Loading...
HomeMy WebLinkAboutItem 6h - Authorization to Advertise Reservoir No. 2 Cover Replacement, Specification 2000034-2 Item 6h Department: Public Works Cost Center: 6004 For Agenda of: 5/16/2023 Placement: Consent Estimated Time: N/A FROM: Matt Horn, Public Works Director Prepared By: Anthony Ramos, Engineer III SUBJECT: AUTHORIZATION TO ADVERTISE RESERVOIR NO. 2 COVER REPLACEMENT, SPECIFICATION 2000034-2 RECOMMENDATION 1. Approve the project plans and specifications for Reservoir No. 2 Cover Replacement, Specification Number 2000034-2; and 2. Authorize staff to advertise for bids; and 3. Authorize the City Manager to award the construction contract fo r the lowest responsible bid if within the Publicly Disclosed Funding Limit of $2,500,000; and, 4. Authorize the City Engineer to approve Contract Change Orders up to the available project budget. POLICY CONTEXT The project directly supports the City’s Major City Goal of Climate Action, Open Space and Sustainable Transportation by ensuring a safe and reliable supply of drinking water and fire suppression water while minimizing the use of disinfection chemicals. On May 17, 2022, Council approved a Purchasing Policy Update that requires Council approval for Public Projects with a value of $200,000 or more. DISCUSSION Background Reservoir 2 is the City’s largest treated water storage reservoir with a capacity of approximately 7.50 million gallons and provides supply for both drinking and firefighting uses. The reinforced concrete reservoir has been in operation since its original construction in the early 1940s. The reservoir has two separate basins that include a floating cover and plastic liner for each basin designed to protect the water from contamination and vandalism, as well as to reduce evaporation from the reservoir. Page 655 of 1165 Item 6h The cover was last replaced in 1987, and has reached the end of its service life, requiring additional maintenance and disinfection chemicals to continue use of the reservoir . A capital improvement project is currently ongoing to relocate Reservoir 2 , but the project is in the preliminary stages and staff anticipates it to be ten to fifteen years until the new Reservoir is online. With the timeline of the new Reservoir 2 project uncertain, staff recommend replacement of the cover and liner to keep the existing reservoir in service until the new project is complete. When the new reservoir is complete, the existing Reservoir 2 could serve other uses. A structural evaluation of the Reservoir will take place as part of this project to help determine future uses. To assist in determining the condition of the existing liner, a diving inspection was completed in November of 2022. No significant damage was noted during the inspection; however, due to the opportunity provided with replacing the cover along with the age of the existing liner, both the floating cover and liner are recommended for replacement. In addition to the floating cover and liner, the existing sample instrumentation and chlorine feed system will receive upgrades to measure water levels, analyze the chlorine levels in the reservoir, and mix the chlorine added to the reservoir. Due to seasonal demands on the water treatment system, installation of the equipment is normally recommended to take place either between September to November, or March to May. Procuring the floating cover and liner is expected to take 3-6 months, and the construction process, including structural evaluation, is expected to take three months. For these reasons, staff proposes advertising the project for public bidding this summer to allow for a contractor to be chosen and provide time to procure the materials before initiating construction in early 2024. A recent test was performed by the City’s Utility department to verify staff would be able to meet the water demands while the Reservoir is offline during these construction periods. The test proved to be successful with staff recommending construction begin in mid-February 2024, weather allowing, to complete construction by June 2024 and coincide with low water demand. Public Engagement This project was included in the public engagement process as a part of the 2021 -23 Financial Plan. No specific public engagement was performed for this project. CONCURRENCE The Public Works Department and Utilities Department concur with the recommendations in this report. Page 656 of 1165 Item 6h ENVIRONMENTAL REVIEW This project is categorically exempt from environmental review pursuant to sections 15301 (Existing Facilities) and 15302 (Replacement and Reconstruction) of the CEQA Guidelines since it is a maintenance and replacement project. A Notice of Exemption has been filed through the Community Development Department. FISCAL IMPACT Budgeted: Yes Budget Year: 2023-24 Funding Identified: Yes Fiscal Analysis: Funding Sources Total Budget Available Current Funding Request Remaining Balance Annual Ongoing Cost General Fund $ $ $ $ State Federal Fees Water Fund $2,883,867 $2,767,500 $116,367 Total $2,883,867 $2,767,500 $116,367 $ ESTIMATED PROJECT COST BY FUNDING SOURCES Reservoir 2 Cover Replacement, Specification No. 2000034-2 Reservoir Maintenance Account (2000034) Water Completed Projects (601.9501.71501) Project Total Costs Water Fund Water Fund Engineer's Estimate $1,449,616 $1,041,213 $2,404,000 Contingencies $361,000 $0 $361,000 Total Construction Estimate $1,723,787 $1,041,213 $2,765,000 Printing: $2,500 $0 $2,500 Total Project Cost $1,726,287 $1,041,213 $2,767,500 Available Project Balance $1,526,287 $1,157,580 $2,683,867 FY 2023-24 Additional Funding on 7/1/2023 $200,000 $0 $200,000 Total Funding After 7/1/2023 $1,726,287 $1,157,580 $2,883,867 Page 657 of 1165 Item 6h The 2021-23 Financial Plan appropriated $1,000,000 in FY 2023-24 for Water Storage Tank Maintenance, including the Reservoir 2 Cover Replacement Project. The Water Storage Tank Maintenance account (2000034) has a current balance of $1,526,287 to be used for this project. The project also assumes an approval of funding in the amount of $200,000 in Fiscal year 2023-24 which is included in the draft 2023-25 Financial Plan. Funding is also proposed from Water Fund’s Undesignated Capital account (601.6501.71501), which has a current balance of $1,157,580. These combined sources will be adequate to deliver this project. Comparing the engineer’s estimate to the total budget available, staff recommends a publicly disclosed funding limit of $2,500,000 to grant additional flexibility when awarding the project . ALTERNATIVES Deny authorization to advertise. The City Council may choose not to authorize project advertisement. Staff does not recommend this alternative as this is a critical infrastructure project that involves a long procurement time for materials and the project is an identified project in the adopted Capital Improvement Plan. ATTACHMENTS A - Project Plans (2000034-2) B - Project Specifications (2000034-2) Page 658 of 1165 Page 659 of 1165 Page 660 of 1165 Page 661 of 1165 