two feet. D. The precast bases shall be manufactured with openings

in the wall to receive the ends of the pipe, and shall be accurately set to conform with line and grade of the pipe.

1. Openings shall be precast or machine cored. 2. All connections between manholes/structures and

pipes shall be watertight using flexible rubber sleeves attached to the manhole/structure at the opening and connected to the pipe by means of stainless steel straps and bolts.

3. The flexible rubber sleeves shall be installed in

accordance with the manufacturer's instructions. 4. Where sleeve sizes are not commercially available

due to either the size of the pipe to be connected or due to the outside diameter of the pipe not allowing a proper sleeve fit, the Contractor shall connect the pipe to the manhole/structure opening using an elastomeric waterstop gasket.

5. At manholes connecting to existing sewers the

pipe shall be accurately positioned in the openings, properly secured against movement, and the remaining annular space between the pipe wall and the base completely packed with A-H Axpandcrete S Hi-Flow, by Anti-Hydro International, Masterflow 713 by Master Builders, or Five Star Grout by Five Star Products, Inc.; or approved equal.

6. Before the grout has set, the Contractor shall

recheck invert elevations of the ends of the pipe, and perform any adjustments which are necessary to establish the required line and grade of the pipe.

E. Manhole bases shall conform to the details shown on

the Contract Drawings.

Page 119: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 02514-5 Precast Concrete Manholes, Catch Basins and Structures

F. All precast concrete bases shall be free from cracks,

damaged joints, exposed reinforcing, aggregate pockets, spalls, and dimensional distortions or other irregularities. Any rejected units shall be tagged and removed from the job site immediately.

2.03 CAST IN PLACE CONCRETE BASES A. Except when casting in place is specifically called

for on the Contract Drawings, or when manholes are to be constructed over existing pipes, manhole bases may be precast or cast in place concrete at Contractor's option. Bases for manholes to be constructed over existing pipes shall be cast in place. Cast in place concrete bases shall be constructed utilizing Class B 3000 psi concrete (see Section 03300, Cast-in-Place Concrete). The base shall bear on a compacted crushed stone foundation consisting of twelve inches of Type "F" run-of-crusher stone as specified in Section 02230, Selected Fill. The foundation mat shall be extended to geotextile lined undisturbed earth. Minimum diameter of the foundation mat shall be the diameter of the base plus two (2) feet. In general, the cast concrete base shall extend to a minimum height of 4 inches above the top of the highest pipe which connects to the manhole, as shown on the Contract Drawings. Ends of pipe shall be properly positioned and built into the formwork so that each pipe becomes completely encased in, and an integral part of, the cast base. A special key-ring shall be used where precast walls are to be installed. This is to insure that the base will be carefully formed to receive the end of the wall section.

B. Connections between existing sanitary sewer pipes and

manholes/structures shall be made by casting the base around the existing pipe with a 1-inch by 2-inch block out. The block out material shall then be removed and replaced with an expanding joint sealer (activated oakum or compressed foam) and covered with non-shrink grout.

C. Minimum concrete Class "C" (per Part 2.07 of this

Specification Section) shall be used for bench walls and all exposed surfaces shall receive a steel

Page 120: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 02514-6 Precast Concrete Manholes, Catch Basins and Structures

troweled finish. Horizontal surfaces of bench walls shall then be brush finished. Concrete shall be maintained free from ground water for at least four hours immediately following casting.

2.04 PRECAST CONCRETE WALLS AND MANHOLE TOPS A. Precast Concrete Walls 1. Precast concrete walls shall be fabricated using

straight, circular pipe sections. 2. The total height of precast wall required for

each manhole shall be determined in the field.

4. The vertical distance between the top of the assembled precast units and the bottom of the installed cast iron manhole frame shall be a minimum of 4 inches and a maximum of 12 inches, to allow for masonry work or precast concrete grade rings.

5. Wall inserts necessary to attach the catch basin hood shall be cast into the wall.

B. Precast Reinforced Concrete Tops 1. Precast reinforced concrete tops for manholes

shall be manufactured in accordance with ASTM Specification C-478, and sufficient to provide H-20 wheel loadings.

2. Openings shall be eccentric and the proper

diameter to receive the frame specified. C. Precast Catch Basins Precast catch basins shall be furnished in one piece

as indicated on the Contract Drawings. The catch basins shall be furnished with knock-out panels as necessary to accommodate the number of pipes to be connected to the unit.

D. All precast units shall be laid up plumb and level. E. Minimum longitudinal and circumferential reinforcing

steel shall be in conformance with ASTM Specification C-478. All units shall withstand H-20 surface wheel loadings.

Page 121: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 02514-7 Precast Concrete Manholes, Catch Basins and Structures

F. Joints 1. Unless shown otherwise on the Contract Drawings,

all tongue-and-groove (or male and female) joints in the precast wall, including the joint at the top of the base, shall be made up using a manufacturer supplied o-ring gasket.

2. All joints shall conform to ASTM Specification C-

443; except that joint taper shall not exceed 3½ degrees.

3. The precast sections shall be provided with a

special groove, cast into the male end, to receive and hold the gasket in position during joint assembly.

4. After joint assembly, the gap between sections

shall be packed on the inside and outside with A-H Axpandcrete S Hi-Flow, by Anti-Hydro International; Masterflow 713 by Master Builders; or Five Star Grout by Five Star Products, Inc., and shall be troweled smooth so that no projections remain on the inside.

5. There shall be concrete to concrete bearing

between the various sections, and the gasket shall not support the weight of the section.

6. Joints shall be as detailed on the Contract

Drawings. G. All precast concrete sections shall be free from

cracks, damaged joints, exposed reinforcing, aggregate pockets, spalls, dimensional distortions, or other irregularities. Any rejected units shall be tagged and removed from the job site immediately.

2.05 PRECAST CONCRETE BOX CULVERT SECTIONS A. Precast concrete box culvert sections shall conform to

the requirements of ASTM Specification C-789 or C-850, as appropriate.

B. Precast concrete box culvert sections shall be

designed sufficient to withstand H-20 wheel loadings. C. All precast concrete box culvert sections shall be

laid plumb and level.

Page 122: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 02514-8 Precast Concrete Manholes, Catch Basins and Structures

D. Each precast concrete box culvert shall have a male

and female end with not less than 4 inches of concrete overlap. Each section shall have one preplaced 1-inch square neoprene gasket cemented to joint surface.

2.06 MASONRY WORK AND GRADE RINGS A. The manhole frame shall be supported and adjusted to

finished grade using solid, brick masonry as detailed on the Contract Drawings. Precast concrete grade rings may be utilized, in lieu of brick, to support and adjust manhole frames. Grade rings shall conform to ASTM Specification C-478, and shall be carefully set in a full bed of mortar.

B. Materials shall conform to the following requirements:

ASTM

Item Specification Remarks

Brick C-62 Grade "SW"

Concrete Block C-90 Grade "U-1"

Portland Cement C-150 Type I or III

Sand C-144 ---

Lime C-270 Type "N"

Water ___ Clear and free from all deleterious materials.

Mortar Mix C-207 Type "M" (min. 2500

psi strength) 1 part cement 3 part hydrated lime 3 parts sand

C. Construction 1. Brick shall be wetted just prior to being laid. 2. Brick shall be full mortar bed, and mortar for

the bed shall be spread to a uniform thickness (not furrowed).

Page 123: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 02514-9 Precast Concrete Manholes, Catch Basins and Structures

3. All interior joints shall be filled solidly before laying the next course; and all vertical joints shall be shoved tight.

4. All brick is to be laid true to lines, with both

sides plumb. Bed joints shall be 3/8-inch to 1/2-inch thick.

5. Mortar on inside and outside joints shall be

struck off flush with wall surface and joints shall be so planned that courses will come level with and conform to the overall dimensions required.

6. The interior and exterior face of the brick shall

be finished smooth with mortar. D. Weather Conditions 1. No masonry work shall be done during heavy rains;

or when the temperature is below 40°F; or when a satisfactory job cannot be accomplished.

2. The Contractor shall protect his work with

coverings, plastic envelopes, etc., and shall maintain the air temperature within these coverings at a minimum of 45°F for a period of three days after the masonry has been laid.

2.07 BENCH WALLS A. Flow Channels 1. The flow channels in each manhole/structure shall

be carefully shaped following the details on the Contract Drawings.

2. Flow channels shall match the inverts and size of

pipes which connect to the manhole/structure, creating a channel of gradual slope and curvature, assuring an uninterrupted flow through the manhole/ structure.

3. The inverts of these channels shall be

constructed of half sewer pipe sections or concrete.

4. Short sections of half sewer pipe may be cut and

used to form the channel for bends.

Page 124: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 02514-10 Precast Concrete Manholes, Catch Basins and Structures

5. The channel wall shall be extended to the top of

the highest pipe entering the manhole/structure, forming the bench wall. Refer to Contract Drawings for details.

6. The bench surface itself shall extend to the

manhole/structure walls, pitching slightly toward the flow channel.

B. Minimum concrete Class "C" shall be used for bench

walls and all exposed surfaces shall receive a steel-troweled finish. Horizontal surfaces shall then be brush finished.

C. Class "C" concrete shall have the following

characteristics. 1. Comprehensive Strength at 28 Days (psi) 4,000 2. Maximum Net Water to Cement Ratio by Weight 0.71 3. Minimum Cement Per Yard of Concrete (lbs) 423 4. Consistency Range in Slump (inches) 3-6 D. Class "C" concrete shall use Type II low alkali cement

per ASTM C-150. 2.08 FRAMES AND COVERS A. The Contractor shall furnish and install new manhole

frames and covers on all new manholes/structures. B. Frames and covers shall be as manufactured by Syracuse

Castings Sales Corporation or approved equal. C. Frames and covers shall conform to the following

requirements: 1. Sanitary and storm manhole frames and covers for

manholes/structures with a rim elevation higher than elev. 377 ft shall conform to Syracuse Castings Sales Corp., Pattern 1016A or approved equal with gasket and 2 bolts (1/2” diameter).

2. Sanitary and storm manhole frames and covers for

manholes/structures with a rim elevation lower or equal to elev. 377 ft shall conform to Syracuse Castings Sales Corp., Pattern 6553 or approved equal with gasket and 2 bolts (1/2” diameter).

Page 125: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 02514-11 Precast Concrete Manholes, Catch Basins and Structures

D. Material 1. Shall be gray cast iron conforming to ASTM

Specification A-48, Class 30; or shall be ductile cast iron conforming to ASTM Specification A-536, Grade 60-40-18.

E. Castings 1. Shall be manufactured true to pattern and shall

be of uniform quality, free from blowholes, porosity, hard spots, shrinkage distortion, or other defects. Components shall fit together in a satisfactory manner.

F. Frames and covers shall be heavy duty, non-penetrating

pickhole type of non-rocking design, or shall have machined bearing surfaces to prevent rocking and rattling under traffic loads. Covers shall have cast in, 1½-inch wide, raised letters. Sanitary manholes shall have the words "SANITARY SEWER" cast in and storm manholes shall have the words "STORM SEWER" cast in the covers.

G. Finish 1. Shall be smooth and well-cleaned by shot-blasting

or by other approved method. 2. All surfaces shall be clean and free from rust,

scale, grease, oil or other impurities prior to application of one shop coat of asphalt paint.

H. Frames shall be firmly seated in full bed of mortar

and be positioned to conform to the adjacent finished grade or to the specific elevation shown on the Contract Drawings.

I. Frames to be set parallel to surface slopes. Covers

shall seat uniformly in any position in the frame without rocking.

2.09 STEPS A. Steps shall be furnished for all manholes. Steps shall

be copolymer polypropylene steel reinforced as manufactured by M.A. Industries, Inc. or approved equal conforming to ASTM D-4101, ASTM C-478, AASHTO M-199 and OSHA STD. 1-1.9. Steps shall be cast integrally with

Page 126: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 02514-12 Precast Concrete Manholes, Catch Basins and Structures

manholes or attached in other methods as approved by the Engineer.

B. All steps shall have a serrated non-slip surface of

minimum 12-inch width and shall be placed as shown on the Contract Drawings. All steps shall be installed in vertical alignment spaced 12-inches on center, placed over the largest bench wall within the manhole/structure unless otherwise shown on the Contract Drawings.

2.10 WATERPROOFING A. The Contractor shall furnish waterproofing over the

entire exterior surface that will be below finished grade.

B. The waterproofing shall not mar or interfere with the

specified exterior finish for these structures.

C. Waterproofing shall be accomplished prior to structure installation for precast sections and prior to backfill for those structures cast in place.

D. Waterproofing shall consist of a two-coat application

of Xypex Concentrate as manufactured by Xypex Chemical Corp. or approved equal, and shall be applied according to manufacturer's instructions.

2.11 CATCH BASIN HOODS

A. Catch basin hoods shall be furnished for all stormwater manholes and catch basins. Catch basin hoods shall be Model #2562 as manufactured by Syracuse Casting Sales Corp., or approved equal.

B. Catch basin hoods shall be installed over the outlet pipe of all stormwater manholes and catch basins. Installation shall be in accordance with the manufacturer’s instructions.

PART 3 EXECUTION Not Used

END OF SECTION

Page 127: Lower Harbor Brook CSO Storage Facility Project

006.64/8-11 03301-1 Tightness Testing of Fluid Containment Concrete Structures

SECTION 03301

TIGHTNESS TESTING OF FLUID CONTAINMENT CONCRETE STRUCTURES

PART 1 GENERAL 1.01 SECTION INCLUDES A. Leak testing (hydrostatic test) procedures to verify the new

construction of high quality, dense, durable, watertight fluid containment concrete structures (including tankage and channels), all referred to as tanks in this section.

B. Leakage testing schedule. C. Leak testing calculations. D. Repair of concrete that does not pass the leak testing. 1.02 RELATED SECTIONS A. Section 03300 – CAST-IN-PLACE CONCRETE: Concrete repairs. 1.03 REFERENCES

The publications listed below form a part of this specification:

A. American Concrete Institute (ACI)

1. ACI 350.1 Tightness Testing of Environmental Engineering Concrete Structures

1.04 SUBMITTALS

A. Completed report on acceptable leakage testing results for each tank listed in the leakage testing schedule.

B. Proposed concrete repairs for tankage that has not passed the

leakage test. Repairs shall not proceed until the repair procedure is reviewed and approved.

1.05 COORDINATION

A. The Contractor shall be responsible for the supply and disposal of water needed to leak test all tankage identified in the leakage testing schedule.

B. Each cell (compartment) of multi-cell tanks shall be

considered a single tank and tested individually.

Page 128: Lower Harbor Brook CSO Storage Facility Project

006.64/8-11 03301-2 Tightness Testing of Fluid Containment Concrete Structures

C. Tank shall not be backfilled prior to acceptable completion

of leak testing. D. No tank shall be leak tested before all of the structure is

complete and the tank’s concrete has attained its specified compressive strength.

E. The Contractor shall be responsible to plug all pipes and

tank penetrations prior to the start of leakage testing. 1.06 HYDROSTATIC TEST (HST) CRITERION

DESIGNATION TIGHTNESS CRITERION

HST-NML No measurable loss

HST-025 0.025 percent per day

HST-050 0.050 percent per day (1)

HST-075 0.075 percent per day

HST-100 0.100 percent per day

HST-VIO Visual inspection only (2)

(1) Standard criterion for tankage if no other is stated. (2) This shall be a preliminary test for all other test

designations.

1.07 LEAKAGE TESTING SCHEDULE

STRUCTURE ELEVATION OF TEST WATER LEVEL(1) TEST DESIGNATION

All fluid containment structures

High water level HST-050

(1) Elevation of test water level shall be the high water level

indicated on the Hydraulic Profile on the Contract Drawings. PART 2 PRODUCTS 2.01 TESTING MATERIALS

A. Water - Clear and potable. B. Floating Control Container – Floating, Non-metallic,

calibrated open container for used to measure evaporation and precipitation during testing.

Page 129: Lower Harbor Brook CSO Storage Facility Project

006.64/8-11 03301-3 Tightness Testing of Fluid Containment Concrete Structures

PART 3 EXECUTION

3.01 GENERAL PROCEDURE A. Test designation HST-VIO shall be the preliminary test for

all other HST tests as well as an individual standard test. 3.02 TANK INSPECTION AND HST-VIO – PART 1

A. Clean exposed concrete surfaces of the tank of all foreign material and debris.

B. Standing water inside or outside the tank that would

interfere with the observation of the exposed concrete surfaces shall be removed.

C. Concrete surfaces and concrete joints shall be inspected for

potential leakage points and shall be repaired prior to filling the tank with water.

D. All openings, fittings, and pipe penetrations in the tank

shell shall be inspected at both faces of the concrete, if practical. Defective or cracked concrete shall be repaired prior to filling the tank with water.

3.03 TEST PREPARATION AND HST-VIO – PART 2

A. All tank penetrations and outlets shall be sealed to prevent the loss of any water from the tank during the test. If the tank is to be filled using the tank inlet pipe, positive means shall be provided to check that water is not entering or leaving the tank through this pipe once the tank is filled to test level.

B. Tank penetrations and pipe, channel, and conduit outlets

shall be monitored before and during the test to determine the watertightness of these appurtenances. Leakage at these outlets shall be repaired prior to test measurements. No allowance shall be made in test measurements for uncorrected known points of leakage. The flow from the underdrain system shall be monitored during this same period and any increase in flow shall be recorded.

C. The groundwater level shall be brought to a level below the

top of the base slab and kept at that elevation or at a lower elevation during the test.

D. The initial filling of a tank should not exceed a rate of

4 ft/hour. Filling shall be continued until the water surface is at the design maximum liquid level or 4 inches below any fixed overflow level, whichever is lower.

Page 130: Lower Harbor Brook CSO Storage Facility Project

006.64/8-11 03301-4 Tightness Testing of Fluid Containment Concrete Structures

E. The water shall be kept at the test level of unlined concrete tanks for at least three days prior to the start of the actual test.

F. The exterior surfaces of the tank shall be inspected during

filling of the tank. If any flow of water is observed from the tank exterior surfaces, including joints or cracks, the defect causing the leakage shall be repaired.

3.04 TEST MEASUREMENTS

A. The test measurements shall not be scheduled for a period when the forecast is for a substantial change in the weather pattern. The test shall also not be scheduled when the weather forecast indicates the water surface would be frozen before the test is completed.

B. The vertical distance to the water surface shall be measured

from a fixed point on the tank above the water surface. Measurements shall be recorded at 24-hour intervals.

C. The test period shall be at least the theoretical time

required to lower the water surface 3/8 inch assuming a loss of water at the maximum allowable rate (see Article 3.05). The test period need not be longer than five days.

D. The water temperature shall be recorded at a depth of

18 inches below the water surface. E. In uncovered tanks, evaporation and precipitation shall be

measured. Evaporation shall also be measured in well-ventilated covered tanks.

1. A floating, restrained, partially filled, calibrated,

open container for evaporation and precipitation measurement should be positioned in open tanks and the water level in the container recorded.

2. Determination of evaporation by shallow pan-type

measuring devices is not allowed. The heating of the bottom of a shallow pan can cause accelerated evaporation of water, as compared to that taking place from a deep tank.

F. The tank shall be inspected daily for damp spots, seepage,

and leakage.

G. After every 24-hour testing interval and at the end of the completed test period, the water surface shall be recorded at the location of the original measurements. The water

Page 131: Lower Harbor Brook CSO Storage Facility Project

006.64/8-11 03301-5 Tightness Testing of Fluid Containment Concrete Structures

temperature and the evaporation and precipitation measurements shall also be recorded.

H. The change in water volume in the tank shall be calculated

and corrected for evaporation, precipitation, and temperature. If the loss exceeds the required criterion, the tank shall be considered to have failed the test. The tank shall also be considered to have failed the test if water is observed flowing or seeping from the tank or if moisture can be transferred from the exterior surface to a dry hand. Dampness or wetness on top of a footing, with no signs of flowing water, shall not be considered as a failure to meet the acceptance criterion.

3.05 QUANTITATIVE CRITERIA

A. The allowable rate of loss of water for HST-050 tightness tests shall not exceed 0.050 percent of the test water volume in 24 hours. The test shall be continued for a duration sufficient to cause a 3/8 inch drop in the water surface assuming the loss of water is at the maximum rate (0.050 percent per 24 hours).

B. There is no numerical value for the allowable loss of water

during the HST-VIO tightness test. However, no flow or seepage of water from the tank shall be present on the exterior surfaces after the tank is filled to test level and throughout the duration of the test.

C. A restart of the test shall be required when test

measurements become unreliable due to unusual precipitation or other external factors.

D. The tank builder shall be permitted to immediately retest a

tank failing the test when no visible leakage is exhibited. If the tank fails the second test or the builder does not exercise the option of immediately retesting after the first test failure, the interior of the tank shall be inspected by a diver or by other means to determine probable areas of leakage. The tank shall only be retested after the most probable areas of leakage are repaired.

E. Tanks shall be retested until they meet the required

criterion. Repairs shall be made to the probable leakage areas before each retest.

END OF SECTION

Page 132: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 07920-1 Joint Sealants

SECTION 07920

JOINT SEALANTS

PART 1 - GENERAL

1.01 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General Specifications and Special Project Conditions apply to this Section.

1.02 SUMMARY

A. This Section includes sealants for the following applications:

1. Exterior joints in the following vertical surfaces and non traffic horizontal surfaces: a. Joints between architectural precast concrete units. b. Control joints in unit masonry. c. Perimeter joints between materials listed above and frames of doors and windows.

2. Interior joints in the following vertical surfaces and horizontal non traffic surfaces:

a. Control joints on exposed interior surfaces of exterior walls.

b. Vertical control joints on exposed surfaces of interior unit masonry and concrete walls and partitions.

c. Joints on underside of precast beams and planks. d. Perimeter joints between interior wall surfaces

and frames of interior doors, windows, and elevator entrances.

e. Joints between plumbing fixtures and adjoining walls, floors, and counters.

B. Related Sections include the following: 1. Division 4 Section "Unit Masonry" for masonry control and expansion joint fillers and gaskets.

Page 133: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 07920-2 Joint Sealants

1.03 PERFORMANCE REQUIREMENTS

A. Provide joint sealants for interior applications that establish and maintain airtight and water-resistant continuous joint seals without staining or deteriorating joint substrates.

1.04 SUBMITTALS

A. Product Data: For each joint-sealant product indicated.

B. Samples for Initial Selection: Manufacturer's color charts consisting of strips of cured sealants showing the full range of colors available for each product exposed to view.

C. Product Certificates: Signed by manufacturers of joint sealants certifying that products furnished comply with requirements and are suitable for the use indicated.

D. Compatibility and Adhesion Test Reports: From sealant manufacturer indicating the following:

1. Materials forming joint substrates and joint-sealant backings have been tested for compatibility and adhesion with joint sealants.

E. Product Test Reports: From a qualified testing agency indicating sealants comply with requirements, based on comprehensive testing of current product formulations.

F. Warranties: Special warranties specified in this Section.

1.05 QUALITY ASSURANCE

A. Source Limitations: Obtain each type of joint sealant through one source from a single manufacturer.

B. Preconstruction Compatibility and Adhesion Testing: Submit to joint sealant manufacturers, for testing indicated below, samples of materials that will contact or affect joint sealants.

1. Use manufacturers standard test methods to determine whether priming and other specific joint preparation techniques are required to obtain rapid, optimum adhesion of joint sealants to joint substrates.

Page 134: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 07920-3 Joint Sealants

2. Testing will not be required if joint sealant

manufacturers submit joint preparation data that are based on previous testing of current sealant products for adhesion to, and compatibility with, joint substrates and other materials matching those submitted.

C. Product Testing: Obtain test results for "Product Test Reports" Paragraph in "Submittals" Article from a qualified testing agency based on testing current sealant formulations within a 36-month period.

1. Testing Agency Qualifications: An independent testing agency qualified according to ASTM C 1021 to conduct the testing indicated, as documented according to ASTM E 548.

D. Preconstruction Field-Adhesion Testing: Before installing elastomeric sealants, field test their adhesion to joint substrates as follows:

1. Locate test joints where indicated or, if not indicated, as directed by Architect.

2. Conduct field tests for each application indicated

below:

a. Each type of elastomeric sealant and joint substrate indicated.

b. Each type of nonelastomeric sealant and joint substrate indicated.

3. Test Method: Test joint sealants by hand-pull method described below:

a. Install joint sealants in 60-inch-

b. Make knife cuts from one side of joint to the other, followed by two cuts approximately

long joints using same materials and methods for joint preparation and joint-sealant installation required for the completed Work. Allow sealants to cure fully before testing.

2 inches long at sides of joint and meeting cross cut at one end. Place a mark 1 inch from cross-cut end of 2-inch

c. Use fingers to grasp piece.

2-inch piece of sealant between cross-cut end and 1-inch mark; pull firmly

Page 135: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 07920-4 Joint Sealants

at a 90-degree angle or more in direction of side cuts while holding a ruler along side of sealant. Pull sealant out of joint to the distance recommended by sealant manufacturer for testing adhesive capability, but not less than that equaling specified maximum movement capability in extension; hold this position for 10 seconds.

d. For joints with dissimilar substrates, check

adhesion to each substrate separately. Do this by extending cut along one side, checking adhesion to opposite side, and then repeating this procedure for opposite side.

4. Report whether sealant in joint connected to pulled-out portion failed to adhere to joint substrates or tore cohesively. Include data on pull distance used to test each type of product and joint substrate. For sealants that fail adhesively, retest until satisfactory adhesion is obtained.

5. Evaluation of Preconstruction Field-Adhesion-Test

Results: Sealants not evidencing adhesive failure from testing, in absence of other indications of noncompliance with requirements, will be considered satisfactory. Do not use sealants that fail to adhere to joint substrates during testing.

6. Mockups: Before installing joint sealants, apply elastomeric sealants as follows to verify selections made under sample Submittals and to demonstrate aesthetic effects and qualities of materials and execution.

1. Joints in mockups of assemblies specified in other Sections that are indicated to receive elastomeric joint sealants, which are specified by reference to this Section.

7. Preinstallation Conference: Conduct conference at Project site prior to proceeding with all work and installations.

1.06 DELIVERY, STORAGE, AND HANDLING

A. Deliver materials to Project site in original unopened containers or bundles with labels indicating manufacturer,

Page 136: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 07920-5 Joint Sealants

product name and designation, color, expiration date, pot life, curing time, and mixing instructions for multicomponent materials.

B. Store and handle materials in compliance with manufacturer's written instructions to prevent their deterioration or damage due to moisture, high or low temperatures, contaminants, or other causes.

1.07 PROJECT CONDITIONS

A. Environmental Limitations: Do not proceed with installation of joint sealants under the following conditions:

1. When ambient and substrate temperature conditions are outside limits permitted by joint sealant manufacturer.

2. When ambient and substrate temperature conditions are outside limits permitted by joint sealant manufacturer or are below 40 deg F

.

3. When joint substrates are wet.

B. Joint-Width Conditions: Do not proceed with installation of joint sealants where joint widths are less than those allowed by joint sealant manufacturer for applications indicated.

C. Joint-Substrate Conditions: Do not proceed with installation of joint sealants until contaminants capable of interfering with adhesion are removed from joint substrates.

1.08 WARRANTY

A. General Warranty: Special warranties specified in this Article shall not deprive Owner of other rights Owner may have under other provisions of the Contract Documents and shall be in addition to, and run concurrent with, other warranties made by Contractor under requirements of the Contract Documents.

B. Special Installer's Warranty: Written warranty, signed by Installer agreeing to repair or replace elastomeric joint sealants that do not comply with performance and other

Page 137: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 07920-6 Joint Sealants

requirements specified in this Section within specified warranty period.

1. Warranty Period: Two years from date of Substantial Completion.

C. Special Manufacturer's Warranty: Written warranty, signed by elastomeric sealant manufacturer agreeing to furnish elastomeric joint sealants to repair or replace those that do not comply with performance and other requirements specified in this Section within specified warranty period.

1. Warranty Period: 20 years from date of Substantial Completion.

D. Special warranties specified in this Article exclude deterioration or failure of elastomeric joint sealants from the following:

1. Movement of the structure resulting in stresses on the sealant exceeding sealant manufacturer's written specifications for sealant elongation and compression caused by structural settlement or errors attributable to design or construction.

2. Disintegration of joint substrates from natural causes

exceeding design specifications. 3. Mechanical damage caused by individuals, tools, or

other outside agents. 4. Changes in sealant appearance caused by accumulation of

dirt or other atmospheric contaminants.

PART 2 - PRODUCTS

2.01 PRODUCTS AND MANUFACTURERS

A. Available Products: Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to, the products specified in the sealant schedules at the end of Part 3.

B. Products: Subject to compliance with requirements, provide one of the products indicated for each type in the sealant schedules at the end of Part 3.

Page 138: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 07920-7 Joint Sealants

2.02 MATERIALS, GENERAL

A. Compatibility: Provide joint sealants, backings, and other related materials that are compatible with one another and with joint substrates under conditions of service and application, as demonstrated by sealant manufacturer based on testing and field experience.

B. Colors of Exposed Joint Sealants: As selected by Architect from manufacturer's full range for this characteristic.

2.03 ELASTOMERIC JOINT

A. Elastomeric Sealant Standard: Comply with ASTM C 920 and other requirements indicated for each liquid-applied chemically curing sealant in the Elastomeric Joint-Sealant Schedule at the end of Part 3, including those referencing ASTM C 920 classifications for type, grade, class, and uses

2.04 JOINT-SEALANT BACKING

A. General: Provide sealant backings of material and type that are nonstaining; are compatible with joint substrates, sealants, primers, and other joint fillers; and are approved for applications indicated by sealant manufacturer based on field experience and laboratory testing.

B. Cylindrical Sealant Backings: ASTM C 1330, of type indicated below and of size and density to control sealant depth and otherwise contribute to producing optimum sealant performance:

1. Type C: Closed-cell material with a surface skin.

2.05 MISCELLANEOUS

A. Primer: Material recommended by joint sealant manufacturer where required for adhesion of sealant to joint substrates indicated, as determined from preconstruction joint-sealant-substrate tests and field tests.

B. Cleaners for Nonporous Surfaces: Chemical cleaners acceptable to manufacturers of sealants and sealant backing materials, free of oily residues or other substances capable of staining or harming joint substrates and

Page 139: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 07920-8 Joint Sealants

adjacent nonporous surfaces in any way, and formulated to promote optimum adhesion of sealants with joint substrates.

PART 3 - EXECUTION

3.01 EXAMINATION

A. Examine joints indicated to receive joint sealants, with Installer present, for compliance with requirements for joint configuration, installation tolerances, and other conditions affecting joint-sealant performance.

B. Proceed with installation only after unsatisfactory conditions have been corrected.

3.02 PREPARATION

A. Surface Cleaning of Joints: Clean out joints immediately before installing joint sealants to comply with joint sealant manufacturer's written instructions and the following requirements:

1. Remove all foreign material from joint substrates that could interfere with adhesion of joint sealant, including dust, paints (except for permanent, protective coatings tested and approved for sealant adhesion and compatibility by sealant manufacturer), old joint sealants, oil, grease, waterproofing, water repellents, water, surface dirt, and frost.

2. Clean porous joint substrate surfaces by brushing,

grinding, blast cleaning, mechanical abrading, or a combination of these methods to produce a clean, sound substrate capable of developing optimum bond with joint sealants. Remove loose particles remaining from above cleaning operations by vacuuming or blowing out joints with oil-free compressed air. Porous joint surfaces include the following:

a. Concrete. b. Masonry.

3. Remove laitance and form-release agents from concrete.

4. Clean nonporous surfaces with chemical cleaners or

other means that do not stain, harm substrates, or

Page 140: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 07920-9 Joint Sealants

leave residues capable of interfering with adhesion of joint sealants. As previously noted in "Miscellaneous Materials" Article, purpose of primers is to improve adhesion of sealant to substrate.

B. Joint Priming: Prime joint substrates where recommended in writing by joint sealant manufacturer, based on preconstruction joint-sealant-substrate tests or prior experience. Apply primer to comply with joint sealant manufacturer's written instructions. Confine primers to areas of joint-sealant bond; do not allow spillage or migration onto adjoining surfaces.

3.03 INSTALLATION OF JOINT SEALANTS

A. General: Comply with joint sealant manufacturer's written installation instructions for products and applications indicated, unless more stringent requirements apply.

B. Sealant Installation Standard: Comply with recommendations of ASTM C 1193 for use of joint sealants as applicable to materials, applications, and conditions indicated.

C. Install sealant backings of type indicated to support sealants during application and at position required to produce cross-sectional shapes and depths of installed sealants relative to joint widths that allow optimum sealant movement capability.

1. Do not leave gaps between ends of sealant backings. 2. Do not stretch, twist, puncture, or tear sealant

backings. 3. Remove absorbent sealant backings that have become wet

before sealant application and replace them with dry materials.

D. Install sealants by proven techniques to comply with the following and at the same time backings are installed:

1. Place sealants so they directly contact and fully wet joint substrates.

2. Completely fill recesses provided for each joint configuration.

3. Produce uniform, cross-sectional shapes and depths relative to joint widths that allow optimum sealant movement capability.

E. Tooling of Nonsag Sealants: Immediately after sealant application and before skinning or curing begins, tool sealants according to requirements specified below to form

Page 141: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 07920-10 Joint Sealants

smooth, uniform beads; to eliminate air pockets; and to ensure contact and adhesion of sealant with sides of joint.

1. Remove excess sealants from surfaces adjacent to joint.

2. Use tooling agents that are approved in writing by sealant manufacturer and that do not discolor sealants or adjacent surfaces.

3. Provide concave joint configuration per Figure 5A in ASTM C 1193, unless otherwise indicated.

3.04 FIELD QUALITY

A. Field-Adhesion Testing: Field-test joint-sealant adhesion to joint substrates as follows:

1. Extent of Testing: Test completed elastomeric sealant joints as follows:

a. Perform one test for each 1000 feet

2. Inspect joints for complete fill, for absence of voids, and for joint configuration complying with specified requirements. Record results in a field adhesion test log.

of joint length thereafter or one test per each floor per elevation.

3. Inspect tested joints and report on the following:

a. Whether sealants in joints connected to pulled-out portion failed to adhere to joint substrates or tore cohesively. Include data on pull distance used to test each type of product and joint substrate. Compare these results to determine if adhesion passes sealant manufacturer's field- adhesion hand-pull test criteria.

b. Whether sealants filled joint cavities and are

free from voids. c. Whether sealant dimensions and configurations

comply with specified requirements.

Page 142: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 07920-11 Joint Sealants

4. Record test results in a field adhesion test log. Include dates when sealants were installed, names of persons who installed sealants, test dates, test locations, whether joints were primed, adhesion results and percent elongations, sealant fill, sealant configuration, and sealant dimensions.

5. Repair sealants pulled from test area by applying new

sealants following same procedures used to originally seal joints. Ensure that original sealant surfaces are clean and new sealant contacts original sealant.

B. Evaluation of Field-Test Results: Sealants not evidencing adhesive failure from testing or noncompliance with other indicated requirements, will be considered satisfactory. Remove sealants that fail to adhere to joint substrates during testing or to comply with other requirements. Retest failed applications until test results prove sealants comply with indicated requirements.

3.05 CLEANING

A. Clean off excess sealants or sealant smears adjacent to joints as the Work progresses by methods and with cleaning materials approved in writing by manufacturers of joint sealants and of products in which joints occur.

3.06 PROTECTION

A. Protect joint sealants during and after curing period from contact with contaminating substances and from damage resulting from construction operations or other causes so sealants are without deterioration or damage at time of Substantial Completion. If, despite such protection, damage or deterioration occurs, cut out and remove damaged or deteriorated joint sealants immediately so installations with repaired areas are indistinguishable from the original work.

3.07 ELASTOMERIC JOINT-SEALANT

A. Single-Component Nonsag Polysulfide Sealant Where joint sealants of this type are indicated, provide products complying with the following:

1. Products:

Page 143: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 07920-12 Joint Sealants

a. Deck-O-Seal One Step; W.R. Meadows, Inc. b. Thiokol 1P; Morton International, Inc. c. GC-9 Synthacalk; Pecora Corporation. d. PSI-7000; Polymeric Systems, Inc.

2. Type and Grade: S (single component) and NS (nonsag). 3. Class: 25. 3. Use Related to Exposure: NT (nontraffic). 4. Uses Related to Joint Substrates: M, G, A, and, as

applicable to joint substrates indicated, O.

B. Mildew-Resistant Silicone Sealant -Where joint sealants of this type are indicated, provide products formulated with fungicide that are intended for sealing interior ceramic tile joints and other nonporous substrates that are subject to in-service exposures of high humidity and temperature extremes, and that comply with the following:

1. Products:

a. 786 Mildew Resistant; Dow Corning. b. Sanitary 1700; GE Silicones. c. NuFlex 302; NUCO Industries, Inc. d. 898 Silicone Sanitary Sealant; Pecora Corporation. e. PSI-611; Polymeric Systems, Inc. f. Tremsil 600 White; Tremco.

2. Type and Grade: S (single component) and NS (nonsag). 3. Class: 25. 4. Use Related to Exposure: NT (nontraffic). 5. Uses Related to Joint Substrates: G, A, and, as applicable to joint substrates indicated, O.

6. Applications: At interior applications subject to high humidity and mildew

7. Products:

a. Vulkem 922; Mameco International. b. Dynatrol II; Pecora Corporation. c. Flexiprene 2000; Polymeric Systems, Inc. d. Sikaflex - 2c NS; Sika Corporation. e. DYmeric 511; Tremco.

8. Type and Grade: M (multicomponent) and NS (nonsag).

9. Class: 25.

Page 144: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 07920-13 Joint Sealants

10. Additional Movement Capability: 50 percent movement

in extension and 50 percent in compression for a total of 100 percent movement. Use Related to Exposure: NT (nontraffic).

a. Uses Related to Joint Substrates: M, G, A, and, as applicable to joint substrates indicated, O.

11. Applications: Control and Expansion Joints

END OF SECTION

Page 145: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 09960 - 1 Graffiti Resistant Coatings

SECTION 09960

GRAFFITI RESISTANT COATINGS

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section.

1.2 SUMMARY

A. This Section includes field application of graffiti resistant coating systems to items and surfaces scheduled.

B. Related Sections include the following: 1. Division 9 Section "Painting" for general field

painting.

1.3 DEFINITIONS

A. Standard coating terms defined in ASTM D 16 apply to this Section.

B. Environments: The following terms are used in Part 2 of this Section to distinguish between different corrosive exposures:

1. "Severe environments" are highly corrosive industrial atmospheres with sustained exposure to high humidity and condensation and with frequent cleaning using strong chemicals. Environments with heavy concentrations of strong chemical fumes and frequent splashing and spilling of harsh chemical products are severe environments.

2. "Moderate environments" are corrosive industrial atmospheres with intermittent exposure to high humidity and condensation, occasional mold and mildew development, and regular cleaning with strong chemicals. Environments with exposure to heavy concentrations of chemical fumes and occasional splashing and spilling of chemical products are moderate environments.

3. "Mild environments" are industrial atmospheres with normal exposure to moderate humidity and condensation,

Page 146: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 09960 - 2 Graffiti Resistant Coatings

occasional mold and mildew development, and infrequent cleaning with strong chemicals. Environments with low levels of mild chemical fumes and occasional splashing and spilling of chemical products are mild environments. Normal outdoor weathering is also considered a mild environment.

1.4 SUBMITTALS

A. Product Data: For each coating system indicated.

1. Material List: An inclusive list of required coating materials. Indicate each material and cross-reference the specific coating, finish system, and application. Identify each material by manufacturer's catalog number and general classification.

2. Manufacturer's Information: Manufacturer's technical information, including label analysis and instructions for handling, storing, and applying each material specified.

B. Certification by manufacturer that products supplied comply with requirements indicated that limit the amount of VOCs in coating products.

C. Samples for Verification: For each material to be applied to simulate actual conditions, on representative samples of the actual substrate. 1. List of material and application for each coat of each

sample. Label each sample for location and application.

2. Submit samples on the following substrates for Architect's review of color and texture:

a. Precast Concrete: Provide two 4-inch-

b. Concrete Masonry: Provide two

square samples with coating applied.

8-inch

c. Brick: Provide 3 actual brick samples with coating applied.

square samples of masonry, with mortar joint in the center with coating applied.

D. Qualification Data: For firms and persons specified in "Quality Assurance" Article to demonstrate their capabilities and experience. Include lists of completed projects with project names and addresses, names and addresses of architects and owners, and other information specified.

Page 147: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 09960 - 3 Graffiti Resistant Coatings

1.5 QUALITY ASSURANCE

A. Applicator Qualifications: Engage an experienced applicator who has completed high-performance coating system applications similar in material and extent to those indicated for Project and whose work has a record of successful in-service performance.

B. Source Limitations: Obtain all materials for each coating system from the same manufacturer as the finish coats.

C. Benchmark Samples (Mockups): Provide a full-coat benchmark finish sample of each type of coating and substrate required. Comply with procedures specified in PDCA P5. Duplicate finish of approved sample Submittals.

1. Architect will select one area, or surface to represent surfaces and conditions for application of each type of coating and substrate.

a. Wall Surfaces: Provide samples on at least 100 sq. ft

b. Small Areas and Items: Architect will designate items or areas required.

of wall surface.

2. Final approval of sample will be benchmark sample.

1.6 DELIVERY, STORAGE, AND HANDLING

A. Deliver materials to Project site in manufacturer's original, unopened packages and containers bearing manufacturer's name and label with the following information:

1. Name or title of material. 2. Product description (generic classification or binder

type). 3. Manufacturer's stock number and date of manufacture. 4. Contents by volume, for pigment and vehicle

constituents. 5. Thinning instructions. 6. Application instructions. 7. Handling instructions and precautions.

B. Store materials not in use in tightly covered containers in a well-ventilated area at a minimum ambient temperature of 45 deg F. Maintain containers used in storage in a clean condition, free of foreign materials and residue.

Page 148: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 09960 - 4 Graffiti Resistant Coatings

1. Protect materials from freezing. Keep storage area neat and orderly. Remove oily rags and waste daily. Take necessary measures to ensure that workers and work areas are protected from fire and health hazards resulting from handling, mixing, and applying coatings.

1.7 PROJECT CONDITIONS

A. Apply coatings only when temperature of surfaces to be coated and surrounding air temperatures are between 45 and 95 deg F

B. Do not apply coatings in snow, rain, fog, or mist; when relative humidity exceeds 85 percent; at temperatures less than

.

5 deg F

1. Allow wet surfaces to dry thoroughly and attain temperature and conditions specified before proceeding with or continuing coating operation.

above the dew point; or to damp or wet surfaces.

2. Work may continue during inclement weather only if areas and surfaces to be coated are enclosed and temperature within the area can be maintained within limits specified by manufacturer during application and drying periods.

1.8 EXTRA MATERIALS

A. Furnish materials from the same manufacturer.

1. Quantity: Furnish an additional 5 percent, but not less than 1 gal.

PART 2 - PRODUCTS

or 1 case, as appropriate, of each material applied. Supply 2 additional gallons of graffiti removal agent

2.1 MANUFACTURERS

A. Manufacturers' Names: The following manufacturers are referred to in the coating system descriptions by shortened versions of their names shown in parenthesis: 1. American Polymer- Graffiti Solution System 2. Rain Guard Products- Vandlsystem 3. Tex-Cote- Graffiti Gard 4. Seal-Krete, Inc.- Graffiti Barrier

Page 149: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 09960 - 5 Graffiti Resistant Coatings

2.2 COATINGS MATERIALS, GENERAL

A. Material Compatibility: Provide all materials that are compatible with one another and substrates indicated under conditions of service and application, as demonstrated by manufacturer based on testing and field experience.

B. Material Quality: Provide manufacturer's highest grade coatings specified. Materials not displaying manufacturer's product identification are not acceptable.

C. VOC Classification: Provide high-performance coating materials, including primers, undercoats, and finish-coat materials, that have a VOC classification of 450 g/L or less.

2.3 COLORS

A. Colors: Clear

2.4 GRAFFITI COATING SYSTEMS

A. Concrete and Masonry (Other Than Concrete Masonry Units): Provide the following finish systems over exterior concrete and brick masonry surfaces:

1. Moderate Environments (Clear Finish): Submit manufacturer’s product system for material and location.

B. Ferrous Metal: Provide the following finish systems over exterior ferrous-metal surfaces:

1. Moderate Environment (Clear Finish): Submit manufacturer’s product system for material and location.

C. Nonferrous Metal: Provide the following finish systems over exterior nonferrous-metal surfaces:

1. Moderate Environment (Clear Finish): Submit manufacturer’s product system for material and location.

PART 3 - EXECUTION

3.1 EXAMINATION

Page 150: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 09960 - 6 Graffiti Resistant Coatings

A. With Applicator present, examine substrates and conditions under which graffiti resistant coatings will be applied, for compliance with coating application requirements.

1. Apply coatings only after unsatisfactory conditions have been corrected and surfaces to receive coatings are thoroughly dry.

2. Start of application is construed as Applicator's acceptance of surfaces within that particular area.

B. Coordination of Work: Review other Sections in which primers or other coatings are provided to ensure compatibility of total systems for various substrates. On request, furnish information on characteristics of specified finish materials to ensure compatible primers.

1. If a potential incompatibility of primers applied by others exists, obtain the following from the primer Applicator before proceeding: a. Confirmation of primer's ability to be top coated

with materials specified.

2. Notify Architect about anticipated problems before using the coatings specified over substrates primed by others.

3.2 PREPARATION

A. General: Remove plates, machined surfaces, and similar items already in place that are not to be coated. If removal is impractical or impossible because of size or weight of item, provide surface-applied protection before surface preparation and coating.

1. After completing coating operations, reinstall items that were removed; use workers skilled in the trades involved.

B. Cleaning: Before applying high-performance coatings, clean substrates of substances that could impair bond of coatings. Remove oil and grease before cleaning.

1. Schedule cleaning and coating application so dust and other contaminates from cleaning process will not fall on wet, newly coated surfaces.

C. Surface Preparation: Clean and prepare surfaces to be coated according to manufacturer's written instructions for each substrate condition and as specified.

Page 151: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 09960 - 7 Graffiti Resistant Coatings

D. Material Preparation: Carefully mix and prepare coating materials according to manufacturer's written instructions.

1. Maintain containers used in mixing and applying coatings in a clean condition, free of foreign materials and residue.

2. Stir materials before applying to produce a mixture of uniform density. Stir as required during application. Do not stir surface film into the material. Remove film and, if necessary, strain coating material before using.

3. Use only the type of thinners approved by manufacturer and only within recommended limits.

3.3 APPLICATION

A. General: Apply high-performance coatings according to manufacturer's written instructions.

1. Use applicators and techniques best suited for the material being applied.

2. Do not apply coatings over dirt, rust, scale, grease, moisture, scuffed surfaces, or conditions detrimental to forming a durable coating film.

B. Application Procedures: Apply coatings by brush, roller, spray, or other applicators according to manufacturer's written instructions.

C. Minimum Coating Thickness: Apply each material no thinner than manufacturer's recommended spreading rate. Provide total dry film thickness of the entire system as recommended by manufacturer.

D. Completed Work: Match approved Samples. Remove, refinish, or recoat work that does not comply with specified requirements.

3.4 FIELD QUALITY CONTROL

A. Owner reserves the right to invoke the following procedure at any time and as often as Owner deems necessary during the period when coatings are being applied:

1. Owner will engage the services of a qualified testing agency to sample coating material being used. Samples of material delivered to Project site will be taken,

Page 152: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 09960 - 8 Graffiti Resistant Coatings

identified, sealed, and certified in presence of Contractor.

2. Owner may direct Contractor to stop applying coatings if test results show materials being used do not comply with specified requirements. Contractor shall remove noncomplying coating materials from Project site, pay for testing, and recoat surfaces coated with rejected materials. If necessary, Contractor may be required to remove rejected materials from previously coated surfaces if, on recoating with specified materials, the two coatings are not compatible.

3.5 CLEANING

A. Cleanup: At end of each workday, remove rubbish, empty cans, rags, and other discarded materials from Project site.

1. After completing coating application, clean spattered surfaces. Remove spattered coatings by washing, scraping, or other methods. Do not scratch or damage adjacent finished surfaces.

3.6 PROTECTION

A. Protect work of other trades, whether being coated or not, against damage from coating operation. Correct damage by cleaning, repairing, replacing, and recoating, as approved by Architect, and leave in an undamaged condition.

1. Provide "Wet Paint" signs to protect newly coated finishes. After completing coating operations, remove temporary protective wrappings provided by others to protect their work.

2. At completion of construction activities of other trades, touch up and restore damaged or defaced coated surfaces. Comply with procedures specified in PDCA P1.

END OF SECTION

Page 153: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 11296-1 Circular Tank Flushing System

SECTION 11296 CIRCULAR TANK FLUSHING SYSTEM PART 1 GENERAL 1.01 SUMMARY

A. This Section includes all labor, equipment and materials for furnishing, installing and testing until final acceptance, a circular tank flushing system (CTFS) complete with a central flush cylinder with one-way check valve, central supporting pillar with hydraulic control system, stainless steel braided hydraulic lines with connectors and support anchors, hydraulic power pack unit, control panel, level sensors, and all other necessary appurtenances for a complete and fully functional CTFS in accordance with the Contract Documents.

B. The concrete dimensions, tolerances and concrete finish indicated in the Contract Documents are critical and required for proper installation and operation of the specified CTFS, no deviations shall be allowed. The CTFS shall be installed in proper operating condition in accordance with the CTFS manufacturer’s approved shop drawings, information, instructions and recommendations.

1.02 RELATED SECTIONS

A. Section 05500 Miscellaneous Fabrications B. All Division 16 Specifications C. Section 17000 Instrumentation D. Section 17100 Programmable Logic Controllers

1.03 REFERENCES

A. Material and installation shall be in accordance with the latest revisions of the following codes, standards, and specifications, except where more stringent requirements are specified herein:

1. American Society for Testing and Materials (ASTM) 2. American National Standards Institute (ANSI) 3. American Society of Mechanical Engineers (ASME) 4. Canadian Standards Association (CSA)

Page 154: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 11296-2 Circular Tank Flushing System

1.04 SUBMITTALS

A. Submittals shall be in accordance with the provisions set forth in the Special Project Conditions, General Provisions, and General Specifications.

B. Prior to obtaining any material or components in

connection with this Section, detailed shop drawings shall be submitted for all components of the CTFS including, but not limited to complete technical information for, and layout/arrangement of:

1. Central flush cylinder with one-way check valve

and central supporting pillar with hydraulic control system.

2. Stainless steel braided hydraulic lines with connectors and support anchors.

3. Hydraulic power pack unit and all components.

4. Control panel and all components.

5. Level sensors.

C. In addition to other requirements, submit load

calculations to indicate uninterruptable power supply (UPS) sizing complies with the UPS backup time requirements.

D. Five references of previous installation of similar

size and configuration including CTFS owner, date of installation, application CTFS used for, size and configuration of CTFS and tank CTFS installed in, location of installation, address and telephone number of owner.

E. Other Submittals

1. Operation and maintenance manual (with parts

list) in accordance with the Special Project Conditions and the General Specifications.

2. Manufacturer’s performance affidavit in

accordance with the Special Project Conditions.

3. Performance Data including but not limited to:

a. Flush water storage volume per foot of flush cylinder height and maximum storage volume.

Page 155: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 11296-3 Circular Tank Flushing System

b. Flush velocity at 25-foot increments from

central flush cylinder to tank perimeter drain channel.

c. Flush wave height from central flush

cylinder to tank perimeter drain channel.

d. Flushing system modeling results and/or design calculations for this application.

1.05 QUALITY ASSURANCE A. Design - The CTFS and appurtenances shall be designed

for installation in a mostly below grade, covered, circular, combined sewer overflow (CSO) storage tank as shown on the Contract Drawings. The CSO storage tank will have a nominal inside diameter of 150 feet and a side wall depth of approximately 60 feet. The CTFS shall be designed to provide effective flushing to clean the circular tank bottom in one flush. The CTFS shall open upon command, in order to release the flush water stored. The system shall be completely self–contained and be capable of utilizing stored CSO flow for flushing the tank (the flush cylinder shall have a one-way check valve to permit collected CSO flow to fill the central flush cylinder), as well as a secondary supply of collected rain water or potable water piped to the central flush cylinder. The CTFS shall be installed as shown on the Contract Drawings and in strict accordance to the manufacturer’s written instructions and shall be suitable for submergence to a minimum depth of 50 feet in CSO flow.

B. Workmanship - All work shall be performed in

accordance with the best modern practice for the manufacture of high-grade machinery. All parts shall conform accurately to the manufacturer’s design dimensions and shall be free of all defects in workmanship or material. The CTFS shall be completely shop assembled and tested to insure proper fit, adjustment of all parts and operation prior to shipping. The Owner reserves the right to witness shop testing.

1.06 DELIVERY, STORAGE, AND HANDLING

A. The CTFS and all appurtenances shall be handled and stored in accordance with manufacturer’s instructions and requirements.

Page 156: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 11296-4 Circular Tank Flushing System

1.07 WARRANTY

A. The CTFS and all appurtenances shall be warranted in

accordance with General Provisions G-1.13. B. In addition to the Contractor’s warranty period

identified in General Provisions G-1.13, the CTFS manufacturer shall also warranty: the flushing cylinder, the locking mechanism with hydraulic cylinders, the hydraulic stainless steel line system, the hydraulic pump, reservoir, the oil pressure buffer, valves and mechanical connections. The above shall be warranted against manufacturing and design defects for a period of five (5) years from the date of Owner’s acceptance of the CTFS under Beneficial Occupancy. The electronic control panel, programmable logic controller, expansion modules, solenoids, motor, relays, timers, floats and all other electronic components supplied by the CTFS manufacturer shall be warranted against manufacturing and design defects for a period of one (1) year from the date of Owner’s acceptance under Beneficial Occupancy. Should any defects be found during the warranty period, the manufacturer and Contractor shall be responsible for the modification and/or replacement of the defective components, including all materials, labor and equipment.

PART 2 PRODUCTS 2.01 MANUFACTURER

A. The CTFS shall be a HydroSelf Round Tank Flush® system (HYDROSELF CIRCULAR), Model HS-150/20/05 as manufactured and supplied by Gabriel Novac & Associates, Inc. of Montreal, Canada, tel. no.: (514) 336-5454, fax: (514) 336-2882, or approved equal.

B. The manufacturer shall have at least five (5) years

experience in sizing, designing, fabricating and commissioning CTFSs similar to that specified herein. The manufacturer shall have furnished a CTFS to a minimum of five (5) presently operating facilities, at least one (1) of which is located in the United States.

C. Any deviations to the design indicated in the Contract

Documents must receive prior written approval from the

Page 157: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 11296-5 Circular Tank Flushing System

Owner and shall be at the cost of the Contractor. Any deviations shall be designed and certified by a licensed New York State Professional Engineer. Any deviations to the Contract Documents shall not decrease the storage volume of the CSO storage tank.

2.02 EQUIPMENT

A. The CTFS shall be fabricated entirely of 304L stainless steel and be equipped with brass bushings for the hinges and locking mechanism. The flush cylinder shall be provided with one (1) one-way check valve to permit accumulating CSO flow to fill the flush cylinder. The flush cylinder shall also be provided with a replaceable bottom seal suitable for retaining flush water within the cylinder. The central support pillar of the CTFS shall be anchored using 316 stainless steel HILTI chemical anchors (specific type and quantity of anchors to be determined by the CTFS manufacturer). All welds shall be done using the MIG process and shall be full penetration continuous welds as verified in the shop. All welds shall be sized to withstand the design operating static and dynamic loads to be experienced under all operating conditions.

B. The flush cylinder vertical movement flush water release mechanism shall be designed to withstand all operational forces (static and dynamic) to allow for full vertical travel of at least 10 inches (from CTFS fully open to CTFS fully closed). The closed set-point shall be adjustable. Materials for the lifting mechanism shall be 304L stainless steel and brass only. The locking mechanism shall be constructed entirely of 304L stainless steel and brass.

C. The CTFS shall be operated by two (2) double acting

304L stainless steel hydraulic cylinders. The double acting hydraulic cylinders shall be constructed to withstand all operational forces (static and dynamic), the operating hydraulic pressure of the system, and shall require no more than 120 bars (1740 psi) to release or open the locking mechanism.

D. The CTFS shall be connected to the control

panel/hydraulic power pack using flexible 304L stainless steel braided hydraulic lines, as well as the support system made entirely of 304L stainless steel. The couplings shall be quick connect and lockable, made entirely of 316L stainless steel.

Page 158: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 11296-6 Circular Tank Flushing System

E. The CTFS shall be supplied with a control panel,

hydraulic power pack, pump, motor, quadruple ported/two positions and three positions solenoid valves, pilot to open check valve, flow control modulating valve, pressure relief valve, adjustable pressure relief valve, oil level, temperature and pressure indicator gauges, electronic low level, high temperature and low pressure signals, complete with water level indicators which are operated through intrinsically safe relays and allow for the CTFS start and stop.

F. The control panel/hydraulic power pack shall be

equipped with a key operated selector switch for Hand/Off/Auto operation, an emergency stop button, indicator lights for system conditions, continuous level indicator and push buttons to control the system operation.

G. Water level sensors in the flush cylinder and in the

CSO tank rainwater storage compartment, which will control the operation of the CTFS, shall be provided.

H. A pressure type level sensor in the flush cylinder,

will allow continuous water level monitoring of the flush cylinder. This level shall be relayed back to the Main PLC to allow operators to manually fill the cylinder after an event, if the cylinder is not completely filled. Continuous level indication shall be available from the enclosure door. Pressure type sensor and transmitter shall be a USFilter/Siemens Model A1000i or equal.

I. Level sensors, are required in order to allow for

manual initiation of the CTFS flush sequence, shall be Contegra Model No. FS-90 or equal, 316L stainless steel, equipped with applicable continuous cable length and intrinsically safe circuit to render the level sensor explosion proof. The level sensing device shall be a 5-1/2” diameter, 316L stainless steel float switch. The switch shall be mercury free. The switch shall be SPDT, Form-C, rated 1 Amp at 120 VAC/VDC non-inductive with a mechanical life of 10 million operations. The float cable shall contain four 18-gauge conductors (switch and float-ball ground) and shall be rated for “continuous service” to ensure high flexibility. The float switches shall be in accordance with the manufacturer’s recommendations. All mounting hardware shall be 316L stainless steel.

Page 159: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 11296-7 Circular Tank Flushing System

2.03 CONTROL PANEL/HYDRAULIC POWER PACK ENCLOSURE

A. The CTFS control panel/hydraulic power pack shall be installed inside a NEMA 12 rated equipment enclosure which shall be mounted at the location indicated on the Contract Drawings.

B. The enclosure shall be large enough to house all

mechanical, electrical, instrumentation, PLC and appurtenances as shown in the Contract Documents. Equipment enclosure shall be at least 60” high by 48” wide by 16” deep. Mechanical equipment (motors, hydraulic power pack, solenoid valves, etc) shall be physically isolated from other equipment (electrical, instrumentation, PLC, etc.) within the equipment enclosure. CTFS manufacturer shall provide an Ethernet switch in the equipment enclosure for mounting and connection to SCADA network. The cabinet shall be provided with vent slots, lockable hasp, and thermostatically regulated vent.

C. The equipment enclosure shall be constructed in

accordance with Division 16 specifications.

2.04 HYDRAULIC POWER PACK

A. The hydraulic power pack shall consist of the electric motor, hydraulic fluid pump, the reservoir, the solenoid operated valves, the electronic and analogue (gauges) system alarms. These items shall be located in a dry and safe environment and shall meet the specifications for such an environment. The enclosure shall be NEMA 12 rated and intrinsically safe barriers shall be supplied to render the level sensors explosion proof.

B. Each hydraulic power pack shall house the following:

1. One 4kW electric motor, 120 VAC, single phase, 60

Hz motor.

2. One ten (10) gallon hydraulic fluid reservoir.

3. One (1) quadruple ported two positions solenoid valve, 120 VAC, 60 Hz.

Page 160: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 11296-8 Circular Tank Flushing System

4. One (1) quadruple ported three positions solenoid valve, 120 VAC, 60 Hz.

5. One (1) pilot to open check valve.

6. One (1) flow control modulating valve.

7. One (1) hydraulic fluid low level switch.

8. One (1) hydraulic flush high temperature switch.

9. One (1) hydraulic fluid low pressure (when motor

is operating) switch.

10. One (1) adjustable pressure relief valve.

11. One (1) gear pump with a capacity of four (4) gallons per minute at 1000 rpm.

12. One temperature and level gauge.

13. One pressure gauge from 0 to 120 bar.

C. The power pack shall be manually operable using push

button controls located on the door of the enclosure.

D. There shall be two (2) double acting hydraulic cylinders and two hydraulic lines for the CTFS. The double acting hydraulic cylinders shall be constructed entirely of 304L stainless steel. The double acting hydraulic cylinders shall be constructed to withstand the operating pressure of the system and shall require no more than 120 bars to release or open the locking mechanism. The cylinder shall be completely sealed and leak proof.

E. Hydraulic fluid shall be supplied and as recommended

by the CTFS manufacturer. The minimum characteristics are as follows:

1. Viscosity @ 40°C (104°F) shall be no less than

25.8 centistokes.

2. Viscosity @ -40°C (-40°F) shall be no less than 896 centistokes.

F. The two (2) hydraulic lines shall be ½-inch diameter, 304L stainless steel braided line, as well as its support system, shall be made entirely of 304L stainless steel. All couplings shall be SWAGELOCK

Page 161: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 11296-9 Circular Tank Flushing System

quick connect type and lockable, or approved equal, made entirely of 316L stainless steel.

G. The hydraulic lines shall be flexible 304L stainless steel lines run within a PVC containment pipe of large enough diameter to hold one line for the CTFS with enough room to pull one additional line, if required. Diameter of containment pipe shall be based on sizes of end connections for each section of flexible stainless steel line. Containment pipe size shall be as recommended by the CTFS manufacturer. Stainless steel tubing shall not be acceptable for application. The flexible hydraulic lines shall be Parker-Hannifin Corp. 919B with conductive PTFE liner, 304L stainless steel braided wire sheath, or equal.

H. The CTFS shall be closed at all times unless it is in

the operating cycle.

I. All couplings shall be quick connect type made entirely of Type 316 stainless steel. The hydraulic lines anchoring system, the mounting rails, struts and rail nuts, weld plates and support kits shall be fabricated in Type 316 stainless steel.

2.05 SYSTEM CONTROLS

A. There shall be one control panel/hydraulic power pack for the CTFS. The control panel shall control the manual/auto operation of the system from a series of cabinet face mounted push buttons, located on the exterior door of the enclosure. Each enclosure shall be equipped with a PLC and a three-position key operated selector switch which will allow for Hand/Auto/Off operation. The control panel enclosure shall house both the previously described hydraulic equipment and the electronic components. A second enclosure within the first will separate the electronic components from the hydraulic ones. The enclosure shall be sized to accommodate the equipment required. It shall be equipped with a main breaker and fuses.

B. The control panel shall be equipped with status light

indicators for the system, which shall show if the system is “on” or “off”, “manual” or “automatic” mode. It shall also be equipped with alarms for each of the following: low oil level, high oil temperature, low oil pressure alarms and a continuous level indication for the flushing cylinder. All alarms shall be

Page 162: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 11296-10 Circular Tank Flushing System

manually reset and alarms, continuous level and status lights shall have dry contacts for SCADA system connections.

C. The control panel shall be located in the Mechanical Room.

D. An Allen Bradley MicroLogix PLC shall be used to

control the entire flushing system. PART 3 EXECUTION 3.01 INSTALLATION

A. The CTFS and all necessary appurtenances shall be

installed in accordance with the manufacturer’s installation instructions, approved shop drawings, Contract Drawings and this Section.

B. The Contractor shall review the method of installation for the CTFS and appurtenances with the respective manufacturer.

C. An equipment manufacturer’s representative shall

supervise, check and assist in the installation of the CTFS and appurtenances as required by the Special Project Conditions and the General Specifications.

D. The CTFS shall be shipped to the Site in parts and

ready to install. The hydraulic power pack/control panel shall be preassembled and factory tested. All field connections to the level indicators, interconnections to control panel and power supply shall be the responsibility of the Contractor.

3.02 FIELD TESTING

A. Each component of the CTFS shall be factory assembled and tested at the manufacturer’s plant prior to shipment.

B. The Owner’s Representative shall have access to witness the factory testing should it be requested. Contractor to provide minimum two weeks notice prior to factory testing.

C. The maximum permissible leakage rate of the flush cylinder from the drawdown process until the CTFS is

Page 163: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 11296-11 Circular Tank Flushing System

ready for flushing, shall not exceed 1/10 of the total flush volume.

D. The required surface quality, where the water storage

cylinder makes contact with the surface of the tank, must be finely constructed and is subject to close inspection by the Engineer and CTFS Manufacturer. The vertical deviation (tolerance) shall not exceed 1-millimeter (1/32”) in a measuring distance of 1000-millimeter (3.3-foot). This means that the surface must be done absolutely clean and even. This provision applies for the 500-millimeter (1.64-foot) wide circle which is in direct contact with the seal of the CTFS. Refer to Contract Drawings for the tank concrete floor for the location of this requirement.

E. Field tests shall be conducted on the CTFS to ensure that the equipment is assembled and installed in accordance with the manufacturer’s installation instructions, approved shop drawings, Contract Drawings and this Section. The requirement for field testing is to ensure the proper installation, setup and operation of the equipment. Field testing includes all testing, measuring and adjusting of equipment by the Contractor and manufacturer’s representative prior to performance testing.

F. Field tests shall be conducted in accordance with the

manufacturer’s instructions and requirements. Field tests shall consist of a minimum of two flushes of the CTFS. Tests shall be performed using potable water provided by and at the Contractor’s expense to verify the system operates acceptable to the Engineer.

G. Deficiencies identified during field tests shall be

corrected by the Contractor at no additional cost to the Owner.

H. All labor, equipment, water, special tools or

apparatus and supplies required for field tests shall be supplied by the Contractor.

I. Field tests shall include, but are not limited to the

following:

1. Testing and operation of all manually operated or motorized piece of equipment to ensure smooth operation of mechanisms.

2. Hydraulic power pack testing.

Page 164: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 11296-12 Circular Tank Flushing System

3. Testing and operation of equipment controls.

4. Testing of the operation of the complete system

prior to performance testing.

5. Testing the operation of the level measuring equipment.

3.03 PERFORMANCE TESTING AND REPORTING

A. A minimum of three (3) performance tests shall be conducted on the CTFS. Performance testing shall consist of extended duration operation, under actual working or design conditions, of all facility equipment and systems, as outlined in the General Specifications. Installation and all other field testing and adjustments to equipment and systems shall be completed and checked by a qualified manufacturer’s representative prior to performance testing. A manufacturer’s representative shall be present during performance testing as required by the Special Project Conditions and the General Specifications. A startup report outlining the results of performance testing shall be prepared by the manufacturer’s representative and submitted directly to the Engineer in accordance with the General Specifications and the Special Project Conditions.

B. Performance tests shall be conducted in accordance

with the manufacturer’s instructions and requirements.

C. Deficiencies identified during performance tests shall be corrected and the performance test shall be resumed in accordance with the General Specifications.

3.04 SERVICES OF MANUFACTURER’S REPRESENTATIVE

A. The manufacturer’s representative shall verify the concrete installation. This shall require a one (1) day, eight-hour Site visit. The manufacturer’s representative shall verify the complete installation, make any necessary mechanical adjustments, and initiate start-up. A minimum period for this service shall be one (1) trip comprised of three (3), eight-hour days.

B. The manufacturer’s field representative shall prepare

a field report and submit four (4) copies of the report to the Engineer.

Page 165: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 11296-13 Circular Tank Flushing System

C. The CTFS manufacturer shall provide the services of a

qualified service representative to instruct the Owner’s personnel in the proper operation and maintenance of the equipment. A minimum period for this service shall be one (1) trip, and four, 4-hour training sessions spread over two days.

END OF SECTION

Page 166: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 11300-1 Pumping Equipment- General

SECTION 11300

PUMPING EQUIPMENT-GENERAL

PART 1 GENERAL

1.01 SUMMARY

A. This Section includes general requirements for pumping equipment to be provided for this project. All pumping equipment and their required appurtenances shall meet the requirements of this Section and other related specification Sections. If the requirements specified in the other related specification Sections differ, the most stringent requirements shall apply.

B. The following are included in this Section:

1. Gauge on pump discharge pipe.

2. Nameplate requirements.

3. Shop and field tests.

4. Services of manufacturer’s representative.

C. Refer to the individual pumping equipment specification Sections for additional requirements.

1.02 RELATED SECTIONS

A. Section 11310 – Dewatering Pumps B. Section 11312 – Chopper Pumps

1.03 REFERENCES

A. Material and installation shall be in accordance with the latest revision of the following codes, standards, and specifications, except where more stringent requirements have been specified herein:

1. Hydraulic Institute Standards (HI) 2. American National Standards Institute (ANSI) 3. American Society for Testing and Materials (ASTM) 4. National Electric Manufacturers Association (NEMA) 5. International Organization for Standardization

(ISO) 6. Anti-Friction Bearing Manufacturers Association

(AFBMA)

Page 167: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 11300-2 Pumping Equipment- General

1.04 SUBMITTALS

A. Shop Drawings

1. Submittals shall be in accordance with the provisions set forth in the Special Project Conditions, General Provisions and General Specifications.

2. Prior to obtaining any material in connection with this Section, detailed shop drawings on all materials shall be submitted, reviewed and accepted.

B. Performance Affidavits

1. Submit performance affidavit in accordance with Special Project Condition P-030 – Performance Affidavits.

C. Operation and Maintenance Manuals

1. Submit project specific operation and maintenance instructions and requirements in accordance with the Special Project Conditions and General Specifications.

1.05 WARRANTY

A. The pumping equipment and all appurtenances shall be guaranteed in accordance with General Provisions G-1.13.

B. In addition to the Contractor’s warranty period identified in General Provisions G-1.13, the pumping equipment shall be warranted by the pumping equipment manufacturer as specified in the individual pumping equipment specification Sections.

PART 2 PRODUCTS

2.01 GAUGES

A. Gauges shall be furnished for installation on pump discharge piping in accordance with the following specifications.

1. Gauges shall be of the bourdon tube type with 4-1/2-inch diameter dial and with rebuildable diaphragm seal.

Page 168: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 11300-3 Pumping Equipment- General

2. Case and ring shall be black epoxy coated aluminum, bourdon tube shall be phosphor bronze with a brass tip and window shall be glass.

3. Gauges shall be stem mounted and shall be installed in the valve vault.

4. Gauges shall be calibrated to read zero at atmospheric pressure.

5. Pump discharge gauges shall be calibrated to read from 0 feet to a minimum of 5 feet of water pressure above pump shutoff head.

6. Gauges shall be Ashcroft No. 1379A (discharge); U.S. Gauge; or approved equal.

7. All gauges shall have continuous duty, clamped Teflon diaphragm seals as manufactured by Ashcroft, Type 300; U.S. Gauge; or equal.

8. Each diaphragm seal shall have Type 316 stainless steel upper and lower housings.

9. The lower housing shall be a threaded connection.

10. Gauges shall be by the same manufacturer and shall be shipped as complete units, factory filled with silicone fluid.

11. Each gauge shall be connected with the necessary brass pipe fittings and a brass ball valve.

2.02 NAMEPLATES

A. A brass or stainless steel nameplate shall be furnished for each pump with stamped characters readable under ordinary lighting conditions.

1. Pump nameplate shall include the manufacturer, rating in gallons per minute, rated head, speed and efficiency.

2. Additional data shall be provided on the nameplate in accordance with the manufacturer’s regular practice.

3. Nameplates shall be securely attached and NOT PAINTED OVER.

Page 169: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 11300-4 Pumping Equipment- General

2.03 SHOP TESTS

A. Each pump unit shall be shop tested to determine compliance with the specifications. As stated in the Contract Documents, the manufacturers shall submit certified copies of shop test data for review and approval by the Engineer before shipment of the pumps is made.

B. The Owner reserves the right to witness the shop test on each pump before the pumps are packaged for shipment to the job site.

C. The pump manufacturer shall give the Owner a minimum of three weeks prior notice of these tests so that the Owner can arrange to witness the tests.

D. Final acceptance, however, shall be dependent upon the satisfactory operation and performance after installation.

E. Pump shop tests shall be conducted and reported in accordance with the standards established by the Hydraulic Institute. Tolerances shall be within the limits acceptable by these standards.

F. Pump shop tests shall demonstrate that the pump characteristics, including specified pressure, duty, capacity, rating, efficiency, performance, function, or other special requirements, comply fully with the requirements of the Contract Documents.

PART 3 EXECUTION

3.01 INSTALLATION

A. The pumping equipment and all necessary appurtenances shall be installed in accordance with the manufacturer’s installation instructions, approved shop drawings, Contract Drawings and this Section.

B. The Contractor shall review the method of installation for pumping equipment with the manufacturer.

C. A manufacturer’s representative shall supervise, check or assist in the installation of pumping equipment as required by the Special Project Conditions and the General Specifications.

3.02 FIELD TESTING

Page 170: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 11300-5 Pumping Equipment- General

A. Field tests shall be conducted on pumping equipment to ensure that the equipment is assembled and installed in accordance with the manufacturer’s installation instructions, approved shop drawings, Contract Drawings and this Section. The primary goal of field testing is to ensure the proper installation, setup and operation of equipment or systems. Field testing includes all testing, measuring and adjusting of equipment or systems by the Contractor and/or manufacturer’s representative prior to performance testing.

B. Field tests shall be conducted in accordance with the manufacturer’s instructions and requirements.

C. Deficiencies identified during field tests shall be corrected at no additional cost to the Owner.

D. All labor, equipment, water, special tools or apparatus and supplies required for field tests shall be supplied by the Contractor. For the field test, each pump shall pump clean water for a minimum of 15 minutes at full speed.

E. Field tests shall include, but are not limited to the following, where applicable:

1. Checking the voltage to a piece of equipment or system.

2. Checking the rotation of a motor.

3. Checking the clearance between mounting and mating surfaces.

4. Testing the operation of a manually operated or motorized piece of equipment to ensure smooth operation of mechanisms.

5. Checking the flow rate through a piece of equipment, system or structure.

6. Testing the operation of equipment controls.

7. Any testing of the operation of a piece of equipment or system prior to performance testing.

3.03 PERFORMANCE TESTING AND REPORTING

A. Performance tests shall be conducted on pumping equipment as specified in individual Sections. Performance testing consists of extended duration operation, under actual

Page 171: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 11300-6 Pumping Equipment- General

working or design conditions, of all facility equipment and systems, as outlined in the General Specifications. Installation and all other field testing and adjustments to equipment and systems shall be completed and checked by a manufacturer’s representative prior to performance testing. A manufacturer’s representative shall be present during performance testing as required by the Special Project Conditions and the General Specifications. A startup report outlining the results of performance testing shall be prepared by the manufacturer’s representative and submitted directly to the Engineer in accordance with the Special Project Conditions and the General Specifications.

B. Performance tests shall be conducted in accordance with the manufacturer’s instructions and requirements.

C. Deficiencies identified during performance tests shall be corrected and the performance test shall be resumed in accordance with the General Specifications at no additional cost to the Owner.

D. All labor, equipment, special tools or apparatus and supplies required for performance tests shall be supplied by the Contractor.

E. That the units have been properly installed and are in proper alignment.

F. That the pumps operate without overheating or overloading of any parts and without excessive vibration.

G. That there are no mechanical defects in any of the parts.

H. That the pumps can deliver the specified flow rate at the specified pressure and operating speed.

I. Performance data shall be recorded on approved log sheets and submitted to the Engineer. Where applicable, data shall include water level, flow rate, pump speed, unit vibration and motor current.

END OF SECTION

Page 172: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 15060-1 Inside Process Piping

SECTION 15060

INSIDE PROCESS PIPING PART 1 GENERAL 1.01 SECTION INCLUDES

A. Inside process piping, fittings and specials located inside structures or in process tanks and equipment.

B. Miscellaneous appurtenances. C. Shop tests. D. Installation. E. Testing. F. Pipe schedule.

1.02 REFERENCES

American National Standards Institute (ANSI). American Water Works Association (AWWA). American Society for Testing Materials (ASTM).

A. Ductile Iron and Gray Iron Pipe

Handbook of Cast Iron Pipe - Cast Iron Pipe Research Association (CIPRA)

CIPRA Standard for Flanged Pipe With Threaded Flanges

ANSI A21.4/AWWA C104 Cement-Mortar Lining for Ductile Iron and Gray Iron Pipe and Fittings for Water

ANSI A21.10/AWWA C110 Ductile Iron and Gray Iron Fittings, 3-inch through 48-inch, for Water and Other Liquids

ANSI A21.15/AWWA C115 Flanged Ductile Iron and Gray Iron Pipe With Threaded Flanges

ANSI A21.50/AWWA C150 Thickness Design of Ductile Iron Pipes ANSI A21.51/AWWA C151 Ductile Iron Pipe Centrifugally Cast in Metal

Molds and Sand Lined Molds for Water and Other Liquids

ASTM A126 Gray Iron Castings for Valves, Flanges, and Pipe Fittings

ASTM A536 Ductile Iron Castings ANSI/AWWA C606 Grooved and Shouldered Joints

B. Plastic Pipe and Fittings

ASTM D1784 Rigid Poly (Vinyl Chloride) (PVC) Compounds and

Chlorinated Poly (Vinyl Chloride) (PVC) Plastic Pipe Schedule 80

Page 173: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 15060-2 Inside Process Piping

ASTM D1785 Poly (Vinyl Chloride) (PVC) Plastic Pipe, Schedules 40, 80 and 120

ASTM D2464 Threaded Poly (Vinyl Chloride) (PVC) Plastic Pipe Fittings, Schedule 80

ASTM D2467 Socket-Type Poly (Vinyl Chloride) (PVC) Plastic Pipe Fittings, Schedule 80

ASTM D2564 Solvents Cements for Poly (Vinyl Chloride) (PVC) Plastic Pipe and Fittings

ASTM D2672 Solvent Cement Joint Sockets or Belled PVC Pressure Pipe

C. Steel Pipe and Fittings

ASTM A53 Pipe, Steel, Black and Hot-Dipped, Zinc Coated, Welded and Seamless

ASTM A120 Pipe, Steel, Black and Hot-Dipped, Zinc Coated (Galvanized) Welded and Seamless for Ordinary Uses

ASTM A181 Forgings, Carbon Steel, Black and Hot-Dipped, Zinc Coated, Welded and Seamless for Ordinary Uses

ASTM A183 Carbon Steel Track Bolts and Nuts ASTM A234 Piping Fittings of Wrought Carbon Steel and Alloy Steel

for Moderate and Elevated Temperatures AWWA C200 Steel Water Pipe and Fittings for Pipe 6-inch Inside

Diameter and Larger AWWA C203 Coal-Tar Protective Coatings and Linings for Steel Water

Pipelines - Enamel and Tape-Hot Applied AWWA C205 Cement-Mortar Protective Lining and Coating for Steel

Water Pipe - 4-inch and Larger - Shop Applied AWWA C206 Field Welding Joints in Steel Pipe AWWA C208 Steel Fittings

D. Copper Pipe and Fittings

ASTM B32 Solder Metal ASTM B88 Copper Pipe; Type L for Inside Service ASTM B584 Copper Alloy Sand Castings for General Applications ASME/ANSI B16.18 Cast Copper Alloy Solder Joint Pressure Fittings

E. Other

ASTM A47 Malleable Iron Castings ASTM A338 Malleable Iron Flanges, Pipe Fittings and Valve Parts

for Railroad, Marine, and Other Heavy Duty Service at Temperatures up to 650 degrees F (345 degrees C)

ASTM E84/NFPA 225/UL 723

Surface Burning Characteristics of Building Materials

1.03 RELATED SECTIONS

A. Special Project Conditions B. General Provisions C. General Specifications D. Section 09900 – FIELD PAINTING E. Section 15075 – PIPE AND VALVE LABELING

Page 174: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 15060-3 Inside Process Piping

F. Section 15100 – INSIDE PROCESS VALVES G. Section 15140 – SUPPORTS AND ANCHORS H. Section 15260 – PIPING INSULATION

1.04 SUBMITTALS

A. Submittals shall be submitted in accordance with the

provisions set forth in the Special Project Conditions, General Provisions and General Specifications.

B. Product Data - Provide data, indicating conformance to

ASTM/AWWA codes, pipe material, sizes, class, dimension, joint type and accessories.

C. Electronic Layout Drawings – Submit complete AutoCADD

generated piping layout, including materials, sizes, classes, locations, and dimensions.

D. Submit results of shop tests, if required by the Owner’s

Representative. E. Submit manufacturer’s certification that products meet or

exceed specified requirements. 1.05 FIELD MEASUREMENTS

A. Prior to start of construction, verify field measurements and elevations for existing piping and equipment shown on the Contract Drawings. Notify Owner’s Representative of specific differences.

PART 2 PRODUCTS 2.01 GENERAL

A. All products included in this Section shall conform to the requirements of the standard specifications referenced herein.

B. Pipe material, pipe class and pipe sizes shall be

furnished and installed as indicated on the Contract Drawings and/or as listed in the pipe schedule.

C. All pipes and fittings shall be as listed in the pipe

schedule. D. The inside process piping systems shall be installed as

shown on the Contract Drawings. 2.02 PIPE AND FITTINGS A. Ductile Iron

Page 175: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 15060-4 Inside Process Piping

1. Ductile Iron Pipe - AWWA C151/ANSI A21.51: Ductile

iron pipe material minimum rated water pressure of 150 psi and minimum Class 53.

2. Ductile iron pipe and fittings for all potable and

non-potable water lines shall be double cement lined and seal coated inside and out in accordance with ANSI/21.4/AWWA C104.

3. All ductile pipe and fittings used as process pipe

shall be lined and coated with asphaltic material, minimum 1 mil thick in accordance with ANSI/AWWA C104/A21.

4. Fittings shall conform to ANSI A21.10/AWWA C110. 5. Joints - Fittings shall be furnished with either

flanged joint or grooved end pipe coupling joints. The type of joint shall meet the following applicable requirements:

a. Flanged Joint

1) Flanges shall be screw-on type flanges

and the face of the flange shall be machined after installation of the flange onto the pipe.

2) No raised surface is allowable on cast

iron flanges. Flanges shall be 125-pound ASA Flanges rated for a maximum working pressure of 150 psi.

3) The fittings shall be of standard lengths

given under the ANSI Specification B16.1, unless otherwise noted.

4) The pipe lengths shall be fabricated to

meet the requirements of the Drawings.

b. Flanged Adapters

1) Flanged adapters supplied by the manufacturer of pipe couplings, shall be provided at a minimum, at all couplings to equipment, tanks, valves and as otherwise shown on the Drawings.

2) Flanged adapters supplied by the

manufacturer of pipe couplings shall be 125-pound ASA flanges rated for a maximum working pressure of 150 psi.

Page 176: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 15060-5 Inside Process Piping

3) Flanged adapters for pumps shall be in

accordance with couplings and adapters as stated hereinafter.

4) Flanged adapters for flow meter removal

shall be E-Z Flange, Series 1000 by Ebaa Iron, Inc. or approved equal.

B. Plastic

1. Poly (Vinyl Chloride) (PVC) Pipe - Less than 4 inches in diameter ASTM D1785, Type 1, Grade 1, (PVC 1120) Poly (Vinyl Chloride) (PVC) pressure pipe material conforming to ASTM D1784 Class Schedule 40 or Schedule 80 (see section 3.04 piping schedule), solvent cement socket weld type joints shall be used on pipe runs and fittings to be PVC. All piping and fittings shall be of the same color and provided by the same manufacturer.

2. Joint sockets for belled PVC pressure pipe shall

conform to ASTM D2672 and ASTM D2564 (solvent cements).

3. Socket type fittings for Schedule 80 PVC pipe shall

conform to ASTM D2467.

4. Unions shall be provided on PVC piping at all connections to equipment, tanks, accessories, and valves; at all wall and floor penetrations; and as otherwise shown on the Drawings. All threaded unions on the chemical piping lines shall have splash guards. Splash guards shall be constructed of PVC material and shall be installed such that any leakage is directed away from the space occupied by personnel.

C. Steel

1. Steel Process Pipe - AWWA C200 steel water or process pipe, material conforming to minimum Schedule 40, Grade B.

2. Longitudinal joints shall be shop welded and shall be made either with straight seams having not more than two to each circumference, or shall be made by the spiral-weld process.

3. The steel pipe shall be designed for minimum rated

pressure of 150 psi internal pressure, including any live loads.

Page 177: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 15060-6 Inside Process Piping

4. Pipe ends shall be one of the following types:

Type 1 Square end rounded and true, shall be used with mechanically coupled field joints.

Type 2 Beveled ends shall be used for field welded joints. Plain end pipe shall be beveled on the outside at an angle of 30 degrees with a root face at the end of the pipe of 1/16-inch, with the allowance of plus or minus 1/32-inch. This angle is measured from a line drawn perpendicular to the axis of the pipe.

5. Fittings - The steel fittings shall conform to the

AWWA standard C208 for dimensions for fabricated steel water pipe fittings, or as shown on the Drawings.

6. Fittings 2 inches and less shall be screwed, banded

150 malleable iron conforming to ASTM A338. 7. For sizes 2-1/2 inches and larger, fittings shall

be butt welded conforming to ASTM A234. 8. Flanges shall be provided, at a minimum, on steel

piping: at all connections to valves, equipment and tanks; at all wall and floor penetrations; and as otherwise shown on the Drawings.

a. Forged steel welding neck flanges or slip-on

welding flanges with plain face and smooth surface shall be used.

b. All flanges shall be 150-pound ASA flanges

conforming to ASTM A181. c. Flanges of pipes and fittings, if they are

warped, shall be corrected in the proper manner acceptable to the Owner’s representative.

9. Joints - Pipe joints and fittings shall be made

with either screwed, flanged, or butt-weld, or a combination of the three at the option of the Contractor. No grooved end pipe couplings will be allowed on steel piping. Joints within process tanks shall be made up of screwed-on flanges. Screwed joints without flanges will not be allowed within process tanks.

Page 178: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 15060-7 Inside Process Piping

a. Pipe joined by welding shall be made by a single butt-weld made on the outside of the pipe, butt-weld shall conform to the AWWA Standard C206 for field welding of steel water pipe.

b. Mechanical joints shall be made with

mechanical couplings of the sleeve type and shall be equal to Style 38 steel couplings for plain end steel pipe manufactured by the Dresser Manufacturing Company, or equal. Joint harnesses of approved design shall be furnished for use over the coupling joints, and shall be adequate for resisting the thrust resulting from the specified field test pressure. Location of such couplings and harnesses are as shown on the Drawings.

10. All steel pipe and fittings used for process piping

shall be lined and coated with coal tar enamel, hot applied in accordance with AWWA C203.

a. Steel pipe shall receive a prime coat of Type

B primer.

b. Finish Coat

1) Steel Pipe Interior - The prime coat shall be followed by a hot coat of coal tar enamel Type I.

D. Copper

1. Copper pipe shall be Type L material for inside service in conformance with ASTM B88.

2. Fittings shall be socket-type fittings in

conformance with ASME/ANSI B16.18.

3. Joints shall be soldered with a lead free solder conforming to ASTM B32.

2.03 JOINTS IN PIPING

A. Flanged Joints

1. Shall be brought to exact alignment and all gaskets and bolts or studs inserted in their proper places.

2. Bolts or studs shall be uniformly tightened around

the joints.

Page 179: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 15060-8 Inside Process Piping

3. Where stud bolts are used, the bolts shall be uniformly centered in the connections and equal pressure applied to each nut on the stud.

4. Pipes in all lines subject to temperature changes

shall be cut short and cold sprung into place to compensate for expansion when hot.

5. Gaskets shall be ring type, minimum 1/16-inch

thick, cloth inserted rubber gaskets.

6. Flanges shall conform to AWWA Standard C115 (ANSI A21.15) with bolts provided in the size and number called for and in accordance with the American Standard with hexagonal nuts.

7. For bolt sizes and lengths, the “Handbook of Cast

Iron Pipe” should be consulted.

8. Each flanged joint shall have a bead of silicone caulk applied to the full perimeter of the joint after finish painting is completed.

B. Screwed Joints

1. All screwed joints shall have threads conforming to

ANSI B2.1, made with the appropriate paste of jointing compound, depending on the type of liquid to be processed through the pipe.

2. All pipe up to and including 1-1/2 inches diameter

shall be reamed to remove burr and stood on end and well pounded to remove scale and dirt.

3. Wrenches on valves and fittings shall be applied

directly over the joint being tightened.

4. Pipe in all lines subject to temperature changes shall be cut short and cold sprung into place to compensate for expansion when hot.

5. Joints in all piping used for chlorine gas lines

shall be made up with glycerine.

6. Joints in plastic piping shall be made with compounds recommended by the manufacturer.

7. Threaded union joints in plastic piping for sodium

hypochlorite use shall use a Military Specification T-27730A rated tape; or equal.

C. Soldered Joints

Page 180: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 15060-9 Inside Process Piping

1. Shall have the burrs removed and both the outside of pipe and the inside of fittings shall be thoroughly cleaned by proper tools recommended for that purpose.

2. Flux shall be applied to both pipe and inside of

fittings and the pipe placed into fittings and rotated to insure equal distribution of flux.

3. Joints shall be heated and solder applied until it

shows uniformity around the end of joints between fitting and pipe.

4. All joints shall be allowed to self-cool to prevent

the chilling of solder. 5. Combination flux and solder paste manufactured by a

reputable manufacturer is acceptable.

D. Welded Joints

1. Shall be made by competent operators in a first-class workmanlike manner, in complete accordance with ANSI Standard B31.1. Welding electrodes shall conform to ANSI Standard W3.1, and welding rod shall conform to ANSI Standard W3.2.

2. Only skilled welders capable of meeting the

qualification tests for the type of welding which they are performing, shall be employed.

3. Tests, if ordered by Engineer or otherwise

required, shall be made at the expense of the Contractor.

E. Solvent-Welded Joints

1. In plastic piping shall be accomplished in strict

accordance with the pipe manufacturer’s recommendations, including necessary field cutting, sanding of pipe ends, joint support during setting period, etc.

2. Care shall be taken that no droppings or deposits

of adhesive or solvent material remain inside the assembled piping.

3. Solvent material shall be compatible with the pipe

itself, being a product approved by the pipe manufacturer.

4. Solvent cement for PVC piping shall be resistant to

the chemicals carried by the PVC piping for which

Page 181: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 15060-10 Inside Process Piping

it is being used and shall conform to ASTM Specification D2564.

5. Solvent cement used for PVC piping for sodium

hypochlorite use shall be IPS Corp. WELD-ON 724; or equal.

F. Couplings

1. Sleeve-type couplings shall be stainless steel of equal or superior alloy and wall thickness as the pipe. Pipe shall be plain end with external weld beads ground smooth to ensure proper gasket seating. For pressure pipe lines, sleeve coupling joints will be restrained by the use of harness rods connecting across the joint to flange lugs on adjacent flange joints. Where no adjacent flange joints exist, stainless steel harness lugs shall be welded to the pipe to receive the harness rods. All sleeve couplings, flange lugs, harness rods and hardware will be provided by the contractor.

2. Arched band type couplings shall be stainless steel of equal or superior alloy and wall thickness as the pipe and will be Depend-O-Lok type as manufactured by Brico or equal. Couplings will be Fixed – FxF, Expansion – ExE, or Fixed by Expansion – FxE as noted on the drawings or as required. The pipe shall be plain end with external weld beads ground smooth and with S.S. restraining rings shop welded to the piping for fixed type couplings.

3. Split-type couplings (alternative to arched band

type couplings) shall be stainless steel of equal or superior alloy and wall thickness as the pipe. Gaskets shall be suitable for the service conditions. The pipe ends shall be roll grooved to the coupling manufacturer’s specifications. Where roll grooving is impractical, the pipe shall have heavy wall machine grooved pipe nipples or machined ring collars fully welded to the pipe or fitting. Nipples shall be taper bored to the I.D. of the adjoining pipe to allow full weld penetration. Collars shall be welded on both sides to the piping. Nipples and collars shall be of the same alloy as the piping.

4. Expansion couplings shall be the flanged rubber

arch type. Flanges shall be provided for these couplings where shown on the drawings.