Page 662 of 1165 Page 663 of 1165 Page 664 of 1165 Page 665 of 1165 Page 666 of 1165 Page 667 of 1165 Page 668 of 1165 Page 669 of 1165 Page 670 of 1165 Page 671 of 1165 Page 672 of 1165 Page 673 of 1165 Page 674 of 1165 Page 675 of 1165 Page 676 of 1165 Page 677 of 1165 Page 678 of 1165 SPECIAL PROVISIONS FOR CITY OF SAN LUIS OBISPO Reservoir No. 2 Cover Replacement Project Specification No. 2000034-2 May 2023 PUBLIC WORKS DEPARTMENT ENGINEERING DIVISION 919 Palm Street San Luis Obispo, CA 93401 (805) 781-7200 Page 679 of 1165 Reservoir No. 2 Cover Replacement Project Specification No. 2000034-2 Approval Date: May XX, 2023 May XX, 2023 May XX, 2023 Page 680 of 1165 TABLE OF CONTENTS NOTICE TO BIDDERS ..................................................................................................... I BID SUBMISSION ...................................................................................................................................... I BID DOCUMENTS .................................................................................................................................... II PROJECT INFORMATION ........................................................................................................................ II QUALIFICATIONS .................................................................................................................................... III AWARD ..................................................................................................................................................... V ACCOMMODATION .................................................................................................................................. V BID FORMS .................................................................................................................... A BID ITEM LIST FOR RESERVOIR NO. 2 COVER REPLACEMENT, SPECIFICATION NO. 2000034-2A LIST OF SUBCONTRACTORS ................................................................................................................ C PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT .............................................................. D PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE ......................................................... D PUBLIC CONTRACT CODE SECTION 10232 STATEMENT ................................................................. D LABOR CODE SECTION 1725.5 STATEMENTS ................................................................................... D NON-COLLUSION DECLARATION .......................................................................................................... F BIDDER ACKNOWLEDGEMENTS .......................................................................................................... G QUALIFICATIONS .................................................................................................................................... H ATTACH BIDDER'S BOND TO ACCOMPANY BID ................................................................................... I SPECIAL PROVISIONS .................................................................................................. 1 DIVISION I GENERAL PROVISIONS ....................................................................................................... 1 1 GENERAL ........................................................................................................................................... 1 2 BIDDING ............................................................................................................................................. 1 3 CONTRACT AWARD AND EXECUTION ........................................................................................... 1 4 SCOPE OF WORK ............................................................................................................................. 2 6 CONTROL OF MATERIALS ............................................................................................................... 2 7 LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC ....................................................... 2 8 PROSECUTION AND PROGRESS ................................................................................................... 2 14 ENVIRONMENTAL STEWARDSHIP ............................................................................................... 2 DIVISION X ELECTRICAL WORK ............................................................................................................ 3 DIVISION XI MATERIALS ..................................................................................................................... 3 91 PAINT ............................................................................................................................................... 3 96 GEOSYNTHETICS ........................................................................................................................... 3 DIVISION XIII APPENDICES .................................................................................................................... 3 APPENDIX A - FORM OF AGREEMENT ....................................................................... 0 Page 681 of 1165 APPENDIX B – TECHNICAL SPECIFICATIONS ............................................................ 3 APPENDIX C – “NO EQUAL” EQUIPMENT ................................................................... 5 APPENDIX D – STENNER CREEK BRIDGE INVENTORY ............................................ 6 Page 682 of 1165 NOTICE TO BIDDERS i NOTICE TO BIDDERS BID SUBMISSION Sealed bids will be received by the City of San Luis Obispo at the Public Works Administration Office located at 919 Palm Street, San Luis Obispo, California 93401, until 2:00 p.m. on June XX, 2023 at which time they will be publicly opened and read aloud. Public bid opening may be accessed via Microsoft Teams video conference and conference call. In person attendance will be permitted. Attendees are encouraged to wear face masks and practice social distancing. Us the following link: Link: or join by phone with this number: with Conference ID: Submit bid in a sealed envelope plainly marked: Reservoir No. 2 Cover Replacement Project, Specification No. 2000034-2 Any bid received after the time and date specified will not be considered and will be returned to the bidder unopened. Bids received by Fax or Email will not be considered. By submission of bid you agree to comply with all instruction and requirements in this notice and the contract documents. All bids must be submitted on the Bid Item List form(s) provided and submitted with all other Bid Forms included in these Special Provisions. Each bid must be accompanied by either a: 1. certified check 2. cashier's check 3. bidder's bond made payable to the City of San Luis Obispo for an amount equal to ten percent of the bid amount as a guaranty. Guaranty will be forfeited to the City San Luis Obispo if the bidder, to whom the contract is awarded, fails to enter into the contract. The City of San Luis Obispo reserves the right to accept or reject any or all bids or waive any informality in a bid. All bids are to be compared based on the City Engineer's estimate of the quantities of work to be done, as shown on the Bid Item List. Bids will only be accepted from bidders that are licensed in compliance with the provisions of Chapter 9, Division III of Business and Professions Code. Page 683 of 1165 NOTICE TO BIDDERS NOTICE TO BIDDERS ii The award of the contract, if awarded, will be to the lowest responsive bid submitted by a responsible contractor whose bid complies with the requirements prescribed. If the contract is awarded, the contract will be awarded within 60 calendar days after the opening of the bids. Failure to raise defects in the notice to bidders or bid forms prior to bid opening constitute a waiver of those defects. BID DOCUMENTS A copy of the plans and special provisions may be downloaded, free of charge, from the City’s website at: www.slocity.org/government/department-directory/public-works/public-works-bids- proposals Standard Specifications and Engineering Standards referenced in the Special Provisions may be downloaded, free of charge, from the City’s website at: www.slocity.org/government/department-directory/public-works/documents- online/construction-documents You are responsible to obtain all issued addenda prior to bid opening. Addenda will be available to download at the City’s website listed above or at the office of the City Engineer. Contact the project manager, Anthony Ramos at (805) 783-7875 or the Public Works Department at (805) 781-7200 prior to bid opening to verify the number of addenda issued. You are responsible to verify your contact information is correct on the plan holders list located on the City’s website at: www.slocity.org/government/department-directory/public-works/public-works-bids- proposals. PROJECT INFORMATION In general, the project replacement of the liner and floating cover for Reservoir #2, a 7.4 million-gallon concrete-lined in-ground reservoir. Project also includes construction of tank mixers and chemical delivery and monitoring systems. The project estimated construction cost is $2,404,000 Page 684 of 1165 NOTICE TO BIDDERS NOTICE TO BIDDERS iii Contract time is established as 110 working days. The time required to fill the reservoir and obtain bacteriological sampling results is excluded from the contract duration. Additionally, upon completion of the removal of the existing cover and liner, the Contractor shall allow the City access to the reservoir to inspect the reservoir and obtain concrete samples. The Contractor shall provide the City full unencumbered access to the work site for five (5) consecutive working days for the City to complete this work. These five days are not included in the contract duration. The fixed liquidated damages amount is established at $500 per day for failure to complete the work within the contract time. In compliance with section 1773 of the Labor Code, the State of California Department of Industrial Relations has established prevailing hourly wage rates for each type of workman. Current wage rates may be obtained from the Division of Labor at: https://www.dir.ca.gov/oprl/DPreWageDetermination.htm This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. There will be a walkthrough on June XX, 2023. Bidders should meet where at time. QUALIFICATIONS You must possess a valid Class A Contractor's License at the time of the bid opening. You and any subcontractors required to pay prevailing wage must be registered with the Department of Industrial Relations pursuant to Section 1725.5 of the Labor Code. You must have experience constructing projects similar to the work specified for this project. Provide three similar reference projects completed as the prime contractor. · All referenced projects must have been completed within the last five years from this project’s bid opening date. · All referenced projects must have been completed under contract with a city, county, state or federal government agency as the prime contractor. · All referenced projects must include: o Fabrication and installation of reservoir liners and floating covers o Installation of piping, chemical injection and metering equipment, and electrical appurtenances similar in nature to the work specified for this project o The material Fabricator shall have fabricated not less than 465,000 square meters of potable grade floating cover material into large Page 685 of 1165 NOTICE TO BIDDERS NOTICE TO BIDDERS iv prefabricated panels using the same seaming equipment as specified for this project Failure to provide reference projects as specified in this section and as required on the qualification form is cause to reject a bid as being non-responsive. The City reserves the right to reject any bid based on non-responsiveness if a bidder fails to provide a bid that complies with all bidding instructions. The City reserves the right to reject a responsive bid based on the non-responsibility of the bidder if the Director of Public Works or Designee finds, after providing notice and a hearing to the bidder, that the bidder lacks the 1. knowledge 2. experience, 3. or is otherwise not responsible as defined in Section 3.24 of the San Luis Obispo Municipal Code to complete the project in the best interest of the City. Rejected bidders may appeal this determination. Appeal must comply with the requirements in this Notice to Bidders. It is the City of San Luis Obispo’s intent to award the contract to the lowest responsive bid submitted by a responsible bidder. If in the bidder’s opinion the contract has been or may be improperly awarded, the bidder may protest the contract award. Protests must be filed no later than five working days after either: 1. bid opening date 2. notification of rejected bid. Protest must be in writing and received by the project manager located at: 919 Palm Street San Luis Obispo, CA 93401. Valid protests must contain the following information: 1. the reasons for the protest 2. any supporting documentation 3. the ruling expected by the City to remedy the protest. Any protest not containing all required information will be deemed invalid and rejected. The City will consider additional documentation or other supporting information regarding the protest if submitted in compliance to the specified time limits. Anything submitted after the specified time limit will be rejected and not be considered. The Director of Public Works or Designee may request additional information to be submitted within three days of the request, unless otherwise specified, and will notify the protester of ruling within ten days of determination. Page 686 of 1165 NOTICE TO BIDDERS NOTICE TO BIDDERS v If the protester is not satisfied with ruling, the protester may appeal the ruling to the City Council in compliance with Chapter 1.20 of the City of San Luis Obispo Municipal Code. Pursuant to the Public Records Act (Government Code, § 