2.04 FINISHES

Page 182: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 15060-11 Inside Process Piping

A. All exposed steel and cast or ductile iron piping shall receive a rust inhibitive shop primer plus cover coats in accordance with Section 09900.

1. Surfaces to be painted shall be prepared in a

workmanlike manner with the objective of obtaining a smooth, clean and dry surface.

2. Rust, dust, scale, oil, grease, as well as all

other loose or foreign substances, including weld blisters, fins, and burrs shall be removed by cleaning, wire brushing, chipping, or sandblasting.

3. To prevent new rusting, cleaned surfaces shall be

painted immediately after cleaning.

4. Surfaces located within 2 inches of joints which are to be field welded shall be left unpainted.

2.05 HANGERS AND SUPPORTS

A. All piping shall be adequately supported and braced by means of hangers, concrete piers, pipe supports, brackets, in accordance with Section 15140 or as shown on the Contract Drawings.

2.06 PIPE SLEEVES

A. All piping passing through walls and floors shall be installed in sleeves or wall castings, unless otherwise shown in the contract drawings accurately located before concrete is poured, or placed in position during construction of masonry walls.

1. Sleeves passing through floors shall extend from

the bottom of the floor to a point 3 inches above the finished floor, unless noted otherwise on the drawings.

2. Water-stop flanges are required on all sleeves

located in floors or walls which are continually wet or under hydrostatic pressure on one or both sides of the floor or wall and on all sleeves penetrating walls of areas designed on the Drawings as “gas-tight.”

3. Sleeves shall be black steel pipe, or fabricated

steel in accordance with details shown on the Drawings.

4. If not shown on the Drawings, the Contractor shall

submit to the Owner’s representative the details of the sleeves he proposes to install.

Page 183: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 15060-12 Inside Process Piping

5. Steel sleeves shall be fabricated of structural

steel plate in accordance with the standards and procedures of AISC and AWS.

6. All steel wall and floor sleeves shall receive a

commercial sandblast cleaning, and all surfaces shall be painted in accordance with Section 09900.

7. The annular space between the installed piping and

sleeve shall be completely sealed against a maximum hydrostatic (or gas) pressure of 20 psig with a modular mechanical type seal consisting of interlocking synthetic rubber links connected by stainless steel bolts and nuts with pressure plates under each end.

8. Tightening the bolts shall compress the neoprene

lines causing them to expand and form a continuous, airtight, watertight seal between pipe and sleeve. The seal shall be “Link-Seal”, as manufactured by the Thunderline Corporation, Wayne, Michigan; or equal.

9. Seal type, size and installation thereof shall be

in strict accordance with the manufacturer’s recommendations.

10. In general, sleeves installed in walls, floors or

roofs against one side of which will develop a hydrostatic (or gas) pressure, or through which leakage of liquid will occur, shall be so sealed.

11. Refer to standard details as shown on the Drawings

for wall, floor and deck sleeve details. 2.07 WALL PIPE

A. Wall pipe shall be used for piping passing through walls and floors, where shown on the Contract Drawings. The wall pipe shall be accurately located before concrete is poured, or placed in position during construction of masonry walls.

1. Material: Same as specified for the piping

connected to the wall pipe. 2. End Connections: As shown on the Contract

Drawings, and as specified. 3. Collar: Provide integral collar for anchorage and

water-tightness. Collars shall be minimum diameter

Page 184: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 15060-13 Inside Process Piping

equivalent to pipe outside diameter plus 8-inches, and shall be located at the mid-point of the wall.

4. Pipe ends shall be flush with wall face, unless

otherwise shown on the Contract Drawings. 5. Drill and tap flanged ends and mechanical joint

bells for studs. Provide studs of same material specified for use on the connecting piping.

2.08 PIPE ACCESSORIES

A. Pipe fittings shall be of the same materials, class, coatings and linings as pipe unless under Article 2.02 it was specifically described otherwise. Fittings molded or formed to suit pipe size and end design and in required tee, bends, elbow, couplings, adapters and other configurations.

B. Flushing connections shall consist of an eccentric blind

flange tapped for 1-1/2-inch minimum IPS with a reducing bushing to 1-inch IPS, a 1-inch short nipple, and a 1-inch gate valve. Each gate valve shall be provided with a 1-inch IPS to 1-inch quick disconnect female hose coupler, and as sized otherwise on the Drawings.

1. Female hose couplers shall be provided with

appropriate threads or adapters and any necessary nipples to make a leakproof seal when attached to the gate valves.

2. Hose couplers shall be Ever-Tite; OPW Kamlock; or

equal.

3. Valves for flushing connections shall be in accordance with Specification Section 15100.

C. Couplings And Adapters - Flanged adapters shall be used

to join process piping to all pump flanges.

1. Adapters shall be restrained to process piping by the use of tie rods.

2. Couplings and/or adapters shall be provided by the

Contractor for the alignment of similar types of pipe or connecting dissimilar pipe materials as required in accordance with the detail shown on the Drawings.

3. Unions shall be provided adjacent to all pumps,

tanks, valves and other pieces of equipment where soldered or screwed joints are utilized.

Page 185: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 15060-14 Inside Process Piping

4. Provide couplings and flanged adapters as required and in accordance with this Clause.

5. Where couplings and adapters are to be used they

shall be installed in complete accordance with the manufacturer’s recommendations.

APPLICATION MANUFACTURE

Flange adapters for ductile

Dresser Style 127, Smith-Blair 913, or equal

Couplings suitable for pipe material

Dresser Style 38, Smith-Blair 411, or equal

D. Expansion Joints - Expansion joints shall be installed on

all piping and conduit wherever such piping crosses a structural expansion joint.

1. A 1/8-inch gap shall be left between adjacent

lengths of pipe with a Dresser Style 38; Smith-Blair; or equal coupling joining the piping.

2. Piping shall be supported by pipe supports each

side of the expansion joint as shown on the Drawings so that the coupling transmits no loads.

3. Contractor shall provide permanent restraints for

all expansion joints installed on piping.

4. Restraints shall keep pipe from separating when subjected to pressures up to 175 psig.

5. Permanent restraints shall consist of tie rods and

straps or welded clip angles as shown on the Drawings.

6. Permanent restraints shall also be furnished and

installed on piping at adjacent pipe supports to prevent any longitudinal movement.

7. All restraint hardware to be supplied and installed

in accordance with manufacturer’s recommendations.

8. Expansion joint couplings to allow for thermal expansion of aeration piping shall be furnished and installed per manufacturer’s instructions at locations designated in the approved piping layout prepared by the coupling manufacturer: “Depend-O-Loc” by Brico Industries, Inc., Atlanta, GA (D-O-L; FxF Type 1 Coupling). Submit piping layout to Engineer showing proposed coupling locations.

Page 186: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 15060-15 Inside Process Piping

2.08 PIPE IDENTIFICATION

A. Each pipe length and fitting shall be clearly marked with:

1. Manufacturer’s name and trademark. 2. Nominal pipe size and class. 3. Material designation.

PART 3 EXECUTION 3.01 FIELD TESTS AND INSPECTION

A. Verify that structures are complete enough to receive pipe.

B. All pipe or fittings which have been damaged in transit

or which are obviously deformed or refinished in any way shall be rejected, marked and removed from the site of the work.

1. Any pipe or fitting which the Owner’s

representative suspects is improper for the job shall be temporarily rejected, marked and set aside for subsequent investigation to determine its conformity with the specifications.

2. All pipe fittings and specials shall be carefully

inspected in the field before installation. Cracked, broken, warped, out-of-round, damaged pipe joints including damaged pipe lining or coatings or specials, as determined by the Owner’s representative, shall be culled out and not installed.

a. Such rejected pipe shall be clearly tagged in

such manner as not to deface or damage it, and the pipe shall then be removed from the job site by the Contractor at his own expense.

3.02 INSTALLATION

A. All piping shall be installed by skilled workmen in accordance with the best standard practice for piping installation, and in accordance with the manufacturer’s installation instructions where applicable.

1. Proper tools and appliances for the safe and

convenient handling and installing of the pipe and fittings shall be used.

Page 187: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 15060-16 Inside Process Piping

2. Great care shall be taken to prevent any pipe coating from being damaged on the inside of the pipe and fittings. All pieces shall be carefully examined for defects and no piece shall be installed which is known to be defective.

3. If any defective pieces should be discovered after

having been installed, it shall be removed and replaced with a sound one in a satisfactory manner by the Contractor and at his own expense.

4. Pipe and fittings shall be thoroughly cleaned

before they are installed and shall be kept clean until they are accepted in the complete work.

5. All piping connections to equipment or tanks shall

be provided with unions or coupling flanges located so that piping may be readily dismantled from the equipment or tank.

6. At certain applications, Dresser or Victaulic

couplings may also be used, subject to the Engineer’s approval.

7. All piping shall be installed in such a manner that

it will be free to expand and contract without injury to itself or surrounding structures or equipment.

8. All piping shall be erected to accurate lines and

grades and shall be supported and braced against movement temporary or permanent.

B. Where process piping assemblies connect to equipment,

valves or tanks, such piping shall be rendered compatible with the approved equipment, valve or tank installed and any necessary modifications to the original piping shall be shown in scaled layout on appropriate shop drawings submitted to the Engineer.

C. Piping assemblies under 4-inch size shall be essentially

supported on walls and ceilings, unless otherwise shown on the Drawings, being kept clear of openings and positioned above “head-room” space; where practical, such piping shall be run in neat clusters, plumb and level along walls, and parallel to overhead beams.

3.03 TESTING

A. All piping shall be tested in accordance with the procedures outlined below as required in the piping schedule.

Page 188: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 15060-17 Inside Process Piping

1. Where a section of pipeline has multiple uses, the pipe shall be tested at the highest pressure required.

a. Procedure A shall consist of a 15-minute test

at 100 psi followed by a 3-hour test at 50 psi.

b. Procedure B shall consist of a one-hour test

at 150 psi followed by a two-hour test at 100 psi.

c. Procedure C shall consist of a 30-minute test

at 50 psi.

d. Procedure D shall consist of an exfiltration test; the pipe is filled with clear water to provide a head of at least 5 feet above the top of the pipe at the highest point of the pipeline under test, and then measuring the loss of water from the line by the amount which must be added to maintain the original level. In this test, the test period (for taking measurements) shall not be less than three hours.

2. When no test method for inside process pressure

piping is specified in the Pipe Schedule, the following procedure shall be used.

3. All newly installed pipe or any valved section

thereof shall be subjected to a hydrostatic pressure 50 percent in excess of the working pressure at the point of testing, but in no case less than 50 psi in any section of the pipe being tested, for a period of two hours.

4. A leakage test shall be conducted concurrently with

the pressure test. The section tested shall be driptight with no signs of leakage.

5. Any leaks or defective pipe disclosed by any

leakage and pressure tests shall be repaired or replaced and aforementioned tests repeated as often as necessary until conformance with the requirements.

6. All water for tests shall be furnished and disposed

of by the Contractor at his expense.

7. The source and quality of water which the Contractor proposes to use in testing the lines shall be acceptable to the Owner’s representative.

Page 189: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 15060-18 Inside Process Piping

8. All test water must be removed from the interior of

all stainless steel pipe by draining, blowing, mopping, etc. Water must not be allowed to stand for long periods of time within stainless steel pipe.

3.04 PIPING SCHEDULE

A. Piping requirements for this project are outlined in the following schedule.

(continued)

Page 190: Lower Harbor Brook CSO Storage Facility Project

006.64/04-11 15060-19 Inside Process Piping

INSIDE PROCESS PIPING SCHEDULE

NOTE NO.

IDENTITY

PREDOMINANT

SIZE

TYPE OF PIPE

SCHEDULE OR CLASS

JOINTS

COATINGS

TESTING

PROCEDURE TYPE (SEE 3.03 A.1)

Dewatering Force Main – Within Building

6” & 12” DIP Class 52 Flanged Cement lined C

Dewatering Force Main – In Flow Meter Pit

6” & 12” DIP Class 52 Flanged Cement lined C

Flushing Water Line 8” PVC Schedule 80 Solvent Weld None A

Sump Pump Discharge 2”

PVC Schedule 80 Solvent weld None C

NOTES 1. Arched band and grooved (roll or cut) type coupling joint piping systems shall be as manufactured by

Depend-O-Lock, Victaulic, or Equal. These types of piping systems shall be used to the fullest extent possible, where appropriate and indicated in the schedule, to minimize time required for field installation. Welded joints may be used on shop prefabricated piping sections which shall be connected/joined in the field using arched band and/or grooved joint connections as applicable. Prefabricated piping sections shall be of a reasonable length (+ 20feet) to facilitate handling and installation.

2. Flange adaptors supplied by the manufacturer of arched band or grooved-type pipe couplings (which ever is

provided on each particular piping system) shall be provided, at a minimum, at piping connections to equipment, tanks, in-line specialties and all valves, or as otherwise shown on the Contract Drawings. Provide rigid type couplings near all valves.

3. Paint in accordance with Section 09900. ABBREVIATIONS

Cu – Copper DIP – Ductile Iron Pipe CPVC - Chlorinated Polyvinyl Chloride HDPE - High Density Polyethylene FRP - Fiber Reinforced Plastic CB - Cast Bronze WC - Wrought Copper

Page 191: Lower Harbor Brook CSO Storage Facility Project

006.64/04-11 15060-20 Inside Process Piping

CS - Carbon Steel PVC - Polyvinyl Chloride B - Butt Weld SW - Solvent Weld W – Weld Flg – Flanged G – Galvanized Pt – Painted

END OF SECTION

Page 192: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 15880-1 Carbon Adsorption Odor Control System

SECTION 15880

CARBON ADSORPTION ODOR CONTROL SYSTEM PART 1 GENERAL 1.01 SECTION INCLUDES

A. Carbon adsorption odor control vessels. B. Activated carbon. C. Blowers. D. Interconnecting Ductwork. E. Dampers. F. Manufacturer’s services. G. Field Testing. H. Performance testing of odor control units by independent

testing agency. 1.02 RELATED SECTIONS

A. General Provisions B. General Specifications C. Section 15170 - MOTORS D. Section 15890 - DUCTWORK E. Section 15910 - DUCTWORK ACCESSORIES F. Section 15985 – HVAC CONTROLS AND SEQUENCE OF OPERATION G. Section 15990 - TESTING, ADJUSTING, AND BALANCING

1.03 REFERENCES A. AFBMA 9 - Load Ratings and Fatigue Life for Ball Bearings. B. AFBMA 11 - Load Ratings and Fatigue Life for Roller Bearings. C. AMCA 99 - Standards Handbook. D. AMCA 210 - Laboratory Methods of Testing Fans for Rating

Purposes. E. AMCA 300 - Test Code for Sound Rating Air Moving Devices. F. AMCA 301 - Method of Calculating Fan Sound Ratings from

Laboratory Test Data. G. NEMA MG1 - Motors and Generators. H. NFPA 70 - National Electrical Code. I. SMACNA - Sheet Metal and Air Conditioning Contractors' National Association. 1.05 DEFINITIONS

A. FRP - Fiberglass reinforced plastic. B. H2C. ppm

S - Hydrogen sulfide gas. v

D. PPL - Polypropylene - Parts per million by volume.

Page 193: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 15880-2 Carbon Adsorption Odor Control System

1.06 SYSTEM DESCRIPTION

A. The Contractor shall furnish and install an odor control system for a combined sewer overflow (CSO) facility. The system includes the following:

1. Odor control vessels. 2. Carbon. 3. Blowers. 4. Interconnecting ductwork. 5. Dampers. 7. Flexible connectors. 8. Local control station. 9. Manufacturer’s services. B. The carbon vessels, carbon, blowers, interconnecting

ductwork, dampers, flexible connectors, and local control station function as a system, and shall be provided by a single source to achieve single-source warranty and process performance responsibility.

1.07 PERFORMANCE A. The system shall be designed to handle air, gases, vapors and

fumes removed from a municipal combined sewer overflow (CSO) facility. The airstream shall have the characteristics of sewage treatment ventilation exhaust.

B. System design air flow rate shall be 60,000 cubic feet per minute (cfm).

C. Odor Control Vessels.

1. Design air flow rate shall be 30,000 cfm for each odor

control vessel. 2. Minimum hydrogen sulfide (H2

S) gas removal efficiency for each odor control vessel shall be:

a. 99.0% at inlet concentration of 10 ppm b. 97.0% at inlet concentration of 2.5 ppm or less.

3. Carbon adsorption units shall provide stated removal

efficiency at air temperature ranging from -20 degrees Fahrenheit to 89 degrees Fahrenheit (dry bulb) / 73 degrees Fahrenheit (wet bulb), and humidity ranging from 0 to 100 percent RH, at design air flow rate.

Page 194: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 15880-3 Carbon Adsorption Odor Control System

4. Each carbon adsorption vessel shall have a maximum pressure differential of 9.5-inches water column (wc) from inlet to outlet, at the design air flow rate of 30,000 cfm.

5. Each carbon adsorption vessel shall be capable of

operation at design air flow rate (30,000 cfm) or 0 cfm (no flow) for extended periods.

D. Blowers - performance parameters shall be as scheduled on the

drawings.

1.08 SUBMITTALS

A. Submit in accordance with the Special Project Conditions, General Provisions and General Specifications.

B. Shop Drawings - submit the following items at the same time

under one cover:

1. Documentation to demonstrate that the carbon adsorber system is the standard product of the supplier.

2. Documentation to demonstrate that the manufacturer has

been regularly engaged in fabricating odor control carbon systems for at least five years.

3. Product data for supplied items providing detailed

information showing conformance with specifications. 4. Shop drawings, including odor control vessels and

blowers. 5. Submit data for odor control vessels including

dimensional drawings, materials of construction, carbon data, amount of carbon, pressure drop at design flow rate, residence time, accessories, options, and maximum operating weight.

6. Product data for carbon, including certification of

removal efficiency specified. 7. Submit data for centrifugal fans including dimensional

drawings, materials of construction, bearing life, AMCA class, certified fan curves with specified operating point clearly plotted, sound power levels for both fan inlet, outlet, and overall at rated capacity, accessories, options, and electrical characteristics and connection requirements.

Page 195: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 15880-4 Carbon Adsorption Odor Control System

8. Provide a detailed plan layout of the odor control room showing all equipment as well as recommended ductwork layouts and equipment clearances.

C. Equipment Manuals

1. Installation instructions. 2. Operation and maintenance instructions.

D. Start-up report (performance test report) and installation certification.

D. Submit name of independent testing agency, including

references and qualifications to the Engineer for review and approval.

E. Submit performance testing program to Engineer for review and

approval three months prior to performance test. F. Spare Parts

1. One complete set of belts for each blower. 1.09 QUALITY ASSURANCE

A. The Engineer reserves the right to reject acceptance of delivery of any or all pieces of equipment found upon inspection to be out of compliance with the manufacturer’s published tolerances.

B. The Engineer may provide and direct inspectors to inspect the

equipment at the place of manufacture or upon arrival at the job site. The manufacturer shall furnish all reasonable assistance, if required by the Engineer or inspector, for the proper inspection of the work. Inspection shall not relieve the manufacturer from any obligation to perform the work strictly in accordance with this specification. Work not so performed shall be replaced by the Contractor at his own expense.

1.10 WARRANTY

A. The carbon adsorption odor control system and all appurtenances shall be warranted in accordance with General Provisions G-1.13.

B. In addition to the Contractor’s warranty period identified in

General Provisions G-1.13, the carbon adsorption odor control system shall be warranted by the manufacturer(s) for two years.

Page 196: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 15880-5 Carbon Adsorption Odor Control System

1.10 EXTRA MATERIALS

A. Furnish the following extra materials, tagged and boxed for storage:

1. One set of belts for each blower.

PART 2 PRODUCTS 2.01 ODOR CONTROL SYSTEM

A. Supplier

1. Calgon Carbon, Inc. 2. Bay Products, Inc. 3. Approved equal.

2.02 ODOR CONTROL VESSELS

A. Odor control vessels shall be:

1. Calgon Carbon “Titan T120” 2. Bay Products “Hawk” 3. Approved Equal.

B. Equivalent Product – the carbon adsorption vessel design

specified herein and presented on the Contract Drawings, is based on products of Calgon Carbon. Alternate products shall comply with the requirements for equivalent products as set forth in the Contract Documents, including General Specification S-017 “Equivalent Product and Substitutions”. Consideration shall be given to all measures of equivalency. In particular, resulting physical layout, design pressure drop, and resulting blower horsepower will be examined.

C. The vessels shall use activated carbon as an odor control media.

D. The vessels shall be “radial-flow” design. The vessels shall

be designed such that odorous air enters through the outside surface of an annular carbon bed, via an air inlet in the sidewall. The air then passes through the carbon bed into the center of the vessel, and exits through the center top outlet.

E. All components shall be compatible with the conditions and

chemicals or vapors that they will be subjected to during

Page 197: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 15880-6 Carbon Adsorption Odor Control System

operation. Compounds that may be present in the airstream include, but are not limited to:

1. Hydrogen sulfide (H2 2. Sulfuric acid.

S).

3. Dimethyl sulfide. 4. Dimethyl disulfide.

F. The vessels shall be fabricated with UV-resistant

polypropylene (PPL) or fiberglass reinforced plastic (FRP). The structural design of the vessel shall be sufficient to meet Code requirements, including seismic requirements. The vessel shall be manufactured to withstand a maximum loading of 15 inches water column of positive or negative (vacuum) pressure. If water regenerable carbon is provided, the vessel shall be constructed to contain water to the overflow condition. The interior bottom of the vessel shall be sloped to the drain valve. Each vessel shall be painted, color shall be selected by Owner. Each vessel shall be provided with one Onondaga County Department of Water and Environment Protection logo.

G. The vessels shall be designed and constructed such that

personnel entry into the vessel for the purposes of loading, leveling, and unloading the carbon media is not required.

H. The support system for the annular carbon bed shall be

provided by the odor control vessel supplier. The system shall consist of structural components and media retaining screens. The system shall hold the carbon media securely in place, without leakage, during operation, media change-out, and maintenance.

I. Vessels shall be designed and arranged for access by man-

lift, scissor-lift, or similar device.

J. Vessels shall be constructed to fit in the space provided, as indicated on the Contract Drawings.

K. Accessories - The following accessories shall be provided

with the vessel:

1. Single point water drain. 2. Flanged air inlet connections. Flange dimensions shall

be coordinated with fan discharge. 3. Straight outlet connection on top of vessel. Outlet

connection shall be suitable for supporting a vertical discharge stack as detailed on the Contract Drawings.

4. Lifting lugs. 5. Hold-down lugs. 6. Single point water connection (if required).

Page 198: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 15880-7 Carbon Adsorption Odor Control System

7. Regeneration water overflow piping, schedule 80 CPVC construction (if required).

8. Drain and overflow manifold, schedule 80 CPVC, with ball valve (for water regenerable systems).

9. Lifting lugs. 10. Hold-down lugs.

2.03 CARBON

A. Carbon shall provide the removal efficiencies specified in paragraph 1.07 of this Section.

B. Carbon shall be granular catalytic activated carbon. The

activated carbon shall have the following properties: 1. Iodine number – 950 mg/g minimum. 2. Ash content – 8 percent by weight maximum. 3. Apparent density - 0.44 g/cc (minimum). 4. H2S capacity - 0.15 g/cc. The determination of H2S

breakthrough capacity will be made by passing a moist (85% R.H.) air stream containing 1% H2S at a rate of 1,450 cc/min through a 1-inch diameter by 9-inch deep bed of uniformly packed activated carbon and monitored to 50 ppm breakthrough. Results are expressed in grams H2

S removed per cubic centimeter of carbon.

C. Carbon that can be regenerated on-site using plain city water is acceptable, but not required. On-site regeneration shall not require chemicals.

2.04 BLOWERS

A. Blowers shall be as manufactured by New York Blower, Chicago Blower, or approved equal.

B. The blowers shall be a centrifugal industrial FRP type, AMCA

certified and licensed to bear the AMCA seal. All parts of the fan that are exposed to the air stream shall be encapsulated in FRP to ensure corrosion resistance.

1. Blowers shall be equipped with the following features

and accessories:

a. Flanged inlet. b. Inlet box and flanged inlet. c. Inlet flexible connection. d. Flanged outlet with companion flange. e. Discharge flexible connection

Page 199: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 15880-8 Carbon Adsorption Odor Control System

f. Scroll drain g. Shaft seals constructed of Viton h. Flanged inspection port i. Safety belt guard j. Safety shaft guard k. Lifting eyes l. Epoxy-coated heavy gauge all-welded steel base m. Spring-type vibration isolators. n. V-belt drive o. Type 316 stainless steel fan shaft p. Entire fan assembly constructed for outdoor

installation q. Graphite impregnation of FRP fan body grounded

electrically C. Motors shall be premium efficiency, explosion-proof, rated

for NEC Class I, Division 1, Group D, with a 1.15 service factor. Motors shall be in accordance with Section 15170.

D. Fan rotation, discharge, arrangement and motor configuration

shall be selected to minimize footprint and optimize clearance to obstructions for unit operation and maintenance.

E. Description - Belt-driven, centrifugal, fiberglass reinforced

plastic (FRP) fans consisting of housing, wheel, flanged inlet and outlet, inlet box, fan shaft, bearings, motor, drive assembly, and accessories, meeting the requirements of this specification and the manufacturer of the odor control units as specified in this Section. Units shall be AMCA certified for air and sound ratings.

E. Housing - Fan housing shall be fiberglass reinforced plastic

(FRP). All surfaces exposed to airstream to be provided with graphite impregnation. Fan housing shall be electrically grounded. Fan housing to be provided with scroll drain, piped to nearest floor drain with stainless steel ball valve. Housing shall be provided with flanged and gasketed inspection port.

F. Inlet Box - Fans shall be provided with manufacturer’s inlet

box suitable for ductwork attachment as shown on the Contract Drawings. Inlet box construction shall be FRP. Ductwork connection shall be flanged.

G. Fan Wheel - Industrial quality, FRP, non-overloading,

suitable for use with corrosive atmospheres. Wheel to be statically and dynamically balanced. Each fan shall be constructed in accordance with AMCA Type A spark-resistant construction requirements.

Page 200: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 15880-9 Carbon Adsorption Odor Control System

H. Drive Assembly - Resiliently mounted to housing; corrosion resistant housing of same material as fan housing with the following features:

1. Fan Shaft - Turned, ground, and polished type-

316stainless steel; keyed to wheel hub. Shaft seals shall be Viton construction.

2. Shaft Bearings - Heavy-duty, self-aligning ball or

roller type, relubricable for continuous service. Bearings shall have an L-10 bearing life of 50,000 hours. Provide guard over shaft and bearings. Provide extended lubrication fittings.

3. Pulleys - Cast iron, adjustable pitch motor pulley. 4. Motor Mount - On fan base, adjustable base for belt

tensioning. Provide motor, belts, and belt guard. I. Fan performance shall be as scheduled on the Contract

Drawings. J. Wiring Terminations - Provide terminal lugs to match branch

circuit conductor quantities, sizes and materials. Enclose terminal lugs in terminal box sized to NFPA 70.

K. Sound attenuation – Provide a rigid acoustical enclosure over

each blower assembly. The enclosure shall reduce the sound level by at least 25 dB (measured at 5 feet). Enclosures shall have hinged doors to facilitate access for routine inspection and maintenance. Enclosure shall not cause overheat of the blower. Enclosures shall be constructed from 18-gauge type-304 stainless steel outer skins, and 22-gauge type-304 stainless steel perforated inner skin. Channel framing shall be 18-gauge type-304 stainless steel. Panels shall be minimum 2” thick, and filled with mineral wool at 2.5 pounds per cubic foot (pcf). Doors shall be equipped with heavy-duty hardware and with seals to minimize noise leakage. Enclosures shall be fitted with louvered vets for heat dissipation. Kinetics Noise Control Vibron Products Group Model STL or approved equal.

2.05 INTERCONNECTING DUCTWORK

A. Ductwork between the reactor vessel and the blower shall be provided by the odor control system supplier.

B. Ductwork assembly and design shall be compatible with the fan

and vessel.

Page 201: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 15880-10 Carbon Adsorption Odor Control System

C. Flexible connectors shall be included in the ductwork and installed at the inlet of the inlet box and the outlet of the blower. The connectors shall dampen axial, lateral, and vibration movement. The connectors shall be resistant to the corrosive gases being processed. The connectors shall be of a flanged design.

D. Ductwork shall be aluminum, and shall be fabricated and

installed in accordance with SMACNA guidelines:

1. SMACNA “Round Industrial Duct Construction Standards”. 2. SMACNA “Rectangular Industrial Duct Construction

Standards”. E. Ductwork on the discharge side of blowers shall have a

pressure rating of +20” w.c. F. Ductwork between the inlet damper and the suction side of

blowers shall have a pressure rating of -20” w.c. 2.06 DAMPERS

A. Extruded aluminum (6063T5) damper frame shall not be less than .080" (2.03mm) in thickness. Damper frame to be 4" deep. Aluminum frame shall be clear anodized to a minimum thickness of 0.7mil (18 microns) deep. Frame shall be assembled using type 316 stainless steel screws.

B. Extruded aluminum blades shall be clear anodized to a minimum thickness of 0.7mil (18 microns) deep. Aluminum blade pivot rods shall be clear anodized.

C. Blades shall be extruded aluminum (6063T5) profiles. Blades shall be 4" wide and shall not extend beyond the frame when in the full open position.

D. Blade and frame seals shall be of extruded silicone. Seals shall be secured in an integral slot within the aluminum extrusions.

E. Maintenance-free bearings shall be composed of a Celcon inner bearing fixed to a 7/16" (11.11mm) aluminum hexagon blade pin, rotating within a polycarbonate outer bearing inserted in the frame, resulting in no metal-to-metal or metal-to-plastic contact.

Page 202: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 15880-11 Carbon Adsorption Odor Control System

F. Linkage hardware shall be installed in the frame side. All aluminum linkage hardware parts shall be clear anodized. All non-aluminum linkage hardware parts shall be type-316 stainless steel. Dampers shall be complete with cup-point trunnion screws for slip-proof grip. Adjustable hexagon drive rod, U-bolt fastener and retaining nuts shall be type-316 stainless steel.

G. Dampers shall be designed for isolation at a differential pressure of -20” water column. Dampers shall be designed for operation in temperatures ranging between -72°F (-58°C) and 212°F (100°C).

H. Dampers shall have parallel blade action.

I. Dampers shall be made to size required without blanking off free area.

J. Dampers shall be provided in “flanged-to-duct” mounting type.

K. Provide explosion-proof electric actuators in accordance with Section 15985. Belimo or approved equal.

L. Manufacturer:

1. TAMCO Series 1400 SW 4” wide Air-Foil blade with Salt Water Resistance Control Damper, as manufactured by T. A. Morrison & Co., Inc.

2. Approved Equal. 2.07 LOCAL CONTROL STATION

A. Odor control system supplier shall provide a local control station in accordance with Section 15985 “HVAC controls and Sequence of Operation”.

PART 3 EXECUTION 3.01 INSTALLATION

A. The carbon adsorption odor control system and all necessary appurtenances and/or accessories shall be installed in accordance with the manufacturer’s installation instructions, approved shop drawings, Contract Drawings and this Section.

Page 203: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 15880-12 Carbon Adsorption Odor Control System

B. The Contractor shall review the method of installation for the carbon adsorption odor control system with the odor control system manufacturer.

C. The Contractor shall field verify existing conditions and

shall notify the Owner’s representative of any conditions that need to be corrected prior to commencing the work of this Section. Commencement of work by the Contractor is acceptance of existing conditions.

D. A manufacturer’s representative shall supervise, check or

assist in the installation of the carbon adsorption odor control system as required by Special Project Conditions.

E. Install Type 316 stainless steel drain piping and valve from

each blower drain connection and pipe to closest floor drain.

F. Installation of the odor control system shall be coordinated with all trades. HVAC shall be responsible for scheduling a coordination meeting prior to the installation of the odor control equipment. The coordination meeting shall be scheduled far enough in advance to avoid delays to the construction schedule due to sequencing conflicts, long lead items, or other issues. A representative from each trade shall attend the meeting. A 72-hour notice shall be provided to the Owner’s representative as to the date and time of the coordination meeting. HVAC shall continue to coordinate the installation of the odor control system until the system has achieved a satisfactory performance test. Additional costs due to lack of coordination between trades shall be borne by HVAC.

3.02 SERVICES OF MANUFACTURER’S REPRESENTATIVE

A. The Contractor shall arrange for the equipment manufacturer to furnish the services of an authorized and qualified manufacturer’s representative in accordance with General Specifications. The manufacturer’s representative shall be available to perform the services listed, for the durations noted, in Special Project Conditions.

B. In addition to the services listed in the Special Project Conditions, the manufacturer’s representative shall provide the following services, for the estimated durations noted:

1. Inspection of the installed equipment (1/2 day). 2. Supervision of carbon loading (1 day). 3. Troubleshooting (1 day).

Page 204: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 15880-13 Carbon Adsorption Odor Control System

4. Assist HVAC Contractor with balancing of systems (1 day).

C. The manufacturer’s representative shall prepare a written

startup report, as described in the General Specifications, at the conclusion of performance testing. The start-up report shall include an installation certification and shall be submitted directly to the Engineer.

3.04 FIELD TESTING A. Field tests shall be conducted on the carbon adsorption odor

control system to ensure that the equipment is assembled and installed in accordance with the manufacturer’s installation instructions, approved shop drawings, Contract Drawings and this Section. The primary goal of field testing is to ensure the proper installation, setup and operation of equipment or systems. Field testing includes all testing, measuring and adjusting of equipment or systems by the Contractor and/or manufacturer’s representative prior to performance testing.

B. Field tests shall be conducted in accordance with the

manufacturer’s instructions and requirements. C. Deficiencies identified during field tests shall be

corrected. D. All labor, equipment, water, special tools or apparatus and

supplies required for field tests shall be supplied by the Contractor.

E. Field tests shall include, but are not limited to the

following, where applicable:

1. Checking the voltage to a piece of equipment or system. 2. Checking the rotation of a motor. 3. Checking the clearance between mounting and mating

surfaces. 4. Testing the operation of a manually operated or

motorized piece of equipment to ensure smooth operation of mechanisms.

5. Checking the flow rate through a piece of equipment,

system, or structure. 6. Testing the operation of equipment controls.

Page 205: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 15880-14 Carbon Adsorption Odor Control System

7. Any testing of the operation of a piece of equipment or system prior to performance testing.

3.05 PERFORMANCE TESTING AND REPORTING A. Performance tests shall be conducted on the carbon adsorption

odor control system by an independent testing agency. Performance testing consists of extended duration operation, under actual working or design conditions, of all facility equipment and systems, as outlined in the General Specifications. Installation and all other field testing and adjustments to equipment and systems shall be completed and checked by a manufacturer’s representative prior to performance testing. An air balance of the system shall be performed prior to any testing. A manufacturer’s representative shall be present during performance testing as required by Special Project Conditions. A startup report (performance test report) outlining the results of performance testing shall be prepared by the independent testing agency and submitted to the Engineer.

B. Performance tests shall be conducted as specified below with

consideration to any special manufacturer’s instructions and requirements.

C. Deficiencies identified during performance tests shall be

corrected and the performance test shall be resumed in accordance with the General Specifications.

D. All labor, equipment, special tools or apparatus and supplies

required for performance tests shall be supplied by the Contractor.

E. Odor Control System Performance Testing

1. Performance tests for each odor control vessel shall prove capability to remove odors from air exhausted. The Contractor, in conjunction with the independent testing agency, shall develop a program for testing the system under actual plant operating conditions to verify conformance with specified performance requirements. The testing program shall consist of sampling and analysis of the inlet and outlet air streams to determine odor removal efficiencies at operating conditions.

2. All automatic functions of the odor control system

shall be tested to demonstrate that they operate as specified.

Page 206: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 15880-15 Carbon Adsorption Odor Control System

3. The testing program shall be submitted to the Engineer and no testing shall commence until the program is approved by the Engineer. Testing shall include measurement of odor-causing hydrogen sulfide (H2

S) gas concentrations at odor control units inlet and outlet, air flow rate through the system (in CFM), air temperature and humidity, and electrical power demand of each unit blower motor. Tests shall be witnessed by the Engineer and Owner.

4. All inlet and outlet samples, three each, shall be tested in accordance with Modified EPA Method 16 (or similar approved method) using a whole air sample in a Tedlar bag and analysis by flame photometric detection. Scrubber inlet and outlet parameters shall also be measured using USEPA Methods 1 through 4 (or similar approved methods) for each sample taken and also in accordance with the General Provisions and General Specifications. Alternate test methods will be reviewed and approved by the Engineer.

END OF SECTION

Page 207: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 15985-1 HVAC Controls and Sequence of Operation

SECTION 15985

HVAC CONTROLS AND SEQUENCE OF OPERATION PART 1 GENERAL 1.01 SECTION INCLUDES

A. HVAC control systems and components. B. Sequence of operation of HVAC equipment. C. Equipment testing and manufacturer’s services.

1.02 RELATED SECTIONS

A. General Provisions B. General Specifications C. Section 15880 - CARBON ADSORPTION ODOR CONTROL SYSTEM D. Section 15990 - TESTING, ADJUSTING, AND BALANCING E. All Division 16 Electrical Specifications F. All Division 17 Instrumentation and Control Systems

Specifications 1.03 SYSTEM DESCRIPTION

A. This Section defines the manner and method by which controls for HVAC systems function. Requirements for each type of control system operation are specified. Equipment, devices, and system components required for control systems may not be specified in detail, however, the Contractor shall supply and install complete systems of control for all heating, ventilating and air conditioning equipment. The Contractor shall provide full control systems integration of all equipment provided and installed by HVAC.

B. All electrical equipment provided and/or installed by the

Heating and Ventilating Contractor shall be in accordance with the Division 16 electrical specification sections.

C. Control systems shall be industrial quality and shall be

suitable for the environments in which they are to be installed.

Page 208: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 15985-2 HVAC Controls and Sequence of Operation

1.04 SUBMITTALS

A. Submit under provisions of the Special Project Conditions, General Provisions and General Specifications.

B. Shop Drawings - Shop drawings shall include, but not be

limited to, the following: 1. Description of control sequences.

2. Control stations including dimensions, panel face layout, and NEMA rating.

3. Control panels including complete manufacturer’s data.

4. Damper and valve motor operators, enclosures, and support brackets.

5. Temperature controllers.

6. Temperature, pressure and flow sensors.

7. Thermostats.

8. Indicator and pilot lights.

9. Wiring diagrams. 1.05 OPERATION AND MAINTENANCE DATA

A. Submit under provisions of the General Provisions and General Specifications.

B. Maintenance Data - Include instructions for lubrication,

motor or actuator replacement, spare parts list and wiring diagrams. Include any other maintenance data and requirements pertinent to installed control systems such as troubleshooting and calibration procedures.

1.06 QUALITY CONTROL

A. Whenever possible, components shall be by the same manufacturer.

B. All components shall be furnished by companies specializing in manufacturing the item, with minimum three years experience.

C. All products and equipment furnished shall be current products of manufacturers regularly engaged in the manufacture, and for which replacement parts are available.

Page 209: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 15985-3 HVAC Controls and Sequence of Operation

1.07 EXTRA MATERIALS

A. Provide 10 spare bulbs for control panel indicator lights. 1.08 WARRANTY

A. The HVAC controls and all appurtenances shall be warranted in accordance with General Provisions G-1.13.

PART 2 PRODUCTS 2.01 LOCAL CONTROL PANELS - GENERAL

A. General - Unless otherwise noted, local control stations for the heating and ventilating systems shall be electrical enclosures, constructed as specified in Section 16161. Refer to Section 16161 for required enclosure NEMA ratings.

B. Control stations shall be furnished factory-wired and

factory-tested, with equipment and appurtenances mounted. Each panel will be provided with a source of power by the Electrical Contractor as shown on the Contract Drawings. The control stations shall contain all necessary switches, control pushbuttons, relays, interlock switches, indicator lights, selector switches, control power transformers, alarm contacts, instruments, gauges, clearly numbered terminal strips, and associated circuitry to monitor and control the operation of the heating and ventilating system.

C. Control enclosures, components, devices, conduit, wiring and

all other elements of the complete control system shall be provided in accordance with the applicable Division 16 specification sections.

D. Conductors and conduit between local control stations and

remote control devices shall be provided and installed by HVAC, as noted on Contract Drawings. Devices may include, but are not limited to:

1. Damper actuators and limit switches. 2. Temperature switches. 3. Temperature transmitters.

E. Local control stations with outputs to VFDs shall be provided with a Form-C relay contact closure for fan starting and a 4-20 mA output to adjust fan speed.

F. Conductors and conduit between local control stations and external motor starters or other external electrical equipment provided by others shall be provided and installed by Electrical.

Page 210: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 15985-4 HVAC Controls and Sequence of Operation

G. Each control station shall include a disconnect switch which shall de-energize the control station.

H. Each local control station shall accept an external form-C rated, unpowered contact closure signal for fire alarm indication from the facility fire alarm panel. Upon receipt of a fire alarm signal, the local control station shall automatically shut down each fan associated with the control station.

2.02 ODOR CONTROL SYSTEM LOCAL CONTROL PANEL

A. Each odor control system local control panel shall be provided by the odor control system manufacturer. The control panel shall control and monitor odor control blower (B-1 or B-2), associated dampers, and odor control vessels.

B. The enclosure shall be pedestal-mounted, and shall be sized to accommodate all of the devices required. The enclosure shall be a double-door control enclosure, with all displays and switches mounted on inner door.

C. Control panel shall include motor starter. Motor starter

shall be in accordance with Division 16 specifications.

D. The local control panel shall be interconnected as shown on the Contract Drawings.

E. Controls shall include damper actuation and damper status

indication through limit switches and indicator lights.

F. All alarms shall be manually reset.

2.03 ELECTRIC DAMPER

A. Manufacturers

1. Belimo 2. Siemens 3. Honeywell 4. Approved equal.

B. Electric damper actuators shall be provided with an unfused

disconnect switch. The switch shall be of the single pole, single throw toggle type mounted in a single gang box. The box shall be connected to the actuator with a close nipple and shall be of similar construction as the damper motor enclosure. The switch and box shall be installed and wired by HVAC. Where required by damper size, multiple damper actuators shall be provided or, high torque actuators shall

Page 211: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 15985-5 HVAC Controls and Sequence of Operation

be provided to match the operating characteristics of the damper.

C. Where noted on the Contract Drawings, electric damper

operators shall be enclosed in explosion-proof and/or corrosion resistant enclosures meeting the NEMA ratings noted in these Specifications and as noted on the Contract Drawings.

D. Damper actuators shall include limit switches where noted.

E. Damper actuators shall be as follows:

1. Standard, Two-Position, Power-Open/Spring-Close or

Power-Close/Spring-Open, NEMA 1 or 2 enclosure for inside use and out of airstream (not suitable for unducted dampers or operable louvers used for outside air inlets), Belimo Model AF or NF, Honeywell Model M4185A, Invensys Model MA Series, or approved equal.

2. Weatherproof - standard motor operators with NEMA 4X

rated enclosure. Suitable for direct exposure to outside air at temperatures to -20 degrees F; cast aluminum housing or other corrosion resistant finish suitable for exposure to outside air required. Belimo ZS-300 or approved equal.

3. Explosion-proof – Standard units with NEMA 7 enclosure

rated for NEC Class I, Division 1 Group D. Where unit is also required to be corrosion resistant, actuator shall be oil submerged type and the NEMA 7 rating shall prevail; however, an exterior, factory-applied corrosion resistant finish suitable for the particular corrosive environment (such as heresite or baked phenolic coating) will be required if unit casing is not inherently corrosion resistant for the specific application. Actuators shall be as per standard units above. Enclosures shall be Belimo Model ZS-200/ZS-250 enclosure, Invensys enclosure Model AM-401 or AM-402, or approved equal.

2.04 THERMOSTATS

A. All thermostats, except where otherwise indicated, shall be wall-mounted and easily accessible for reading and adjusting purposes. Thermostats shall be provided as follows:

Type 1 Standard, heavy duty metallic enclosure, industrial

Page 212: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 15985-6 HVAC Controls and Sequence of Operation

quality; White Rogers Model WR-80, Johnson Controls T26 or approved equal; Snap acting, SPDT, 50 degrees - 80 degrees F range.

Type 3 Explosion-proof; Indeeco Model 251-011, Honeywell T6051B

or approved equal; UL listed for NEC Class I, Division 1, Group C&D environments, nominal 40 degrees - 80 degrees F range. Enclosure to have corrosion resistant construction.

2.05 MANOMETERS

A. Manufacturers

1. Meriam Instrument 2. Scott Fetzer Co. 3. Dwyer Instruments 4. Approved equal.

B. Manometers for measuring the resistance to flow through all

filter banks in air handling units. The manometer shall be of the inclined-tube differential type complete with 1-inch thick acrylic plastic body, two 5-foot lengths of 1/4-inch aluminum tubing, two compression fittings, mounting hardware, a bottle of red gauge oil and instructions. The manometer shall have a range of 0.10-0 to 1.0-inch water column with minor divisions of 0.02-inch water column.

2.06 DIFFERENTIAL PRESSURE SWITCHES

A. Differential pressure switch shall be suitable for measuring differential pressure between adjacent spaces and shall have a nominal pressure sensing range of 0 to 0.25 inches (water gauge pressure).

B. Units shall be provided with one pair of normally open

contacts which shall close whenever the sensed differential pressure drops below 0.1 inch.

C. Units shall be provided with explosion-proof housing rated

for NEC Class I, Division 1, Group D areas. Units shall be suitable for operating down to -20 degrees F.

D. Units shall be suitable for operating down to -20 degrees F. E. Pressure switches shall be provided with pressure gauge and

wall mounting plate. F. Units shall be Dwyer-series 1630 or approved equal.

Page 213: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 15985-7 HVAC Controls and Sequence of Operation

2.07 FLOW SWITCHES

A. Differential-pressure switch with permanently-mounted duct velocity sensing (pitot) probe and interconnecting tubing. Mount probe in fan discharge duct.

PART 3 EXECUTION 3.01 INSTALLATION

A. Install controls in accordance with manufacturer’s recommendations.

B. Final acceptance of the control systems will be made after

each system has met the stated performance requirements to the satisfaction of the Engineer.

C. Thermostats shall not be mounted behind cabinets, equipment,

ducts, or other obstructions. D. Thermostats shall not be mounted in direct airstream of

supply or outside air controls in accordance with manufacturer’s recommendations.