6250, et seq.), the City will make public records available upon request. AWARD The lowest bidder will be determined using the TOTAL PROJECT BID. As a condition to executing a contract with the City, two bonds each equal to one hundred percent of the total contract price are required in compliance with Section 3-1.05 of the Standard Specifications. You may substitute securities for moneys withheld under the contract in compliance with the provisions of the Public Contract Code, Section 10263. ACCOMMODATION If any accommodations are needed to participate in the bid process, please contact Argelia Chang at (805) 781-7200 or by Telecommunications Device for the Deaf at (805) 781-7107. Requests should be made as early as possible in the bidding process to allow time for accommodation. Page 687 of 1165 BID FORMS A BID FORMS All bid forms must be completed and submitted with your bid. Failure to submit these forms and required bid bond is cause to reject the bid as nonresponsive. Staple all bid forms together. THE UNDERSIGNED, agrees that they have carefully examined: 1. the location of the proposed work 2. the plans and specifications 3. read the accompanying instructions to bidders and propose to furnish all: 4. materials 5. labor to complete all the required work satisfactorily in compliance with 6. plans 7. specifications 8. special provisions for the prices set forth in the bid item list: BID ITEM LIST FOR RESERVOIR NO. 2 COVER REPLACEMENT, SPECIFICATION NO. 2000034-2 Item TS or Item Unit of Estimated Item Price Total No. SS(1) Description Measure Quantity (in figures) (in figures) 1 7, 013233, 019310 General Conditions/Mobilization LS 1 2 334700, 334713 Remove and Dispose of Existing Liner and Cover LS 1 3 334713 Conductive Geotextile Underlayment System LS 1 4 334713 Reservoir Liner System LS 1 5 334700 Floating Reservoir Cover with Eight (8) Access Hatches, and Rainwater Collection/Disposal System LS 1 6 431000 Tank Mixer EA 2 7 TS Div. 23, TS Div. 26, TS Div. 40 Chemical Metering Pumps and Delivery System EA 2 8 TS Div. 23, TS Div. 26, TS Div. 40 Chlorine Analyzer System EA 2 9 TS Div. 26 Electrical LS 1 Page 688 of 1165 BID FORMS BID FORMS B Item TS or Item Unit of Estimated Item Price Total No. SS(1) Description Measure Quantity (in figures) (in figures) 10 TS Div. 23, TS Div. 26, TS Div. 40 Instrumentation and Controls LS 1 11 334700 Floating Cover Inflation/Inspection LS 1 12 334700 Disinfection LS 1 13 7 OSHA Compliance LS 1 14 334700 Replace Concrete Anchor Bolts for Liner/Cover EA 50 15 334700 Replace SS Batten Bars LF 50 16 030130 Concrete Crack Repair LF 50 17 030130 Repair of Spalled Concrete to a Depth of Two (2) inches SF 100 18 15 Replacement Fence Posts EA 20 Bid Total (or Base Bid) $ (1) refers to section in the Standard Specifications, with modifications in the Special Provisions, that describe required work. Page 689 of 1165 BID FORMS BID FORMS C LIST OF SUBCONTRACTORS Pursuant to Section 4100 of the Public Contracts Code and section 2-1.33C of the standard specifications, the Bidder is required to furnish the following information for each Subcontractor performing more than 1/2 percent (0.5%) of the total base bid. Do not list alternative subcontractors for the same work. Subcontracting must not total more than fifty percent (50%) of the submitted bid except as allowed in section 5-1.13 of the standard specifications. For Streets & Highways projects, subcontractors performing less than ten thousand dollars ($10,000) worth of work need not be mentioned. Subcontractors required to pay prevailing wage, must be registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 to be listed. NOTE: If there are no subcontractors, write “NONE” and submit with bid. Name Under Which Subcontractor is Licensed License Number DIR Public Works Registration Number Address and Phone Number of Office, Mill or Shop Specific Description of Subcontract % of Total Base Bid Attach additional sheets as needed. Page 690 of 1165 BID FORMS BID FORMS D PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT In compliance with Public Contract Code Section 10285.1 (Chapter 376, Stats. 1985), the bidder hereby declares under penalty of perjury under the laws of the State of California that the bidder, or any subcontractor to be engaged by the bidder, has ____, has not ____ been convicted within the preceding three years of any offenses referred to in that section, including any charge of fraud, bribery, collusion, conspiracy, or any other act in violation of any state or federal antitrust law in connection with the bidding upon, award of, or performance of, any public works contract, as defined in Public Contract Code Section 1101, with any public entity, as defined in Public Contract Code Section 1100, including the Regents of the University of California or the Trustees of the California State University. The term "bidder" is understood to include any partner, member, officer, director, responsible managing officer, or responsible managing employee thereof, as referred to in Section 10285.1. NOTE: The bidder must place a check mark after "has" or "has not" in one of the blank spaces provided. The above Statement is part of the Bid. Signing this Bid on the signature portion constitute signature of this Statement. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE In compliance with Public Contract Code Section 10162, the Bidder must complete, under penalty of perjury, the following questionnaire: Has the bidder, any officer of the bidder, or any employee of the bidder who has a proprietary interest in the bidder, ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of a violation of law or a safety regulation? Yes No If the answer is yes, attach a letter explaining the circumstances PUBLIC CONTRACT CODE SECTION 10232 STATEMENT In compliance with Public Contract Code Section 10232, you hereby state under penalty of perjury, that no more than one final unappealable finding of contempt of court by a federal court has been issued against you within the immediately preceding two-year period because of your failure to comply with an order of a federal court which orders you to comply with an order of the National Labor Relations Board. LABOR CODE SECTION 1725.5 STATEMENTS The bidder has delinquent liability to an employee or the state for any assessment of back wages or related damages, interest, fines, or penalties pursuant to any final judgment, order, or determination by a court or any federal, state, or local administrative agency, including a confirmed arbitration award. Any judgment, order, or determination that is Page 691 of 1165 BID FORMS BID FORMS E under appeal is excluded, provided that the contractor has secured the payment of any amount eventually found due through a bond or other appropriate means. Yes No The bidder is currently debarred under Section 1777.1 or under any other federal or state law providing for the debarment of contractors from public works. Yes No NOTE: The above Statements and Questionnaire are part of the Bid. Signing this Bid on the signature portion constitute signature of this Statement and Questionnaire. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. Page 692 of 1165 BID FORMS BID FORMS F NON-COLLUSION DECLARATION I, , declare that I am of , the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone refrained from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Executed on , 20 , in __ I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. (Signature and Title of Declarant) (SEAL) Subscribed and sworn to before me this _______day of _________, 20_____ Notary Public Company Name:____________________ Page 693 of 1165 BID FORMS BID FORMS G BIDDER ACKNOWLEDGEMENTS By signing below, the bidder acknowledges and confirms that this bid is based on the information contained in all contract documents, including the notice to bidders, plans, specifications, special provisions, and addendum number(s) . (Note: You are responsible to verify the number of addenda prior to the bid opening.) The undersigned further agrees that in case of default in executing the required contract, with necessary bonds, within eight days, (not including Saturdays, Sundays, and legal holidays), after having received a mailed notice that the contract is ready for signature, the proceeds of the check or bond accompanying his bid will become the property of the City of San Luis Obispo. Licensed in accordance with an act providing for the registration of contractors, License No. , Expiration Date . The above statement is made under penalty of perjury, and any bid not containing this information "will be considered non-responsive and will be rejected” by the City. Signature of Bidder (Print Name and Title of Bidder) DIR– Public Works Registration No: Business Name (DBA): Owner/Legal Name: Indicate One: Sole-proprietor  Partnership Corporation List Partners/Corporate Officers: Name Title Name Title Name Title Business Address Street Address Mailing Address City, State, Zip Code Phone Number Fax Number Email Address Date Page 694 of 1165 BID FORMS BID FORMS H QUALIFICATIONS Failure to furnish complete reference information ON THIS FORM, as specified in this project’s Notice to Bidders and indicated below, is cause to reject the bid. Additional information may be attached but is not a substitute for this form. Reference Number 1 Customer Name & Contact Individual Telephone & Email Project Name (Site Address): Is this similar to the project being bid or did this project include similar activity? Yes □ No □ Describe the services provided and how this project is similar to that which is being bid: Date project completed: Was this contract for a public agency? Yes □ No □ Reference Number 2 Customer Name & Contact Individual Telephone & Email Project Name (Site Address): Is this similar to the project being bid or did this project include xxx activity? Yes □ No □ Describe the services provided and how this project is similar to that which is being bid: Date project completed: Was this contract for a public agency? Yes □ No □ Reference Number 3 Customer Name & Contact Individual Telephone & Email Project Name (Site Address): Is this similar to the project being bid or did this project include xxx activity? Yes □ No □ Describe the services provided and how this project is similar to that which is being bid: Date project completed: Was this contract for a public agency? Yes □ No □ Page 695 of 1165 BID FORMS BID FORMS I ATTACH BIDDER'S BOND TO ACCOMPANY BID Know all men by these presents: That we ____________________________________________, AS PRINCIPAL, and _______________________________________________________, AS SURETY, are held and firmly bound unto the City of San Luis Obispo in the sum of: ____________________________________________________ Dollars (_____________) to be paid to said City or its certain attorney, its successors and assigns; for which payment, well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents: THE CONDITION OF THIS OBLIGATION IS SUCH, that if the certain bid of the above bounden ______________________________________________________________________ to construct ___________________________________________________________________ (insert name of street and limits to be improved or project) dated _____________________ is accepted by the City of San Luis Obispo, and if the above bounden _______________________________________________________, his heirs, executors, administrators, successors, and assigns shall duly enter into and execute a contract for such construction and shall execute and deliver the two bonds described within ten (10) days (not including Saturdays, Sundays, or legal holidays) after the above bounden, ______________________________________________________, has received notice by and from the said City of San Luis Obispo that said contract is ready for execution, then this obligation shall become null and void; otherwise, it shall be and remain in full force and virtue. IN WITNESS WHEREOF, we hereunto set our hands and seals this ___ day of ______, 20____. Bidder Principal: Signature Date Title: Surety: Bidder's signature is not required to be notarized. Surety's signature must be notarized. Equivalent form may be substituted (Rev. 6-30-14) Page 696 of 1165 SPECIAL PROVISIONS 1 SPECIAL PROVISIONS ORGANIZATION Special provisions are under headings that correspond with the main section heading of the Standard Specifications. Each special provision begins with a revision clause that describes or introduces a revision to the Standard Specifications. Any paragraph added or deleted by a revision clause does not change the paragraph number of the Standard Specifications for any other reference to a paragraph of the Standard Specifications. DIVISION I GENERAL PROVISIONS 1 GENERAL Add to Section 1-1.01 GENERAL: The work must be done in compliance with the City of San Luis Obispo, Department of Public Works: 1. Reservoir No. 2 Cover Replacement Project Specification No. 2000034-2 Special Provisions 2. City of San Luis Obispo Standard Specifications and Engineering Standards – 2020 edition 3. State of California, Department of Transportation Standard Specifications and Standard Plans – 2015 edition In case of conflict between documents, governing ranking must comply with section 5- 1.02 of the City of San Luis Obispo’s Standard Specifications. Failure to comply with the provisions of these sections is a material breach of contract: 1. Sections 5 through 8 of the Standard Specifications 2. Section 12 through 15 of the Standard Specifications 3. Section 77-1 of the Standard Specifications 4. Section 81 of the Standard Specifications 5. authorized working hours 6. OSHA compliance 2 BIDDING Replace Section 2-1.33A BID DOCUMENT COMPLETION AND SUBMITTAL, General with: Furnish bid using blank forms provided in the Special Provisions. Bid must include all forms and must be signed by the bidder. 