E. Damper operators located in outside air intake ducts, mixing

boxes or plenums or which could be exposed to outside air temperatures shall be weatherproof type.

F. Supply fans SF-1, SF-2, SF-3, SF-4 and SF-5 shall be provided

with flow switches. The flow switches shall provide a contact closure on loss of flow.

3.02 STORAGE TANK VENTILATION SEQUENCE OF OPERATION

A. Overall storage tank ventilation shall be accomplished through the Main PLC system. The Main PLC system is provided by Contract 4B. The Main PLC system shall provide control through signals to the blower local control panels, supply fan SF-1 and supply fan SF-2.

B. “IDLE” Mode:

1. SF-1 and SF-2 off. 2. Blowers BL-1 and BL-2 off, dampers D-3 and D-4

closed.

C. On signal from Main PLC of CSO event:

Page 214: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 15985-8 HVAC Controls and Sequence of Operation

1. Turn on supply air fan SF-1. 2. Open damper D-3 and turn on blower BL-1. 3. Turn on supply air fan SF-2. 4. Open damper D-4 and turn on blower BL-2.

D. If supply air fan SF-1 fails (flow switch):

1. Turn off supply air fan SF-1 and disable. 2. Turn off blower BL-1 and close damper D-3. 3. Send alarm to main PLC of failure. 4. SF-2 and BL-2 continue to run.

E. If supply air fan SF-2 fails (flow switch):

1. Turn of supply air fan SF-2 and disable. 2. Turn off blower BL-2 and close damper D-4. 3. Send alarm to main PLC of failure. 4. SF-1 and BL-1 continue to run.

F. If blower BL-1 fails(flow switch):

1. Turn off blower BL-1 and close damper D-3. 2. Disable blower and send alarm to Main PLC. 3. Turn off supply air fan SF-1. 4. SF-2 and BL-2 continue to run.

G. If blower BL-2 fails (flow switch):

1. Turn off blower BL-2 and close damper D-4. 2. Disable blower and send alarm to Main PLC. 3. Turn off supply air fan SF-2. 4. SF-1 and BL-1 continue to run.

H. On signal from Main PLC, return to “IDLE” mode:

1. Turn off blower BL-2 and close damper D-4. 2. Turn off supply air fan SF-2. 3. Turn off blower BL-1 and close damper D-3. 4. Turn off supply fan SF-1.

I. Signal from Main PLC to odor control system local control panel shall be “start/stop”. Start means CSO event. Stop means return to “IDLE” mode.

3.03 ELECTRIC ROOM 101 HEATING AND COOLING SEQUENCE OF OPERATION

A. Upon fall in space temperature to 50 degrees F, the integral thermostat in Electric Unit Heater EUH-1 shall energize the

Page 215: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 15985-9 HVAC Controls and Sequence of Operation

unit heaters.

B. Upon rise in space temperature to 55 degrees F, the integral thermostat in Electric Unit Heater EUH-1 shall de-energize the unit heaters.

C. Upon rise in space temperature to 75 degrees F, wall mounted thermostat shall energize PRE-1 and the damper actuator which will fully open damper associated with Louver LV-2.

D. Upon fall in space temperature to 65 degrees F, wall mounted

thermostat shall de-energize PRE-1 and the damper actuator which will fully close damper associated with Louver L-2.

3.04 MECHANICAL ROOM 105 HEATING SEQUENCE OF OPERATION

A. Upon fall in space temperature to 50 degrees F, the integral thermostat in Electric Unit Heater EUH-2 shall energize the unit heater.

B. Upon rise in space temperature to 55 degrees F, the integral

thermostat in Electric Unit Heater EUH-2 shall de-energize the unit heater.

3.05 VESTIBULE 103 PRESSURIZATION CONTROL SEQUENCE

A. Vestibule 103 is pressurized to separate the classified space (Stair 104) from the non-classified spaces: Hall 102, Electric 101, Mechanical 105, Bath 106, and Office 107.

B. Supply fan SF-5 shall operate continuously to provide air to Vestibule 103, Hall 102, and Mechanical 105.

C. Supply fan SF-5 and exhaust fan PRE-2 (Stair)shall be provided with flow switches. If flow switch senses loss of flow, provide audible and visual alarm at door to vestibule in Hall 102.

D. Provide a differential pressure switch (explosion-proof design) within the vestibule to measure the differential pressure between the Vestibule and the adjacent hazardous area (Stair 104). The pressure switch shall be provided with one pair of normally open contacts that shall close whenever the differential pressure between the two rooms drops below 0.1 inch (water gauge pressure). Audible and visual alarms at the door to vestibule in Hall 102 shall be energized whenever the positive pressure in the Vestibule drops below 0.1 inch (w.g.).

Page 216: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 15985-10 HVAC Controls and Sequence of Operation

3.06 SUPPLY FAN SF-5 SYSTEM SEQUENCE OF OPERATION

A. Supply fan SF-5 shall operate continuously.

B. The electric duct heater, EDH-1, shall maintain supply air temperature at 60-degrees F (adjustable).

C. A monometer mounted on the filter box shall provide visual

indication of filter condition.

D. A flow switch shall be provided to monitor fan status and energize alarm horn and strobe for Vestibule in the event of fan failure (see Paragragh 3.05).

3.07 BATH 106 SEQUENCE OF OPERATION

A. Exhaust fan PRE-3 shall operate continuously.

B. The electric baseboard heater, EBH-1, shall maintain return air temperature at 60-degrees F (adjustable).

3.08 STAIR 104 SEQUENCE OF OPERATION

A. The electric unit heater, EUH-3, shall maintain room air temperature at 60-degrees F (adjustable).

3.09 HALL 102 SEQUENCE OF OPERATION

A. The electric cabinet heater, ECH-1, shall maintain return air temperature at 60-degrees F (adjustable).

3.10 OFFICE 107 SEQUENCE OF OPERATION

A. The packaged terminal air conditioning unit, PTAC-1, shall maintain return air temperature at 60-degrees Fahrenheit (adjustable).

3.11 INSTALLATION

A. HVAC controls and all necessary appurtenances and/or accessories shall be installed in accordance with the manufacturer’s installation instructions, approved shop drawings, Contract Drawings and this Section.

B. The Contractor shall review the method of installation for HVAC

controls with the control system manufacturer. C. The Contractor shall field verify existing conditions and shall

notify the Owner’s Representative of any conditions that need

Page 217: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 15985-11 HVAC Controls and Sequence of Operation

to be corrected prior to commencing the work of this Section. Commencement of work by the Contractor is acceptance of existing conditions.

3.12 FIELD TESTING

A. Field tests shall be conducted on the HVAC controls to ensure that the equipment is assembled and installed in accordance with the manufacturer’s installation instructions, approved shop drawings, Contract Drawings and this section. The primary goal of field testing is to ensure the proper installation, setup and operation of equipment or systems. Field testing includes all testing, measuring and adjusting of equipment or systems by the Contractor and/or manufacturer’s representative prior to performance testing.

B. Field tests shall be conducted in accordance with the

manufacturer’s instructions and requirements. C. Deficiencies identified during field tests shall be corrected. D. All labor, equipment, water, special tools or apparatus and

supplies required for field tests shall be supplied by the Contractor.

E. Field tests shall include, but are not limited to the

following, where applicable:

1. Checking the voltage to a piece of equipment or system. 2. Checking the rotation of a motor. 3. Checking the clearance between mounting and mating

surfaces. 4. Testing the operation of a manually operated or motorized

piece of equipment to ensure smooth operation of mechanisms.

5. Checking the flow rate through a piece of equipment,

system or structure. 6. Testing the operation of equipment controls. 7. Any testing of the operation of a piece of equipment or

system prior to performance testing. 3.13 PERFORMANCE TESTING AND REPORTING

A. Performance tests shall be conducted on all installed HVAC controls systems. Performance testing consists of extended duration operation, under actual working or design conditions,

Page 218: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 15985-12 HVAC Controls and Sequence of Operation

of all facility equipment and systems, as outlined in the General Specifications. Installation and all other field testing and adjustments to equipment and systems shall be completed and checked by a manufacturer’s representative prior to performance testing. A manufacturer’s representative shall be present during performance testing as required by the Special Project Conditions. A startup report outlining the results of performance testing shall be prepared by the manufacturer’s representative and submitted to the Engineer.

B. Performance tests shall be conducted in accordance with the

manufacturer’s instructions and requirements. C. Deficiencies identified during performance tests shall be

corrected and the performance test shall be resumed in accordance with General Specifications.

D. All labor, equipment, special tools or apparatus and supplies

required for performance tests shall be supplied by the Contractor.

E. Performance tests shall be conducted to demonstrate that

installed control systems operate in accordance with the written operation sequences in Section 15985 and the testing adjusting and balancing tests required under Section 15990.

3.14 SERVICES OF MANUFACTURER’S REPRESENTATIVE

A. The Contractor shall arrange for the equipment manufacturer to furnish the services of an authorized and qualified factory representative in accordance with the General Specifications. The manufacturer’s representative shall be available to perform the services listed, for the durations noted in the Special Project Conditions.

B. The manufacturer’s representative shall prepare a written

start-up report, as described in the General Specifications, at the conclusion of performance testing. The start-up report shall include an installation certification and shall be submitted directly to the Engineer.

END OF SECTION

Page 219: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 17000-1 Instrumentation

SECTION 17000

INSTRUMENTATION PART 1 GENERAL 1.01 SECTION INCLUDES A. This section includes the general work description and

requirements for instrumentation provided by this Contract.

1.02 GENERAL REQUIREMENTS

A. It is a requirement of this specification that all Division 17 specifications be provided by a single supplier. This supplier shall have total responsibility for the entire system performance and compatibility of this Section, as well as all other Division 17 specifications.

B. Mounting height of all instrumentation shall be in accordance

with Section 16161. Any sensors mounted below elevation 377 feet shall have provisions to prevent damage due to submergence.

1.03 RELATED SECTIONS

The specifications sections listed below are an integral part of this equipment specification and the Contractor shall be responsible for providing these sections to the equipment suppliers:

A. General Provisions B. General Specifications C. Section 16050 – ELECTRICAL-GENERAL D. All Division 17 specifications.

1.04 REFERENCES A. NEMA ICS 1 - General Standards for Industrial Control and

Systems. B. NEMA ICS 3 - Industrial Systems. C. NEMA ICS 6 - Enclosures for Industrial Controls and Systems. D. NFPA 70 - National Electrical Code (NEC). E. NFPA 79 – NEC (Labeling) F. ISA - Standards 5.1 and 5.4.

Page 220: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 17000-2 Instrumentation

G. IEC 1131-3 – Programming Standards 1.05 SHOP DRAWINGS

A. All Division 17 specifications shall be submitted in one shop drawing. Requirements of individual specification sections shall be contained within a single section in the shop drawing submittal. Indicate individual specification sections with a protruding tab. Submit material in the format and order as described in paragraph 1.05.B.3.

B. Shop Drawing Submittal Format

1. Shop drawings shall be in a rigid, three-ring binder.

If necessary, provide multiple binders. 2. Provide title page on the front and sides of the

binder. Title page shall include job name, EEA job number, Contractor(s) job number(s), date, “Division 17 Shop Drawing”, Contractor and supplier(s) names, addresses, contact persons, and contact numbers.

3. Contents shall be organized accordingly.

a. Table of Contents – List of each section. Provide protruding tabs labeled with the pertinent heading for each section listed in the Table of Contents.

b. For each Division 17 specification section provide

the following within the respective sections:

1) Performance Affidavit – In format set forth in the General Provisions and General Specifications.

2) Date Dependency Affidavit – Affidavit shall

certify that the equipment furnished in that specific section is fully 2000 compliant and will not pose any operational or internal time clock malfunction prior to the year 2100. Affidavit shall be signed by an officer of the equipment manufacturer and be notarized.

3) Table of Conformance. 4) Training itinerary. 5) Bill of Materials (BOM) for installed equipment,

BOM for spare parts, and BOM for extra materials. Each BOM shall be grouped and identified separately.

Page 221: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 17000-3 Instrumentation

6) Equipment information satisfying specifications. Provide protruding tabs for each piece of equipment. Label each tab with the equipment manufacturer.

c. AutoCAD drawings – Include title block, border,

page numbers, and supplier job number. CD containing all Division 17 AutoCAD 2008, or higher, *.dwg files. Sheet/drawing titles shall utilize three lines in the title block and are subject to approval, and instructed change, by the Engineer.

4. AutoCAD drawings shall be 11-inch by 17-inch.

5. Shop drawings not containing the appropriate

performance affidavit(s), date dependency affidavit(s), or format will be returned without further review.

C. Shop Drawing Submittal Contents - The following requirements

pertain to all of Division 17 specifications and are intended to complement the requirements of the General Provisions and General Specifications. Refer to individual Division 17 specifications for further requirements.

1. Performance affidavits for all equipment. 2. Date Dependency affidavits for all equipment.

3. Include a complete Table of Conformance to each

paragraph, or part, of Part II in the respective specification. Use a Microsoft Word 2003 table format with four columns labeled as “Specification Section”, “Equipment Manufacturer”, “Equipment Model”, “Compliant (Y/N). If No, specify”. As a minimum, identify equipment compliance in the “Compliant (Y/N). If No, specify” column for each article (i.e. 2.02), letter heading (i.e. A, B, C), and each number heading (i.e. 1, 2, 3). For exceptions or deviations, include a narrative description as to how the deviation or exception can benefit the system over that which is specified.

4. Training Itinerary – Detailed itinerary for the

training to be provided in Microsoft Word 2003 table format. Itemize the day of training (“Day 1”, “Day 2”, or “Hour 1”, “Hour 2”, etc.) and the lessons to be taught during that period. Further discuss the equipment to be used during training and the proposed location of training for that day. Account for all days of specified training. Provide one training itinerary sheet for each training period. At the top of each

Page 222: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 17000-4 Instrumentation

sheet provide a header description of the training session and duration of training to be provided.

5. Detailed Bill of Materials in Microsoft Word 2003 table

format, or Excel 2003, identifying component name, manufacturer, model number, and quantity supplied. Typical Bills of Materials are not acceptable.

6. Descriptive lists of spare parts and extra materials

provided in the same tabular format as the Bill of Materials. Lists shall be exclusive to the spare parts and extra materials requested by the specification section, hence separate from the Bill of Materials for installed equipment. Lists shall be intuitive and specifically created for this project.

7. For individual equipment, submit information satisfying

every item discussed in Part II of that specification section. Additionally, submit on all supporting accessories including, but not limited to, terminal blocks, surge and lightning suppression, UPSs, fuses, and cabling.

8. AutoCAD 2008, or higher, drawings - Provide loop and

block diagrams. Symbols used and nomenclature shall be in accordance to ISA Standard 5.4. Diagrams shall be specific to the equipment submitted with the options and features specified or otherwise provided. The inclusion of options not specified or provided is unacceptable. Terminal points depicted shall be the terminal points provided with identical terminal point designations as the supplied equipment. Illustrate all available terminals that are not utilized.

9. Proposed nameplate wording. Scaled illustrations for

each nameplate provided.

10. Manufacturer’s literature and Web site printouts are independent of the above requests for information and, hence do not satisfy the above shop drawing requirements. All catalog cuts, Web site printouts, manufacturer’s specifications, and drawings shall be clearly marked to allow identification of the specific products used. Cross-out all options and functions not supplied with the equipment.

11. Electrical power requirements, connection requirements,

interconnecting cabling, and environmental limitations/restrictions.

Page 223: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 17000-5 Instrumentation

12. Dimensions and weights of the equipment with the specified options.

1.06 OPERATION AND MAINTENANCE DATA

A. The following requirements pertain to all of Division 17

specifications and are intended to complement the requirements of the General Provisions and General Specifications as well as individual Division 17 specifications.

B. Submit under provisions of the General Provisions and General

Specifications. C. Provide complete sets of hard-covered three-ring bound loose

leaf Operation and Maintenance (O&M) Manuals. In addition to “As-Built” system drawings, the manuals shall include internal wiring diagrams and operating and maintenance literature for all components provided under Division 17. Binders shall not be larger than 3-inch.

D. Utilize a Table of Contents listing major headings (blue

tabs) and sub-major headings (white tabs). Provide protruding tabs labeled with the pertinent heading for each item listed in the Table of Contents. Tab labels shall be permanently fixed to semi-rigid section dividers. Otherwise, utilize the same format as specified for shop drawing submittals.

E. Contractor shall create the following documents specifically

for this project and submit in the Operation and Maintenance manual.

1. Operation Description - In Microsoft Word 2003 discuss

the operational procedure of the equipment as supplied per the specification section. Examples of operational procedures may include “normal operation” and “automated operation”. Automated operation may be broken down for some equipment/systems to include “flow paced control”, “storage tank level based control”, “timed control”, “tank level control”, etc. For systems that are supplied, identify where flows are coming from, pumped to, valves that may operate, and adjoining systems.

2. Troubleshooting – In Microsoft Word 2003 table format

utilize columns entitled “Problem”, “Possible Causes”, and “Corrective Action”. Under the “Problem” column, identify possible errors that may occur with the equipment including, but not limited to, alarm LEDs, panel alarm lights, digital display error messages, and all other visually or audibly operational problems. Under

Page 224: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 17000-6 Instrumentation

the “Possible Causes” column, identify the manufacturer suggested causes that may be the root of each “Problem”. Under the “Corrective Action” column, provide direction to verify and rectify/repair the “Problem”. Problems, possible causes, and corrective actions shall be in complete sentences and shall not reference manufacturer literature for their diagnosis or corrective action.

3. Preventative Maintenance – Provide “Daily”, “Weekly”,

“Monthly”, and “Annually” headers in a Microsoft Word 2003 bulleted, or numbered, format. Under each header indicate visual inspections, procedural inspections, calibration routines, and all other

F. Submitted literature shall be in sufficient detail to

facilitate the operation, removal, installation, programming and configuration, adjustment, calibration, testing, and maintenance of each component and/or instrument. Indicate application conditions and limitations of use stipulated by the Product testing agency. Include instructions for storage, handling, protection, examination, preparation, installation, and starting of product.

G. In a separate binder, include the configuration settings for

each instrument provided in Division 17. Provide a Table of Contents with protruding tabs for each instrument. Label each protruding tab with the equipment name and equipment designation. Indicate the value of all configuration parameters and setpoints, including those that are not utilized in the equipments field configuration.

H. Contractor shall review all submitted literature and cross

out all options, functions, warranties, etc. not part of the supplied equipment.

I. All information contained within the hard copy of the

operation and maintenance manual shall also be submitted in electronic form on CD. Including, but not limited to, manufacturer information, drawings, and letters.

1.07 PROJECT RECORD DOCUMENTS

A. The following requirements pertain to all of Division 17 specifications and are intended to complement the requirements of the General Provisions and General Specifications as well as individual Division 17 specifications.

B. Submit under provisions of the General Provisions and General

Specifications and Section 16050.

Page 225: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 17000-7 Instrumentation

C. Record actual locations of controller cabinets and input and output devices connected to system. Include interconnection wiring and cabling information, and terminal block layouts in controller cabinets.

1.08 DELIVERY, STORAGE, AND HANDLING

A. Deliver, store, protect and handle products to site under provisions of the General Provisions and General Specifications and Section 16050.

B. Accept products on site in factory containers unless system

is completely integrated into a pre-manufactured panel that has been factory tested. Inspect for damage.

C. Store products in clean, dry area; maintain temperature to

NEMA ICS 1 requirements. 1.09 COORDINATION

A. Refer to Contract Drawings for designations and verify with

Owner. B. Coordinate demonstration to Owner with the Contractor and the

Owner. 1.10 TRAINING A. Contractor shall video-record all training sessions. Provide

a video recording of each training session on a single DVD. Provide two duplicate DVDs for each training session and distribute one copy to the Owner and one to the Engineer. Provide computer-generated adhesive labels on each DVD. Label each DVD with the training session description, date training occurred, attendees, trainer, contact information, the equipment covered during the training session, and the project title.

B. Engineer will review their copy for video quality including,

but not limited to, picture quality, use of camera angles, and sound recording quality. Video must be clearly audible. If the Engineer deems the video or audio quality as poor, the Contractor shall conduct the training session again (with original attendees present) and re-record the session at no additional cost to the Owner.

C. Provide a DVD case to hold all training videos provided for

Division 17 specifications.

Page 226: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 17000-8 Instrumentation

PART 2 PRODUCTS 2.01 ACCESSORIES

A. Nameplates

1. Laminated plastic nameplates shall be provided for each instrument in Division 17.

2. Nameplates shall have 5/16-inch high capital, white

letters on black background machine engraved. Hang nameplates from process-mounted instruments via metallic chains. Nameplates shall be hung within 12-inches of the equipment.

3. Final wording on nameplate shall be submitted during

the shop drawing phase and approved by the engineer.

4. Nameplates shall be uniformly mounted and of identical form-factor for all equipment that nameplates are provided. Once a nameplate format has been selected the format shall be utilized for all equipment throughout, thereby excluding providing original equipment manufacturer (OEM) nameplates.

5. Where wire labeling is not conducive to nameplate

tagging as specified above, such as in MCC compartments or inside the PLC enclosure, provide wire labeling on computer printed, adhesive tape and wrap around wiring. Printing that is capable of being rubbed off the wire label is not acceptable.

6. Text on nameplates shall be as follows.

a. First Line – Equipment name. Equipment name shall

as listed on the Contract Drawings and PLC input/output (I/O) lists.

b. Second Line – Equipment designation. Designation

shall be in accordance with ISA Standards 5.1 and 5.4 as listed in the PLC I/O lists and on the Contract Drawings.

c. Third Line – Wiring destination. Indicate the

destination of the wiring (i.e. PLC-E1, PLC-E2, MCC-1, etc).

B. Lightning and Surge Protection (TVSS)

1. Provide lightning and surge protection on the power supply of each instrument provided under Division 17.

Page 227: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 17000-9 Instrumentation

2. Provide lightning and surge protection on all analog input and output signal circuits that pass out-of-doors or are terminated to metallic piping that passes out-of-doors.

3. TVSS devices mounted on the analog output signal wiring

of field-mounted transmitters shall be conduit-mounted utilizing a common chamber, three element, gas tube and clamp incoming transients to a level acceptable to the transmitter it is protecting. Manufacturer shall be Joslyn, Model 1669-01, or equal.

4. TVSS devices protecting analog circuits entering the

PLC enclosure shall be din-rail mounted with removable terminal blocks on each side of the device with no interruption of the incoming signal by unplugging the TVSS device. Device shall possess the capability of discharging 1000 Amps evaluated on an 8x20-microsecond waveform. Device shall have an LED to indicate the unit is functioning properly. TVSS device shall be manufactured by M-System Co, Model MDP-24-1, or equal.

C. Wiring/Conduit/Mounting

1. The Contractor shall provide all power wiring and

conduit to each instrument specified in Division 17.

2. The Contractor shall provide all signal wiring and conduit from the programmable logic controller to new, and existing, equipment as specified in the I/O list of Section 17100 and the Contract Documents.

3. The Contractor shall provide all other wiring integral

to supplied equipment to achieve the specified system performance as discussed individual Division 17 specification sections.

4. The Contractor shall mount all equipment specified in

Division 17 in locations discussed/shown in the Contract Documents.

D. Miscellaneous Field Instruments

1. Limit Switches

a. Switches shall have separate components to allow

versatility of mounting applications in the field.

b. Switches shall have a special tertiary seal on the switch body prevents fluid from entering even when the operating head is not attached.

Page 228: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 17000-10 Instrumentation

c. 600V rating, ridge-topped contacts and wiping action assure continuity.

d. 24 to 124V AC/DC, 10Amp contact rating, NEMA 6P submersible switch and UL listed.

e. Provide complete with actuator and operator.

f. Manufactured by Eaton/Cutler Hammer.

PART 3 EXECUTION 3.01 EQUIPMENT MOUNTING A. All mounted equipment shall have sufficient clearance from

other equipment provided or existing obstructions (including walls, pipes, conduit, or other instruments) to facilitate removal, adjustment, inspection, and calibration of the installed device. Any device that is mounted without sufficient clearance to perform these functions with standard, manufacturer recommended tools shall be removed and remounted at no additional cost to the Owner.

B. Rotate equipment heads as directed by the Engineer in the

punch list for final completion.

END OF SECTION

Page 229: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 17100-1 Programmable Logic Controllers (PLC)

SECTION 17100

PROGRAMMABLE LOGIC CONTROLLERS (PLC) PART 1 GENERAL 1.01 SECTION INCLUDES

A. The Contractor shall furnish and install the following PLC enclosures, complete with all necessary accessories and PLC programming software, wired to accommodate all inputs and outputs listed in the input/output (I/O) lists and Process & Instrumentation Drawings, ready to communicate via the specified medium(s), and ready to be programmed by the Engineer. In short, this section includes:

1. Programmable logic controllers (PLC). 2. PLC power equipment and accessories. 3. Uninterruptible power supplies (UPS). 4. Surge suppression. 5. DC power supplies. 6. PLC enclosures. 7. PLC communication architecture. 8. PLC I/O lists.

1.02 GENERAL REQUIREMENTS

A. It is a requirement of this specification that all Division 17

specifications be provided by a single supplier. This supplier shall have total responsibility for the entire system performance and compatibility of this Section, as well as all other Division 17 specifications.

B. For ease of identification, symbols for the various components

of the metering system to be furnished and installed are given in Table 17100-1.

TABLE 17100-1

SCHEDULE OF PROGRAMMABLE LOGIC CONTROLLERS

PLC NAMEPLATE DESIGNATION NAMEPLATE DESIGNATION LOCATION Main PLC PLC-E01 Electrical Room Flushing System PLC PLC-E02 Flushing System Control Panel

1.03 RELATED SECTIONS

The specifications sections listed below are an integral part of this equipment specification and the Contractor

Page 230: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 17100-2 Programmable Logic Controllers (PLC)

shall be responsible for providing these sections to the equipment suppliers:

A. General Provisions B. General Specifications C. Section 16050 – ELECTRICAL-GENERAL D. Section 16161 - CONTROL PANELS AND ENCLOSURES E. Section 16191 - ELECTRICAL SUPPORTS, ANCHORS AND FASTENERS F. All Division 17 specifications.

1.04 REFERENCES

A. NEMA ICS 1 - General Standards for Industrial Control and Systems.

B. NEMA ICS 3 - Industrial Systems. C. NEMA ICS 6 - Enclosures for Industrial Controls and Systems.

D. NFPA 70 - National Electrical Code. E. NFPA 79 - Labeling. F. International Society of Automation (ISA) - Standards 5.1 and

5.4.

G. Industry Electric Code (IEC) – Article 1131.3, Programming Standards.

H. Underwriters Laboratories (UL) 508.

1.05 DEFINITIONS

A. System Supplier – the party responsible for all of Division 17 specifications.

B. UPS – Uninterruptible power supply.

C. HMI – Human-Machine Interface. Device that consists of a

keypad and display for the purpose of extracting and input data to a controller. Also known as an Operator Interface Unit (OIU) or a Man-Machine Interface (MMI).

D. SCADA Node – A computer with an operating system (OS) that

facilitates user interaction with supervisory software as well as other software programs that enable the user to manipulate data and generate reports. SCADA nodes are integral to the PLC network.

E. Client Node – The same as a SCADA node in every way except

that client nodes do not have the supervisory software program

Page 231: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 17100-3 Programmable Logic Controllers (PLC)

databases stored on their local hard drives. Client nodes poll SCADA nodes for data and do not function when the SCADA nodes are down.

F. Workstation – An HMI with an OS that typically serves as a

node on a network and is typically a SCADA node. Workstations are specifically suited for an industrial environment and have the same functionality as a “Personal Computers” (PCs).

G. I/O Lists – Table 17100-2.

1.06 SUBMITTALS

A. Shop Drawings – Submit under provisions of the General Provisions and General Specifications. The following submittal requirements are to complement the requirements and format set forth in the General Provisions and General Specifications. The following submittal material shall be submitted for the Engineer’s review and approval prior to fabrication of any PLC enclosures. PLCs that are fabricated prior to the approval of these shop drawings are subject to alteration to conform with the approved shop drawings by the supplier at the supplier’s cost.

1. Submit samples for approval by the Engineer. The Engineer

will retain samples. Submit samples as follows: a. A 1-foot sample of a single 18-gage wire as used to

wire discrete I/O within the PLC panel. Wire shall be labeled with the following text on the label:

Line 1: “YI-200 to PLC-E01” Line 2: “123456789”

b. A 1-foot sample of a single 18-gage T.S.P. as used to

wire analog I/O within the PLC panel. Wire shall be labeled with the following text on the label: Line 1: “FI-200 to PLC-E01” Line 2: “12345678”

c. A 1-foot sample of a single 18-gage T.S.P. as used to

wire analog I/O inside the PLC panel. Wire shall utilize the heat shrink sheath proposed at each termination of such cable.

d. One terminal block with labeling in-place. e. One machine engraved nameplate used for labeling the

PLC enclosure and subpanel devices with text as follows: Line 1: “Onondaga County WEP” Line 2: “Lower Harbor Brook CSO Storage Facility”

Page 232: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 17100-4 Programmable Logic Controllers (PLC)

Line 3: “PLC-E01”

2. Using AutoCAD 2008, or higher, provide these drawings for each PLC in the following order. Label all components with manufacturer and complete model numbers on the drawings. Typical drawings are not acceptable.

a. Scaled enclosure layout drawings in 11-inch by

17-inch format, detailing locations of all components on the subpanel, door, and all other enclosure faces. Label each view as “Enclosure Door”, “Enclosure Subpanel”, “Enclosure Side”, etc. Drawing shall display layout of completed assemblies, including, but not limited to, PLC backplane, PLC I/O modules, empty slots, UPS, Ethernet switches, Ethernet radios, terminal blocks, installed spare equipment, power supplies, power line isolators, surge suppression, grounding lugs, wireway, disconnect switches, fuses, control relays, acceptable regions for conduit penetrations of both AC and DC wiring separately, and external power. Illustrate handles, hasps, hinges, and dimensions of exterior mounted devices. Identify equipment manufacturer and model numbers by placing a number next to the piece of equipment on the drawing and cross-referencing with the Bill of Materials. In addition to the Bill of Materials cross-reference labeling, label PLC I/O modules on the drawing with the manufacturers complete model numbers.

b. Elementary diagram drawings in 11-inch by 17-inch

format, detailing all enclosure electrical components including, but not limited to, power line isolators, surge suppression, UPS, power supplies, fuses, duplex receptacles, indicating lights, switches, and control relays. Diagrams shall include terminal point designations, line reference numbers, and wire numbers. All wires shall maintain the same wire number for the entire contiguous segment of wire. Diagrams shall illustrate all network cabling and DC and AC electrical distribution. Drawing shall illustrate all available instrument terminations, both used and unused, and be labeled with the manufacturer’s terminal point label as will be found on the installed instrument. Provide a legend on this sheet for all symbols and general notes used on this sheet and on the PLC I/O module detail drawings.

c. Scaled PLC I/O module detail drawings, in 11-inch by

17-inch format, for each card installed in the PLC backplane. Detail the wiring of all terminations on the PLC I/O module including, wiring of all I/O

Page 233: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 17100-5 Programmable Logic Controllers (PLC)

points and power. Illustrate all terminations points for each signal including termination points for terminal blocks, relays, etc. Identify each wires color and wire number. Utilize NFPA 79 standards to illustrate termination points: to an MCC, to a device terminal, to a control panel terminal, to fused blocks, to surge suppressor blocks, etc. Label the each point on PLC I/O modules with the PLCs physical address. Utilize NFPA 79 standards for illustration of wiring: internal to the PLC enclosure, outside the PLC panel, and integral to a device. Progression of I/O modules detail drawings shall be in the order of the orientation of the I/O modules in the PLC backplane (e.g. Slots 1 and 2 on sheet 7, Slots 3 and 4 on sheet 8, etc.). Not more than two card details shall be shown on any one drawing. Each I/O module shall be labeled with the installed rack and slot number. Illustrate installed spare I/O modules, but it is not necessary to detail slot filler cards. Each drawing title shall have the following format:

Line 1: PLC Name (e.g. “PLC-E01”) Line 2: Module Type (e.g. “Discrete Inputs”,

“Combo Module: AI, AO, DI, DO”, etc) Line 3: Installed Rack and Slot (e.g. “Rack 1,

Slots 3 and 4”) Label all PLC I/O module termination points an I/O point description as shown on the PLC I/O lists. For I/O list points that lack certain information, create descriptions that are in accordance with ISA Standard 5.1. Each point description shall utilize the following format: Line 1: Equipment Description (e.g. “DWP-1”,

“Dewatering Pump No.1”, “Wet Well Level Transmitter”, etc)

Line 2: Signal Description (e.g. “Run Indication”, “Flow Indication”, etc)

Line 3: Signal Functional Designation (e.g. “YI-XXXX”, “FI-XXXX”, where “XXXX” is the instrument loop number.)

d. Include one AutoCAD drawing of the SCADA system

network architecture. Detail all Ethernet switches, Ethernet radios, fiber optic cabling, Category 5 cabling, SCADA nodes, printers, modems, PC Ethernet cards, PLC CPUs, and all other details required to illustrate to the Engineer that the Contractor is proposing a communication network that meets the requirements of the completed system as specified in

Page 234: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 17100-6 Programmable Logic Controllers (PLC)

the Division 17 specifications and on the Contract Drawings. Illustrate location of the detailed equipment in the appropriate buildings and rooms. Label all communication cabling and connector types. Illustrate all communication ports of the equipment as they will be found in the field, including spare and unused ports. Illustrate all DIP-switch and jumper settings.

e. Provide two copies of all the above specified AutoCAD

*.dwg files on CD-ROM. Drawing files must be capable of being used by others and saved to the disk in *.dwg format.

3. Submit manufacturer information on all software.

4. Calculations to substantiate sizing of each UPS. For

each UPS, itemize all equipment drawing from the UPS and compare the respective current and power draws and to the manufacturer’s rating of current draw for the specified amount of time.

5. Unless the manufacturer is specifically named in these

specifications, the following must be provided along with the manufacturer information for the proposed “or equals”. Provide the following information for a minimum of 20 references for the Engineer to verify 7 of these installations: name and address of the client and location of installation, if different; name of the person in direct responsible charge; consulting design engineer; system programmer; details of the equipment; installation date; startup date; and full performance details. It is the sole responsibility of the Contractor to provide this information. Include all travel costs for Engineer to visit two of the referenced installations.

B. Operation and Maintenance Manual – Submit under provisions of

the General Provisions and General Specifications. The following submittal requirements are to complement the requirements and format set forth in Section 17000. Substantial completion for this section will not be approved until the Engineer has approved Operation and Maintenance manuals. 1. Maintenance, troubleshooting, and replacement of PLC

cards, racks, CPU, EEPROM, and all associated equipment. 2. All “as built” AutoCAD *.dwg files on CD ROM and 11-inch

by 17-inch printed hardcopies.

Page 235: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 17100-7 Programmable Logic Controllers (PLC)

3. Warranties – Provide the warranties for the PLC, cards, programming software, operator interface, and all other PLC enclosure equipment in a section entitled “Warranties.” Equipment covered, dates of expiration, contacts and procedures to exercise each warranty, and limitations of warranty shall be explicitly noted. All warranty papers shall be completely filled out by the Contractor with all necessary serial and model numbers.

4. One manufacturer supplied programming manual for the

supplied PLC(s).

C. Project Record Documents – Submit under provisions of the General Provisions and General Specifications. The following submittal requirements are to complement the requirements and format set forth in Section 17000.

1. Revise AutoCAD drawings of individual I/O cards to

reflect all scaling. Coordinate with the PLC programmer/integrator for each points scaling.

2. Update the Operation and Maintenance Manual AutoCAD 2008,

or higher, drawing hardcopies and CD-ROM with the “as built” drawings.

3. Updated AutoCAD drawings to indicate any changes made

during installation or startup of the equipment provided under this section.

4. Updated Bill of Materials reflecting any changes in

manufacturers, models, or quantities.

5. Updated Bill of Materials for spare parts supplied. 1.07 QUALIFICATIONS A. PLC Manufacturer - Company specializing in manufacturing the

products specified in this section with minimum 10 years' documented experience, and with authorized service facilities within 300 miles of the project site. Field technicians dispatch sites (i.e. home residences, etc.) do not satiate this distance requirement.

B. System supplier – Company specializing in the fabrication of

control panels incorporating PLCs.

1. System supplier shall have a minimum of five years of experience fabricating industrial and municipal control panels, with a minimum of three projects of equal or greater size as this project.

Page 236: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 17100-8 Programmable Logic Controllers (PLC)

2. Submit names and telephone numbers for a minimum of three similarly sized projects. Names and telephone numbers shall be for the project end users and design engineers.

6. System supplier shall employ in excess of 25 personnel,

including no less than 15 technical staff to include engineers, programmers, and field technicians. Engineer may request documentation to substantiate this requirement.

7. Minimum of one professional engineer in the direct employ

of the system supplier.

C. System Integrator – Company specializing in the integration/programming of PLC and HMI systems for the control of process equipment.

1.08 DELIVERY, STORAGE, AND HANDLING

A. Contractor is responsible for all costs associated with

shipping. B. Contractor is responsible for preparing the assembled PLCs and

associated equipment for shipping and shipping them to the project site.

C. Deliver, store, protect and handle products to site under

provisions of the General Provisions and General Specifications and Section 16050.

1. Shipping to all locations for all equipment provided

under this section shall utilize accelerometer or 3-axis dye packets to indicate whether acceleration or deceleration of three times the force of gravity (3G) has been exceeded. If acceleration/deceleration has been exceeded, Contractor shall pay for disassembly, damage repair, and reassembly of the shipped units. If any damage is apparent from inspection at time of delivery, Contractor is responsible for all costs involved in disassembly, damage repair, reassembly, and additional shipping back to the manufacturer’s facility if deemed necessary by Engineer. Accelerometers shall be dye packet devices and shall not be reusable or resettable.

D. Accept products on site in factory containers unless system is

completely integrated into a pre-manufactured panel that has been factory tested. Inspect for damage.

E. Store products in clean, dry area; maintain temperature to

NEMA ICS 1 requirements.

Page 237: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 17100-9 Programmable Logic Controllers (PLC)

F. Contractor shall provide risk/hazard insurance for property of

Owner/Engineer/Contractor for all equipment provided under this section. 1. Insurance shall be in accordance with Supplementary

Conditions, Article 5.

2. Submit proof of insurance prior to shipping PLCs. G. Shop Testing - Systems Supplier shall perform shop testing of

all PLC panels at their facility prior to shipment of any PLC panels to the job site. Testing shall include:

1. System supplier shall create and install a basic program

in the PLC CPU to monitor the status of all physical PLC I/O.

2. Utilize one copy of the Engineer-approved PLC shop

drawing I/O module wiring diagrams as a checklist and simulate I/O states on the field instrument connect side of the PLC enclosure terminal strip. To test discrete points, physically make contact closures for all discrete signals. To test analog inputs, utilize a signal generator to drive a three 4-20 mA input signals; 4mA, 12 mA, and 20 mA. To test analog outputs, write three analog outputs in the basic PLC program and verify the signal using a digital multimeter; using 4 mA, 12 mA, and 20 mA as write values.

3. Document testing by marking up (highlighting) each

circuit on the wiring drawing when it has been fully tested, verified and has passed QA/QC. All circuits shall be highlighted (fully tested and verified) before the panel is shipped. Supply these documents (marked up wiring drawings) to the Engineer for approval before panel shipment.

H. Upon completion of shop testing, contact the Engineer to

schedule a three-day visit by the System Integrator to the System Supplier’s facility to install all PLC programs and tune PLC program. This testing date shall be a minimum of 45 days after the Engineer’s shop drawing approval and a minimum of 5 days after approved shop test results. System Supplier shall make the following provisions in advance of the PLC programmer’s (System Integrator) visit:

1. Appropriate power to PLC panels. 2. Clean working surface for the PLC programmer’s laptop

computer.

Page 238: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 17100-10 Programmable Logic Controllers (PLC)

3. Pre-terminated PLC programming cables. 4. PLC programming software, if not already submitted with

the shop drawings, as specified.

5. All UPSs and battery backup units shall be installed and functional.

6. All wiring and terminal blocks shall be labeled. 7. An electrician on staff to make any necessary wiring

changes to achieve specified function should PLC Integrator identify non-functional or unacceptable wiring.

8. Testing area shall be in a climate-controlled room.

I. Scheduling delivery of PLCs – charges for delaying panel

fabrication and delivery of PLCs shall be assessed in accordance with the Agreement.

1. PLC-E01 shall be delivered to the Engineer by the Contractor for programming a minimum of 30 days prior to the startup of the dewatering pumps.

2. Programming by the Engineer is estimated to take

approximately 14 days from date of receipt for each of the above PLCs.

3. All PLCs shall be shipped to the Engineer for programming

a minimum of 60 days prior to substantial completion. 4. For schedule of delivery to Engineer for programming,

Contractor shall take into account time for a minimum of three reviews and shop drawing re-submittals for this specification section, testing by the SCADA system supplier, and shipment to the Engineer/Integrator for programming (as described above).

5. UPSs associated with the PLCs shall be delivered to the

project site within two weeks prior to shipment of the PLCs to site.

1.09 MAINTENANCE SERVICE

A. Furnish manufacturer's, or designated authorized representative’s, service and maintenance for Programmable Logic Controllers a minimum of two years from Date of Substantial Completion.

Page 239: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 17100-11 Programmable Logic Controllers (PLC)

B. Provide Owner with a toll-free phone number for technical information and assistance on the PLC and system programming or reimburse Owner for calls made due to system maintenance, debug, tuning, etc. requirement during the two-year warranty period.

C. PLC Equipment Replacement During Construction – Contractor

shall replace PLC components when directed to do so by the Engineer. Contractor shall provide all costs necessary to return components that are suspect of damage to the manufacturer for testing and are responsible for returning repaired modules and reinstalling in place of the temporary replacement module. When available, temporary replacement modules may be taken from uninstalled spare inventory. When the required temporary replacement modules are not available in the uninstalled spare inventory, Contractor shall obtain the necessary temporary replacement module(s) within 48 hours of directive by the Engineer.

1.10 COORDINATION A. Coordinate the compatibility of the power supplies and PLC

cards with the new instrumentation, existing systems, and equipment. Coordination shall include, but not be limited to:

1. Power supplies provide powered equipment with adequate

voltage and amperage according to the connecting equipment manufacturer’s recommendations.

B. Refer to Contract Drawings for designations and verify with

Owner. C. Coordinate PLC panel shop testing demonstration with the Owner

and Engineer. Request for demonstration date shall be in writing no less than two weeks in advance of the proposed date.

1.11 EXTRA MATERIALS

A. Provide five fuses of each type used for each PLC enclosure. Provide fuses in labeled containers and mount in each PLC enclosure

B. One licensed copy of Windows-based on-line and off-line

programming software (professional) used by the system integrator for programming the PLCs contained within this contract. PLC programming software provided to the Owner shall be the latest version at the time of system Substantial Completion. Software shall be IEC 1131-3 compliant and include both ladder logic and Function Block Diagram editors. One year technical support contract with the software manufacturer.

Page 240: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 17100-12 Programmable Logic Controllers (PLC)

Software shall be supplied to the Engineer with the first revision of the PLC shop drawings.

C. Cable, software drivers, network cards, and other devices as

required by PLC manufacturer to communicate from the PCI slots of each computer with the communication ports of PLCs provided by the system integrator.

1.12 SPARE PARTS

A. Provide the following uninstalled spare parts that are identical to and interchangeable with the original parts. Spare parts shall be furnished in clearly identified containers, protected in accordance with the manufacturer’s requirements. 1. One (1) spare CPU for each CPU type. 2. One (1) spare battery for each PLC. 3. One (1) spare PLC power supply of each type used. 4. One (1) EEPROM with final, debugged program stored on it

for each PLC. 5. Three (3) of each type discrete input module. 6. Three (3) of each type discrete output module. 7. Three (3) of each type analog input module. 8. Three (3) of each type analog output module. 9. One (1) in-rack PLC Ethernet communications modules.

10. One (1) DIN-mount Modbus communication module. 11. Two (2) of each type cable used to connect PLC I/O racks. 12. Two (2) spare 24 VDC power supply of each type used. 13. 50 terminal blocks. 14. One (1) Transient Voltage Surge Suppression (TVSS) device

as used to protect the incoming power to the PLC panel. 15. Five (5) of each type surge suppression device as used to

protect incoming analog signals.

Page 241: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 17100-13 Programmable Logic Controllers (PLC)

16. Five (5) of each type surge suppression device as used to protect incoming discrete signals.

17. Ten (10) spare bulbs for each type of light. 18. Three (3) spare antenna Transient Voltage Surge

Suppressors (TVSS).

19. One (1) spare transceiver for each type provided. PART 2 PRODUCTS 2.01 PLC MANUFACTURERS

A. For PLCs listed in Table 17100-1, provide PLCs by Allen-Bradley, Model CompactLogix.

2.02 PROGRAMMABLE LOGIC CONTROLLER (PLC)

A. General Description

1. Programmable controller manufactured to NEMA ICS 3 with component circuit boards manufactured to NEMA ICS 2.

2. Rackless design. Modular.

3. Provide all terminal blocks, wiring arms.

4. Ability to program through an IBM compatible computer. 5. Provide all power supplies, cabling, surge protection,

input/output (I/O) racks, extensions, and ladder logic program to accommodate required I/O and system control as specified in previous sections.

6. Programmable with software by the same manufacturer in

strict accordance with IEC 1131-3 standards.

B. Configuration

1. Processor Unit - Include processor, power supply, EEPROM memory, input/output modules, and special modules required to communicate with other PLCs and other equipment designated to communicate digitally with the PLCs.

2. PLC Module Capacity

Page 242: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 17100-14 Programmable Logic Controllers (PLC)

a. PLC shall be rackless and shall have a minimum of 10 modules and the capability to support any I/O configuration utilizing all modules.

b. Provide space for a minimum of five spare modules.

C. Table 17100-1 PLC CPUs

1. Memory Size - Minimum 750K of logic memory. 2. Processing Speed – Final program scan time shall not

exceed 5 milliseconds in any one PLC. In PLCs where the scan time exceeds this requirement, the CPU shall be replaced with a larger CPU at no additional cost to the Owner.

3. Reserve Memory – Final program shall not exceed

65 percent of the available CPU program capacity. In PLCs where the program occupies more than this amount, the CPU shall be replaced with a larger CPU at no additional cost to the Owner.

4. CPU microprocessor shall be by Intel, AMD, or Motorola. 5. Each CPU shall be able to address a minimum of 2048 I/O

points. Provide quantities of CPUs as recommended by the manufacturer for the quantities of I/O points for each PLC provided.

6. CPU shall have a minimum of one communication port for

10/100 Base T Ethernet and two serial communication ports for programming and interface with setpoint stations. Minimum speed of the serial communication ports shall be 19,200 BPS. Ethernet port shall provide 10/100 MBS data transfer to the network. Intermediary communication adapters that reduce this data transfer rate are not acceptable.

D. Input/Output Units 1. PLC a. All I/O modules for PLCs shall be of the same

manufacturer as the PLC CPU and shall plug into the PLC backplane (rack).

b. Use discrete I/O modules with a minimum of 8 and a

maximum of 16 points each, 24VDC or 120VAC as required by I/O lists. Discrete outputs shall be isolated. All discrete input modules shall have the

Page 243: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 17100-15 Programmable Logic Controllers (PLC)

same number of points. All discrete output modules shall have the same number of points.

c. Use analog I/O cards with a maximum of 8 channels per

card. Use voltage, current, or other analog arrangements as required by I/O lists. Analog I/O shall have minimum 12-bit resolution. All analog inputs and outputs shall be isolated. All analog modules shall have the same number of points.

d. Combination I/O modules are not acceptable.

2. Installed Spare I/O - Provide the following installed

spare I/O:

a. Provide a minimum of eight discrete inputs at each PLC.

b. Provide a minimum of eight discrete outputs at each

PLC.

c. Provide a minimum of four analog inputs at each PLC.

d. Provide a minimum of four analog outputs at each PLC.

e. Wire all installed spare points to terminal strips. These terminal blocks do not count toward installed spare terminal blocks.

f. Discrete outputs shall be isolated using an

interposing relay. Provide relays for used and installed spare discrete outputs.

g. In PLC enclosures where signal isolators are used to

isolate analog inputs or analog outputs, provide signal isolators for each installed spare analog I/O point.

3. Refer to I/O list for I/O points for each PLC enclosure.

a. All I/O shall be wired to terminal strips. Where relays, intrinsically safe barriers and/or surge protection for I/O are required, wiring shall be from the I/O module to the relay, barrier, or surge protector to the terminal strip.

b. Provide intrinsically safe barriers for I/O

originating in hazardous areas as indicated on the Contract Drawings. Installation and separation of wiring shall be in full accordance with the latest revision of the NEC.

Page 244: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 17100-16 Programmable Logic Controllers (PLC)

c. Provide surge protection in accordance with

Section 17000. Surge protection shall be located on a separate DIN rail from the terminal strips.

d. Provide loop and external power supplies for all

field devices that require such power. e. Provide 120 VAC power for all 120 VAC discrete

outputs.

f. Provide 24 VDC power for all discrete inputs. 4. Modbus Communication Module

a. PLCs shall be provided with Modbus communication

modules to allow direct communication with gas monitoring equipment to be located in storage tank area and stairwell. Module shall allow receiving of data using Modbus protocol (or protocol suitable for monitoring device provided), and shall be suitable for mounting in PLC chasis.

b. Hardware Specifications

Backplane current load: Typical Load 0.65 A Operating temperature: 0°to 60°C (32°F to 140°F) Storage temperature: -40°C to 85°C (-40°F to 185°F) Relative humidity: 5% to 95% (no condensation) LED Indicators: Module status, Battery

transfer, application status, Serial port TX/RX activity LED, CFG port error LED status

c. Communications Parameters

Baud Rate: 110 to 115K baud Stop Bits: 1 or 2 Data Size: 7 or 8 bits Parity: None, Even, Odd RTS Timing delays: 0 - 65535

d. Modules shall be factory configured and tested.

e. Modules shall be provided with interconnect cables

for connection to PLC.

f. Modules shall be as manufactured by ProSoft or equal.

Page 245: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 17100-17 Programmable Logic Controllers (PLC)

D. PLC Programming

1. General

g. The Programmer shall maintain County SCADA Standards

to the extent possible. Deviation from this scheme is prohibited, without the written approval from the Engineer or County.

h. I/O Point configuration shall be consistent with existing County SCADA standards and shall be used to identify all physical points within the PLC.

i. Device point and virtual points shall be configured

as follows.

1) I/O configuration example given below.

Example point ID: S##LLCCPP S = County Service Area ## = PLC number within the Rack. LL = Logical Rack within the PLC CC = PLC card # within the Logical Rack PP = Physical I/O Point on Car i.e. E01010103 – indicates I/O point in the Lower Harbor Brook PLC 01, in logical rack 01, Card 01, third point (03) on card.

2) Virtual points are internal derived points (from PLC)that collect data from a pre-identified physical points that cannot physically be generated by field equipment. Points such as “pump overspeed”, “total flow”, “totalized run hours”, etc. are derived from PLC logic as defined by a pre-determined range or calculation. (A point that refers back to physical I/O or direct representation of that I/O is considered to be a device point.)

3) Virtual Points associated with the physical I/O shall be configured by additional descriptive tagging, not to exceed a total of eighteen (18) characters.

Page 246: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 17100-18 Programmable Logic Controllers (PLC)

i.e. E01010103_virtual

2.03 ENCLOSURE

A. All PLC enclosures shall be appropriately sized to accommodate all I/O modules, power supplies, communication equipment, etc. as specified within this Section and as necessary to perform the required functions.

B. All PLCs shall be installed in NEMA 12 wall mount enclosures

sized as necessary. Reserve space within the enclosure for the future provision of a rackless 10-module PLC and CPU.

C. PLC enclosures and associated components shall be in full

accordance with Section 16161.

D. Maximum footprint for PLC enclosures shall be 24 inches deep by 60 inches wide by 90 inches high or as otherwise shown on the Contract Drawings.

E. Refer to Electrical Contract Drawings for locations and space

available for PLCs.

F. Each enclosure shall have two ground busses, one for instrumentation cable shields and enclosure grounding and one for signal grounding.

G. Provide grounding lugs for connection to the external

grounding system.

H. Provide a Ground Fault Circuit Interruptor (GFCI), 15-amp duplex receptacle in each PLC enclosure, to be used as a service outlet with both outlets available.

I. Provide three-point latching, gasketed, keyed locking handles.

All PLC enclosures shall utilize the same cylinder lock and keys. Provide two keys per enclosure.

J. Provide a fluorescent light package in each enclosure.

Florescent light shall utilize a manual light switch, terminal block, and non-yellowing PVC lens. Light shall not energize automatically when door is opened. Light shall be Hoffman, Model A-LF16MXX, where XX is maximum width, or equal.

K. Terminal Blocks

1. Terminal blocks shall be DIN-Rail mounted compression-screw type.

Page 247: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 17100-19 Programmable Logic Controllers (PLC)

2. Label via machine printed zack strips as supplied by the terminal block manufacturer. Zack strips shall be plastic labels specifically designed for the supplied terminal block. Zack strips shall be capable of being separated to label stand-alone terminal block, if necessary.

3. Screwless terminal blocks are not acceptable. 4. Provide installed spare terminal blocks to accommodate

wiring of PLC I/O modules provided in empty slots. Of the remaining empty slots, estimate half will be 8-point analog cards and half will be 16-point discrete cards. Mount installed spare terminal blocks in a contiguous strip next to the utilized discrete input, output, analog input, or output strips.

5. For discrete I/O, utilize single tier terminal blocks

(Phoenix Contact, Model UK 5N, or equal). For analog I/O, utilize double tier terminal blocks with grounding foot (Phoenix Contact, Model SLKK 5, or equal).

L. Fuse Blocks

1. Fuse blocks shall utilize slow blow glass fuses. 2. Fuse block shall have an LED that illuminates when the

fuse has blown.

3. Label via machine printed zack strips as supplied by the fuse block manufacturer. Zack strips shall be plastic labels specifically designed for the supplied fuse block. Zack strips shall be capable of being separated to label stand-alone fuse block, if necessary

4. Provide installed spare fuse blocks to accommodate wiring

of additional PLC I/O modules. Estimate as is done for terminal blocks.

5. Fuse block manufacturer shall be Phoenix Contact, model

UK5-HESI, or equal. M. Relays

1. Provide relays for all discrete outputs. 2. Characteristics - Plug-in, spade terminal style with

pilot light and retainer clip. All relays shall be DPDT rated 10A, minimum. Din-rail mount relays.

3. Manufacturer shall be Square D, type KU, or equal.

Page 248: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 17100-20 Programmable Logic Controllers (PLC)

N. Wireway 1. Provide covers for all wireway. 2. For all stand-alone enclosures provide 3-inch width

wireway, minimum. 3. Size width and depth based on 50 percent of area fill.

Check the applicable codes to verify fill. O. Install a laminated plastic card in the enclosure of each PLC

provided under this Contract detailing all procedures for restarting the PLC upon lockup, including reloading the PLC program when necessary.

P. Install pertinent final I/O lists, elementary diagrams, and

PLC card wiring diagrams in the enclosure of each PLC provided under this Contract. Drawings shall be laminated and bound via a plastic zip strip through a metallic grommet in the upper left-hand corner of each drawing.

2.04 PLC HIGH-SPEED PEER-TO-PEER COMMUNICATION SYSTEMS (PLC NETWORK

AT THE LOWER HARBOR BROOK CSO STORAGE FACILITY) A. General 1. Communication shall be through TCP/IP and Ethernet. 2. Minimum data communication speed shall be 10 Megabits per

second (MBPS). 3. PLC Network topology shall be as shown on the Contract

Drawings. B. Copper Communication Cabling – Refer to Section 17560.

C. Ethernet Switches – Refer to Section 17560. 2.05 MODBUS COMMUNICATIONS (GAS SYSTEM)

A. General 1. Communication shall be through Modbus Master/Slave

protocol interface. 2. Minimum data communication speed shall be 9400 baud.

3. Network topology shall be as shown on the Contract Drawings.

Page 249: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 17100-21 Programmable Logic Controllers (PLC)

4. Modbus shall be differential balanced line over twisted pair, following EIA-485 standards.

5. Provide network terminations as required.

B. Copper Communication Cabling – Refer to Section 17560. 2.06 PLC ACCESSORIES

A. 24 VDC Power Supply

1. Provide a sufficient quantity of 24 VDC power supplies as necessary to power PLC equipment and instrumentation connected to the PLC.

2. Power supplies shall be manufactured by Acme Electric

Corporation, Model DR Series, LAMBDA Electronic, Acopian, or equal. Power supplies shall meet, or exceed, the following requirements.

a. UL 508 listed, CE approved. b. Din rail mounted. c. Removable, plugable connections for input and output

power. d. Local output status indication light. e. Overload Protection - Current limited to a preset

value.

f. 86 percent efficient. g. Output Voltage - 24 VDC +5 percent adjustable. h. Temperature range: -20 to 50 degrees C. i. Mean lifetime of 500,000 hours. j. Two-year warranty. k. Ripple and Noise - 24 mV RMS, 200-mV peak to peak. l. Accept input voltages of both 120 VAC and 240 VAC. m. Fully enclosed, touch-safe.

B. I/O Signal Surge Suppressors

Page 250: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 17100-22 Programmable Logic Controllers (PLC)

1. Provide I/O surge suppression for all discrete and analog

signals terminating or originating out of doors or in other buildings and as specified in Section 17000.

2. PLC Transient Voltage Surge Suppression (TVSS) – Metal

Oxide Varistor (MOV) based surge suppression with an active tracking filter. a. Provide one power protection device for each PLC

enclosure. b. Manufacturer – Control Concept (Liebert), Model

Islatrol Plus; or equal.

c. Minimum of 160 Joules protection between line-neutral, line-ground, and neutral-ground for a total of 480 Joules protection.

d. Response Time – less than 1 nanosecond (in Normal

Mode).

e. 40kOhm surge capability on a 8x20 microsecond waveform.

f. UL1449 listed for safety and performance.

g. Manufactured by an ISO 9001 company.

h. Load side sine wave tracking circuitry.

i. Arrays of MOVs shall be located directly on the load

side terminals and line side terminals to minimize response time.

j. Enclosure – sand packed or epoxy filled.

C. Human-Machine Interfaces (Industrial Workstations) – Refer to

Section 17561. 2.07 UNINTERRUPTIBLE POWER SUPPLY (UPS)

A. Characteristics

1. Provide one online UPS for each PLC. 2. Minimum Watt Capacity - See “C” below.

3. Minimum Volt-ampere Capacity - See “C” below. 4. Four 120 volt, 5-15R, output receptacles, minimum.

Page 251: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 17100-23 Programmable Logic Controllers (PLC)

5. Alarms - Battery backup operation, low run time

remaining, and overload.

6. Automatic current and over-voltage output protection.

7. Operating Input Voltage - 99 VAC - 138 VAC.

8. No interruption (no transfer time for normal power to battery backup) of power to the PLC system.

9. Efficiency - 95 percent.

10. Brownout protection for input voltages of 88 VAC without

the use of the batteries. 11. Lightning and Surge Protection - ANSI/IEEE C62.41

Categories A and B with 0.3 percent to 0.7 percent. 12. Radio Frequency Noise Isolation - 38 dB common mode,

47 dB normal mode.

13. Power Reserve Time at Full Power Draw - One hour, minimum. See “C” below for power draw requirements. SCADA system supplier shall submit calculations to substantiate sizing.

B. Manufacturer - Powerware, Model 9125, or equal.

C. PLC power supply shall be backed up by the UPS. The required

capacity of the UPS shall be determined by the load requirements of the PLC and its peripherals. As a minimum, the UPS shall maintain power to the entire panel, all communication devices and modules, all relays, all loop power supplies, all indicators, the PLC, and all PLC I/O that is powered from the panel, setpoint station, but not the heating/cooling system for the panel.

D. It is preferred that the UPS be located in the same enclosure

as the PLC, unless panel size or cooling requirements make it impractical. In that case, it shall be located on a wall shelf located above the PLC enclosure. Shelf shall be provided by the Contractor.

PART 3 EXECUTION 3.01 EXAMINATION

A. Verify that surfaces are ready to receive work.

Page 252: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 17100-24 Programmable Logic Controllers (PLC)

B. Verify field measurements are as shown on Drawings. C. Verify that required utilities are available, in proper

location, and ready for use. D. Beginning of installation means installer accepts conditions. E. Verify grounding of system.

3.02 PANEL FABRICATION

A. Install in accordance with manufacturer's instructions. B. Wire Labeling

1. All wiring shall be labeled within 1.0-inch of stripped

sheathing. 2. Wire label text shall be visible in its installed

location without manual manipulation. 3. Wire shall carry the same wire number for an entire

contiguous segment. 4. Wires shall be labeled via machine-generated print on

polyester or polyvinyl film. 5. In the event that labels begin to fall off or text begins

to smudge, or otherwise begin to become illegible, within one year of panel delivery to the site, the Contractor shall remove all labels within the panel and replace with new labels at the Contractor’s own expense. In this case, the Engineer must approve replacement labels.

C. Device Labeling - All subpanel mounted devices shall be

labeled. 1. Devices that do not require external power (24 VDC or 120

VAC) shall be labeled via machine-generated print on polyester or polyvinyl film. Print shall not be capable of being washed off, smudged, or erased. Labeled components include, but are not limited to, individual terminal blocks, control relays, individual fuses, individual I/O surge suppressors, and grounding bars.

2. Devices that require 24 VDC external power or 120 VAC

shall be labeled via machine engraved plastic nameplates utilizing white text on black background. Nameplates shall be secured to the subpanel via permanent adhesives. Labeled components include, but are not limited to, disconnect switches, TVSS, power supplies, PLC

Page 253: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 17100-25 Programmable Logic Controllers (PLC)

backplanes, circuit breakers, DIN-rail strips, Ethernet switches, UPSs, and convenience receptacles.

3. Exemptions – Individual PLC I/O modules only. 3.03 SHOP TESTING A. To verify that all PLCs are ready for system programming, the

system’s integrator shall perform the following shop testing prior to shipment to the site:

1. Perform a test configuration on all PLC modules to verify

that all PLC CPUs communicate with the associated I/O modules, including inter-rack communication.

2. Perform a test configuration of all Ethernet radios to

verify that the PLC communicates Metro SCADA.

3. Install the battery backup, UPS, and power supplies, simulate all device outputs to the PLC, and verify that the signals are read properly at the PLC. As part of the testing of the UPS, fully charge the UPS battery and disconnect line power from the UPS and verify that: a. “Power Loss” is sensed by the PLC when line power is

disconnected. b. Verify that when the UPS battery low that “Low UPS

Battery” is sensed by the UPS. c. Record the time it takes for the UPS battery to

completely drain from full charge once line power is disconnected from the PLC panel.

4. Point test all PLC I/O to verify that all I/O modules are

correctly wired to the terminal strips and that the PLC I/O modules function properly. Testing shall be performed between terminal points on the I/O module to the terminal strip the electrician will terminate field wiring to.

5. Leave all configuration programs in the PLC CPU.

6. Perform testing to verify that the Ethernet communication between the PLCs is in accordance with the manufacturer’s requirements.

7. Perform testing to verify that the Modbus communication between the PLC and Gas System is in accordance with the manufacturer’s requirements.

Page 254: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 17100-26 Programmable Logic Controllers (PLC)

B. After all testing has been successfully completed, contact the Engineer to schedule an in-shop inspection by the Engineer. Contractor shall have the personnel that performed the testing present to perform random verification of the tests performed by the integrator.

C. Submit a written report to the Engineer prior to scheduling

Engineer’s in-shop inspection. D. The Contractor shall furnish all instruments and a qualified

engineer to properly perform all tests required. 3.04 INSTALLATION

A. Install in accordance with manufacturer's instructions. B. All electrical work performed in fabrication and installation

of Programmable Logic Controller systems shall be in full accordance with the requirements of the Division 16 (Electrical) Specifications.

C. Contractor is responsible for aligning all antennas and

testing radio communication strength in the field. 3.05 MANUFACTURER'S OR SYSTEM INTEGRATOR’S FIELD SERVICES

A. Provide a minimum of eight, eight-hour days of on-site time for supervision of installation and hardware troubleshooting at Engineer’s request. The eight days of on-site time may be required over a span of one month. Written notification of the days required for troubleshooting and installation supervision will be sent to the Contractor 10 business days prior to the first required day.

3.06 DEMONSTRATION AND OPERATION

A. Provide systems demonstration under provisions of the General Provisions and General Specifications.

B. Demonstrate operation and programming of controller. C. Demonstration shall include, but not be limited to, the

following:

1. Demonstrate all alarms. 2. Demonstrate changing of all setpoints. 3. Demonstrate actions upon alarm. 4. Demonstrate actions upon power loss. 5. Demonstrate all control logic. 6. Demonstrate all communications.

Page 255: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 17100-27 Programmable Logic Controllers (PLC)

3.07 TRAINING A. Provide eight hours of on-site training. Topics covered shall

include troubleshooting, maintenance, and replacement of PLC enclosure equipment. Training shall consist of two, four-hour sessions.

3.08 CERTIFICATION OF TESTING

A. Unless waived in writing by the Engineer, all tests shall be made in the presence of a duly authorized representative of the Owner. When the presence of such representative is so waived, certified results of the tests made and the results thereof shall be furnished by the Contractor.

B. All tests shall be performed in the presence of the Owner.

Written notice of all tests shall be given the Owner at least two weeks in advance.

3.09 TEST EQUIPMENT

A. The Contractor shall furnish all instruments and a qualified engineer to properly perform all tests required.

3.10 FACTORY-TRAINED SUPERVISION

A. The Contractor shall include in his work the providing of necessary factory trained supervision to check over equipment for proper functioning before putting the equipment into operation as may be required by these specifications. This shall include establishing a simulated fault on checking out the coordination of the protective devices.

B. Point-to-point test of all wiring.

C. Functional test of all equipment, modes, alarms, controls.

END OF SECTION

Page 256: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 17375-1Level Measurement (Submersible Pressure Transducer Type)

SECTION 17375

LEVEL MEASUREMENT (SUBMERSIBLE PRESSURE TRANSDUCER TYPE) PART 1 GENERAL 1.01 SECTION INCLUDES

A. The Contractor shall furnish and install, ready to operate, the following level sensing systems, complete with all necessary accessories to monitor level as indicated herein in compliance with the following specifications and as shown on the Contract Drawings.

1. It is a requirement of this specification that the

elements of the system be provided by a single supplier. This supplier shall have total responsibility for the equipment and services specified in this Section, as well as all other Division 17 specifications.

2. For ease of identification, designations for the

various components of the metering systems to be furnished and installed are given below:

TABLE 17375-1

SCHEDULE OF SUBMERSIBLE PRESSURE TRANSDUCERS SERVICE NAMEPLATE DESIGNATION EQUIPMENT DESIGNATION APPROXIMATE SPAN OUTPUT

Storage Tank Wet Well level

LE/LIT-200 0 to 50 feet Liquid depth in feet

1.02 RELATED SECTIONS

A. General Provisions B. General Specifications C. Section 16050 - ELECTRICAL-GENERAL D. All Division 17 Specifications All electrical equipment and wiring shall be in full compliance with Division 16, Electrical Specifications.

1.03 REFERENCES

A. NEMA ICS 1 - General Standards for Industrial Control and Systems.

B. NEMA ICS 3 - Industrial Systems.

Page 257: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 17375-2Level Measurement (Submersible Pressure Transducer Type)

C. NEMA ICS 6 - Enclosures for Industrial Controls and Systems.

D. NFPA 70 - National Electrical Code. 1.04 SUBMITTALS

A. Shop Drawings – Submit under provisions of the General Provisions and General Specifications.

1. Refer to Section 17000 for shop drawing format and

content.

2. Scaled AutoCAD drawings illustrating the actual mounting locations for each transmitter. Indicate dimensions of mounting area, centerline of the transducer cable, distances from the centerline of the transducer cable and the walls, and any nearby obstructions. Indicate distance from transducer to floor.

B. Operation and Maintenance Manual – Submit under provisions of

the General Provisions and General Specifications.

1. Refer to Section 17000 for operation and maintenance manual format and content.

C. Project Record Documents – Submit under provisions of the

General Provisions and General Specifications.

1. Refer to Section 17000 for project record documents format and content.

1.05 WARRANTY A. Two-year warranty covering the transmitter and transducer. 1.06 SPARE PARTS

A. Provide the following spare parts:

1. One transmitter of each type provided. 2. One transducer of each type provided.

PART 2 PRODUCTS 2.01 MANUFACTURERS

A. The submersible pressure transducer-type level sensing equipment shown in Table 17375-1 shall be the following or equal:

Page 258: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 17375-3Level Measurement (Submersible Pressure Transducer Type)

1. USFilter/Siemens Model A1000i. 2. KPSI Model #750.

2.02 EQUIPMENT DESIGN

A. Pressure Sensors/Transducer 1. Sensor shall be housed in a 316 stainless steel housing

and shall be suspended less than 1 foot above the bottom of the wet well.

2. Sensor shall transmit pressure signals to the

transmitter via flexible extension cable clad in polyethylene.

2. Sensor shall utilize solid-state diffused silicon

sensor technology to translate pressure to a 4-20 mADC linear signal.

3. Sensor shall be compensated for atmospheric pressure by

means of a capillary that leads from a Goretex filter in the transmitter housing directly to the sensor/transducer.

4. Stainless steel sensor housing shall have a removable

cover with a set of perforations to protect the sensing port from damage.

5. Provide stainless steel cable to suspend the sensor and

to provide tension relief.

7. All fasteners shall be 316 stainless steel or non-metallic.

B. Level Transmitter

1. Housed in a NEMA 12 enclosure located in the electrical

room.

2. Transmit a 4-20 mADC signal directly proportional to level in the wet well.

3. Integral 3-1/2 digit, backlit LCD display for

indication and interrogation. Display shall be viewable through the NEMA 12 enclosure via a polycarbonate window. Calibration via dip switches is not acceptable.

4. Provide labeled terminal strips for all external

electrical connections.

Page 259: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 17375-4Level Measurement (Submersible Pressure Transducer Type)

5. Provide two Form C contacts for programmable setpoint control. Setpoints shall be programmable via the LCD display.

6. Hastelloy C diaphragm.

7. FM approved intrinsically safe. 8. Continuous temperature compensation for measuring cell

fill. C. Performance Requirements 2. The systems shall have a minimum accuracy of

+0.25 percent of full scale. 3. Sensor shall not be subject to loss of accuracy due to

immersion in wastewater sludge with concentrations up to 6 percent.

4. Response time not to exceed 600 ms.

5. Linearity – 0.2 percent of measurement range. 6. Turndown – 10:1

7. Temperature operating range - -4 to 140 degrees F. 8. Power Requirements – 24 VDC

2.03 ACCESSORIES A. Nameplates – Refer to Section 17000. Wording of nameplate

shall be as specified in Table 17375-1. B. Mounting Hardware – Provide stainless steel mounting hardware

as necessary to mount equipment in locations as described in the Contract Documents.

C. Cabling – Provide power, and signal, cable and conduit to

locate transmitters in locations listed in Table 17375-1 and the Contact Documents according to Section 17000.

D. Lightning and Surge Protection – Provide lightning and surge

protection for the equipment listed in Table 17375-1 in accordance with Section 17000.

E. Junction Box – A weatherproof fiberglass junction box shall be provided to terminate the submersible transducer electronics/breather cable. The junction box shall include

Page 260: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 17375-5Level Measurement (Submersible Pressure Transducer Type)

corrosion resistant incoming strain relief connector, breather system PVC bellows and a terminal block.

F. Provide a perforated Schedule 80 PVC pipe to serve as a

stilling well to reduce turbulence and lateral movement. Locate stilling well as detailed on the Contract Drawings. Transducer shall be removable by pulling the suspension cable out of the stilling well from roof level while the stilling well remains in place in the wet well. Secure the stilling well to the wet well wall at three foot intervals. All straps used for attaching the stilling well to the side of the well shall be stainless steel. All fasteners shall be stainless steel epoxy-grouted type with stainless steel nuts.

2.04 CONTROLS

A. All electrical equipment and wiring shall be in full conformance with Division 16, Electrical Specifications.

B. Refer to Contract Drawings for wiring requirements. PART 3 EXECUTION 3.01 INSTALLATION

A. Install in accordance with manufacturer's requirements/ suggestions.

B. All electrical work performed in fabrication and installation

of the transmitters shall be in full accordance with the requirements of the Division 16 specifications.

C. Mount all equipment provided herein in accordance with

specification section 17000.

D. Verify the integrity of the wall to which the stilling well is mounted. If the wall exhibits corrosion or other disrepair, provide a sound mounting surface.

3.02 MANUFACTURER’S OR SYSTEM INTEGRATOR’S FIELD SERVICES

A. Allow for a manufacturer authorized service representative to test equipment to demonstrate that:

1. Include 1/2 day for a manufacturer authorized service

representative to test equipment to demonstrate that The transmitter and transducer are properly installed, properly calibrated, and is functioning as specified.

Page 261: Lower Harbor Brook CSO Storage Facility Project

006.64/08-11 17375-6Level Measurement (Submersible Pressure Transducer Type)

2. Configuration and setpoints are not lost upon power loss. This shall be tested by disconnecting the transmitter from power for 30 minutes.

B. Training – Provide one hour of instruction to be conducted at

the project site with a manufacturer’s representative. Notify the Engineer and Owner in writing a minimum of two weeks in advance. Training shall include calibration, trouble shooting, and maintenance.

3.03 CERTIFICATION OF TESTING

A. Unless waived in writing by the Engineer, all tests shall be made in the presence of a duly authorized representative of the Owner. When the presence of such representative is so waived, certified results of the tests made and the results thereof shall be furnished by the Contractor.

B. All tests shall be performed in the presence of the Owner.

Written notice of all tests shall be given the Owner at least two weeks in advance.

C. Final Acceptance - Manufacturer’s representative shall be at

the project site for 1/2 day to verify that the equipment meets the specification requirements per this section.

END OF SECTION

Page 262: Lower Harbor Brook CSO Storage Facility Project
Page 263: Lower Harbor Brook CSO Storage Facility Project

Addendum No. 4

Page 2 of 2

A. INFORMATION FOR BIDDERS (Note to Bidders: The M/WBE and Davis Bacon

Requirements for the State Revolving Fund (SRF) have been revised effective October 1,

2011. Bidders are advised to review the revised SRF requirements thoroughly. Some

changes are indicated below)

• MWBE Participation Goals for Construction Contracts – Onondaga County- 9% MBE, 5%

WBE (see page 38 of Appendix I)

• EEO/Workforce Goal percentages Onondaga County - MBE -3.8%, WBE – 6.9% (see page

55 of Appendix I)

• Note the Agreement to Abide by the EEO Policy Statement Requirements (see Page 59)

1. Delete in its entirety “Appendix H – Davis-Bacon (DB) Prevailing Wage Contract and

Subcontract Provisions and Rate Determination” and Replace with “Appendix H – Davis

Bacon Prevailing Wage Rates dated September 23, 2011.”

2. Delete in its entirety “Appendix I – New York State Environmental Facilities Corporation

(NYSEFC) State Revolving Fund (SRF) Minority and Women-Owned Business Enterprises –

Equal Employment Opportunity Program” and Replace with “Appendix I – New York

Environmental Facilities Corporation’s Pre-Bid/Pre-Selection Packet for Contractors &

Service Providers.”

*An e-mail will be sent to all plan holders with a printable version of this Addendum attached

Page 264: Lower Harbor Brook CSO Storage Facility Project

APPENDICES TO

INFORMATION TO BIDDERS

APPENDIX H

Davis-Bacon (DB) Prevailing Wage Rates dated September 23, 2011

Page 265: Lower Harbor Brook CSO Storage Facility Project

General Decision Number: NY100017 09/23/2011 NY17

Superseded General Decision Number: NY20080017

State: New York

Construction Types: Building, Heavy and Highway

County: Onondaga County in New York.

BUILDING CONSTRUCTION PROJECTS (excluding single family homes

and apartments up to and including 4 stories), HEAVY AND

HIGHWAY CONSTRUCTION PROJECTS

Modification Number Publication Date

0 03/12/2010

1 07/23/2010

2 09/10/2010

3 10/08/2010

4 10/15/2010

5 11/12/2010

6 01/28/2011

7 05/06/2011

8 06/17/2011

9 07/01/2011

10 07/08/2011

11 07/15/2011

12 08/12/2011

13 09/02/2011

14 09/23/2011

BRNY0002-016 07/01/2011

SYRACUSE CHAPTER

Rates Fringes

BRICKLAYER

BRICKLAYERS, CEMENT

MASONS, POINTER, CLEANERS

& CAULKERS.................$ 30.72 15.84

HEAVY & HIGHWAY

CONSTRUCTION

Cement Masons..............$ 27.87 15.04+a

MARBLE, TILE & TERRAZZO

FINISHERS...................$ 21.87 14.47

MARBLE, TILE & TERRAZZO

WORKERS.....................$ 25.29 14.92

FOOTNOTE:

a. PAID HOLIDAYS: Memorial Day, July the 4th, Labor Day,

Thankgiving Day (provided the employee is employed (1) day

before and (1) day after the holiday.

----------------------------------------------------------------

CARP0747-002 06/01/2010

Rates Fringes

Page 1 of 11

10/5/2011http://www.wdol.gov/wdol/scafiles/davisbacon/NY17.dvb

Page 266: Lower Harbor Brook CSO Storage Facility Project

Carpenters:

BUILDING CONSTRUCTION

Carpenters, including

Drywall Hanging............$ 25.09 13.58

Millwright.................$ 25.09 13.58

Piledriver.................$ 25.09 13.58

HEAVY & HIGHWAY

CONSTRUCTION

Carpenter..................$ 28.07 12.77

----------------------------------------------------------------

ELEC0043-007 06/01/2011

ALL OF ONONDAGA COUNTY EXCEPT ELBRIDGE AND SKANEATELES

Rates Fringes

ELECTRICIAN......................$ 31.00 3%+19.17

----------------------------------------------------------------

ELEC0840-004 06/01/2010

REMAINDER OF ONONDAGA COUNTY (ELBRIDGE AND SKANCATELES)

Rates Fringes

ELECTRICIAN......................$ 29.10 16.59

----------------------------------------------------------------

ELEC1249-003 01/01/2011

Rates Fringes

LINE CONSTRUCTION: Lineman

(LIGHTING AND TRAFFIC SIGNAL

Including any and all Fiber

Optic Cable necessary for

Traffic Signal Systems,

Traffic Monitoring systems

and Road Weather information

systems)

Flagman.....................$ 23.28 15.00 + 6.5% +a

Groundman Truck Driver

(tractor trailer unit)......$ 32.98 15.00 + 6.5% +a

Groundman Truck Driver......$ 31.04 15.00 + 6.5% +a

Lineman & Technician........$ 38.80 15.00 + 6.5% +a

Mechanic....................$ 31.04 15.00 + 6.5% +a

FOOTNOTE:

a. New Year's Day, Memorial Day, Independence Day, Labor

Day, Thanksgiving Day, Christmas Day, plus President's Day,

Good Friday, Decoration Day, Election Day for the President

of the United States and Election Day for the Governor of

the State of New York, provided the employee works the day

before or the day after the holiday.

----------------------------------------------------------------

ELEC1249-004 01/01/2011

Rates Fringes

Line Construction:

Overhead and underground

Page 2 of 11

10/5/2011http://www.wdol.gov/wdol/scafiles/davisbacon/NY17.dvb

Page 267: Lower Harbor Brook CSO Storage Facility Project

distribution and

maintenance work and all

overhead and underground

transmission line work

including any and all

fiber optic ground wire,

fiber optic shield wire or

any other like product by

any other name

manufactured for the dual

purpose of ground fault

protection and fiber optic

capabilities (where no

other trades are or have

been involved):

Flagman....................$ 24.79 15.00+6.5%+a

Groundman digging machine

operator...................$ 37.19 15.00+6.5%+a

Groundman truck driver

(tractor trailer unit).....$ 35.12 15.00+6.5%+a

Groundman Truck driver.....$ 33.06 15.00+6.5%+a

Lineman and Technician.....$ 41.32 15.00+6.5%+a

Mechanic...................$ 33.06 15.00+6.5%+a

Overhead transmission line

work (where other trades

are or have been involved):

Flagman....................$ 26.29 15.00+6.5%+a

Groundman digging machine

operator...................$ 39.44 15.00+6.5%+a

Groundman truck driver

(tractor trailer unit).....$ 37.25 15.00+6.5%+a

Groundman truck driver.....$ 35.06 15.00+6.5%+a

Lineman and Technician.....$ 43.82 15.00+6.5%+a

Mechanic...................$ 35.06 15.00+6.5%+a

Substation:

Cable Splicer..............$ 45.45 15.00+6.5%+a

Flagman....................$ 24.79 15.00+6.5%+a

Ground man truck driver....$ 33.06 15.00+6.5%+a

Groundman digging machine

operator...................$ 37.19 15.00+6.5%+a

Groundman truck driver

(tractor trailer unit).....$ 35.12 15.00+6.5%+a

Lineman & Technician.......$ 41.32 15.00+6.5%+a

Mechanic...................$ 33.06 15.00+6.5%+a

Switching structures;

railroad catenary

installation and

maintenance, third rail

type underground fluid or

gas filled transmission

conduit and cable

installations (including

any and all fiber optic

ground product by any

other name manufactured

for the dual purpose of

ground fault protection

and fiber optic

capabilities), pipetype

cable installation and

Page 3 of 11

10/5/2011http://www.wdol.gov/wdol/scafiles/davisbacon/NY17.dvb

Page 268: Lower Harbor Brook CSO Storage Facility Project

maintenance jobs or

projects, and maintenance

bonding of rails; Pipetype

cable installation

Cable Splicer..............$ 46.87 15.00+6.5%+a

Flagman....................$ 25.57 15.00+6.5%+a

Groundman Digging Machine

Operator...................$ 38.35 15.00+6.5%+a

Groundman Truck Driver

(tractor-trailer unit).....$ 36.22 15.00+6.5%+a

Groundman Truck Driver.....$ 34.09 15.00+6.5%+a

Lineman & Technician.......$ 42.61 15.00+6.5%+a

Mechanic...................$ 34.09 15.00+6.5%+a

TELEPHONE, CATV

FIBEROPTICS CABLE AND

EQUIPMENT

Cable splicer/Central

Office Person..............$ 23.07 3.05+3%

Cable splicer..............$ 27.44 4.43 + 3%

Groundman..................$ 13.81 4.43 + 3%

Installer Repairman-

Teledata

Lineman/Tecnician-

Equipment Operator.........$ 26.05 4.43 + 3%

TREE TRIMMER................$ 21.64 7.36+3%

FOOTNOTE:

a. PAID HOLIDAYS: New Year's Day, Presidents' Day, Memorial

Day, Good Friday, Independence Day, Labor Day, Thanksgiving

Day, Christmas Day, and Election Day for the President of

the United States and Election Day for the Governor of New

York State, provided the employee works two days before or

two days after the holiday.

b. New Years Day, Washington's Birthday, Good Friday,

Decoration Day, Independence Day, Labor Day, Veteran's Day,

Thanksgiving Day, Day after Thanksgiving Day and Christmas

Day.

----------------------------------------------------------------

* ENGI0545-002 07/01/2011

HEAVY & HIGHWAY

Rates Fringes

Power equipment operators:

GROUP 1.....................$ 30.00 23.95+a

GROUP 2.....................$ 29.12 23.95+a

GROUP 3.....................$ 25.84 23.95+a

GROUP 4.....................$ 31.35 23.95+a

POWER EQUIPMENT OPERATORS CLASSIFICATIONS (HEAVY & HIGHWAY)

GROUP 1: Automated Concrete Spreader (CMI Type); Automatic

Fine Grader; Backhoe (Except Tractor Mounted, Rubber

Tired); Belt Placer (CMI Type); Blacktop Plant (Automated);

Boom Truck 100' & over (jib and Boom); Cableway; Caisson

Auger; Central Mix Concrete Plant (Automated); Cherry

Picker (over 5 tons capacity); Concrete Curb Machine,

Page 4 of 11

10/5/2011http://www.wdol.gov/wdol/scafiles/davisbacon/NY17.dvb

Page 269: Lower Harbor Brook CSO Storage Facility Project

Self-propelled, Slipform; Concrete Pump 8" and over; Crane;

Derricks; Dragline; Dredge; Dual Drum Paver; Excavator (All

Purpose-Hydraulically operated) (Gradall or Similar); Front

End Loader (4cu. yd. and over); Head Tower (Sauerman or

equal); Hoist (Two or Three Drum); Holland Loader;

Hydrodemolition equipment (self contained); Maintenance

Engineer; Mine Hoist; Mucking Machine or Mole; Overhead

Crane (Straddle Type); Pavement Profiler (over 300

horsepower); Pile Driver; Power Grader; Quad 9; Quarry

Master (or equivalent); Scraper; Shovel; Side Boom;

Slipform Paver (If a second man needed, he shall be an

oiler); Tractor Drawn Belt-Type Loader; Truck Crane; Truck

or Trailer Mounted Log Chipper (self Feeder); Tug Operator

(Manned Rented Equipment Excluded); Tunnel shovel

GROUP 2: Bituminous Spreader and Mixer; Blacktop Plant (Non-

Automated); Blast or Rotary Drill (Truck or Tractor

Mounted); Boring machine; Cage Hoist; Central Mix Plant

(Non Automated) and all Concrete Batching Plants; Cherry

Picker (5 Tons capacity and under); Compressors (4 or less)

exceeding 2,000 C.F.M. combined capacity; Concrete Paver

(over 16s); Concrete Pump (under 8"); Crawler Drill

(self-contained); Crusher; Diesel Power Unit; Drill Rigs,

Tractor Mounted; Front End Loader (under 4 cu. yd.);

Greaser man, Hi-Pressure Boiler (15 lbs. and over); Hoist

(One Drum); Kolman Plant Loader & Similar Type Loaders;

L.C.M. Work Boat Operator; Locomotive; Mixer (for

stabilizad base self- propelled); Monorail Machine; Plant

Engineer; Pump Crete; Ready Mix Concrete Plant;

Refrigeration Equipment (for soil stablization); Road

Widener; Roller (all above sub-grade); Sea Mule; Seamule;

Tractor with Dozer and/or Pusher; Trecher; Tugger Hoist;

Welder; Winch; Winch Cat

GROUP 3: A Frame Truck; Ballast Regulator, Ride on;

Compressors (4 not to exceed 2,000 c.f.m. combined

capacity; or 3 or less with more than 1,200 c.f.m. but not

to exceed 2,000 c.f.m.); Compressors, Dust Collectors,

Generators Pumps, Welding Machines, Light Plants (4 of any

type or combination); Concrete Pavement Spreader and

Finishers; Conveyer; Drill (core); Electric Pump used in

conjunction with well-point system; Farm Tractor with

accessories; Fine grade machine; Fork lift (under 15 ft.);

Grout Pump; Gunite Machine; Hammers (Hydraulic

self-propelled); Hydra Spiker, ride on; Hydro-blaster

(water); Post Hole Digger and Post Driver; Power Sweeper;

Roller (Grader and fill); Scarifier, ride on; Span-Saw,

ride on; Submersible Electric Pump (when used in lieu of

well point system); Tamper, ride on; Tie extractor, ride

on; Tie Handler; Tie Inserter, ride on; Tie Spacer, ride

on; Track Liner, ride on; Tractor with towed accessories;

Vibatory Compactor; Well Point; Vibro Tamp

GROUP 4: Master Mechanic

PREMIUMS: Hazmat Work 2.50

CRANE PREMIUMS (Add to Group 1 Rate)

Tower Crane (under 115 ft) 1.00

Page 5 of 11

10/5/2011http://www.wdol.gov/wdol/scafiles/davisbacon/NY17.dvb

Page 270: Lower Harbor Brook CSO Storage Facility Project

Boom length incl. jib over 115 - 149 ft 2.50

Boom length incl. jib over 150 ft 3.50

FOOTNOTE:

a. New Year's Day, Memorial Day, Independence Day, Labor

Day, Thanksgiving Day, Christmas Day provided the employee

has worked the working day before and the working day after

the holiday.

----------------------------------------------------------------

ENGI0545-003 07/01/2009

Rates Fringes

Power equipment operators:

TUNNEL AND SHAFT

GROUP 1....................$ 34.23 19.25+a

GROUP 2....................$ 33.01 19.25+a

GROUP 3....................$ 30.22 19.25+a

GROUP 4....................$ 27.21 19.25+a

GROUP 5....................$ 36.36 19.25+a

NOTE:

HAZMAT PREMIUM 5.00

POWER EQUIPMENT OPERATORS CLASSIFICATIONS (TUNNEL &

SHAFT)

GROUP 1: Automated concrete spreader (CMI or equivalent),

automated fine grade machine (CMI), backhoe, belt placer

(CMI or similar), blacktop spreader (automated), cableway,

caisson auger, central mix plant (automated), cherry picker

(5 tons), concrete curb machine (self propelled slipform),

concrete pump, crane; crane, shaft; crane, underground;

cranes and derricks (steel erection), dragline, dredge,

dual drum paver, excavator (all purpose-hydrauliclly

operated gradall or similar), fork lift (factor rated 15"

and over), front end loader (4 cu. yd. and over), head

tower (Sauerman or equal); hoist, shaft; hoist (two or

three drum), holland loader, maintenance engineer (shaft

and tunnel), mine hoist, mining machine (mole and similar

types), mucking machine or mose overhead crane (gantry or

straddle type), pile driver, power grader, Quad 9, quarry

master (or equivalent), scraper, shovel, side boom, slip

form paver, tripper/maintenance engineer (shaft and

tunnel), tractor drawn belt-type loader, truck crane, truck

engineer (shaft and tunnel), tractor drawn belt-type

loader, truck crane, truck or trailer mounted log chipper

(self feeder), tug operator (manned rented equipment

excluded), tunnel shovel

GROUP 2: Automated central mix concrete plant, backhoe (top

side), backhoe (tractor mounted, rubber tired), bitiminous

spreader and mixer, blacktop plant (nonautomated), blast or

rotary drill (truck or tractor mounted), boring machine,

cage hoist, central mix plant (non automated) and all

concrete batching plants, cherry picker (5 tons capacity

and under), compressors (4 or less exceeding 2000 C.F.M.

combined capacity, concrete paver (over 16s), concrete

Page 6 of 11

10/5/2011http://www.wdol.gov/wdol/scafiles/davisbacon/NY17.dvb

Page 271: Lower Harbor Brook CSO Storage Facility Project

pump, crane (topside), crusher, diesel power unit, drill

rigs, tractor mounted, front end loader (under 4 cu. yds),

grayco epoxy machine, hi-pressure boiler (15 lbs and over),

hoist (one drum) hoist (one drum) hoist, two or htree drum

(topside), kolman plant loader and similar type loaders,

L.C.M. work boat operator, locomotive, maintenance engineer

(topside) maintnenace greaseman, mixer (for stabilized base

self-propelled), monorail machine,plant engineer, personnel

hoist, pump crete, ready mix concrete plant, refrigeration

equipment (for soil stabilization), road widener, roller

(all above sub-grade),sea mule, shotcrete machine, shovel

(topside), tractor with dozer and or pusher, trencher,

tugger hoist, tunnel locomotive, welder, winch, winch cat

GROUP 3: A-Frame truck, ballast regulator (ride on),

compressors (4 not to exceed 2000 c.f.m. combined capacity;

or 3 or less with more than 1200 c.f.m. but not to exceed

2000 c.f.m.); compressors (any size but subject to other

provisions for compressors, dust collectors, generators,

pumps, welding machiens, light plants (4 of any type of

combination); concrete pavement spreaders and finishers,

conveyor, drill (core), drill (well), electric pump used in

conjunction with well point system, farm tractor with

accessories, fine grade machine, fork lift (under 15 ft),

grout pump over 5 cu. ft. (manufacturers rating), gunite

machine, hammers (hydraulic self propelled), hydra-spiker

(ride on), hydra blaster (water), hydro blaster, motorized

form carrier, post hole digger and post driver, power

sweeper, roller (grade and fill), scarifer (ride on), span

saw (ride on), submersible electric pump (when used in lieu

of well points), tamper (ride on), tie extractor (ride on),

tie handler (ride on), tie inserter (ride on), tie spacer

(ride on), track liner (ride on), tractor with towed

accessories, vibratory compactor, vibro tamp, well point

GROUP 4: Aggregate plant, boiler (used in conjunction with

production), cement and bin operator, compressors (3 or

less not to exceed 1200 c.f.m. combined capacity);

compressors (any size, but subject to other provisions for

compressors), dust colelctors, generators, pumps, welding

machines, light plants (3 or less of any type or

combination); concrete paver or mixer (16s and under),

concrete saw (self propelled), fireman, form tamper,

greaseman, hydraulic pump (jacking system), junior

engineer, light plants, mulching machine, oilder, parapet

concrete or pavement grinder, power broom (towed), power

heaterman (when used for production), revinius widener,

shell winder, steam cleaner, tractor

GROUP 5: Master mechanic and chief tunnel engineer

FOOTNOTE:

a. PAID HOLIDAYS: New Year's Day, Memorial Day, Independence

Day, Labor Day, Thanksgiving Day, and Christmas Day,

provided the employee has worked the working day before the

holiday and the working day after the holiday.