3 CONTRACT AWARD AND EXECUTION Replace 1st and 2nd paragraph in Section 3-1.18 CONTRACT EXECUTION with: (for accelerated work) Upon notification of project award, return: Page 697 of 1165 SPECIAL PROVISIONS SPECIAL PROVISIONS 2 1. executed contract 2. insurance 3. contract bonds within five business days after the bidder receives the contract. 4 SCOPE OF WORK Add to Section 4-1.03 WORK DESCRIPTION: Comply with the provisions of Section(s) 7 and 15, Technical Specification Divisions 23, 26, and 40, and Technical Specifications Numbers 013323, 019310, 030130, 334700, 334713, and 431000, for general, material, construction, and payment specifics. 6 CONTROL OF MATERIALS Add to Section 6-2.03 DEPARTMENT ACCEPTANCE: The Engineer will furnish Sales Tax signs mounted to moveable barricades. Maintain Sales Tax signage in work area. Return Sales Tax signs at the end of the project or upon the Engineer’s request. [delete for non-Measure G] 7 LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC Replace last paragraph in Section 7-1.02K(3) Labor Code, Certified Payroll Records (Labor Code 1776) with: Furnish the Engineer one Portable Document Format (PDF) file which contains all certified payroll records for the prior month’s work. Redact the PDF file making the employee’s social security number illegible. Failure to submit PDF file with other monthly payroll records is considered an incomplete payroll submission and penalties will be assessed. 8 PROSECUTION AND PROGRESS Replace the 1st paragraph in Section 8-1.02A SCHEDULE, General with: Provide a Level 1 schedule for this work. Add to Section 8-1.04B START OF JOB SITE ACTIVITIES, Standard Start: (for accelerated start) Contract time will start on the first Monday after preconstruction meeting. 14 ENVIRONMENTAL STEWARDSHIP Add to Section 14-9.02 AIR POLLUTION CONTROL, General: The City has obtained an annual permit for construction from the Air Pollution Control District (APCD). The annual APCD permit and construction log files are located on the City’s website: Page 698 of 1165 SPECIAL PROVISIONS SPECIAL PROVISIONS 3 http://www.slocity.org/government/department-directory/public-works/documents- online/construction-documents A copy of the permit can also be found in Appendix H of the City Standards. You are required to comply with the APCD permit including all notification and construction logs using the appropriate equipment. Provide training to all workers in the construction area. You must comply with section 77-1 of the standard specifications. DIVISION X ELECTRICAL WORK Division X standards to be replaced in its entirety with Division 26 of the Technical Specifications. DIVISION XI MATERIALS 91 PAINT Section 91 to be replaced in its entirety with Technical Specification Section 099000. 96 GEOSYNTHETICS Section 96 to be replaced in its entirety with Division 33 of the Technical Specifications. DIVISION XIII APPENDICES Page 699 of 1165 APPENDIX APPENDIX 0 APPENDIX A - FORM OF AGREEMENT THIS AGREEMENT, made on _____________, by and between the City of San Luis Obispo, a municipal corporation and charter city, San Luis Obispo County, California (hereinafter called the Owner) and COMPANY NAME (hereinafter called the Contractor). WITNESSETH: That the Owner and the Contractor for the consideration stated herein agree as follows: ARTICLE 1, SCOPE OF WORK: The Contractor shall perform everything required to be performed, shall provide and furnish all of the labor, materials, necessary tools, expendable equipment, and all utility and transportation services required to complete all the work of construction of NAME OF PROJECT, SPEC NO. in strict compliance with the plans and specifications therefor, including any and all Addenda, adopted by the Owner, in strict compliance with the Contract Documents hereinafter enumerated. It is agreed that said labor, materials, tools, equipment, and services shall be furnished and said work performed and completed under the direction and supervision and subject to the approval of the Owner or its authorized representatives. ARTICLE II, CONTRACT PRICE: The Owner shall pay the Contractor as full consideration for the faithful performance of this Contract, subject to any additions or deductions as provided in the Contract Documents, the contract prices as follows: Item No. Item Unit of Measure Estimated Quantity Item Price (in figures) Total (in figures) 1. 2. 3. BID TOTAL: $ .00 Payments are to be made to the Contractor in compliance with and subject to the provisions embodied in the documents made a part of this Contract. Should any dispute arise respecting the true value of any work omitted, or of any extra work which the Contractor may be required to do, or respecting the size of any payment to the Contractor, during the performance of this Contract, said dispute shall be decided by the Owner and its decision shall be final, and conclusive. Page 700 of 1165 APPENDIX APPENDIX 1 ARTICLE III, COMPONENT PARTS OF THIS CONTRACT: The Contract consists of the following documents, all of which are as fully a part thereof as if herein set out in full, and if not attached, as if hereto attached: 1. Notice to Bidders and Information for Bidders 2. Standard Specifications and Engineering Standards 3. Special Provisions, any Addenda, Plans and Contract Change Orders 4. Caltrans Standard Specifications and Standard Plans 2015 5. Accepted Bid and Bid Bond 6. List of Subcontractors 7. Public Contract Code Sections 10285.1 Statement 8. Public Contract Code Section 10162 Questionnaire 9. Public Contract Code Section 10232 Statement 10. Labor Code Section 1725.5 Statements 11. Bidder Acknowledgements 12. Qualifications 13. Non-collusion Declaration 14. Agreement and Bonds 15. Insurance Requirements and Forms ARTICLE IV INDEMNIFICATION: The Contractor shall indemnify, defend with legal counsel approved by City, and hold harmless City, its officers, officials, employees and volunteers from and against all liability, loss, damage, expense, cost (including without limitation reasonable legal counsel fees, expert fees and all other costs and fees of litigation) of every nature arising out of or in connection with the Contractor’s negligence, recklessness or willful misconduct in the performance of work hereunder or its failure to comply with any of its obligations contained in this Agreement, except such loss or damage which is caused by the sole or active negligence or willful misconduct of the City. Should conflict of interest principles preclude a single legal counsel from representing both the City and the Contractor, or should the City otherwise find the Contractor’s legal counsel unacceptable, then the Contractor shall reimburse the City its costs of defense, including without limitation reasonable legal counsel fees, expert fees and all other costs and fees of litigation. The Contractor shall promptly pay any final judgment rendered against the City (and its officers, officials, employees and volunteers) with respect to claims determined by a trier of fact to have been the result of the Contractor’s negligent, reckless or wrongful performance. It is expressly understood and agreed that the foregoing