----------------------------------------------------------------

* ENGI0545-011 06/01/2011

Page 7 of 11

10/5/2011http://www.wdol.gov/wdol/scafiles/davisbacon/NY17.dvb

Page 272: Lower Harbor Brook CSO Storage Facility Project

Rates Fringes

Power equipment operators:

GROUP 1.....................$ 28.98 21.45+a

GROUP 2.....................$ 27.10 21.45+a

GROUP 3.....................$ 23.34 21.45+a

POWER EQUIPMENT OPERATORS CLASSIFICATIONS (BUILDING)

GROUP 1: Backhoe, excavator (all purpose-hydraulically

operated), fork lift (loed and lull and other rough terrain

type), front end loader (4 c.y. and over), grader (power),

hoist (2 or 3 drums), pile driver, scraper sea mule,

tractor drawn belt type loader (Euclid loader),

GROUP 2: Bulldozer, cage hoist, fork lift (all others),

front end loader (under 4 c.y.), carry-all scraper, tractor

mounted hoist (one drum).

GROUP 3: Farm tractor with or without accessories, fine

grade machine (not automated), tractor with or without

towed accessories.

HAZMAT PREMIUM 2.50

FOOTNOTE:

a. New Years Day, Memorial Day, Independence Day, Labor Day,

Thanksgiving Day, Christmas Day provided the employee has

worked five consective working days before and the working

day after the holiday.

----------------------------------------------------------------

LABO0633-003 07/01/2011

Rates Fringes

Laborers

BUILDING CONSTRUCTION

Asbestos and Toxic,

Hazardous Waste Removal....$ 22.60 15.12

Laborer....................$ 21.10 15.12

ASBESTOS REMOVAL: Removal of all asbestos containing

materials from wall ceilings, floor columns, and other

non-mechanical structures and surfaces.

----------------------------------------------------------------

LABO0633-004 07/01/2011

Rates Fringes

Laborers:

HEAVY AND HIGHWAY

CONSTRUCTION

GROUP 1....................$ 23.41 16.20

GROUP 2....................$ 23.61 16.20

GROUP 3....................$ 23.81 16.20

GROUP 4....................$ 24.01 16.20

HEAVY AND HIGHWAY CONSTRUCTION

Page 8 of 11

10/5/2011http://www.wdol.gov/wdol/scafiles/davisbacon/NY17.dvb

Page 273: Lower Harbor Brook CSO Storage Facility Project

GROUP 1: Laborers, flaggers, outboar, and hand boats

GROUP 2: Bull floats, chain saw, concrete aggregate, bin

concrete bootman, gin buggy, hand ormachine vibrator,

jackhammer, mason tender, mortar mixer, pavement breaker,

handlers of all steel mesh, small generators, for laborers

tools, installation of bridge drainage pipe, pipelayers,

vibrator type rollers, tamper, drill, doctor, tail or screw

operator on asphalt paver, water pump operator (1 1/2" and

single diaphram), nozzle (asphalt, gunnite, seding and

sandblasting), laborers on chain link fence erection, rock

splitter and power unit, pusher type concrete saw and all

other gas, electric, oil and air tool operators, wrecking

laborers.

GROUP 3: All rock or drill machine operators (except quarry

master and similar type), acetylene torch operators,

asphalt raker, powderman.

GROUP 4: Blasters, for setter, stone or granite curb setters.

FOOTNOTE:

a. New Year's Day, Memorial Day, Independence Day, Labor

Day, Thanksgiving Day, Christmas Day, provided the employee

has worked the working day before and the working day after

the holiday.

----------------------------------------------------------------

PAIN0004-020 05/01/2010

Rates Fringes

Painters:

BUILDING CONSTRUCTION

Brush & Roll, Drywall

Taping/Finishing...........$ 22.40 14.03

Spray, Sandblasting,

Structural Steel...........$ 22.90 14.03

HEAVY & HIGHWAY

CONSTRUCTION

Bridges....................$ 31.00 16.10

----------------------------------------------------------------

PLUM0267-002 05/01/2011

Rates Fringes

Plumber, Pipefitter,

Steamfitter (Including HVAC

Work)............................$ 29.86 20.12

----------------------------------------------------------------

ROOF0195-001 06/01/2011

Rates Fringes

ROOFER, Including Built Up,

Composition and Single Ply

Roofs............................$ 25.00 15.57

----------------------------------------------------------------

SHEE0058-001 05/01/2009

Rates Fringes

Page 9 of 11

10/5/2011http://www.wdol.gov/wdol/scafiles/davisbacon/NY17.dvb

Page 274: Lower Harbor Brook CSO Storage Facility Project

Sheet Metal Worker

Projects 10 million or less.$ 25.85 15.56

Projects over $10 million...$ 26.85 15.56

----------------------------------------------------------------

SUNY1996-001 01/10/1996

Rates Fringes

GLAZIER..........................$ 12.01 0.52

----------------------------------------------------------------

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)).

----------------------------------------------------------------

In the listing above, the "SU" designation means that rates

listed under the identifier do not reflect collectively

bargained wage and fringe benefit rates. Other designations

indicate unions whose rates have been determined to be

prevailing.

----------------------------------------------------------------

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

Page 10 of 11

10/5/2011http://www.wdol.gov/wdol/scafiles/davisbacon/NY17.dvb

Page 275: Lower Harbor Brook CSO Storage Facility Project

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

Page 11 of 11

10/5/2011http://www.wdol.gov/wdol/scafiles/davisbacon/NY17.dvb

Page 276: Lower Harbor Brook CSO Storage Facility Project

APPENDICES TO

INFORMATION TO BIDDERS

APPENDIX I

New York Environmental Facilities Corporation’s

Pre-Bid/Pre-Selection Packet For Contractors & Service Providers

Page 277: Lower Harbor Brook CSO Storage Facility Project

Pre-Bid/Pre-Selection PacketFor Contractors & Service Providers

To Ensure Compliance with Environmental Facilities Corporation Regulations

Effective October 1, 2011

Page 278: Lower Harbor Brook CSO Storage Facility Project

No Text This Page

Page 279: Lower Harbor Brook CSO Storage Facility Project

Page 1 of 3

Pre-Bid/Pre-Selection PacketGuidance for SRF Contractors and Service Providers Revision Date: 10/1/2011

New York State Environmental Facilities Corporation625 Broadway Albany, New York 12207-2997

(800) 882-9721 within New York State(518) 402-7396 Fax (518) 402-7456

GUIDANCE FOR SRF CONTRACTORS AND SERVICE PROVIDERSMINORITY AND WOMENS BUSINESS ENTERPRISES/EQUAL EMPLOYMENT

OPPORTUNITY (MWBE/EEO), DISADVANTAGED BUSINESS ENTERPRISES (DBE)AND DAVIS BACON RELATED ACTS PROGRAMS

NEW YORK CLEAN and DRINKING WATER STATE REVOLVING FUNDS

Municipalities applying for financial assistance through either the Clean Water or the Drinking Water StateRevolving Funds (SRFs), must meet various New York State and federal requirements. Theserequirements include compliance with New York State’s minority and women’s business enterprise (MWBE) laws and regulations1 and the federal Davis Bacon Related Acts2 (DBRA). Failure to meet all therequirements of MWBE and DBRA regulations in a timely manner may result in freezing of disbursementsof SRF funds. This may affect the Contractor’s payments.If this is a project with a not-for-profit entity,please contact EFC for appropriate guidance.

Davis Bacon Related Acts:In support of the SRF-financed project, you are required to engage in oversight practices that ensure thatpayments to construction contractors and subcontractors are consistent with DBRA requirementsincluding payment of the higher of the state or federal wages and supplemental benefits. The DBRArequirements apply to any construction contract in excess of $2,000 that is still under construction afterOctober 30, 2009. For contracts where the construction was executed prior to October 30, 2009, it maybe necessary to execute a change order with the contractor to incorporate the provisions of the Acts.DBRA requirements do not apply to non-construction contracts. The Environmental FacilitiesCorporation’s (EFC) Program Management staff is prepared to assist you in identifying your obligationsunder this Program throughout the process of obtaining SRF financial assistance.

MWBE/EEO/DBE:Additionally, you are required to engage in procurement practices that will provide opportunities formeaningful participation of minority and women-owned business enterprises in providing construction,labor, travel, equipment, materials, supplies, services (including legal, financial, engineering or otherprofessional services), or any combination of the above, and meaningful participation of minorities andwomen in the workforce. EFC’sMinority & Women’s Business Enterprise-Equal Employment Opportunity(MWBE-EEO) staff is prepared to assist you in identifying your legal and contractual obligations under thisProgram throughout the process of obtaining SRF financing.

1 New York State Executive Law, Article 15-A and New York Code of Rules and Regulations, Title 5 (5NYCRR) Parts 140-145 (Regulations of the Commissioner of Economic Development)

2 Davis Bacon Related Acts Consist of the Following Acts:Copeland Act 40 U.S.C. 3145Reorganization Plan No. 14Department of Labor 29 CFR Parts 1, 3, and 5Contract Work Hours and Safety Standards Act

Penner
Typewriter
1
Page 280: Lower Harbor Brook CSO Storage Facility Project

Page 2 of 3

Pre-Bid/Pre-Selection PacketGuidance for SRF Contractors and Service Providers Revision Date: 10/1/2011

EFC’s MWBE-EEO Program (the Program) is goal oriented; goals are established to meet reasonable fairshare objectives for minority business enterprises (MBE) andwomen’sbusiness enterprises (WBE)participation in the project. Your compliance with the MWBE-EEO requirements is measured by your, oryour subcontractor’s, good faith efforts to provide meaningful opportunities for MWBE participation. EachMBE and WBE participating in an SRF-financed project must provide an economic benefit that contributesto the overall successful completion of the project. You are required to continue to provide opportunitiesfor minorities and women to participate in SRF-financed projects even if goals are achieved.

The EFC MWBE/EEO Program requirements apply to the following:

Construction Contracts - Construction contracts with a value greater than $100,000 to befunded with SRF financial assistance.

Construction contracts are written agreements where the community commits to expendfunds for the acquisition, construction, demolition, replacement, major repair or renovationof real property and improvements thereof in support of the SRF financed project.Change orders and amendments for such construction contracts with a value greater than$25,000 and that provide a reasonable opportunity for meaningful MBE and/or WBEparticipation may be subject to the EFC MWBE/EEO program.

Non-construction Contracts/Agreements–Written contracts or agreements, andamendments thereto, with a value greater than $25,000 to be funded with SRF financialassistance executed on or after October 13, 2010.

Any written agreement, and amendments thereto, where the community commits toexpend funds for labor, services, including legal, financial, or other professional services,travel, supplies, equipment, materials, or any combination of the foregoing in support ofthe SRF financed project. Amendments for such agreements with a value greater than$25,000 and that provide a reasonable opportunity for meaningful MBE and/or WBEparticipation may be subject to the EFC MWBE/EEO program.

Emergency Contracts - In the event that a community enters into a contract and/oragreement or a change order or amendment greater than $25,000 on an emergencybasis that will be funded with SRF financial assistance, the MBEO, in consultation withEFC, may require the contractor/service provider to submit a Utilization Plan and tocomply with other MWBE/EEO Program requirements, as appropriate.

Such agreements and amendments that meet these descriptions shall be referred to as “contracts” and/or “agreements”.

Contract Requirements:It is important to note that all contracts, agreements, amendments, and change orders that are subject tothe MWBE/EEO Program and the DBRA Program must contain certain provisions as part of the contractand/or agreement. The required contractual provisions are provided in Attachments 2 and 4, underDocument 1, and are available on the EFC Website (www.nysefc.org). Please check the website toensure you have the most recent forms and language.

It is also important to note that contracts/agreements that initially fall below the MWBE/EEO Programeligibility thresholds, but then exceed the eligibility thresholds by subsequent change orders oramendments will be expected to comply with all Program requirements for the entire scope of thecontract/agreement. Hourly agreements whose billings exceed the Program eligibility thresholds will beconsidered to be subject to all program requirements.

A summary of the MWBE and Davis Bacon Program requirements are provided in the attachments asoutlined below. More detailed descriptions can be found at www.nysefc.org or by calling (518) 402-7396or (800) 882-9721.

Penner
Typewriter
2
Page 281: Lower Harbor Brook CSO Storage Facility Project

Page 3 of 3

Pre-Bid/Pre-Selection PacketGuidance for SRF Contractors and Service Providers Revision Date: 10/1/2011

Proper completion of these steps is critical to successful SRF financing of your project. Failure tocomply with the Program requirements may delay receipt of funds for your project and can evenjeopardize SRF financing for your project.

Contents of Packet

Attachment 1 –Contractor Davis Bacon Related Acts Program Requirements

Attachment 2 –Davis Bacon Related Acts FormsDocument 1–Davis Bacon (DB) Prevailing Wage Requirements for SRF RecipientsDocument 2–Federal Payroll Form (WH-347)Document 3–Labor Standards Interview Form (SF1445)Document 4–Davis Bacon Poster (WH-1321)

Attachment 3 –Contractor and Service Provider Disadvantaged, Minority and Women OwnedBusiness Enterprise/Equal Employment Opportunity Program Requirements

Attachment 4 –MWBE/EEO FormsDocument 1– Required Terms for Contracts and Subcontracts Receiving SRF Financial

AssistanceDocument 2–EEO GoalsDocument 3–EEO Policy Statement AgreementDocument 4–Utilization Plan/Waiver Request & Initial EEO Staffing Plan FormDocument 5–Monthly Report & EEO Staffing Plan Update FormDocument 6–Joint Venture/Teaming Arrangement FormDocument 7–DBE Subcontractor Participation Form (EPA Form 6100-2)Document 8–DBE Subcontractor Performance Form (EPA Form 6100-3)Document 9–DBE Subcontractor Utilization Form (EPA Form 6100-4)Document 10–Equal Employment Opportunity Poster

Penner
Typewriter
3
Page 282: Lower Harbor Brook CSO Storage Facility Project

No Text This Page

Penner
Typewriter
4
Page 283: Lower Harbor Brook CSO Storage Facility Project

ATTACHMENT 1CONTRACTOR DAVIS BACON RELATED

ACTS PROGRAM REQUIREMENTS

Penner
Typewriter
5
Page 284: Lower Harbor Brook CSO Storage Facility Project

No Text This Page

Penner
Typewriter
6
Page 285: Lower Harbor Brook CSO Storage Facility Project

Page 1 of 2

Pre-Bid/Pre-Selection PacketContractor Davis Bacon Related Acts Program Requirements Revision Date: 10/1/2011

New York State Environmental Facilities Corporation625 Broadway Albany, New York 12207-2997

(800) 882-9721 within New York State(518) 402-7396 Fax (518) 402-7456

CONTRACTOR DAVIS BACON RELATED ACTS PROGRAM REQUIREMENTS

I. Program Requirements

The following activities must be implemented by each contractor on an SRF funded project inorder to establish compliance with the Davis Bacon Program. EFC is available to assist in allphases of this effort.

Activities to be Completed Prior to Bid and Execution of any SRF Eligible Contracts YouAre Bidding On

A. FEDERAL AND STATE WAGE RATES

When preparing your bid for this project, you must use the higher of the federal wagerates or state wage rates paid to each trade. These rates apply to subcontractors workingon the project as well.

B. DEBARRED OR SUSPENDED CONTRACTORS

Ensure that the your subcontractors bidding on the work are not included on the debarredor suspended contractors list that is located within the state wage rate packet and is alsoavailable on the US Department of Labor website.http://www.dol.gov/ofccp/regs/compliance/preaward/debarlst.htm

Activities to be Completed After Execution of any Contracts

C. WAGE RATE COMPLIANCE VERIFICATION

Contractor/Subcontractor Responsibilities:1. Post Davis Bacon Wage Poster and federal and state wages in a visible area at

the construction site.2. Make your employees and subcontractors’employees available for wage

interviews. Wage interviews must be conducted confidentially.3. Use federal payroll form WH-347 and complete the back side with certifications.

If the form is not being used, inform the community and ensure that the form isequivalent to the federal form.

4. Pay the higher of state or federal wages including benefits to each trade andovertime not less than one and one-half times the basic rate of pay for hours inexcess of forty hours on contracts in excess of $100,000. The wage rates applyto subcontractor trades as well.

5. Maintain proof of apprentice and trainee ratios for both yourself and yoursubcontractor and certifications onsite.

6. Pay weekly wages to your employees and your subcontractors. Ensure that yoursubcontractors are paying their employees weekly.

7. Provide all subcontractors the Davis Bacon Prevailing Wage Requirements, thewage determinations and equal employment opportunity language within eachsubcontract. This language is provided in Document 1 under Attachment 1 and

Penner
Typewriter
7
Page 286: Lower Harbor Brook CSO Storage Facility Project

Page 2 of 2

Pre-Bid/Pre-Selection PacketContractor Davis Bacon Related Acts Program Requirements Revision Date: 10/1/2011

item A.1 above outlines how to obtain federal wage determinations.8. Provide payroll forms and apprentice and trainee certifications to the community

for their records.9. Waste, Fraud and Abuse - Report potential violations to the EPA Davis Bacon

Contact and DOL Wages and Hours District Office found on their website.http://www.dol.gov/esa/contacts/whd/america2.htm

10. Any violations in payroll reporting or unpaid wages are subject to a daily monetarypenalty.

Note that EFC performs interim and final construction inspections. The EFC inspector willverify that the steps above are being followed and will also check to ensure the propersigns and wage rates are posted in a visible area.

II. Suggestions/Tips

Below are suggested actions that can help you with this Program:

1. Obtain this Pre-Bid Packet and review all requirements prior to hiring subcontractors orbeginning construction.

2. Allow the payroll interviews to be conducted in a confidential manner.

3. Allow for interviews ofeach new subcontractor’s employees when they first arrive on the site at the beginning of their work and again at the end of the work, prior to leaving the site.

4. Report any waste, fraud and abuse as soon as you become aware of it.

5. Check the EFC website to ensure you are utilizing the most recent forms available.

For additional information or assistance please contact EFC at (800) 882-9721 or (518) 402-7396. TheDavis Bacon Program information is also available on the EFC website at www.nysefc.org underResource Library.

Penner
Typewriter
8
Page 287: Lower Harbor Brook CSO Storage Facility Project

ATTACHMENT 2DAVIS BACON RELATED ACTS FORMS

DOCUMENT 1 –DAVIS BACON (DB) PREVAILING WAGEREQUIREMENTS FOR SRF RECIPIENTS

DOCUMENT 2 –FEDERAL PAYROLL FORM (WH-347)DOCUMENT 3 –LABOR STANDARDS INTERVIEW FORM (SF1445)DOCUMENT 4 –DAVIS BACON POSTER (WH-1321)

Disclaimer –Check the EFC website at www.nysefc.org to ensure the formsyou are using are the most recent forms available

Penner
Typewriter
9
Page 288: Lower Harbor Brook CSO Storage Facility Project

No Text This Page

Penner
Typewriter
10
Page 289: Lower Harbor Brook CSO Storage Facility Project

DOCUMENT 1DAVIS BACON (DB) PREVAILING WAGEREQUIREMENTS FOR SRF RECIPIENTS

The following language is required to be inserted in eachsubcontract in its entirety.

Disclaimer –Check the EFC website at www.nysefc.org to ensure thecontract language you are using is the most recent language available.

Penner
Typewriter
11
Page 290: Lower Harbor Brook CSO Storage Facility Project

No Text This Page

Penner
Typewriter
12
Page 291: Lower Harbor Brook CSO Storage Facility Project

DAVIS-BACON (DB) PREVAILING WAGE REQUIREMENTS FOR SRF RECIPIENTS

The Recipient acknowledges and hereby agrees to comply with the Wage RateRequirements under the Davis-Bacon Act, which are hereby restated in pertinent part asfollows:

Preamble

The Clean Water Act (CWA) and Safe Drinking Water Act (SDWA) require that all laborersand mechanics employed by contractors and subcontractors on projects funded directly by orassisted in whole or in part by and through the Federal Government pursuant to the SRF shallbe paid wages at rates not less than those prevailing on projects of a character similar in thelocality as determined by the Secretary of Labor in accordance with subchapter IV of chapter31 of title 40, United States Code.

Pursuant to Reorganization Plan No. 14 and the Copeland Act, 40 U.S.C. 3145, theDepartment of Labor has issued regulations at 29 CFR Parts 1, 3, and 5 to implement theDavis-Bacon (DB) and related Acts. Regulations in 29 CFR 5.5 instruct agencies concerningapplication of the standard DB contract clauses set forth in that section. Federal agenciesproviding grants, cooperative agreements, and loans under the SRF shall ensure that thestandard DB contract clauses found in 29 CFR 5.5(a) are incorporated in any resultantcovered contracts that are in excess of $2,000 for construction, alteration or repair (includingpainting and decorating).

With respect to the Clean Water and Safe Drinking Water State revolving Funds, EPAprovides capitalization grants to the State which in turn, through the Corporation, providessubgrants or loans to eligible entities within the State (Recipient(s)). Typically, theRecipients are municipal or other local governmental entities. For these types of Recipients,the provisions set forth under Roman Numeral I, below, shall apply. Although EPA and theState remain responsible for ensuring Recipients’ compliance with the wage rate requirements set forth herein, those Recipients shall have the primary responsibility tomaintain payroll records as described in Section 3(ii)(A), below and for compliance asdescribed in Section I-5.

I. Requirements under the Davis-Bacon Act For Recipients That Are GovernmentalEntities

The following terms and conditions specify how the Corporation and governmentalRecipients will meet the DB requirements. If a Recipient has questions regarding when DBapplies, obtaining the correct DB wage determinations, DB provisions, or compliancemonitoring, it may contact the Corporation. The Corporation or Recipient may also obtainadditional guidance from the web site of the Department of Labor (DOL) athttp://www.dol.gov/whd/programs/dbra/.

1. Applicability of the Davis-Bacon (DB) prevailing wage requirements.

Davis-Bacon prevailing wage requirements apply to the construction, alteration, andrepair activity of infrastructure, including all construction, alteration and repair activityinvolving waste water or drinking water treatment plants as subject to DB. If a Recipientencounters a unique situation at a site that presents uncertainties regarding DBapplicability, the Recipient must discuss the situation with the Corporation beforeauthorizing work on that site.

Penner
Typewriter
13
Page 292: Lower Harbor Brook CSO Storage Facility Project

2. Obtaining Wage Determinations.

(a). Recipients shall obtain the wage determination for the locality in which a coveredactivity subject to DB will take place prior to issuing requests for bids, proposals, quotes orother methods for soliciting contracts (solicitation) for activities subject to DB. These wagedeterminations shall be incorporated into solicitations and any subsequent contracts. Primecontracts must contain a provision requiring that subcontractors follow the wagedetermination incorporated into the prime contract.

(i) While the solicitation remains open, the Recipient shall monitor www.wdol.gov.on a weekly basis to ensure that the wage determination contained in thesolicitation remains current. The Recipients shall amend the solicitation if DOLissues a modification more than 10 days prior to the closing date (i.e. bidopening) for the solicitation. If DOL modifies or supersedes the applicable wagedetermination less than 10 days prior to the closing date, the Recipients mayrequest a finding from the Corporation that there is not a reasonable time tonotify interested contractors of the modification of the wage determination. TheCorporation will provide a report of its findings to the Recipient.

(ii) If the Recipient does not award the contract within 90 days of the closure of thesolicitation, any modifications or supersedes DOL makes to the wagedetermination contained in the solicitation shall be effective unless theCorporation, at the request of the Recipient, obtains an extension of the 90 dayperiod from DOL pursuant to 29 CFR 1.6(c)(3)(iv). The Recipient shall monitorwww.wdol.gov on a weekly basis if it does not award the contract within 90 daysof closure of the solicitation to ensure that wage determinations contained in thesolicitation remain current.

(b). If the Recipient carries out activity subject to DB by issuing a task order, workassignment or similar instrument to an existing contractor (ordering instrument) rather thanby publishing a solicitation, the Recipient shall insert the appropriate DOL wagedetermination from www.wdol.gov into the ordering instrument.

(c). Recipient shall review all subcontracts subject to DB entered into by prime contractors toverify that the prime contractor has required its subcontractors to include the applicable wagedeterminations.

(d). As provided in 29 CFR 1.6(f), DOL may issue a revised wage determination applicableto a Recipient’s contract after the award of a contract or the issuance of an ordering instrument if DOL determines that the Recipient has failed to incorporate a wagedetermination or has used a wage determination that clearly does not apply to the contract orordering instrument. If this occurs, the Recipient shall either terminate the contract orordering instrument and issue a revised solicitation or ordering instrument or incorporateDOL’s wage determination retroactive to the beginning of the contract or ordering instrument by change order. The Recipient’s contractor must be compensated for any increases in wagesresulting from the use of DOL’s revised wage determination.

3. Contract and Subcontract provisions.

(a) The Recipient(s) shall insert in full in any contract in excess of $2,000 which is entered

Penner
Typewriter
14
Page 293: Lower Harbor Brook CSO Storage Facility Project

into for the actual construction, alteration and/or repair, including painting and decorating, ofa public building or public work, or building or work financed in whole or in part fromFederal funds or in accordance with guarantees of a Federal agency or financed from fundsobtained by pledge of any contract of a Federal agency to make a loan, grant or annualcontribution (except where a different meaning is expressly indicated), and which is subjectto the labor standards provisions of any of the acts listed in § 5.1, the following clauses:

(1) Minimum wages.

(i) All laborers and mechanics employed or working upon the site of the work will be paidunconditionally and not less often than once a week, and without subsequent deduction orrebate on any account (except such payroll deductions as are permitted by regulations issuedby the Secretary of Labor under the Copeland Act (29 CFR part 3) ), the full amount of wagesand bona fide fringe benefits (or cash equivalents thereof) due at time of payment computedat rates not less than those contained in the wage determination of the Secretary of Laborwhich is attached hereto and made a part hereof, regardless of any contractual relationshipwhich may be alleged to exist between the contractor and such laborers and mechanics.

Contributions made or costs reasonably anticipated for bona fide fringe benefits under section1(b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paidto such laborers or mechanics, subject to the provisions of paragraph (a)(1)(iv) of this section;also, regular contributions made or costs incurred for more than a weekly period (but not lessoften than quarterly) under plans, funds, or programs which cover the particular weeklyperiod, are deemed to be constructively made or incurred during such weekly period. Suchlaborers and mechanics shall be paid the appropriate wage rate and fringe benefits on thewage determination for the classification of work actually performed, without regard to skill,except as provided in § 5.5(a)(4). Laborers or mechanics performing work in more than oneclassification may be compensated at the rate specified for each classification for the timeactually worked therein: Provided, That the employer's payroll records accurately set forththe time spent in each classification in which work is performed. The wage determination(including any additional classification and wage rates conformed under paragraph (a)(1)(ii)of this section) and the Davis-Bacon poster (WH-1321) shall be posted at all times by thecontractor and its subcontractors at the site of the work in a prominent and accessible placewhere it can be easily seen by the workers.

Recipients may obtain wage determinations from the U.S. Department of Labor’s web site, www.wdol.gov.

(ii)(A) The Recipient(s), on behalf of EPA, shall require that any class of laborers ormechanics, including helpers, which is not listed in the wage determination and which is to beemployed under the contract shall be classified in conformance with the wage determination.The EPA award official shall approve an additional classification and wage rate and fringebenefits therefore only when the following criteria have been met:

(1) The work to be performed by the classification requested is not performed by aclassification in the wage determination; and

(2) The classification is utilized in the area by the construction industry; and

(3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonablerelationship to the wage rates contained in the wage determination.

Penner
Typewriter
15
Page 294: Lower Harbor Brook CSO Storage Facility Project

(B) If the contractor and the laborers and mechanics to be employed in the classification (ifknown), or their representatives, and the Recipient(s) agree on the classification and wagerate (including the amount designated for fringe benefits where appropriate), a report of theaction taken shall be sent by the Recipient(s) to the State award official. The State awardofficial will transmit the report, to the Administrator of the Wage and Hour Division,Employment Standards Administration, U.S. Department of Labor, Washington, DC 20210.The Administrator, or an authorized representative, will approve, modify, or disapprove everyadditional classification action within 30 days of receipt and so advise the State award officialor will notify the State award official within the 30-day period that additional time isnecessary.

(C) In the event the contractor, the laborers or mechanics to be employed in the classificationor their representatives, and the and the Recipient(s) do not agree on the proposedclassification and wage rate (including the amount designated for fringe benefits, whereappropriate), the award official shall refer the questions, including the views of all interestedparties and the recommendation of the State award official, to the Administrator fordetermination. The Administrator, or an authorized representative, will issue a determinationwithin 30 days of receipt and so advise the contracting officer or will notify the contractingofficer within the 30-day period that additional time is necessary.

(D) The wage rate (including fringe benefits where appropriate) determined pursuant toparagraphs (a)(1)(ii)(B) or (C) of this section, shall be paid to all workers performing work inthe classification under this contract from the first day on which work is performed in theclassification.

(iii) Whenever the minimum wage rate prescribed in the contract for a class of laborers ormechanics includes a fringe benefit which is not expressed as an hourly rate, the contractorshall either pay the benefit as stated in the wage determination or shall pay another bona fidefringe benefit or an hourly cash equivalent thereof.

(iv) If the contractor does not make payments to a trustee or other third person, the contractormay consider as part of the wages of any laborer or mechanic the amount of any costsreasonably anticipated in providing bona fide fringe benefits under a plan or program,Provided, That the Secretary of Labor has found, upon the written request of the contractor,that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labormay require the contractor to set aside in a separate account assets for the meeting ofobligations under the plan or program.

(2) Withholding.

The Recipient(s), shall upon written request of the EPA Award Official or an authorizedrepresentative of the Department of Labor, withhold or cause to be withheld from thecontractor under this contract or any other Federal contract with the same prime contractor, orany other federally-assisted contract subject to Davis-Bacon prevailing wage requirements,which is held by the same prime contractor, so much of the accrued payments or advances asmay be considered necessary to pay laborers and mechanics, including apprentices, trainees,and helpers, employed by the contractor or any subcontractor the full amount of wagesrequired by the contract. In the event of failure to pay any laborer or mechanic, including anyapprentice, trainee, or helper, employed or working on the site of the work, all or part of thewages required by the contract, the (Agency) may, after written notice to the contractor,

Penner
Typewriter
16
Page 295: Lower Harbor Brook CSO Storage Facility Project

sponsor, applicant, or owner, take such action as may be necessary to cause the suspension ofany further payment, advance, or guarantee of funds until such violations have ceased.

(3) Payrolls and basic records.

(i) Payrolls and basic records relating thereto shall be maintained by the contractor during thecourse of the work and preserved for a period of three years thereafter for all laborers andmechanics working at the site of the work. Such records shall contain the name, address, andsocial security number of each such worker, his or her correct classification, hourly rates ofwages paid (including rates of contributions or costs anticipated for bona fide fringe benefitsor cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis-BaconAct), daily and weekly number of hours worked, deductions made and actual wages paid.Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of anylaborer or mechanic include the amount of any costs reasonably anticipated in providingbenefits under a plan or program described in section 1(b)(2)(B) of the Davis-Bacon Act, thecontractor shall maintain records which show that the commitment to provide such benefits isenforceable, that the plan or program is financially responsible, and that the plan or programhas been communicated in writing to the laborers or mechanics affected, and records whichshow the costs anticipated or the actual cost incurred in providing such benefits. Contractorsemploying apprentices or trainees under approved programs shall maintain written evidenceof the registration of apprenticeship programs and certification of trainee programs, theregistration of the apprentices and trainees, and the ratios and wage rates prescribed in theapplicable programs.

(ii)(A) The contractor shall submit weekly, for each week in which any contract work isperformed, a copy of all payrolls to the Recipient, that is, the entity that receives the sub-grantor loan from the Corporation. Such documentation shall be available on request of theCorporation or EPA. As to each payroll copy received, the Recipient shall provide writtenconfirmation in a form satisfactory to the State indicating whether or not the project is incompliance with the requirements of 29 CFR 5.5(a)(1) based on the most recent payrollcopies for the specified week. The payrolls shall set out accurately and completely all of theinformation required to be maintained under 29 CFR 5.5(a)(3)(i), except that full socialsecurity numbers and home addresses shall not be included on the weekly payrolls. Insteadthe payrolls shall only need to include an individually identifying number for each employee(e.g., the last four digits of the employee's social security number). The required weeklypayroll information may be submitted in any form desired. Optional Form WH-347 isavailable for this purpose from the Wage and Hour Division Web site athttp://www.dol.gov/esa/whd/forms/wh347instr.htm or its successor site. The primecontractor is responsible for the submission of copies of payrolls by all subcontractors.Contractors and subcontractors shall maintain the full social security number and currentaddress of each covered worker, and shall provide them upon request to the Recipient(s) fortransmission to the State or EPA if requested by EPA, the State, the contractor, or the Wageand Hour Division of the Department of Labor for purposes of an investigation or audit ofcompliance with prevailing wage requirements. It is not a violation of this section for a primecontractor to require a subcontractor to provide addresses and social security numbers to theprime contractor for its own records, without weekly submission to the Recipient(s).

(B) Each payroll submitted shall be accompanied by a “Statement of Compliance,” signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of thepersons employed under the contract and shall certify the following:

Penner
Typewriter
17
Page 296: Lower Harbor Brook CSO Storage Facility Project

(1) That the payroll for the payroll period contains the information required to be providedunder § 5.5 (a)(3)(ii) of Regulations, 29 CFR part 5, the appropriate information is beingmaintained under § 5.5 (a)(3)(i) of Regulations, 29 CFR part 5, and that such information iscorrect and complete;

(2) That each laborer or mechanic (including each helper, apprentice, and trainee) employedon the contract during the payroll period has been paid the full weekly wages earned, withoutrebate, either directly or indirectly, and that no deductions have been made either directly orindirectly from the full wages earned, other than permissible deductions as set forth inRegulations, 29 CFR part 3;

(3) That each laborer or mechanic has been paid not less than the applicable wage rates andfringe benefits or cash equivalents for the classification of work performed, as specified in theapplicable wage determination incorporated into the contract.

(C) The weekly submission of a properly executed certification set forth on the reverse sideof Optional Form WH-347 shall satisfy the requirement for submission of the “Statement of Compliance” required by paragraph (a)(3)(ii)(B) of this section.

(D) The falsification of any of the above certifications may subject the contractor orsubcontractor to civil or criminal prosecution under section 1001 of title 18 and section 231of title 31 of the United States Code.

(iii) The contractor or subcontractor shall make the records required under paragraph (a)(3)(i)of this section available for inspection, copying, or transcription by authorized representativesof the State, EPA or the Department of Labor, and shall permit such representatives tointerview employees during working hours on the job. If the contractor or subcontractor failsto submit the required records or to make them available, the Federal agency or State may,after written notice to the contractor, sponsor, applicant, or owner, take such action as may benecessary to cause the suspension of any further payment, advance, or guarantee of funds.Furthermore, failure to submit the required records upon request or to make such recordsavailable may be grounds for debarment action pursuant to 29 CFR 5.12.

(4) Apprentices and trainees--

(i) Apprentices. Apprentices will be permitted to work at less than the predetermined rate forthe work they performed when they are employed pursuant to and individually registered in abona fide apprenticeship program registered with the U.S. Department of Labor, Employmentand Training Administration, Office of Apprenticeship Training, Employer and LaborServices, or with a State Apprenticeship Agency recognized by the Office, or if a person isemployed in his or her first 90 days of probationary employment as an apprentice in such anapprenticeship program, who is not individually registered in the program, but who has beencertified by the Office of Apprenticeship Training, Employer and Labor Services or a StateApprenticeship Agency (where appropriate) to be eligible for probationary employment as anapprentice. The allowable ratio of apprentices to journeymen on the job site in any craftclassification shall not be greater than the ratio permitted to the contractor as to the entirework force under the registered program. Any worker listed on a payroll at an apprenticewage rate, who is not registered or otherwise employed as stated above, shall be paid not lessthan the applicable wage rate on the wage determination for the classification of workactually performed. In addition, any apprentice performing work on the job site in excess ofthe ratio permitted under the registered program shall be paid not less than the applicable

Penner
Typewriter
18
Page 297: Lower Harbor Brook CSO Storage Facility Project

wage rate on the wage determination for the work actually performed. Where a contractor isperforming construction on a project in a locality other than that in which its program isregistered, the ratios and wage rates (expressed in percentages of the journeyman's hourlyrate) specified in the contractor's or subcontractor's registered program shall be observed.Every apprentice must be paid at not less than the rate specified in the registered program forthe apprentice's level of progress, expressed as a percentage of the journeymen hourly ratespecified in the applicable wage determination. Apprentices shall be paid fringe benefits inaccordance with the provisions of the apprenticeship program. If the apprenticeship programdoes not specify fringe benefits, apprentices must be paid the full amount of fringe benefitslisted on the wage determination for the applicable classification. If the Administratordetermines that a different practice prevails for the applicable apprentice classification,fringes shall be paid in accordance with that determination. In the event the Office ofApprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agencyrecognized by the Office, withdraws approval of an apprenticeship program, the contractorwill no longer be permitted to utilize apprentices at less than the applicable predeterminedrate for the work performed until an acceptable program is approved.

(ii) Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work atless than the predetermined rate for the work performed unless they are employed pursuant toand individually registered in a program which has received prior approval, evidenced byformal certification by the U.S. Department of Labor, Employment and TrainingAdministration. The ratio of trainees to journeymen on the job site shall not be greater thanpermitted under the plan approved by the Employment and Training Administration. Everytrainee must be paid at not less than the rate specified in the approved program for thetrainee's level of progress, expressed as a percentage of the journeyman hourly rate specifiedin the applicable wage determination. Trainees shall be paid fringe benefits in accordancewith the provisions of the trainee program. If the trainee program does not mention fringebenefits, trainees shall be paid the full amount of fringe benefits listed on the wagedetermination unless the Administrator of the Wage and Hour Division determines that thereis an apprenticeship program associated with the corresponding journeyman wage rate on thewage determination which provides for less than full fringe benefits for apprentices. Anyemployee listed on the payroll at a trainee rate who is not registered and participating in atraining plan approved by the Employment and Training Administration shall be paid not lessthan the applicable wage rate on the wage determination for the classification of workactually performed. In addition, any trainee performing work on the job site in excess of theratio permitted under the registered program shall be paid not less than the applicable wagerate on the wage determination for the work actually performed. In the event theEmployment and Training Administration withdraws approval of a training program, thecontractor will no longer be permitted to utilize trainees at less than the applicablepredetermined rate for the work performed until an acceptable program is approved.

(iii) Equal employment opportunity. The utilization of apprentices, trainees and journeymenunder this part shall be in conformity with the equal employment opportunity requirements ofExecutive Order 11246, as amended, and 29 CFR part 30.

(5) Compliance with Copeland Act requirements. The contractor shall comply with therequirements of 29 CFR part 3, which are incorporated by reference in this contract.

(6) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clausescontained in 29 CFR 5.5(a)(1) through (10) and such other clauses as the EPA determinesmay by appropriate, and also a clause requiring the subcontractors to include these clauses in

Penner
Typewriter
19
Page 298: Lower Harbor Brook CSO Storage Facility Project

any lower tier subcontracts. The prime contractor shall be responsible for the compliance byany subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5.5.

(7) Contract termination: debarment. A breach of the contract clauses in 29 CFR 5.5 may begrounds for termination of the contract, and for debarment as a contractor and a subcontractoras provided in 29 CFR 5.12.

(8) Compliance with Davis-Bacon and Related Act requirements. All rulings andinterpretations of the Davis-Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 areherein incorporated by reference in this contract.

(9) Disputes concerning labor standards. Disputes arising out of the labor standardsprovisions of this contract shall not be subject to the general disputes clause of this contract.Such disputes shall be resolved in accordance with the procedures of the Department ofLabor set forth in 29 CFR parts 5, 6, and 7. Disputes within the meaning of this clauseinclude disputes between the contractor (or any of its subcontractors) and Recipient(s), State,EPA, the U.S. Department of Labor, or the employees or their representatives.

(10) Certification of eligibility.

(i) By entering into this contract, the contractor certifies that neither it (nor he or she) nor anyperson or firm who has an interest in the contractor's firm is a person or firm ineligible to beawarded Government contracts by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR5.12(a)(1).

(ii) No part of this contract shall be subcontracted to any person or firm ineligible for awardof a Government contract by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR5.12(a)(1).

(iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18U.S.C. 1001.

4. Contract Provision for Contracts in Excess of $100,000.

(a) Contract Work Hours and Safety Standards Act. The Recipient shall insert the followingclauses set forth in paragraphs (a)(1), (2), (3), and (4) of this section in full in any contract inan amount in excess of $100,000 and subject to the overtime provisions of the Contract WorkHours and Safety Standards Act. These clauses shall be inserted in addition to the clausesrequired by Item 3, above or 29 CFR 4.6. As used in this paragraph, the terms laborers andmechanics include watchmen and guards.

(1) Overtime requirements. No contractor or subcontractor contracting for any part of thecontract work which may require or involve the employment of laborers or mechanics shallrequire or permit any such laborer or mechanic in any workweek in which he or she isemployed on such work to work in excess of forty hours in such workweek unless suchlaborer or mechanic receives compensation at a rate not less than one and one-half times thebasic rate of pay for all hours worked in excess of forty hours in such workweek.

(2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation ofthe clause set forth in paragraph (a)(1) of this section the contractor and any subcontractorresponsible therefore shall be liable for the unpaid wages. In addition, such contractor and

Penner
Typewriter
20
Page 299: Lower Harbor Brook CSO Storage Facility Project

subcontractor shall be liable to the United States (in the case of work done under contract forthe District of Columbia or a territory, to such District or to such territory), for liquidateddamages. Such liquidated damages shall be computed with respect to each individual laboreror mechanic, including watchmen and guards, employed in violation of the clause set forth inparagraph (a)(1) of this section, in the sum of $10 for each calendar day on which suchindividual was required or permitted to work in excess of the standard workweek of fortyhours without payment of the overtime wages required by the clause set forth in paragraph(a)(1) of this section.

(3) Withholding for unpaid wages and liquidated damages. The Recipient, upon writtenrequest of the EPA Award Official or an authorized representative of the Department ofLabor, shall withhold or cause to be withheld, from any moneys payable on account of workperformed by the contractor or subcontractor under any such contract or any other Federalcontract with the same prime contractor, or any other federally-assisted contract subject to theContract Work Hours and Safety Standards Act, which is held by the same prime contractor,such sums as may be determined to be necessary to satisfy any liabilities of such contractor orsubcontractor for unpaid wages and liquidated damages as provided in the clause set forth inparagraph (b)(2) of this section.

(4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clausesset forth in paragraph (a)(1) through (4) of this section and also a clause requiring thesubcontractors to include these clauses in any lower tier subcontracts. The prime contractorshall be responsible for compliance by any subcontractor or lower tier subcontractor with theclauses set forth in paragraphs (a)(1) through (4) of this section.

(b) In addition to the clauses contained in Item 3, above, in any contract subject only to theContract Work Hours and Safety Standards Act and not to any of the other statutes cited in 29CFR 5.1, the Recipient shall insert a clause requiring that the contractor or subcontractor shallmaintain payrolls and basic payroll records during the course of the work and shall preservethem for a period of three years from the completion of the contract for all laborers andmechanics, including guards and watchmen, working on the contract. Such records shallcontain the name and address of each such employee, social security number, correctclassifications, hourly rates of wages paid, daily and weekly number of hours worked,deductions made, and actual wages paid. Further, the Recipient shall insert in any suchcontract a clause providing that the records to be maintained under this paragraph shall bemade available by the contractor or subcontractor for inspection, copying, or transcription byauthorized representatives of the (write the name of agency) and the Department of Labor,and the contractor or subcontractor will permit such representatives to interview employeesduring working hours on the job.

Penner
Typewriter
21
Page 300: Lower Harbor Brook CSO Storage Facility Project

5. Compliance Verification

(a). The Recipient shall periodically interview a sufficient number of employees entitled toDB prevailing wages (covered employees) to verify that contractors or subcontractors arepaying the appropriate wage rates. As provided in 29 CFR 5.6(a)(6), all interviews must beconducted in confidence. The Recipient must use Standard Form 1445 or equivalentdocumentation to memorialize the interviews. Copies of the SF 1445 are available from EPAon request.

(b). The Recipient shall establish and follow an interview schedule based on its assessmentof the risks of noncompliance with DB posed by contractors or subcontractors and theduration of the contract or subcontract. At a minimum, the Recipient must conduct interviewswith a representative group of covered employees within two weeks of each contractor orsubcontractor’s submission of its initial weekly payroll data and two weeks prior to the estimated completion date for the contract or subcontract. Recipients must conduct morefrequent interviews if the initial interviews or other information indicates that there is a riskthat the contractor or subcontractor is not complying with DB. Recipients shall immediatelyconduct necessary interviews in response to an alleged violation of the prevailing wagerequirements. All interviews shall be conducted in confidence.

(c). The Recipient shall periodically conduct spot checks of a representative sample ofweekly payroll data to verify that contractors or subcontractors are paying the appropriatewage rates. The Recipient shall establish and follow a spot check schedule based on itsassessment of the risks of noncompliance with DB posed by contractors or subcontractors andthe duration of the contract or subcontract. At a minimum, the Recipient must spot checkpayroll data within two weeks of each contractor or subcontractor’s submission of its initial payroll data and two weeks prior to the completion date the contract or subcontract.Recipients must conduct more frequent spot checks if the initial spot check or otherinformation indicates that there is a risk that the contractor or subcontractor is not complyingwith DB. In addition, during the examinations the Recipient shall verify evidence of fringebenefit plans and payments thereunder by contractors and subcontractors who claim credit forfringe benefit contributions.

(d). The Recipient shall periodically review contractors and subcontractors use of apprenticesand trainees to verify registration and certification with respect to apprenticeship and trainingprograms approved by either the U.S Department of Labor or a state, as appropriate, and thatcontractors and subcontractors are not using disproportionate numbers of, laborers, traineesand apprentices. These reviews shall be conducted in accordance with the schedules for spotchecks and interviews described in Item 5(b) and (c) above.

(e). Recipients must immediately report potential violations of the DB prevailing wagerequirements to the EPA DB contact listed above and to the appropriate DOL Wage and HourDistrict Office listed at http://www.dol.gov/whd/recovery/#contacts/.

Penner
Typewriter
22
Page 301: Lower Harbor Brook CSO Storage Facility Project

DOCUMENT 2FEDERAL PAYROLL FORM (WH-347)

Both pages of the following form or approved equal isrequired to be completed by Prime Contractors.

Penner
Typewriter
23
Page 302: Lower Harbor Brook CSO Storage Facility Project

No Text This Page

Penner
Typewriter
24
Page 303: Lower Harbor Brook CSO Storage Facility Project

U.S. Department of Labor PAYROLL (For Contractor's Optional Use; See Instructions at www.dol.gov/whd/forms/wh347instr.htm)Wage and Hour Division

Persons are not required to respond to the collection of information unless it displays a currently valid OMB control number.

NAME OF CONTRACTOR OR SUBCONTRACTOR ADDRESS OMB No.: 1215-0149 Expires: 12/31/2011

PAYROLL NO. FOR WEEK ENDING PROJECT AND LOCATION PROJECT OR CONTRACT NO.

(1) (2) (3) (4) DAY AND DATE (5) (6) (7) (9) (8)

DEDUCTIONS

O

O

O

O

O

O

O

O

NAME AND INDIVIDUAL IDENTIFYING NUMBER (e.g., LAST FOUR DIGITS OF SOCIAL SECURITY

NUMBER) OF WORKER NO

. OF

W

ITH

HO

LDiN

G

EX

EM

PT

ION

S

WORK CLASSIFICATION

OT

. OR

ST

.

HOURS WORKED EACH DAY TOTAL HOURS

RATE OF PAY

GROSS AMOUNT EARNED FICA

WITH-HOLDING

TAX OTHER TOTAL

DEDUCTIONS

NET WAGES

PAID FOR WEEK

S

S

S

S

S

S

S

S

Rev. Dec. 2008

Rev. Dec. 2008

While completion of Form WH-347 is optional, it is mandatory for covered contractors and subcontractors performing work on Federally financed or assisted construction contracts to respond to the information collection contained in 29 C.F.R. §§ 3.3, 5.5(a). The Copeland Act (40 U.S.C. § 3145) contractors and subcontractors performing work on Federally financed or assisted construction contracts to "furnish weekly a statement with respect to the wages paid each employee during the preceding week." U.S. Department of Labor (DOL) regulations at 29 C.F.R. § 5.5(a)(3)(ii) require contractors to submit weekly a copy of all payrolls to the Federal agency contracting for or financing the construction project, accompanied by a signed "Statement of Compliance" indicating that the payrolls are correct and complete and that each laborer or mechanic has been paid not less than the proper Davis-Bacon prevailing wage rate for the work performed. DOL and federal contracting agencies receiving this information review the information to determine that employees have received legally required wages and fringe benefits.

Public Burden Statement

We estimate that is will take an average of 55 minutes to complete this collection, including time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. If you have any comments regarding these estimates or any other aspect of this collection, including suggestions for reducing this burden, send them to the Administrator, Wage and Hour Division, U.S. Department of Labor, Room S3502, 200 Constitution Avenue, N.W. Washington, D.C. 20210

(over)

nthai
nthai
nthai
nthai
Penner
Typewriter
25
Page 304: Lower Harbor Brook CSO Storage Facility Project

Date

I,(Name of Signatory Party) (Title)

do hereby state:

(1) That I pay or supervise the payment of the persons employed by

on the (Contractor or Subcontractor)

; that during the payroll period commencing on the (Building or Work)

day of , , and ending the day of , ,

all persons employed on said project have been paid the full weekly wages earned, that no rebates have been or will be made either directly or indirectly to or on behalf of said

from the full (Contractor or Subcontractor)

weekly wages earned by any person and that no deductions have been made either directly or indirectly from the full wages earned by any person, other than permissible deductions as defined in Regulations, Part 3 (29 C.F.R. Subtitle A), issued by the Secretary of Labor under the Copeland Act, as amended (48 Stat. 948, 63 Start. 108, 72 Stat. 967; 76 Stat. 357; 40 U.S.C. § 3145), and described below:

(2) That any payrolls otherwise under this contract required to be submitted for the above period are correct and complete; that the wage rates for laborers or mechanics contained therein are not less than the applicable wage rates contained in any wage determination incorporated into the contract; that the classifications set forth therein for each laborer or mechanic conform with the work he performed.

(3) That any apprentices employed in the above period are duly registered in a bona fide apprenticeship program registered with a State apprenticeship agency recognized by the Bureau of Apprenticeship and Training, United States Department of Labor, or if no such recognized agency exists in a State, are registered with the Bureau of Apprenticeship and Training, United States Department of Labor.

(4) That: (a) WHERE FRINGE BENEFITS ARE PAID TO APPROVED PLANS, FUNDS, OR PROGRAMS

− in addition to the basic hourly wage rates paid to each laborer or mechanic listed in the above referenced payroll, payments of fringe benefits as listed in the contract have been or will be made to appropriate programs for the benefit of such employees, except as noted in section 4(c) below.

(b) WHERE FRINGE BENEFITS ARE PAID IN CASH

− Each laborer or mechanic listed in the above referenced payroll has been paid, as indicated on the payroll, an amount not less than the sum of the applicable basic hourly wage rate plus the amount of the required fringe benefits as listed in the contract, except as noted in section 4(c) below.

(c) EXCEPTIONS

REMARKS:

EXCEPTION (CRAFT)

EXPLANATION

NAME AND TITLE SIGNATURE

THE WILLFUL FALSIFICATION OF ANY OF THE ABOVE STATEMENTS MAY SUBJECT THE CONTRACTOR OR SUBCONTRACTOR TO CIVIL OR CRIMINAL PROSECUTION. SEE SECTION 1001 OF TITLE 18 AND SECTION 231 OF TITLE 31 OF THE UNITED STATES CODE.

nthai
nthai
nthai
nthai
nthai
nthai
nthai
Penner
Typewriter
26
Page 305: Lower Harbor Brook CSO Storage Facility Project

DOCUMENT 3LABOR STANDARDS INTERVIEW FORM (SF1445)

The following interview form will be used by communitiesto interview Prime and subcontractor employees.

Penner
Typewriter
27
Page 306: Lower Harbor Brook CSO Storage Facility Project

No Text This Page

Penner
Typewriter
28
Page 307: Lower Harbor Brook CSO Storage Facility Project

LABOR STANDARDS INTERVIEWCONTRACT NUMBER EMPLOYEE INFORMATION

LAST NAME FIRST NAME MI

STREET ADDRESS

CITY STATE ZIP CODE

WORK CLASSIFICATION WAGE RATE

NAME OF PRIME CONTRACTOR

NAME OF EMPLOYER

SUPERVISOR'S NAMELAST NAME FIRST NAME MI

ACTION CHECK BELOWYES NO

Do you work over 8 hours per day?

Do you work over 40 hours per week?

Are you paid at least time and a half for overtime hours?

Are you receiving any cash payments for fringe benefits required by the posted wage determination decision?

WHAT DEDUCTIONS OTHER THAN TAXES AND SOCIAL SECURITY ARE MADE FROM YOUR PAY?

HOW MANY HOURS DID YOU WORK ON YOUR LAST WORK DAY BEFORE THIS INTERVIEW?

DATE OF LAST WORK DAY BEFORE INTERVIEW (YYMMDD)

DATE YOU BEGAN WORK ON THIS PROJECT (YYMMDD)

TOOLS YOU USE

THE ABOVE IS CORRECT TO THE BEST OF MY KNOWLEDGEEMPLOYEE'S SIGNATURE DATE (YYMMDD)

INTERVIEWERSIGNATURE TYPED OR PRINTED NAME DATE (YYMMDD)

INTERVIEWER'S COMMENTSACTION (If explanation is needed, use comments section) YES NOWORK EMPLOYEE WAS DOING WHEN INTERVIEWED

IS EMPLOYEE PROPERLY CLASSIFIED AND PAID?

ARE WAGE RATES AND POSTERS DISPLAYED?

FOR USE BY PAYROLL CHECKERIS ABOVE INFORMATION IN AGREEMENT WITH PAYROLL DATA?

YES NO

COMMENTS

CHECKERLAST NAME FIRST NAME MI JOB TITLE

DATE (YYMMDD)SIGNATURE

AUTHORIZED FOR LOCAL REPRODUCTION Previous edition not usable

STANDARD FORM 1445 (REV. 12-96) Prescribed by GSA - FAR (48 CFR) 53.222(g)

Penner
Typewriter
29
Page 308: Lower Harbor Brook CSO Storage Facility Project

No Text This Page

Penner
Typewriter
30
Page 309: Lower Harbor Brook CSO Storage Facility Project

DOCUMENT 4DAVIS BACON POSTER (WH-1321)

The following poster is required to be displayed by thePrime Contractor in a visible area at the construction site.

Penner
Typewriter
31
Page 310: Lower Harbor Brook CSO Storage Facility Project

No Text This Page

Penner
Typewriter
32
Page 311: Lower Harbor Brook CSO Storage Facility Project

EMPLOYEE RIGHTSUNDER THE DAVIS-BACON ACT

fOR LABORERS AND MECHANICSEMPLOYED ON fEDERAL OR fEDERALLYASSISTED CONSTRUCTION PROjECTS

THE UNITED STATES DEPARTMENT OF LABOR WAGE AND HOUR DIVISION

PREVAILING WAGES

OVERTIME

ENFORCEMENT

APPRENTICES

PROPER PAY

You must be paid not less than the wage rate listed in the Davis-Bacon Wage Decision posted with this Notice for the work you perform.

You must be paid not less than one and one-half times your basic rate of pay for all hours worked over 40 in a work week. There are few exceptions.

Contract payments can be withheld to ensure workers receive wages and overtime pay due, and liquidated damages may apply if overtime pay requirements are not met. Davis-Bacon contract clauses allow contract termination and debarment of contractors from future federal contracts for up to three years. A contractor who falsifies certified payroll records or induces wage kickbacks may be subject to civil or criminal prosecution, fines and/or imprisonment.

Apprentice rates apply only to apprentices properly registered under approved Federal or State apprenticeship programs.

If you do not receive proper pay, or require further information on the applicable wages, contact the Contracting Officer listed below:

or contact the U.S. Department of Labor’s Wage and Hour Division.

1-866-4-USWAGE (1-866-487-9243) TTY: 1-877-889-5627

WWW.WAGEHOUR.DOL.GOV U.S. Department of Labor Employment Standards Administration Wage and Hour Division

WH 1321(Revised April 2009)

For additional information:

Penner
Typewriter
33
Page 312: Lower Harbor Brook CSO Storage Facility Project

No Text This Page

Penner
Typewriter
34
Page 313: Lower Harbor Brook CSO Storage Facility Project

ATTACHMENT 3CONTRACTOR AND SERVICE PROVIDER

DISADVANTAGED, MINORITY ANDWOMEN OWNED BUSINESS

ENTERPRISE/EQUAL OPPORTUNITYPROGRAM REQUIREMENTS

Penner
Typewriter
35
Page 314: Lower Harbor Brook CSO Storage Facility Project

No Text This Page

Penner
Typewriter
36
Page 315: Lower Harbor Brook CSO Storage Facility Project

Page 1 of 10

Pre-Bid/Pre-Selection PacketContractor and Service Provider Disadvantaged, Minority and Women Owned Business Enterprise/EqualEmployment Opportunity Program Requirements Revision Date: 10/1/2011

New York State Environmental Facilities Corporation625 Broadway Albany, New York 12207-2997

(800) 882-9721 within New York State(518) 402-7396 Fax (518) 402-7456

CONTRACTOR AND SERVICE PROVIDER MINORITY AND WOMEN OWNEDBUSINESS ENTERPRISE/EQUAL EMPLOYMENT OPPORTUNITY (MWBE/EEO)

PROGRAM REQUIREMENTS

I. Program Requirements

The Contractor/Service Provider shall act in accordance with Federal and State Minority andWomen-owned Business Enterprise- Equal Employment Opportunity (MWBE-EEO) laws andregulations governing this project, and will be required to provide opportunities for MWBE-EEOparticipation, and maintain such records and take such actions necessary to demonstratecompliance in the performance of the project. The established MWBE-EEO goals andrequirements herein shall be in conformance with NYS Executive Law, Article 15A and additionalapplicable federal requirements, including compliance with the requirements of Title 40, Code ofFederal Regulations, Part 33 “Participation by Disadvantaged Business Enterprises(DBE) inUnited States Environmental Protection Agency Programs”.

A. APPLICABILITY OF EFC MWBE/EEO PROGRAM REQUIREMENTS

1. Construction Contracts:

Construction contracts with a value greater than $100,000 to be funded with SRFfinancial assistance. Construction contracts are written agreements where the SRFrecipient commits to expend funds for the acquisition, construction, demolition,replacement, major repair or renovation of real property and improvements thereof insupport of the SRF financed project. Amendments or change orders for suchconstruction contracts with a value greater than $25,000 and that provide areasonable opportunity for meaningful MBE and/or WBE participation will be subjectto the EFC MWBE/EEO program.

If contracts with a value less than $100,000 have subsequent change orders oramendments that bring the total contract value to greater than $100,000, the fullvalue of the contract will then be subject to the EFC MWBE/EEO program.

2. Non-construction Contracts/Agreements:

Written contracts or agreements, and amendments thereto, with a value greater than$25,000 to be funded with SRF financial assistance that were executed afterOctober 13, 2010. Non-construction contracts entered into prior to October 13,2010 are exempt from MWBE and Disadvantaged Business Enterpriserequirements. This includes any written agreements, and amendments thereto,where the SRF recipient commits to expend funds for labor, engineering, legal,financial, or other professional services, travel, supplies, equipment, materials, or anycombination of the foregoing in support of the SRF financed project.

If contracts or agreements with a value less than $25,000 have subsequent changeorders or amendments that bring the total contract value to greater than $25,000, thefull value of the contract will then be subject to the EFC MWBE/EEO program.

Penner
Typewriter
37
Page 316: Lower Harbor Brook CSO Storage Facility Project

Page 2 of 10

Pre-Bid/Pre-Selection PacketContractor and Service Provider Disadvantaged, Minority and Women Owned Business Enterprise/EqualEmployment Opportunity Program Requirements Revision Date: 10/1/2011

B. MWBE PARTICIPATION GOALS/FAIR SHARE OBJECTIVES

EFC’s MWBE/EEO Program is a goal oriented program, whereby goals are established as reasonable objectives for MBE and WBE participation in projects that receive SRFfinancial assistance. The Contractor shall commit to MBE and WBE participation goalsfor their contract that are equal to or greater than the goals presented below:

1. Construction Contractsi. MBE: 9% DEC Regions 4,5,6,7,8, & 9 (All counties not listed below)

10% Regions 1&3 (Suffolk, Nassau, Westchester, Rockland, Orange,Putnam, Ulster, Dutchess and Sullivan Counties)17% Region 2 (New York City)

ii. WBE: 5% DEC Regions 4,5,6,7,8, & 9 (All counties not listed below)6% Regions 1&3 (Suffolk, Nassau, Westchester, Rockland, Orange,Putnam, Ulster, Dutchess and Sullivan Counties)8% Region 2 (New York City)

2. Non-construction Contracts/Agreements(Includes professional services, such as legal, engineering, or financial advisoryservices; supplies; commodities; equipment; materials; travel)i. 10% combined MBE and WBE statewide

C. RECEIVING CREDIT UNDER EFC MWBE/EEO PROGRAM

To receive credit for MBE or WBE participation through the EFC MWBE/EEO program,the business enterprises performing the contracted or subcontracted work identified in anapproved Utilization Plan need to be certified as an MBE and/or a WBE by the Division ofMinority and Women’s Business Development, Empire State Development Corporation (ESD). Conditional credit will be given for firms that have applications pending with ESD.This conditional credit will be given only if the firm becomes certified before thecompletion of the project. Any firms certified as a Disadvantaged Business Enterprise(DBE) by the EPA may also receive credit for participation through the EFC MWBE/EEOprogram, as appropriate. Note that certified prime contractors, as well as subcontractors,receive credit for MWBE participation.

A list of certified firms can be found on the ESD website at www.esd.ny.gov/MWBE.htmland navigating to the “Minority & Women Owned Business” tab on the left side of the screen. Searches can be performed by product, vendor or advanced.

D. EQUAL EMPLOYMENT OPPORTUNITY (EEO)/WORKFORCE DIVERSITY

Construction contractors and service providers are required to document good faithefforts to meet affirmative action goals for the employment of minorities and women in theconstruction industry. EFC has established SRF EEO/Workforce goals (also referred toas a Staffing Plan) by county and they can be found on the EFC website atwww.nysefc.org under the Resource Library. Construction contractors and serviceproviders are required to document their efforts to achieve these goals by providinginformation concerning the makeup of the contractor’s and any subcontractor’s workforces in their initial Utilization Plan submittal and then subsequently within thecontractor’s Monthly Reports.

Penner
Typewriter
38
Page 317: Lower Harbor Brook CSO Storage Facility Project

Page 3 of 10

Pre-Bid/Pre-Selection PacketContractor and Service Provider Disadvantaged, Minority and Women Owned Business Enterprise/EqualEmployment Opportunity Program Requirements Revision Date: 10/1/2011

The agreement included in Attachment 4, Document 2 must be part of anycontract/agreement paid for with SRF funds, including subcontracts.

E. PRIMECONTRACTOR/SERVICE PROVIDER’S MWBE RESPONSIBILITIES

Prime contractors and service providers are those firms that contract directly with theSRF financial assistance recipient (i.e. the community):

Activities to be completed prior to submitting a bid or proposal:1. All prime contractors and service providers shall provide the EPA Form 6100-2 (DBE

Subcontractor Participation Form) to all potential MBE and WBE subcontractors. Thepurpose of this form is for MBEs and WBEs to notify EPA of concerns they may haveregarding their participation on an SRF funded project. This form does not need tobe filled-out or submitted by the prime contractor at the time of bidding, and is only forthe MWBE subcontractors’ use in sending concerns to EPA.

Note that the community should provide you a list of any MWBE subcontractors that haveindicated an interest in performing the work associated with the contract. You maychoose to reach out to these firms as potential MWBE participants.

Activities to be completed at the time of submitting a bid or proposal:As part of their bid submittal, all prime contractors and service providers shall submit thefollowing to the community:

1. EPA Form 6100-3“DBE Subcontractor Performance Form” –Each potential bidderor service provider shall complete one of these forms for each MBE or WBEcontacted during the bid or proposal preparation process, and make reasonableefforts to obtain signatures from the MBEs and WBEs contacted. The completedform shall be part of the bid or proposal submission and will be consideredincomplete without it.

2. EPA Form 6100-4“DBE Subcontractor Utilization Form” –This form shall becompleted by each potential bidder or service provider and submitted as part of thebid or proposal submission. On this form, each bidder/potential service provideroffers their plan for MBE and WBE utilization for their contract/agreement. Thecompleted form shall be part of the bid or proposal submission and will be consideredincomplete without it.

Activities to be completed after award of the contract:1. Identify opportunities for MBE and WBE participation in their contracted work through

such means as:i. Dividing project requirements, when economically feasible, into smaller tasks

or quantities to increase opportunities for subcontracting;ii. Establishing delivery schedules to create opportunities for subcontracting;iii. Seeking MBE and/or WBE participation through teaming arrangements or joint

ventures.

2. Submit a complete Utilization Plan with complete documentation of good faith efforts,tothe community’s Minority Business Enterprise Officer (MBO) within 10 days ofnotice that the Prime Contractor has submitted the lowest conforming bid or theselection of the Service Provider. The Equal Employment Opportunity (EEO) policyof the prime contractor or service provider should also be submitted with theUtilization Plan, as well as information concerning the makeup of the workforce (alsoreferred to as the EEO Staffing Plan). Additional guidance on preparing andsubmitting Utilization Plans can be found in Section G below.

Penner
Typewriter
39
Page 318: Lower Harbor Brook CSO Storage Facility Project

Page 4 of 10

Pre-Bid/Pre-Selection PacketContractor and Service Provider Disadvantaged, Minority and Women Owned Business Enterprise/EqualEmployment Opportunity Program Requirements Revision Date: 10/1/2011

Note: Failure by the Prime Contractor to submit and receive approval of theUtilization Plan prior to the first request for payment may result in the withholding ofprogress payments to the Contractor. Such withholding of progress payments shallnot relieve the Contractor of any requirements of the contract documents includingthe completion of the project within the specified contract time and any constructionsequence requirements of the contract.

3. Include the EEO Policy Statement Agreement from Attachment 4, Document 2 in allsubcontracts and agreements:

4. Submit copies of all legally signed subcontracts, agreements, and purchase ordersreferred to in the Utilization Plan within 30 days of execution to the community’s MBO. These subcontracts and/or purchase orders must include the followinginformation:i. Actual Dollar Amount;ii. Job Description;iii. Signatures of Both Parties; andiv. Date of Execution

NOTE: Purchase orders must be accompanied by copies of both sides of canceledchecks.

5. Submit monthly reports of MBE and WBE participation supplemented with proof ofpayment to such MBE and/or WBE subcontractors, as well as updates of the makeupof the workforce, to the community’s MBO. Blank monthly report forms are availableat www.nysefc.org or from the MBO.

6. As part of the Monthly Report, provide documentation to the MBO that subcontractorsare paid within 30 days of receipt of payment from the community.

7. Continue good faith efforts to seek opportunities for MBE and WBE participation evenif proposed goals have been achieved.

8. Provide written notification to the MBO and EFC prior to any termination of a MBE orWBE subcontractor.

9. Post all required posters and notices at the project site in a conspicuous location.The EEO poster is attached to this guidance document and can also be found athttp://www.dol.gov/ofccp/regs/compliance/posters/ofccpost.htm

10. Provide timely and complete responses to inquiries from either the MBO or EFC staff.

11. Make all MWBE/EEO documents and records available upon request to EFC staff,the MBO, or their authorized representatives.

12. Manage the project in a manner that creates meaningful opportunities forparticipation by MBEs and WBEs.

13. Provide programs to ensure that minority group members and women are affordedequal employment opportunities without discrimination because of age, race, color,creed, religion, national origin, sexual orientation, military status, sex, disability,predisposing genetic characteristics, marital status or domestic violence victim status.

Penner
Typewriter
40
Page 319: Lower Harbor Brook CSO Storage Facility Project

Page 5 of 10

Pre-Bid/Pre-Selection PacketContractor and Service Provider Disadvantaged, Minority and Women Owned Business Enterprise/EqualEmployment Opportunity Program Requirements Revision Date: 10/1/2011

F. SUBCONTRACTOR MWBE RESPONSIBILITIES

Subcontractors are those firms that contract directly with Prime Contractors and/orService Providers. Subcontractors shall:

1. Maintain their MWBE certifications, as well as notify the Contractor/Provider, MBOand EFC of any change in their certification status.

2. Respond promptly to solicitation requests by completing and submitting bid and/orproposal information in a timely manner.

3. Maintain business records that should include, but not be limited to,contracts/agreements, records of receipts, correspondence, purchase orders, andcanceled checks.

4. Ensure that the required EEO Policy Statement Agreement from Appendix 4, File 2 isincluded in each subcontract. Additionally, signed versions of this Agreement shouldbe maintained with the community MBO.

5. Provide programs to ensure that minority group members and women are affordedequal employment opportunities without discrimination because of age, race, color,creed, religion, national origin, sexual orientation, military status, sex, disability,predisposing genetic characteristics, marital status or domestic violence victim status.

6. Notify the MBO and EFC when contract problems arise, such as non-payment forservices or when not employed as described in the Utilization Plan.

7. Perform the subcontracted scope of work in a professional and timely manner.

G. UTILIZATION PLANS

1. Each prime contractor and/or service provider who has been notified by thecommunity that they will be awarded a contract or agreement for an SRF financedproject that is applicable to this MWBE/EEO Program shall prepare a Utilization Planthat provides information describing MBEs and WBEs to be utilized during theperformance of the contract/agreement, as well as information regarding thecomposition of the workforce for EEO purposes. The Utilization Plan will indicatewhat the MBE and WBE project participation goals will be for the contract/agreement.Provide the completed Utilization Plan form with all pages filled out to the MBO.Example and blank Utilization Plan forms are attached and also available on the EFCwebsite.

2. The MBEs and WBEs identified in the Utilization Plan must be certified by, or haveapplied for certification from:

Empire State Development CorporationDivision of Minority and Women’s Business Development30 South Pearl StreetAlbany, New York.Phone:1-800-782-8639www.esd.ny.gov/MWBE.html

3. Each Utilization Plan will include information with regard to the PrimeContractor/Service Provider’s workforce broken down by ethnic background, labor category, gender, and other categories, including the workforce of all subcontractors.The forms for submission of this information are part of the blank Utilization Plan &

Penner
Typewriter
41
Page 320: Lower Harbor Brook CSO Storage Facility Project

Page 6 of 10

Pre-Bid/Pre-Selection PacketContractor and Service Provider Disadvantaged, Minority and Women Owned Business Enterprise/EqualEmployment Opportunity Program Requirements Revision Date: 10/1/2011

Waiver Request Form as part of Attachment 4, Document 4 and also available on theEFC website.

4. Utilization Plans are required to be submitted to the MBO within 10 days of noticethat the contractor has submitted the lowest conforming bid or notice of the selectionof the service provider.

5. Supplier Policy: Credit for MBE/WBE participation shall be granted for MBE/WBEfirms performing a commercially useful business function according to custom andpractice in the industry. “Commercially useful functions” normally include:i. Providing technical assistance to a purchaser prior to a purchase, during

installation, and after the supplies or equipment are placed in service;ii. Manufacturing or being the first tier below the manufacturer of supplies or

equipment; oriii. Providing functions other than just accepting and referring requests for supplies

or equipment to another party for direct shipment to a contractor.

If MBE/WBE suppliers are used for MBE/WBE goal crediting, EFC will give credit asfollows:iv. For MBE/WBE suppliers who are manufacturers, fabricators, or official

manufacturer’s representatives who are warehousing such goods, up to 100 percent of the MBE/WBE objective may be credited.

v. For non-manufacturer suppliers, up to 25 percent of the MBE/WBE objectivemay be credited.

vi. No credit will be granted for MBEs and/or WBEs acting merely as a passiveconduit of funds from one firm to another.

6. Broker Policy: Firms that are identified on the ESD website as brokers may only becredited at 25% of their full contract value.

7. Specialty Equipment/Service Waiver: If the contract/agreement includes specialtyequipment or services, and documentation is submitted demonstrating that there areno MBE/WBE firms capable of completing this portion of the contract/agreement, thespecialty amount of the contract/agreement may be deducted from the totalcontract/agreement amount and the goals would be applied to the revisedcontract/agreement amount.

Example: $200,000 contract - $50,000 for specialty equipment/service = goal is thepercentage on the remaining balance of $150,000

A request for this specialty equipment/service deduction can be completed by fillingout the applicable section of the Utilization Plan and submitting it to the MBO. Therequest must include an attached citation from the section of the contract/agreementdocuments where the equipment/service is listed and the cost of each item. Forconstruction contracts, the schedule of values or bid tabulation sheet should also besubmitted. Additional documentation may be requested by EFC.

8. Joint Ventures/Teaming/Protégé-Mentor Arrangements: Utilization Plans that areclaiming MWBE participation credit based on a joint venture, teaming arrangement,or a mentor/protégé arrangement are required to submit the following information aspart of the Utilization Plan Form and Joint Venture/Teaming Arrangement Form:i. Names , addresses, and federal identification number for each party;ii. The federal identification number of the joint venture, team, or mentor/protégé

arrangement, if applicable; andiii. A copy of the agreement between the parties which describes the interest

owned by each party to the agreement and the value added by each party.

Penner
Typewriter
42
Page 321: Lower Harbor Brook CSO Storage Facility Project

Page 7 of 10

Pre-Bid/Pre-Selection PacketContractor and Service Provider Disadvantaged, Minority and Women Owned Business Enterprise/EqualEmployment Opportunity Program Requirements Revision Date: 10/1/2011

9. Acceptance of Utilization Plans/Notice of Deficiency: EFC will issue a notice ofacceptance or deficiency within 20 days of receipt of the Utilization Plan submission,as warranted. In coordination with the MBO, EFC may accept a Utilization Plan uponconsideration of the following factors:i. The Utilization Plan indicates that the MBE and WBE participation goals for the

project will be achieved;ii. A prime contractor/service provider who is a certified MBE or a WBE may be

credited for up to 100% of the category of their certification. However, goodfaith efforts to seek participation from the firms certified in the other categoryare required;

iii. Credit for a dual certified MBE/WBE will only be allowed for one category, notboth;

iv. The value and scope of the subcontracted work has been verified;v. A review of the compliance record for the prime contractor/service provider

indicates consistency with the requirements of the EFC MWBE/EEO Program;vi. The Utilization Plan offers acceptable alternatives for utilizing MBEs and/or

WBEs participation equal to the project goals, if proposed;vii. The Utilization Plan only partially achieves the project goals but is supported by

submission of documentation of adequate good faith efforts by the primecontractor/service provider to create opportunities for MWBE participation intheir work; or

viii. The Utilization Plan presents a joint venture, teaming arrangement,mentor/protégé agreement or other such business arrangement with a MBE orWBE whose value added or participation can be credited towards achieving theproject goals.

10. Within 10 days of the final acceptance of a Utilization Plan, EFC will post theapproval information on the EFC website.

11. In coordination with the MBO, EFC may issue conditional acceptance of UtilizationPlans pending submission of supporting documentation, such as submission ofcopies of executed subcontracts to the MBO.

12. Revisions of Utilization Plans: If project conditions should change sufficient that theinformation submitted in the Utilization Plan is no longer valid, the contractor/serviceprovider shall submit a revised Utilization Plan to the MBO.

13. Projects Co-Funded with the Department of Environmental Conservation (DEC): Inthe event EFC is providing financial assistance to a project that is also beingfinancially supported by DEC, EFC will defer to the MBE and WBE participation goalsestablished for the project by DEC.

H. FULL OR PARTIAL WAIVER REQUESTS

1. Each prime contractor/service provider is required to create meaningful opportunitiesfor certified MWBE participation in their work, offering a fair share of their work. Afterpursuing good faith efforts to create these opportunities, a prime contractor/serviceprovider may find that it is not possible to utilize any MBE and/or WBE firms. In suchan event, the contractor/service provider should fill out the waiver request portion ofthe Utilization Plan and submit the Utilization Plan to the project MBO. EFC willreview each waiver request based on the good faith effort criteria presented below.EFC will not issue any automatic waivers from MWBE/EEO responsibilities. Thewaiver request can be for either a full (for both MBE and WBE) or partial waiver (foreither MBE or WBE) of meeting the appropriate project MWBE goals.

Penner
Typewriter
43
Page 322: Lower Harbor Brook CSO Storage Facility Project

Page 8 of 10

Pre-Bid/Pre-Selection PacketContractor and Service Provider Disadvantaged, Minority and Women Owned Business Enterprise/EqualEmployment Opportunity Program Requirements Revision Date: 10/1/2011

2. Preparation : As each contractor/service provider seeks MBEs and WBEs forparticipation in their work, they should document these efforts and maintain thisdocumentation. The waiver request section of the Utilization Plan should only befilled out when it is apparent that, after adequate good faith efforts, the MWBE goalsfor the project cannot be met.

3. Submission: The submission of your completed Utilization Plan to the MBO andsupplemented with all appropriate supporting documentation to demonstrate theirgood faith efforts to meet the project MWBE goals will be sufficient to document yourwaiver request. Utilization Plan revisions must be submitted to the MBO as soon aspossible but in no event later than the final request for disbursement of SRF funds.

I. GOOD FAITH EFFORT DOCUMENTATION

If the contract goals cannot be reached or a full or partial waiver is requested, the primecontractor/service provider must submit sufficient documentation to demonstrate theirgood faith efforts to provide opportunities for MWBE participation in their work. Thefollowing are examples of demonstrations of good faith efforts;

1. Copies of timely solicitations for MBEs and WBEs to participate in the work, and theirresponses, if available. The EPA 6100-3 Forms that are required to be submitted aspart of all bids or proposals, if properly completed, may be sufficient. If a solicitedMBE or WBE was not selected, documentation of the reasons should be provided;

2. Copies of any advertisements seeking participation of MBEs and WBEs inappropriate general circulation, trade, and minority or women oriented publications,with the listings and dates of such publications;

3. Copies of any solicitations of MBEs and WBEs listed on the directory of certifiedbusinesses (www.esd.ny.gov);

4. Dates of attendance at any pre-bid, pre-award, or other meetings scheduled by theSRF recipient, if any, with MBEs and WBEs capable of performing work on theproject;

5. Information on the specific steps taken to reasonably structure the scope of work forthe purpose of subcontracting with or obtaining supplies from MBEs or WBEs;

6. Submission of an alternative Utilization Plan that demonstrates consistency with thesubcontractor or supplier opportunities in the contract/service agreement;

7. A demonstration that there are insufficient MBEs or WBEs reasonably available toperform the work. It is noted that for professional services, such as engineering,legal or financial advisory services, EFC assumes that such services can be providedfrom MBEs and WBEs statewide, unless information is submitted to indicateotherwise;

8. Documentation that the prime contractor/service provider offered relevant plans,specifications, or other related materials to MBEs and WBEs sufficiently in advanceto enable them to prepare an informed response to solicitations for participation as asubcontractor or supplier;

9. A demonstration that the prime contractor/service provider offered to make up anyinability to meet the project MWBE participation goals in other contracts and/oragreements being performed by the contractor/service provider;

Penner
Typewriter
44
Page 323: Lower Harbor Brook CSO Storage Facility Project

Page 9 of 10

Pre-Bid/Pre-Selection PacketContractor and Service Provider Disadvantaged, Minority and Women Owned Business Enterprise/EqualEmployment Opportunity Program Requirements Revision Date: 10/1/2011

10. Any other information or documentation that demonstrates the primecontractor/service provider conducted good faith efforts to provide opportunities forMWBE participation in their work.

J. REPORTING REQUIREMENTS

Contractor/Service Provider’s Monthly Reports: Prime contractors/service providers arerequired to submit reports of MWBE participation, proof of payments to MBEs and WBEs,and updates of workforce information to the project MBO on a monthly basis. The reportshould be submitted within 10 days after the end of the month being reported. BlankMonthly Report forms are attached and also available on the EFC website.

K. PROTESTS/COMPLAINTS

Subcontractors, prime contractors, or service providers who have any concerns, issues,or complaints regarding the implementation of the MWBE/EEO Program, or wish toprotest should do so in writing to the project MBO and EFC. The MBO, in consultationwith EFC, will review the circumstances described in the submission, investigate todevelop additional information, if warranted, and determine whether action is required. Ifthe subcontractor feels the issue has not been resolved to their satisfaction, they mayappeal in writing to the EFC Director of Engineering and Program Management forconsideration.

L. WASTE, FRAUD AND ABUSE

Subcontractors, prime contractors, service providers, or recipients who know of orsuspect any instances of waste, fraud, or abuse within the MWBE/EEO Program shouldnotify the project MBO and EFC.

Suspected fraud activity should be reported to the USEPA –Office of Inspector GeneralHotline at (888) 546-8740 or the New York State Office of Inspector General at (800)367-4448.

Penner
Typewriter
45
Page 324: Lower Harbor Brook CSO Storage Facility Project

Page 10 of 10

Pre-Bid/Pre-Selection PacketContractor and Service Provider Disadvantaged, Minority and Women Owned Business Enterprise/EqualEmployment Opportunity Program Requirements Revision Date: 10/1/2011

II. Suggestions/Tips

Below are suggested actions that can help you with this Program:

1. Obtain this Pre-Bid Packet and review all requirements prior to hiring subcontractors orbeginning construction.

2. Complete EPA DBE 6100-3 and 6100-4 forms with the bid submittal

3. Submit your Utilization Plan and any supporting documentation within 10 days after notice ofaward.

4. Complete and submit monthly reports to the community MBO.

5. Submit EEO statements from all subcontractors to the community MBO.

6. Continue efforts to locate MWBE and/or DBE firms throughout the duration of your contract.

7. Report any waste, fraud and abuse as soon as you become aware of it.

8. Check the EFC website to ensure you are utilizing the most recent forms available.

For additional information or assistance please contact EFC at (800) 882-9721 or (518) 402-7396. TheMWBE/EEO information is also available on the EFC website at www.nysefc.org under Resource Library.

Penner
Typewriter
46
Page 325: Lower Harbor Brook CSO Storage Facility Project

ATTACHMENT 4MWBE/EEO FORMS

DOCUMENT 1 –REQUIRED TERMS FOR CONTRACTS ANDSUBCONTRACTS RECEIVING SRF FINANCIALASSISTANCE

DOCUMENT 2 –EEO GOALSDOCUMENT 3 –EEO POLICY STATEMENT AGREEMENTDOCUMENT 4 –UTILIZATION PLAN/WAIVER REQUEST & INITIAL

EEO STAFFING PLAN FORMDOCUMENT 5 –MONTHLY REPORT & EEO STAFFING PLAN

UPDATE FORMDOCUMENT 6 –JOINT VENTURE/TEAMING ARRANGEMENT

FORMDOCUMENT 7 –DBE SUBCONTRACTOR PARTICIPATION FORM

(EPA FORM 6100-2)DOCUMENT 8 –DBE SUBCONTRACTOR PERFORMANCE FORM

(EPA FORM 6100-3)DOCUMENT 9 –DBE SUBCONTRACTOR UTILIZATION FORM

(EPA FORM 6100-4)DOCUMENT 10 –EQUAL EMPLOYMENT OPPORTUNITY POSTER

Disclaimer –Check the EFC website at www.nysefc.org to ensure the formsyou are using are the most recent forms available

Penner
Typewriter
47
Page 326: Lower Harbor Brook CSO Storage Facility Project

No Text This Page

Penner
Typewriter
48
Page 327: Lower Harbor Brook CSO Storage Facility Project

DOCUMENT 1REQUIRED TERMS FOR CONTRACTS AND

SUBCONTRACTS RECEIVING SRF FINANCIALASSISTANCE

The following language is required to be inserted in eachsubcontract in its entirety.

Disclaimer –Check the EFC website at www.nysefc.org to ensure thecontract language you are using is the most recent language available.

Penner
Typewriter
49
Page 328: Lower Harbor Brook CSO Storage Facility Project

No Text This Page

Penner
Typewriter
50
Page 329: Lower Harbor Brook CSO Storage Facility Project

CWSRF MWBE-EEO Revision Date: 10/1/2011Requirements

REQUIRED TERMS FOR CONTRACTS AND SUBCONTRACTS RECEIVING SRFFINANCIAL ASSISTANCE

The following language will be included in all contracts and subcontracts:

The contractor and its subcontractors shall undertake or continue existing programs ofaffirmative action to ensure that minority group members and women are afforded equal employmentopportunities without discrimination because of age, race, color, creed, religion, national origin, sexualorientation, military status, sex, disability, predisposing genetic characteristics, marital status or domesticviolence victim status. For these purposes, affirmative action shall apply in the areas of recruitment,employment, job assignment, promotion, upgrading, demotion, transfer, layoff, or termination and ratesof pay or other forms of compensation.

Additionally, the contractor is required to carry out the applicable provisions of 40 CFR Part 33in the award and administration of contracts awarded under EPA financial assistance agreements, and assuch shall not discriminate on the basis of race, color, national origin or sex in the performance of thiscontract. Failure by the contractor to carry out these requirements is a material breach of this contractwhich may result in the termination of this contract or other legally available remedies.

Prior to the award of a contract regarding the Project, the contractor and any subcontractor shallsubmit an EEO policy statement to the Recipient within the time frame set by the Recipient.

The contractor’s and any subcontractor’s EEO policy statement shall contain, but not necessarily be limited to, the following:

(i) The contractor and any subcontractor will not discriminate on the basis of age, race, color, creed,religion, national origin, sexual orientation, military status, sex, disability, predisposinggenetic characteristics, marital status or domestic violence victim status against anyemployee or applicant for employment, will undertake or continue existing programs ofaffirmative action to ensure that minority group members and women are afforded equalemployment opportunities without discrimination and will make and document itsconscientious and active efforts to employ and utilize minority group members and womenin its work force on contracts relating to the Project.

(ii) The contractor and any subcontractor shall state in all solicitations or advertisements foremployees that, in the performance of the contract relating to the Project, all qualifiedapplicants will be afforded equal employment opportunities without discrimination on thebasis of age, race, color, creed, religion, national origin, sexual orientation, military status,sex, disability, predisposing genetic characteristics, marital status or domestic violencevictim status.

(iii)Each contractor and any subcontractor shall request each employment agency, labor union, orauthorized representative of workers with which it has a collective bargaining or otheragreement or understanding, to furnish a written statement that such employment agency,labor union, or representative will not discriminate on the basis of age, race, color, creed,religion, national origin, sexual orientation, military status, sex, disability, predisposinggenetic characteristics, marital status or domestic violence victim status and that such unionor representative will affirmatively cooperate in the implementation of the contractor’s or subcontractor’s obligations herein.

Any contractor or subcontractor shall, as a precondition to entering into a valid and binding contractrelating to the Project, agree to the provisions set forth in (i), (ii) and (iii) above, and shall include or

Penner
Typewriter
51
Page 330: Lower Harbor Brook CSO Storage Facility Project

CWSRF MWBE-EEO Revision Date: 10/1/2011Requirements

make reference to said provisions in all contracts and documents soliciting bids or proposals relating tothe Project.

Except for construction contracts, prior to an award of a contract relating to this Project, thecontractor and any subcontractor shall submit to the Recipient a staffing plan of the anticipated workforce to be utilized on such contract or, where required, information on the contractor’s andanysubcontractor’s total work force, including apprentices, broken down by specific ethnic background, gender and Federal occupational categories or other appropriate categories specified by the Recipient.

After an award of a contract relating to this Project, the contractor and any subcontractor shall submitto the Recipient a workforce utilization report, in the form and manner required by the Recipient, of thework force actually utilized on the contract relating to this Project broken down by specific ethnicbackground, gender, and Federal occupational categories or other appropriate categories specified by theRecipient.

Lastly, the contractor shall carry out applicable requirements of Executive Law Article 15-A in theaward and administration of contracts awarded under EPA financial assistance agreements and, as such,shall commit to MBE and WBE participation goals for their contract that are equal to or greater than thegoals presented below:

Construction ContractsMBE: 9% DEC Regions 4,5,6,7,8, & 9 (All counties not listed below)

10% Regions 1&3 (Suffolk, Nassau, Westchester, Rockland, Orange, Putnam,Ulster, Dutchess and Sullivan Counties)

17% Region 2 (New York City)

WBE: 5% DEC Regions 4,5,6,7,8, & 9 (All counties not listed below)6% Regions 1&3 (Suffolk, Nassau, Westchester, Rockland, Orange, Putnam,

Ulster, Dutchess and Sullivan Counties)8% Region 2 (New York City)

Non-construction Contracts/Agreements(Includes professional services, such as legal, engineering, or financial advisory services;supplies; commodities; equipment; materials; travel)10% combined MBE and WBE statewide

Penner
Typewriter
52
Page 331: Lower Harbor Brook CSO Storage Facility Project

DOCUMENT 2EEO GOALS

The following table lists the goals, by County, for MWBEand EEO Workforce participation for the Prime’andsubcontractors’reference.

Disclaimer –Check the EFC website at www.nysefc.org to ensure the goalsyou are using are the most recent goals available.

Penner
Typewriter
53
Page 332: Lower Harbor Brook CSO Storage Facility Project

No Text This Page

Penner
Typewriter
54
Page 333: Lower Harbor Brook CSO Storage Facility Project

CWSRF MWBE-EEO Revision Date: 10/1/2011Requirements

The SRF EEO/Workforce goals are as follows:

County NYSDECRegion

MBEGoal %

WBEGoal %

EEOMinorityGoal %

EEOWomen’s Goal %

Albany 4 9 5 3.2 6.9Allegany 9 9 5 6.3 6.9

Bronx 2 17 8 22.6 6.9Broome 7 9 5 1.1 6.9

Cattaraugus 9 9 5 6.3 6.9Cayuga 7 9 5 2.5 6.9

Chautauqua 9 9 5 6.3 6.9Chemung 8 9 5 2.2 6.9Chenango 7 9 5 1.2 6.9

Clinton 5 9 5 2.6 6.9Columbia 4 9 5 2.6 6.9Cortland 7 9 5 2.5 6.9Delaware 4 9 5 1.2 6.9Dutchess 3 10 6 6.4 6.9

Erie 9 9 5 7.7 6.9Essex 5 9 5 2.6 6.9

Franklin 5 9 5 2.5 6.9Fulton 5 9 5 2.6 6.9

Genesee 8 9 5 5.9 6.9Greene 4 9 5 2.6 6.9

Hamilton 5 9 5 2.6 6.9Herkimer 6 9 5 2.1 6.9Jefferson 6 9 5 2.5 6.9

Kings (Brooklyn) 2 17 8 22.6 6.9Lewis 6 9 5 2.5 6.9

Livingston 8 9 5 5.3 6.9Madison 7 9 5 3.8 6.9Monroe 8 9 5 5.3 6.9

Montgomery 4 9 5 3.2 6.9Nassau 1 10 6 5.8 6.9

New York(Manhattan)

2 17 8 22.6 6.9

Niagara 9 9 5 7.7 6.9Oneida 6 9 5 2.1 6.9

Onondaga 7 9 5 3.8 6.9Ontario 8 9 5 5.3 6.9Orange 3 10 6 17 6.9Orleans 8 9 5 5.3 6.9

Penner
Typewriter
55
Page 334: Lower Harbor Brook CSO Storage Facility Project

CWSRF MWBE-EEO Revision Date: 10/1/2011Requirements

County NYSDECRegion

MBEGoal %

WBEGoal %

EEOMinorityGoal %

EEOWomen’s Goal %

Oswego 7 9 5 3.8 6.9Otsego 4 9 5 1.2 6.9Putnam 3 10 6 22.6 6.9Queens 2 17 8 22.6 6.9

Rensselaer 4 9 5 3.2 6.9Richmond (Staten

Island)2 17 8 22.6 6.9

Rockland 3 10 6 22.6 6.9Saratoga 5 9 5 3.2 6.9

Schenectady 4 9 5 3.2 6.9Schoharie 4 9 5 2.6 6.9Schuyler 8 9 5 1.2 6.9Seneca 8 9 5 5.9 6.9

St. Lawrence 6 9 5 2.5 6.9Steuben 8 9 5 1.2 6.9Suffolk 1 10 6 5.8 6.9Sullivan 3 10 6 17 6.9

Tioga 7 9 5 1.1 6.9Tompkins 7 9 5 1.2 6.9

Ulster 3 10 6 17 6.9Warren 5 9 5 2.6 6.9

Washington 5 9 5 2.6 6.9Wayne 8 9 5 5.3 6.9

Westchester 3 10 6 22.6 6.9Wyoming 9 9 5 6.3 6.9

Yates 8 9 5 5.9 6.9

Penner
Typewriter
56
Page 335: Lower Harbor Brook CSO Storage Facility Project

DOCUMENT 3EEO POLICY STATEMENT AGREEMENT

The following agreement must be completed by both Primeand subcontractors and returned to the community MBO.