provisions are intended to be as broad and inclusive as is permitted by the law of the State of California and will survive termination of this Agreement. The Contractor obligations under this section apply regardless of whether such claim, charge, damage, demand, action, proceeding, loss, stop notice, cost, expense, judgment, civil fine or penalty, or liability was caused in part or contributed to by an Indemnitee. However, without affecting the rights of the City under any provision of this agreement, the Contractor shall not be required to indemnify and hold harmless the City for liability attributable to the active negligence of City, provided such active negligence is determined by agreement between the parties or by the findings of a court of competent jurisdiction. In Page 701 of 1165 APPENDIX APPENDIX 2 instances where the City is shown to have been actively negligent and where the City’s active negligence accounts for only a percentage of the liability involved, the obligation of the Contractor will be for that entire portion or percentage of liability not attributable to the active negligence of the City. ARTICLE V. It is further expressly agreed by and between the parties hereto that should there be any conflict between the terms of this instrument and the bid of said Contractor, then this instrument shall control and nothing herein shall be considered as an acceptance of the said terms of said bid conflicting herewith. IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands this year and date first above written. CITY OF SAN LUIS OBISPO A Municipal Corporation __________________________________ Derek Johnson, City Manager APPROVED AS TO FORM CONTRACTOR: Name of Company ________________________________ By:________________________________ J. Christine Dietrick City Attorney Name of CAO/President Its: CAO/PRESIDENT (2nd signature required if Corporation): By:________________________________ Name of Corporate Officer Its: ____________________ Page 702 of 1165 APPENDIX APPENDIX 3 APPENDIX B – TECHNICAL SPECIFICATIONS DIVISION 01 – GENERAL REQUIREMENTS 013233 PRECONSTRUCTION DIGITAL AUDIO-VIDEO DOCUMENTATION 019310 OPERATION AND MAINTENANCE MANUALS DIVISION 03 – CONCRETE 030130 CONCRETE REPAIR DIVISION 05 – METALS 055300 ACCESS HATCHES DIVISION 09 – FINISHES 099000 PAINTING AND COATING DIVISION 26 – ELECTRICAL 260000 GENERAL ELECTRICAL PROVISIONS 260012 SEISMIC RESTRAINT FOR ELECTRICAL EQUIPMENT 260020 BASIC ELECTRICAL MATERIALS AND METHODS 262416 PANELBOARDS DIVISION 33 – UTILITIES 334700 GEOMEMBRANE FLOATING COVER 334713 GEOMEMBRANE LINER DIVISION 40 – PROCESS INTEGRATION 402090 PVC PIPE DIVISION 43 – PROCESS GAS AND LIQUID HANDLING, PURIFICATION, AND STORAGE EQUIPMENT 431000 TANK MIXERS Page 703 of 1165 DRAFT - NOT FOR CONSTRUCTION CITY OF SAN LUIS OBISPO RESERVOIR NO. 2 COVER REPLACEMENT PROJECT DRAFT FINAL TECHNICAL SPECIFICATIONS TABLE OF CONTENTS DIVISION 01 – GENERAL REQUIREMENTS 013233 PRECONSTRUCTION DIGITAL AUDIO-VIDEO DOCUMENTATION 019310 OPERATION AND MAINTENANCE MANUALS DIVISION 03 – CONCRETE 030130 CONCRETE REPAIR DIVISION 05 – METALS 055300 ACCESS HATCHES DIVISION 09 – FINISHES 099000 PAINTING AND COATING DIVISION 26 – ELECTRICAL 260000 GENERAL ELECTRICAL PROVISIONS 260012 SEISMIC RESTRAINT FOR ELECTRICAL EQUIPMENT 260020 BASIC ELECTRICAL MATERIALS AND METHODS 262416 PANELBOARDS DIVISION 33 – UTILITIES 334700 GEOMEMBRANE FLOATING COVER 334713 GEOMEMBRANE LINER DIVISION 40 – PROCESS INTEGRATION 402090 PVC PIPE DIVISION 43 – PROCESS GAS AND LIQUID HANDLING, PURIFICATION, AND STORAGE EQUIPMENT 431000 TANK MIXERS Page 704 of 1165 DRAFT - NOT FOR CONSTRUCTION PRECONSTRUCTION DIGITAL AUDIO-VIDEO DOCUMENTATION 013233-1 City of SLO Reservoir No. 2 Cover Replacement - 14 Apr 2023 SECTION 013233 PRECONSTRUCTION DIGITAL AUDIO-VIDEO DOCUMENTATION PART 1 - GENERAL 1.01 DESCRIPTION This section includes materials and performance for preconstruction digital audio-video documentation and generally defines Contractor's responsibilities, unless otherwise stated, for the following: A. Equipment. B. Submittals. C. Technique. D. Quality assurance. 1.02 VIDEO AND AUDIO QUALITY A. Documentation shall be performed by a responsible commercial firm skilled and regularly engaged in the preparation of preconstruction color audio-video documentation acceptable to the Owner. B. Completed documentation shall reproduce bright, sharp pictures with accurate colors and shall be free from distortion or any other significant picture imperfection. The audio portion of the recording shall reproduce the commentary of the camera operator with proper volume, clarity, and be free of distortion. C. The Owner’s Representative will accompany the commercial firm in performing the audio-video documentation to observe the documentation effort. The accompanying personnel may direct the commercial firm to record certain features observed. Notify the Owner’s Representative seven days in advance so that the accompanying personnel can be scheduled. D. Construction shall not proceed until the Owner and Owner’s Representative have reviewed the documentation and notified the Contractor of its acceptability. It is anticipated that such review will be completed within 7 days after submittal. 1.03 MEASUREMENT AND PAYMENT No separate payment item is provided for this work. The cost of performing this work shall be incorporated into the bid item for mobilization. Page 705 of 1165 DRAFT - NOT FOR CONSTRUCTION PRECONSTRUCTION DIGITAL AUDIO-VIDEO DOCUMENTATION 013233-2 City of SLO Reservoir No. 2 Cover Replacement - 14 Apr 2023 PART 2 - MATERIALS 2.01 RECORDING EQUIPMENT Utilize a high-resolution digital video camera with extended still frame capability. 2.02 RECORDING MEDIA A. Utilize new, MP4 media file on thumb drive having: 1. High resolution. 2. Extended still frame capability. 3. American TV Standard DVD playback capability. PART 3 - EXECUTION 3.01 COVERAGE A. Record coverage of surface features located in the construction’s zone of influence including, but not limited to: 1. Chemical delivery building 2. Driveways and concrete features 3. Electrical facilities including stormwater pumps, control panel 4. Reservoir, including walls, walkway, cover, exposed conduit and piping 5. Vault boxes adjacent to chemical building 6. Walls and retaining walls 7. Drainage structures 8. Stenner Creek Bridge B. Record the individual features of each item with particular attention being focused upon the existence of any existing faults, fractures, or defects. C. Control pan rate, rate of travel, camera height, and zoom rate to maintain a steady clear view. D. Create a single, continuous, unedited recording which begins and ends within each portion of a particular construction area. Page 706 of 1165 DRAFT - NOT FOR CONSTRUCTION PRECONSTRUCTION DIGITAL AUDIO-VIDEO DOCUMENTATION 013233-3 City of SLO Reservoir No. 2 Cover Replacement - 14 Apr 2023 3.02 AUDIO CONTENT A. Simultaneously record audio content during videotaping. B. Audio recording shall assist in viewer orientation and in any needed identification, clarification, or description of features being recorded. C. Audio recording shall only consist of camera operator commentary. 