Disclaimer –Check the EFC website at www.nysefc.org to ensure theagreement you are using is the most recent agreement available.

Penner
Typewriter
57
Page 336: Lower Harbor Brook CSO Storage Facility Project

No Text This Page

Penner
Typewriter
58
Page 337: Lower Harbor Brook CSO Storage Facility Project

AGREEMENT TO ABIDE BY EQUAL EMPLOYMENT OPPORTUNITYPOLICY STATEMENT REQUIREMENTS

NEW YORK STATE REVOLVING FUND (SRF)

I, _____________________, am the authorized representative of ___________________.Name of Representative Name of Contractor/Service Provider

I hereby certify that ____________________ will abide by the equal employmentName of Contractor/Service Provider

opportunity (EEO) policy statement provisions outlined below.

(i) The contractor and any subcontractor will not discriminate on the basis of age,race, color, creed, religion, national origin, sexual orientation, military status,sex, disability, predisposing genetic characteristics, marital status or domesticviolence victim status against any employee or applicant for employment, willundertake or continue existing programs of affirmative action to ensure thatminority group members and women are afforded equal employmentopportunities without discrimination and will make and document itsconscientious and active efforts to employ and utilize minority groupmembers and women in its work force on contracts relating to the Project.

(ii) The contractor and any subcontractor shall state in all solicitations oradvertisements for employees that, in the performance of the contract relatingto the Project, all qualified applicants will be afforded equal employmentopportunities without discrimination on the basis of age, race, color, creed,religion, national origin, sexual orientation, military status, sex, disability,predisposing genetic characteristics, marital status or domestic violence victimstatus.

(iii) Each contractor and any subcontractor shall request each employment agency,labor union, or authorized representative of workers with which it has acollective bargaining or other agreement or understanding, to furnish a writtenstatement that such employment agency, labor union, or representative willnot discriminate on the basis of age, race, color, creed, religion, nationalorigin, sexual orientation, military status, sex, disability, predisposing geneticcharacteristics, marital status or domestic violence victim status and that suchunion or representative will affirmatively cooperate in the implementation ofthe contractor’s or subcontractor’s obligations herein.

Any contractor or subcontractor shall, as a precondition to entering into a valid andbinding contract relating to the Project, agree to the provisions set forth in (i), (ii) and (iii)above.

XContractor/Service Provider Representative

Once completed, please provide to the Prime Contractor and/or the community MBO

Penner
Typewriter
59
Page 338: Lower Harbor Brook CSO Storage Facility Project

No Text This Page

Penner
Typewriter
60
Page 339: Lower Harbor Brook CSO Storage Facility Project

DOCUMENT 4UTILIZATION PLAN/WAIVER REQUEST & INITIAL

EEO STAFFING PLAN FORM

The following form must be completed by the PrimeContractor/Service Provider within 10 days of notice oflowest conforming bid and submit to the community MBO.

Disclaimer –Check the EFC website at www.nysefc.org to ensure the formsyou are using are the most recent forms available and to obtain an electroniccopy of the forms.

Penner
Typewriter
61
Page 340: Lower Harbor Brook CSO Storage Facility Project

No Text This Page

Penner
Typewriter
62
Page 341: Lower Harbor Brook CSO Storage Facility Project

Minority & Women Owned Business Enterprise (M/WBE) Utilization Plan & Waiver RequestInitial Staffing Plan & Equal Employment Opportunity (EEO) Form

1Utilization Plan & Waiver Request Form.doc www.nysefc.org

Instructions can be found on the last page of this document

SECTION 1: MUNICIPAL INFORMATION

Municipality: County:

SRF Project No.: GIGP No.: Contract ID: Registration No.:

Minority Business Officer: Email: Phone #:

Address of MBO:Signature of MBO: (MBO must sign even if Authorized Rep. is filling out)

I certify that the information submitted herein is true, accurate and complete to the best of my knowledge and belief. Date:

Complete if applicable: MBO may authorize representative to complete & submit utilization plansAuthorized Representative: Title:

Authorized Rep. Company: Email: Phone #:

Signature of Authorized Rep.:I certify that the information submitted herein is true, accurate and complete to the best of my knowledge and belief. Date:

SECTION 2: PRIME CONTRACTOR / SERVICE PROVIDER INFORMATION

If Contract is being performed through a Joint Venture or Teaming Arrangement please submit the additional form found at www.nysefc.org

Firm Name: Contract Type: Construction Other Services

Prime Firm is Certified as: MBE WBE N/A Other:Please repeat information in the Utilization Plan below (Section 3). If dual certified you must select either MBE OR WBE.Address: Phone #: Fed. Employer ID #:Description of Work:Award Date: Start Date: Completion Date:

Original Contract Amount: $Current Contract Amount: $(includes all change orders & amendments–goals are applied to current amount)

MBE Goal: % Dollar Amount: $

WBE Goal: % Dollar Amount: $

Goal Total: $If waivers are requested please fill out the information below:

Full Waiver for both MBE and WBE (good faith effort documentation must be attached)Partial Waiver for: MBE WBE (good faith effort documentation must be attached)Specialty Equipment/Services Waiver (must be of SIGNIFICANT cost - list of equipment and cost & good faith effort documentation must be attached)

Penner
Typewriter
63
Page 342: Lower Harbor Brook CSO Storage Facility Project

Minority & Women Owned Business Enterprise (M/WBE) Utilization Plan & Waiver RequestInitial Staffing Plan & Equal Employment Opportunity (EEO) Form

2Utilization Plan & Waiver Request Form.doc www.nysefc.org

SECTION 3: UTILIZATION PLAN

This Submittal is: The First/Original Utilization Plan Revised Utilization Plan #:

NYS Certified M/WBE Contractor & Subcontractor Info(MBO to check certifications)

Contract Amount: For EFCUse:MBE ($) WBE ($)

Name: Fed. Employer ID#:Address: Phone #:Scope of Work: Start Date:Select Only One: MBE WBE Other: Completion Date:

Supplier Broker Full Contract Amount: $

Name: Fed. Employer ID#:Address: Phone #:Scope of Work: Start Date:Select Only One: MBE WBE Other: Completion Date:

Supplier Broker Full Contract Amount: $

Name: Fed. Employer ID#:Address: Phone #:Scope of Work: Start Date:Select Only One: MBE WBE Other: Completion Date:

Supplier Broker Full Contract Amount: $

Name: Fed. Employer ID#:Address: Phone #:Scope of Work: Start Date:Select Only One: MBE WBE Other: Completion Date:

Supplier Broker Full Contract Amount: $

Name: Fed. Employer ID#:Address: Phone #:Scope of Work: Start Date:Select Only One: MBE WBE Other: Completion Date:

Supplier Broker Full Contract Amount: $

Penner
Typewriter
64
Page 343: Lower Harbor Brook CSO Storage Facility Project

Minority & Women Owned Business Enterprise (M/WBE) Utilization Plan & Waiver RequestInitial Staffing Plan & Equal Employment Opportunity (EEO) Form

3Utilization Plan & Waiver Request Form.doc www.nysefc.org

NYS Certified M/WBE Contractor & Subcontractor Info(MBO to check certifications)

Contract Amount: For EFCUse:MBE ($) WBE ($)

Name: Fed. Employer ID#:Address: Phone #:Scope of Work: Start Date:Select Only One: MBE WBE Other: Completion Date:

Supplier Broker Full Contract Amount: $

Name: Fed. Employer ID#:Address: Phone #:Scope of Work: Start Date:Select Only One: MBE WBE Other: Completion Date:

Supplier Broker Full Contract Amount: $

Name: Fed. Employer ID#:Address: Phone #:Scope of Work: Start Date:Select Only One: MBE WBE Other: Completion Date:

Supplier Broker Full Contract Amount: $

Name: Fed. Employer ID#:Address: Phone #:Scope of Work: Start Date:Select Only One: MBE WBE Other: Completion Date:

Supplier Broker Full Contract Amount: $

Name: Fed. Employer ID#:Address: Phone #:Scope of Work: Start Date:Select Only One: MBE WBE Other: Completion Date:

Supplier Broker Full Contract Amount: $Additional Pages can be found under the Resource Library at www.nysefc.org

Penner
Typewriter
65
Page 344: Lower Harbor Brook CSO Storage Facility Project

Minority & Women Owned Business Enterprise (M/WBE) Utilization Plan & Waiver RequestInitial Staffing Plan & Equal Employment Opportunity (EEO) Form

4Utilization Plan & Waiver Request Form.doc www.nysefc.org

SECTION 4: INITIAL STAFFING PLAN & EQUAL EMPLOYMENT OPPORTUNITY FORMBy completing this form the Contractor certifies to the following: I shall undertake or continue programs to ensure that minority group members and women areafforded equal employment opportunities without discrimination because of age, race, color, creed, religion, national origin, sexual orientation, military status, sex,disability, predisposing genetic characteristics, marital status or domestic violence victim status.

Minority and Female EEO goal percentages for each County can be found in the guidance documents in EFC’s ResourceLibrary at www.nysefc.org EEO for Construction contracts should be reported as estimated hours (hrs) for the life of this contract EEO for Other Contracts should be reported as estimated dollars ($) paid for the life of this contract The information should represent the whole workforce including the prime and subcontractors The MBO will be required to submit updates to the Staffing Plan on a quarterly basis with the quarterly report forms

Job Categories

Hispanic/Latino

Non-Hispanic / Latino

Male Female

Male Female WhiteBlack/African

American

NativeHawaiian/

OtherPacificIslander

Asian

NativeAmerican/

AlaskaNative

Two orMoreRaces

WhiteBlack/African

American

NativeHawaiian/

OtherPacificIslander

Asian

NativeAmerican/

AlaskaNative

Two orMoreRaces

Senior LevelOfficials/Managers

Mid-LevelOfficals/Managers

Professionals

Technicians

Sales WorkersAdministrative Support

WorkersSkilled Craftsmen

Operatives Semi-Skilled

Laborers & Helpers

Service Workers

TOTAL

Journeypersons

Apprentices

Trainees

Penner
Typewriter
66
Page 345: Lower Harbor Brook CSO Storage Facility Project

Minority & Women Owned Business Enterprise (M/WBE) Utilization Plan & Waiver RequestInitial Staffing Plan & Equal Employment Opportunity (EEO) Form

5Utilization Plan & Waiver Request Form.doc www.nysefc.org

FOR EFC USE ONLY

Specialty Equipment/Services Waiver Granted For: $ Specialty Equipment Waived:

Accepted Contract Amount:(includes all change orders, amendments & waivers) $

MBE Goal:%

Dollar Amount:$

WBE Goal:%

Dollar Amount:$

Goal Total: $Waiver Granted For: WBE MBE

Good Faith Effort Documentation Submitted:Documentation was provided to demonstrate why M/WBE firms were not selected Submitted Waiver FormAdvertisements published in general circulation, trade & M/WBE publications Adequate documentation of solicitations to certified M/WBE firmsWork was structured to allow for subcontracting opportunities Empire State Development search documentationOther:

This Utilization Plan is HerebyAccepted This Utilization Plan is Conditionally Accepted This Utilization Plan is Deficient

EFC Representative: Conditions of Acceptance: Please Submit:

Date: Date: Date:

Penner
Typewriter
67
Page 346: Lower Harbor Brook CSO Storage Facility Project

Minority & Women Owned Business Enterprise (M/WBE) Utilization Plan & Waiver RequestInitial Staffing Plan & Equal Employment Opportunity (EEO) Form

6Utilization Plan & Waiver Request Form.doc www.nysefc.org

INSTRUCTIONS FOR COMPLETING:The following instructions will help you complete the Utilization Plan / Waiver Request and Staffing Plan Form for the New York State Environmental FacilitiesCorporation (NYSEFC) Clean & Drinking Water State Revolving Fund (CWSRF/DWSRF) program. Incomplete forms will be found deficient. Section 4 must becompleted.

All forms & guidance documents can be found in the Resource Library at http://www.nysefc.org/DocumentCentral.aspx under the MWBE section. All requirementsdescribed in NYSEFC’s MWBE-DBE-EEO Guidance Document must be followed.

It is our intention that this form be filled out & signed electronically by both the Minority Business Officer (MBO) and their Authorized Representative (if applicable) bychecking the boxes indicated in Section 1. For more information on the roles and responsibilities of the MBO please visit www.nysefc.org. After signing, please sendthe Word version by email to [email protected]. Please use a subject heading that follows the format “UP/Waiver Request COUNTYNAME”. NYSEFC will review and send the MBO an accepted copy by email. Please retain the word version of this document even after receiving the accepted copy as it can be modified for easysubmittal of revised utilization plans.

If the contract is being performed under a Joint Venture or Teaming Arrangement, please fill out the additional form Joint Venture & Teaming Arrangement Form.doc.If more than 10 subcontractors are being used, additional pages for Section 3 can be found in the Additional Utilization Plan Section 3.doc.

The appropriate MBE-WBE-EEO goals specific to the County can be found in the MWBE-DBE-EEO Guidance Document.doc. Firms must be certified by the NYSEmpire State Development (ESD) to be used for goal crediting purposes. Please refer to the Pre-Bid/Pre-Selection Informational Packet for instructions on searching theESD website.

To ensure continued compliance with the M/WBE-DBE-EEO programs, all requirements described in NYSEFC’sguidance document must be followed.Please ensure that the following procedures are also followed:

1. That legally signed and executed M/WBE subcontracts are obtained from the prime contractor and maintained in the MBO files for review and/or inspectionby the NYSEFC.

2. That documentation of proof of payments to M/WBE subcontractors is obtained from the prime contractor and maintained in the MBO files for review and/orinspection by the NYSEFC.

3. That monthly reports from prime contractors are collected and stored in the MBO files and used by the MBO to compile, sign and submit the quarterlyreport(s) to NYSEFC.

4. That any changes in this utilization plan, including the addition or replacement of subcontractors, require written or electronic notification of the revision(s) besubmitted to NYSEFC.

5. That any contract cost increases due to change orders or amendments over the threshold dollar amount of $25,000 may require the submission of a revisedutilization plan.

If NYSEFC can be of additional assistance please contact the M/WBE Division at 1/800-882-9721 or by e-mail at [email protected].

Penner
Typewriter
68
Page 347: Lower Harbor Brook CSO Storage Facility Project

INSTRUCTIONS FOR COMPLETION OF THE M/WBE EEO STAFFING PLAN FORMNote: Staffing Plan and Staffing Plan Updates are required as part of the Utilization Plan, Quarterly Report and Monthly Report forms.

RACE/ETHNIC IDENTIFICATION: Definitions of race and ethnicity for purposes of completion of this form are as follows:

Hispanic or Latino - Cuban, Mexican, Puerto Rican, South or Central American. White - Origins of Europe, the Middle East, or North Africa. Black or African-American - A person having origins in any of the black racial groups of Africa. Native Hawaiian or Other Pacific Islander- A person having origins in any of the peoples of Hawaii, Guam, Samoa, or other Pacific Islands. Asian - A person having origins in any of the original peoples of the Far East, Southeast Asia, or the Indian Subcontinent American Indian or Alaska Native - Origins in any of the original peoples of North, Central, and South America and who maintain tribal affiliation or community

attachment Two or More Races - All persons who identify with more than one of the above five races.

DESCRIPTION OF JOB CATEGORIESThe major job categories used in EEO Staffing Plan are listed below.

Senior Level Officials and Managers - Individuals residing in the highest levels of organizations who plan, direct and formulate policies, set strategy and provide the overalldirection of enterprises/organizations for the development and delivery of products or services.

Mid-Level Officials and Managers - Individuals who receive directions from the Senior Level management and serve as managers, other than those who serve as Senior LevelOfficials and Managers, including those who oversee and direct the delivery of products, services or functions at group, regional or divisional levels of organizations

Professionals - Most jobs in this category require bachelor and graduate degrees, and/or professional certification. In some instances, comparable experience may establish aperson’s qualifications.

Technicians - Jobs in this category include activities that require applied scientific skills, usually obtained by post-secondary education of varying lengths, depending on theparticular occupation, recognizing that in some instances additional training, certification, or comparable experience is required.

Sales Workers - These jobs include non-managerial activities that wholly and primarily involve direct sales.

Administrative Support Workers - These jobs involve non-managerial tasks providing administrative and support assistance, primarily in office settings.

Skilled Craftsmen –Includes higher skilled occupations in construction (building trades craft workers and their formal apprentices) and natural resource extraction workers.Examples of these types of positions include: boilermakers; brick and stone masons; carpenters; electricians; painters

Operatives Semi-Skilled - Most jobs in this category include intermediate skilled occupations and include workers who operate machines or factory-related processing equipment.Most of these occupations do not usually require more than several months of training. Examples include: textile machine workers;

Laborers & Helpers - Jobs in this category include workers with more limited skills who require only brief training to perform tasks that require little or no independentjudgment.

Service Workers - Jobs in this category include food service, cleaning service, personal service, and protective service activities.

Penner
Typewriter
69
Page 348: Lower Harbor Brook CSO Storage Facility Project

No Text This Page

Penner
Typewriter
70
Page 349: Lower Harbor Brook CSO Storage Facility Project

DOCUMENT 5MONTHLY REPORT & EEO STAFFING PLAN

UPDATE FORM

The following form must be completed by the PrimeContractor/Service Provider submitted to the MBO on amonthly basis.

Disclaimer –Check the EFC website at www.nysefc.org to ensure the formsyou are using are the most recent forms available and to obtain an electroniccopy of the forms.

Penner
Typewriter
71
Page 350: Lower Harbor Brook CSO Storage Facility Project

No Text This Page

Penner
Typewriter
72
Page 351: Lower Harbor Brook CSO Storage Facility Project

CONTRACTOR’S Minority & Women Business (M/WBE) Monthly Report& Update to Equal Employment Opportunity (EEO) Staffing Plan

1

Contractor Monthly Report Form.doc www.nysefc.org

Instructions:Detailed MWBE Subcontractor information (scope of work) is in the Prime Contractor’s Utilization Plan posted on the EFC Website.

Please fill out the electronic version of this form found at www.nysefc.org and submit to the community Minority Business Officer (MBO) Additional pages, guidance documents and forms can be found under the Resource Library at www.nysefc.org All MWBE Subcontractors for this contract MUST be listed in the form regardless of whether they were paid this month. Please send the Word version of this document & retain even after receiving the accepted copy as it can be modified for easy submittal next quarter. Proofs of payment in the amounts shown below must be kept in the MBO files for review.

Municipality: County: Contract ID:Month: Year:

SRF Project No.: GIGP No: Registration No.:

Prime Contractor/Service Provider: Award Date: Start Date: Completion Date:

Signature of Contractor: I certify that the information submitted herein is true, accurate and complete to the best of my knowledge and belief. Date:

Original Prime Contract Amount: $Current Prime Contract Amount: $(includes all change orders & amendments–goals are applied to current amount)

MBE Goal: % MBE Dollar Amount: $WBE Goal: % WBE Dollar Amount: $Total Paid to Prime Contractor this Month: $Total Paid to Prime Contractor to Date: $

NYS Certified M/WBE Contractor &Subcontractor Revisions Since Last Month?

(include explanation below)

Subcontractor ContractAmount Payments this

MonthPreviousPayments

Total Payments Made toDate

Original Current MBE WBEName:Fed. Employer ID#:Select Only One: MBE WBE

Broker Supplier Other:

Subcontractor is REMOVEDNEW SubcontractorSubcontract Amt. INCREASEDSubcontract Amt. DECREASED

Name:Fed. Employer ID#:Select Only One: MBE WBE

Broker Supplier Other:

Subcontractor is REMOVEDNEW SubcontractorSubcontract Amt. INCREASEDSubcontract Amt. DECREASED

Name:Fed. Employer ID#:Select Only One: MBE WBE

Broker Supplier Other:

Subcontractor is REMOVEDNEW SubcontractorSubcontract Amt. INCREASEDSubcontract Amt. DECREASED

Name:Fed. Employer ID#:Select Only One: MBE WBE

Broker Supplier Other:

Subcontractor is REMOVEDNEW SubcontractorSubcontract Amt. INCREASEDSubcontract Amt. DECREASED

Penner
Typewriter
73
Page 352: Lower Harbor Brook CSO Storage Facility Project

CONTRACTOR’S Minority & Women Business (M/WBE) Monthly Report& Update to Equal Employment Opportunity (EEO) Staffing Plan

2

Contractor Monthly Report Form.doc www.nysefc.org

NYS Certified M/WBE Contractor &Subcontractor Revisions Since Last Month?

(include explanation below)

Subcontractor ContractAmount Payments this

MonthPreviousPayments

Total Payments Made toDate

Original Current MBE WBEName:Fed. Employer ID#:Select Only One: MBE WBE

Broker Supplier Other:

Subcontractor is REMOVEDNEW SubcontractorSubcontract Amt. INCREASEDSubcontract Amt. DECREASED

Name:Fed. Employer ID#:Select Only One: MBE WBE

Broker Supplier Other:

Subcontractor is REMOVEDNEW SubcontractorSubcontract Amt. INCREASEDSubcontract Amt. DECREASED

Name:Fed. Employer ID#:Select Only One: MBE WBE

Broker Supplier Other:

Subcontractor is REMOVEDNEW SubcontractorSubcontract Amt. INCREASEDSubcontract Amt. DECREASED

Name:Fed. Employer ID#:Select Only One: MBE WBE

Broker Supplier Other:

Subcontractor is REMOVEDNEW SubcontractorSubcontract Amt. INCREASEDSubcontract Amt. DECREASED

Name:Fed. Employer ID#:Select Only One: MBE WBE

Broker Supplier Other:

Subcontractor is REMOVEDNEW SubcontractorSubcontract Amt. INCREASEDSubcontract Amt. DECREASED

Name:Fed. Employer ID#:Select Only One: MBE WBE

Broker Supplier Other:

Subcontractor is REMOVEDNEW SubcontractorSubcontract Amt. INCREASEDSubcontract Amt. DECREASED

Name:Fed. Employer ID#:Select Only One: MBE WBE

Broker Supplier Other:

Subcontractor is REMOVEDNEW SubcontractorSubcontract Amt. INCREASEDSubcontract Amt. DECREASED

Additional Pages can be found at www.nysefc.org TOTALPlease explain any revisions:

Penner
Typewriter
74
Page 353: Lower Harbor Brook CSO Storage Facility Project

CONTRACTOR’S Minority & Women Business (M/WBE) Monthly Report& Update to Equal Employment Opportunity (EEO) Staffing Plan

3

Contractor Monthly Report Form.doc www.nysefc.org

MONTHLY UPDATE - STAFFING PLAN & EQUAL EMPLOYMENT OPPORTUNITY FORMBy completing this form the Contractor certifies to the following: I shall undertake or continue programs to ensure that minority group members and women areafforded equal employment opportunities without discrimination because of age, race, color, creed, religion, national origin, sexual orientation, military status, sex,disability, predisposing genetic characteristics, marital status or domestic violence victim status.

Minority and Female EEO goal percentages for each County can be found in the guidance documents in EFC’s ResourceLibrary at www.nysefc.org EEO for Construction contracts should be reported as estimated hours (hrs) for the life of this contract EEO for Other Contracts should be reported as estimated dollars ($) paid for the life of this contract The information should represent the whole workforce including the prime and subcontractors The Contractor will be required to submit updates to this form on a monthly basis with the Monthly report forms

Job Categories

Hispanic/Latino

Non-Hispanic / Latino

Male Female

Male Female WhiteBlack/African

American

NativeHawaiian/

OtherPacificIslander

Asian

NativeAmerican/

AlaskaNative

Two orMoreRaces

WhiteBlack/African

American

NativeHawaiian/

OtherPacificIslander

Asian

NativeAmerican/

AlaskaNative

Two orMoreRaces

Senior LevelOfficials/Managers

Mid-LevelOfficals/Managers

Professionals

Technicians

Sales WorkersAdministrative Support

WorkersSkilled Craftsmen

Operatives Semi-Skilled

Laborers & Helpers

Service Workers

TOTAL

Journeypersons

Apprentices

Trainees

Penner
Typewriter
75
Page 354: Lower Harbor Brook CSO Storage Facility Project

No Text This Page

Penner
Typewriter
76
Page 355: Lower Harbor Brook CSO Storage Facility Project

DOCUMENT 6JOINT VENTURE/TEAMING ARRANGEMENT FORM

The following form should only be completed when a JointVenture or Teaming Arrangement is proposed by the PrimeContractor/Service Provider. This should be submittedwith the Utilization Plan/Waiver Request & Initial EEOStaffing Plan Form to the community MBO.

Disclaimer –Check the EFC website at www.nysefc.org to ensure the formsyou are using are the most recent forms available and to obtain an electroniccopy of the forms.

Penner
Typewriter
77
Page 356: Lower Harbor Brook CSO Storage Facility Project

No Text This Page

Penner
Typewriter
78
Page 357: Lower Harbor Brook CSO Storage Facility Project

Joint Venture & Teaming Arrangement Form

1Joint Venture & Teaming Arrangement Form.doc www.nysefc.org

Please submit this form with the Utilization Plan Waiver Request form IF the Contract is being performed by a joint venture or teaming arrangement

Municipality: County:

SRF Project No.: Contract ID: Registration No.:

JOINT VENTURE / TEAMING ARRANGEMENT INFORMATION

Firm Name: Contract Type: Construction Other Services

Prime Firm is Certified as: MBE WBE N/A Other:Please repeat information in the Utilization Plan below (Section 3). If dual certified you must select either MBE OR WBE.Address: Phone #: Fed. Employer ID #:Description of Work:Award Date: Start Date: Completion Date:

Contribution of this firm towards whole contract: $

Firm Name: Contract Type: Construction Other Services

Prime Firm is Certified as: MBE WBE N/A Other:Please repeat information in the Utilization Plan below (Section 3). If dual certified you must select either MBE OR WBE.Address: Phone #: Fed. Employer ID #:Description of Work:Award Date: Start Date: Completion Date:

Contribution of this firm towards whole contract: $

Firm Name: Contract Type: Construction Other Services

Prime Firm is Certified as: MBE WBE N/A Other:Please repeat information in the Utilization Plan below (Section 3). If dual certified you must select either MBE OR WBE.Address: Phone #: Fed. Employer ID #:Description of Work:Award Date: Start Date: Completion Date:

Contribution of this firm towards whole contract: $

Penner
Typewriter
79
Page 358: Lower Harbor Brook CSO Storage Facility Project

Joint Venture & Teaming Arrangement Form

2Joint Venture & Teaming Arrangement Form.doc www.nysefc.org

Firm Name: Contract Type: Construction Other Services

Prime Firm is Certified as: MBE WBE N/A Other:Please repeat information in the Utilization Plan below (Section 3). If dual certified you must select either MBE OR WBE.Address: Phone #: Fed. Employer ID #:Description of Work:Award Date: Start Date: Completion Date:

Contribution of this firm towards whole contract: $

Firm Name: Contract Type: Construction Other Services

Prime Firm is Certified as: MBE WBE N/A Other:Please repeat information in the Utilization Plan below (Section 3). If dual certified you must select either MBE OR WBE.Address: Phone #: Fed. Employer ID #:Description of Work:Award Date: Start Date: Completion Date:

Contribution of this firm towards whole contract: $

Firm Name: Contract Type: Construction Other Services

Prime Firm is Certified as: MBE WBE N/A Other:Please repeat information in the Utilization Plan below (Section 3). If dual certified you must select either MBE OR WBE.Address: Phone #: Fed. Employer ID #:Description of Work:Award Date: Start Date: Completion Date:

Contribution of this firm towards whole contract: $

Penner
Typewriter
80
Page 359: Lower Harbor Brook CSO Storage Facility Project

DOCUMENT 7DBE SUBCONTRACTOR PARTICIPATION FORM

(EPA FORM 6100-2)

The following form must be provided to potential MBE andWBE subcontractors. Subcontractors may use this form tonotify EPA of concerns.

Disclaimer –Check the EFC website at www.nysefc.org to ensure the formsyou are using are the most recent forms available and to obtain an electroniccopy of the forms.

Penner
Typewriter
81
Penner
Typewriter
At this time, the DBE requirements may be fulfilled by utilizing New York State Certified MBE or WBE Firms
Penner
Typewriter
Penner
Typewriter
Page 360: Lower Harbor Brook CSO Storage Facility Project

No Text This Page

Penner
Typewriter
82
Page 361: Lower Harbor Brook CSO Storage Facility Project

_______________________________________________________________________________________________ _______________________________________________________________________________________________ _______________________________________________________________________________________________ _______________________________________________________________________________________________ _______________________________________________________________________________________________

Environmental Protection Agency

OMB Control No: 2090-0030 Approved: 05/01/2008 Approval Expires: 01/31/2011

Disadvantaged Business Enterprise Program DBE Subcontractor Participation Form

NAME OF SUBCONTRACTOR1 PROJECT NAME

ADDRESS CONTRACT NO.

TELEPHONE NO. EMAIL ADDRESS

PRIME CONTRACTOR NAME

Please use the space below to report any concerns regarding the above EPA-funded project (e.g., reason for termination by prime contractor, late payment, etc.).

CONTRACT ITEM NO.

ITEM OF WORK OR DESCRIPTION OF SERVICES RECEIVED FROM THE PRIME CONTRACTOR

AMOUNT SUBCONTRACTOR

WAS PAID BY PRIME CONTRACTOR

_________________________________ ____________________________________________ Subcontractor Signature Title/Date

Subcontractor is defined as a company, firm, joint venture, or individual who enters into an agreement with a contractor to provide services pursuant to an EPA award of financial assistance.

EPA FORM 6100-2 (DBE Subcontractor Participation Form)

1

Penner
Typewriter
83
Page 362: Lower Harbor Brook CSO Storage Facility Project

OMB Control No: 2090-0030 Approved: 05/01/2008 Approval Expires: 01/31/2011

Environmental Protection Agency

Disadvantaged Business Enterprise Program DBE Subcontractor Participation Form

The public reporting and recordkeeping burden for this collection of information is estimated to average fifteen (15) minutes. Burden means the total time, effort, or financial resources expended by persons to generate, maintain, retain, or disclose or provide information to or for a Federal agency. This includes the time needed to review instructions; develop, acquire, install, and utilize technology and systems for the purposes of collecting, validating, and verifying information, processing and maintaining information, and disclosing and providing information; adjust the existing ways to comply with any previously applicable instructions and requirements; train personnel to be able to respond to a collection of information; search data sources; complete and review the collection of information; and transmit or otherwise disclose the information. An agency may not conduct or sponsor, and a person is not required to respond to, a collection of information unless it displays a currently valid OMB control number.

Send comments on the Agency’s need for this information, the accuracy of the provided burden estimates, and any suggested methods for minimizing respondent burden, including the use of automated collection techniques to the Director, Collection Strategies Division, U.S. Environmental Protection Agency (2822), 1200 Pennsylvania Ave., NW, Washington, D.C. 20460. Include the OMB control number in any correspondence. Do not send the completed EPA DBE Subcontractor Participation Form to this address.

EPA FORM 6100-2 (DBE Subcontractor Participation Form)

Penner
Typewriter
84
Page 363: Lower Harbor Brook CSO Storage Facility Project

DOCUMENT 8DBE SUBCONTRACTOR PERFORMANCE FORM

(EPA FORM 6100-3)

The following form must be provided to potential MBE andWBE subcontractors. Either Subcontractors or PrimeContractors/Service Providers must complete this form andmake reasonable efforts to obtain signatures from theMWBEs contacted.

Disclaimer –Check the EFC website at www.nysefc.org to ensure the formsyou are using are the most recent forms available and to obtain an electroniccopy of the forms.

Penner
Typewriter
85
Penner
Typewriter
At this time, the DBE requirements may be fulfilled by utilizing New York State Certified MBE or WBE Firms
Page 364: Lower Harbor Brook CSO Storage Facility Project

No Text This Page

Penner
Typewriter
86
Page 365: Lower Harbor Brook CSO Storage Facility Project

OMB Control No: _________ Approved: _________ Approval Expires: _________

Environmental Protection Agency

Disadvantaged Business Enterprise Program DBE Subcontractor Performance Form

NAME OF SUBCONTRACTOR1 PROJECT NAME

ADDRESS BID/PROPOSAL NO.

TELEPHONE NO. E-MAIL ADDRESS

PRIME CONTRACTOR NAME

CONTRACT ITEM NO.

ITEM OF WORK OR DESCRIPTION OF SERVICES BID TO PRIME

PRICE OF WORK SUBMITTED TO PRIME CONTRACTOR

Currently certified as an MBE or WBE under EPA’s DBE Program? ______ Yes ______ No

Signature of Prime Contractor Date

Print Name Title

___________________________________________ __________________________________________ Signature of Subcontractor Date

___________________________________________ __________________________________________ Print Name Title

1Subcontractor is defined as a company, firm, joint venture, or individual who enters into an agreement with a contractor to provide services pursuant to an EPA award of financial assistance.

EPA FORM 6100-3 (DBE Subcontractor Performance Form)

Penner
Typewriter
87
Page 366: Lower Harbor Brook CSO Storage Facility Project

OMB Control No: _________ Approved: _________ Approval Expires: _________

Environmental Protection Agency

Disadvantaged Business Enterprise Program DBE Subcontractor Performance Form

The public reporting and recordkeeping burden for this collection of information is estimated to average fifteen (15) minutes. Burden means the total time, effort, or financial resources expended by persons to generate, maintain, retain, or disclose or provide information to or for a Federal agency. This includes the time needed to review instructions; develop, acquire, install, and utilize technology and systems for the purposes of collecting, validating, and verifying information, processing and maintaining information, and disclosing and providing information; adjust the existing ways to comply with any previously applicable instructions and requirements; train personnel to be able to respond to a collection of information; search data sources; complete and review the collection of information; and transmit or otherwise disclose the information. An agency may not conduct or sponsor, and a person is not required to respond to, a collection of information unless it displays a currently valid OMB control number.

Send comments on the Agency’s need for this information, the accuracy of the provided burden estimates, and any suggested methods for minimizing respondent burden, including the use of automated collection techniques to the Director, Collection Strategies Division, U.S. Environmental Protection Agency (2822), 1200 Pennsylvania Ave., NW, Washington, D.C. 20460. Include the OMB control number in any correspondence. Do not send the completed EPA DBE Subcontractor Performance Form to this address.

EPA FORM 6100-3 (DBE Subcontractor Performance Form)

Penner
Typewriter
88
Page 367: Lower Harbor Brook CSO Storage Facility Project

DOCUMENT 9DBE SUBCONTRACTOR UTILIZATION FORM

(EPA FORM 6100-4)

The following form must be completed by the PrimeContractor/Service Provider and submitted to thecommunity MBO.

Disclaimer –Check the EFC website at www.nysefc.org to ensure the formsyou are using are the most recent forms available and to obtain an electroniccopy of the forms.

Penner
Typewriter
89
Penner
Typewriter
At this time, the DBE requirements may be fulfilled by utilizing New York State Certified MBE or WBE Firms
Page 368: Lower Harbor Brook CSO Storage Facility Project

No Text This Page

Penner
Typewriter
90
Page 369: Lower Harbor Brook CSO Storage Facility Project

OMB Control No: _________ Approved: _________ Approval Expires: _________

Environmental Protection Agency

Disadvantaged Business Enterprise Program DBE Subcontractor Utilization Form

BID/PROPOSAL NO. PROJECT NAME

NAME OF PRIME BIDDER/PROPOSER E-MAIL ADDRESS

ADDRESS

TELEPHONE NO. FAX NO.

The following subcontractors1 will be used on this project:

COMPANY NAME, ADDRESS, PHONE NUMBER, AND E-MAIL ADDRESS

TYPE OF WORK TO BE PERFORMED

ESTIMATE D DOLLAR AMOUNT

CURRENTLY CERTIFIED AS AN MBE OR WBE?

I certify under penalty of perjury that the forgoing statements are true and correct. In the event of a replacement of a subcontractor, I will adhere to the replacement requirements set forth in 40 CFR Part 33 Section 33.302(c).

Signature Of Prime Contractor Date

Print Name Title

1Subcontractor is defined as a company, firm, joint venture, or individual who enters into an agreement with a contractor to provide services pursuant to an EPA award of financial assistance.

EPA FORM 6100-4 (DBE Subcontractor Utilization Form)

Penner
Typewriter
91
Page 370: Lower Harbor Brook CSO Storage Facility Project

Environmental Protection Agency

OMB Control No: _________ Approved: _________ Approval Expires: _________

Disadvantaged Business Enterprise Program DBE Subcontractor Utilization Form

The public reporting and recordkeeping burden for this collection of information is estimated to average fifteen (15) minutes. Burden means the total time, effort, or financial resources expended by persons to generate, maintain, retain, or disclose or provide information to or for a Federal agency. This includes the time needed to review instructions; develop, acquire, install, and utilize technology and systems for the purposes of collecting, validating, and verifying information, processing and maintaining information, and disclosing and providing information; adjust the existing ways to comply with any previously applicable instructions and requirements; train personnel to be able to respond to a collection of information; search data sources; complete and review the collection of information; and transmit or otherwise disclose the information. An agency may not conduct or sponsor, and a person is not required to respond to, a collection of information unless it displays a currently valid OMB control number.

Send comments on the Agency’s need for this information, the accuracy of the provided burden estimates, and any suggested methods for minimizing respondent burden, including the use of automated collection techniques to the Director, Collection Strategies Division, U.S. Environmental Protection Agency (2822), 1200 Pennsylvania Ave., NW, Washington, D.C. 20460. Include the OMB control number in any correspondence. Do not send the completed EPA DBE Subcontractor Utilization Form to this address.

EPA FORM 6100-4 (DBE Subcontractor Utilization Form)

Penner
Typewriter
92
Page 371: Lower Harbor Brook CSO Storage Facility Project

DOCUMENT 10EQUAL EMPLOYMENT OPPORTUNITY POSTER

The following poster is required to be displayed by thePrime Contractor in a visible area at the construction site.

Penner
Typewriter
93
Page 372: Lower Harbor Brook CSO Storage Facility Project

No Text This Page

Penner
Typewriter
94
Page 373: Lower Harbor Brook CSO Storage Facility Project

Equal Employment Opportunity is

THE LAWPrivate Employers, State and Local Governments, Educational Institutions, Employment Agencies and Labor Organizations�

Applicants to and employees of most private employers, state and local governments, educational institutions, employment agencies and labor organizations are protected under Federal law from discrimination on the following bases:�

RACE, COLOR, RELIGION, SEX, NATIONAL ORIGIN Title VII of the Civil Rights Act of 1964, as amended, protects applicants and employees from discrimination in hiring, promotion, discharge, pay, fringe benefits, job training, classification, referral, and other aspects of employment, on the basis of race, color, religion, sex (including pregnancy), or national origin. Religious discrimination includes failing to reasonably accommodate an employee’s religious practices where the accommodation does not impose undue hardship.

DISABILITY Title I and Title V of the Americans with Disabilities Act of 1990, as amended, protect qualified individuals from discrimination on the basis of disability in hiring, promotion, discharge, pay, fringe benefits, job training, classification, referral, and other aspects of employment. Disability discrimination includes not making reasonable accommodation to the known physical or mental limitations of an otherwise qualified individual with a disability who is an applicant or employee, barring undue hardship.

AGE The Age Discrimination in Employment Act of 1967, as amended, protects applicants and employees 40 years of age or older from discrimination based on age in hiring, promotion, discharge, pay, fringe benefits, job training, classification, referral, and other aspects of employment.

SEX (WAGES) In addition to sex discrimination prohibited by Title VII of the Civil Rights Act, as amended, the Equal Pay Act of 1963, as amended, prohibits sex discrimination in the payment of wages to women and men performing substantially equal work, in jobs that require equal skill, effort, and responsibility, under similar working conditions, in the same establishment.

GENETICS Title II of the Genetic Information Nondiscrimination Act of 2008 protects applicants and employees from discrimination based on genetic information in hiring, promotion, discharge, pay, fringe benefits, job training, classification, referral, and other aspects of employment. GINA also restricts employers’ acquisition of genetic information and strictly limits disclosure of genetic information. Genetic information includes information about genetic tests of applicants, employees, or their family members; the manifestation of diseases or disorders in family members (family medical history); and requests for or receipt of genetic services by applicants, employees, or their family members.

RETALIATION All of these Federal laws prohibit covered entities from retaliating against a person who files a charge of discrimination, participates in a discrimination proceeding, or otherwise opposes an unlawful employment practice.

WHAT TO DO IF YOU BELIEVE DISCRIMINATION HAS OCCURRED There are strict time limits for filing charges of employment discrimination. To preserve the ability of EEOC to act on your behalf and to protect your right to file a private lawsuit, should you ultimately need to, you should contact EEOC promptly when discrimination is suspected: The U.S. Equal Employment Opportunity Commission (EEOC), 1-800-669-4000 (toll-free) or 1-800-669-6820 (toll-free TTY number for individuals with hearing impairments). EEOC field office information is available at www.eeoc.gov or in most telephone directories in the U.S. Government or Federal Government section. Additional information about EEOC, including information about charge filing, is available at www.eeoc.gov.

Penner
Typewriter
95
Page 374: Lower Harbor Brook CSO Storage Facility Project

Employers Holding Federal Contracts or Subcontracts

Applicants to and employees of companies with a Federal government contract or subcontract are protected under Federal law from discrimination on the following bases:

RACE, COLOR, RELIGION, SEX, NATIONAL ORIGIN Executive Order 11246, as amended, prohibits job discrimination on the basis of race, color, religion, sex or national origin, and requires affirmative action to ensure equality of opportunity in all aspects of employment.

INDIVIDUALS WITH DISABILITIES Section 503 of the Rehabilitation Act of 1973, as amended, protects qualified individuals from discrimination on the basis of disability in hiring, promotion, discharge, pay, fringe benefits, job training, classification, referral, and other aspects of employment. Disability discrimination includes not making reasonable accommodation to the known physical or mental limitations of an otherwise qualified individual with a disability who is an applicant or employee, barring undue hardship. Section 503 also requires that Federal contractors take affirmative action to employ and advance in employment qualified individuals with disabilities at all levels of employment, including the executive level.

DISABLED, RECENTLY SEPARATED, OTHER PROTECTED, AND ARMED FORCES SERVICE MEDAL VETERANS The Vietnam Era Veterans’ Readjustment Assistance Act of 1974, as amended, 38 U.S.C. 4212, prohibits job discrimination and requires affirmative action to employ and advance in employment disabled veterans, recently separated veterans (within

three years of discharge or release from active duty), other protected veterans (veterans who served during a war or in a campaign or expedition for which a campaign badge has been authorized), and Armed Forces service medal veterans (veterans who, while on active duty, participated in a U.S. military operation for which an Armed Forces service medal was awarded).

RETALIATION Retaliation is prohibited against a person who files a complaint of discrimination, participates in an OFCCP proceeding, or otherwise opposes discrimination under these Federal laws.

Any person who believes a contractor has violated its nondiscrimination or affirmative action obligations under the authorities above should contact immediately:

The Office of Federal Contract Compliance Programs (OFCCP), U.S. Department of Labor, 200 Constitution Avenue, N.W., Washington, D.C. 20210, 1-800-397-6251 (toll-free) or (202) 693-1337 (TTY). OFCCP may also be contacted by e-mail at [email protected], or by calling an OFCCP regional or district office, listed in most telephone directories under U.S. Government, Department of Labor.

Programs or Activities Receiving Federal Financial Assistance

RACE, COLOR, NATIONAL ORIGIN, SEX INDIVIDUALS WITH DISABILITIES In addition to the protections of Title VII of the Civil Rights Act of 1964, as Section 504 of the Rehabilitation Act of 1973, as amended, prohibits employment amended, Title VI of the Civil Rights Act of 1964, as amended, prohibits discrimination on the basis of disability in any program or activity which receives discrimination on the basis of race, color or national origin in programs or Federal financial assistance. Discrimination is prohibited in all aspects of activities receiving Federal financial assistance. Employment discrimination employment against persons with disabilities who, with or without reasonable is covered by Title VI if the primary objective of the financial assistance is accommodation, can perform the essential functions of the job. provision of employment, or where employment discrimination causes or may

If you believe you have been discriminated against in a program of any cause discrimination in providing services under such programs. Title IX of the institution which receives Federal financial assistance, you should immediately Education Amendments of 1972 prohibits employment discrimination on the contact the Federal agency providing such assistance. basis of sex in educational programs or activities which receive Federal financial

assistance.

EEOC 9/02 and OFCCP 8/08 Versions Useable With 11/09 Supplement EEOC-P/E-1 (Revised 11/09)

Penner
Typewriter
96