3.03 INDEXING A. Permanently label thumb drive with a sequential number and the project name. B. Index thumb drive with a digital record of the time and date of the recording which is continuously displayed as the MP4 is played. C. Prepare a written log which describes the contents of each thumb drive including: 1. Coverage and location. 2. Recording date. 3.04 CONDITIONS A. Record coverage during dry, clear weather and during daylight hours only. B. Record coverage when the area is free of debris or obstructions. C. Record coverage no more than 21 days prior to mobilization at the site. END OF SECTION Page 707 of 1165 DRAFT - NOT FOR CONSTRUCTION OPERATION AND MAINTENANCE MANUALS 019310-1 City of SLO Reservoir No. 2 Cover Replacement - 14 Apr 2023 SECTION 019310 OPERATION AND MAINTENANCE MANUALS 1.01 GENERAL Submit manufacturer's operation and maintenance manuals and data pertinent to equipment supplied for the project. Prepare and organize the material in three-ring binders with divider tabs and labels. Include a table of contents. Include a CD of all catalog data in pdf format and all drawings in both pdf and CADD formats. All pdf files shall be formatted to allow word search. 1.02 SUBMITTALS A. Submittals shall include: 1. List of equipment furnished for project with name, address, and telephone number of each vendor. 2. List of serial numbers of equipment furnished. 3. A copy of shop drawings for mechanical, electrical, and instrument equipment in final form. 4. Manufacturer's operation and maintenance instructions and parts lists. 5. Tabulation of motor nameplate horsepower, nameplate current, field-measured current, overload relay setting, and catalog number for polyphase motors. 6. List of fuses, lamps, seals, and other expendable equipment and devices. Specify size, type, and ordering description. List name, address, e-mail address, website address, fax number, and telephone number of vendor. B. Provide manuals for each piece of equipment including individual components and subsystems of complete assemblies. Line out nonapplicable text and illustrations. The section of the manual on operation shall describe the functions and limitations of each component and its relationship to the system of which it is a part. Where several models, options, or styles are described, the manual shall identify the items actually provided. C. Each manual shall contain the following: 1. Manufacturer's identification, including order number, model, and serial number. 2. Blue line prints or reviewed shop drawings and diagrams of all systems, including temperature control system. 3. Certified equipment drawings or reviewed shop drawing data clearly marked for equipment furnished. Page 708 of 1165 DRAFT - NOT FOR CONSTRUCTION OPERATION AND MAINTENANCE MANUALS 019310-2 City of SLO Reservoir No. 2 Cover Replacement - 14 Apr 2023 4. Complete operating and maintenance instructions for each and every item of equipment, setting forth in detail and step-by-step the procedure for starting, stopping, operating, and maintaining the entire system as installed. Include a schedule of recommended maintenance intervals. 5. Complete parts list of replaceable parts, their part numbers, and the name and address of their nearest vendor. 6. Any special emergency operating instruction and a list of service organizations (including addresses and telephone numbers) capable of rendering emergency service to the various parts of the system. 7. Copy of manufacturer's equipment guarantees and warranties. D. Operation and maintenance manuals specified herein are in addition to any operation, maintenance, or installation instructions required by the Contractor to install, test, and start up equipment. 1.03 EQUIPMENT DATA SHEETS Provide two sets of equipment data sheets, bound in three-ring binders, summarizing the equipment manufacturer's maintenance instructions and recommendations. A blank data sheet and a sample data sheet are attached. Page 709 of 1165 DRAFT - NOT FOR CONSTRUCTION OPERATION AND MAINTENANCE MANUALS 019310-3 City of SLO Reservoir No. 2 Cover Replacement - 14 Apr 2023 SAMPLE Preventive Maintenance and Operating Requirement Sheets Preventive Maintenance Program Equipment Record Number EQUIPMENT DESCRIPTION ELECTRICAL OR MECHANICAL DATA Name: Size: Serial No.: Model: Vendor: Vendor Address: Type: Mfr.: Vendor Rep: Voltage: Amps: Phone: Phase: rpm: Maintenance Work to be Done Frequency* OPERATING REQUIREMENTS AND REFERENCE *D - Daily; W - Weekly; B - Biweekly; M - Monthly; Q - Quarterly; S - Semiannually; A - Annually. Page 710 of 1165 DRAFT - NOT FOR CONSTRUCTION OPERATION AND MAINTENANCE MANUALS 019310-4 City of SLO Reservoir No. 2 Cover Replacement - 14 Apr 2023 SAMPLE Preventive Maintenance and Operating Requirement Sheets Preventive Maintenance Program Equipment Record Number EQUIPMENT DESCRIPTION ELECTRICAL OR MECHANICAL DATA Name: Influent Pump No. 1 Tag No.: P01-1 Size: 15 hp Serial No.: 123456ABC Vendor: ABC Pump Co. Model: 140T Frame Serial No. 987654ZY Class F Insulation W/Space Heater Vendor Address: Type: 1111 Pump Circle Newport Beach, CA 92663 Mfr.: DEF Motors, Inc. Vendor Rep: XYZ Equipment, Inc. Voltage: 460 Amps: 20 Phone: 714/752-0505 Phase: 3 rpm: 1,800 Maintenance Work to be Done Frequency* 1. Operate all valves and check such things as a) bearing temperature, b) changes in running sound, c) suction and discharge gauge readings, d) pump discharge rate, and e) general condition of the drive equipment. 2. Check packing. 3. Checking pumping unit for any dust, dirt, or debris. (Continued on attached sheet) D D W OPERATING REQUIREMENTS AND REFERENCE For manufacturer's instructions regarding installation, operation, maintenance, and trouble shooting of this equipment, see Volume ____, Section ______. *D - Daily; W - Weekly; B - Biweekly; M - Monthly; Q - Quarterly; S - Semiannually; A - Annually. Page 711 of 1165 DRAFT - NOT FOR CONSTRUCTION OPERATION AND MAINTENANCE MANUALS 019310-5 City of SLO Reservoir No. 2 Cover Replacement - 14 Apr 2023 SAMPLE Preventive Maintenance and Operating Requirement Sheets Preventive Maintenance Program Equipment Record Number EQUIPMENT DESCRIPTION ELECTRICAL OR MECHANICAL DATA Name: Size: Serial No.: Model: Vendor: Vendor Address: Type: Mfr.: Vendor Rep: Voltage: Amps: Phone: Phase: rpm: Maintenance Work to be Done Frequency* 4. Lubricate bearing frame and motor bearings (consult manufacturer's instructions for type of grease or oil). 5. Disassemble and change or repair the following: a) impeller, b) shafts, c) shaft sleeve, d) rotary seals, and e) sleeve bearings. Q A OPERATING REQUIREMENTS AND REFERENCE *D - Daily; W - Weekly; B - Biweekly; M - Monthly; Q - Quarterly; S - Semiannually; A - Annually. Page 712 of 1165 DRAFT - NOT FOR CONSTRUCTION OPERATION AND MAINTENANCE MANUALS 019310-6 City of SLO Reservoir No. 2 Cover Replacement - 14 Apr 2023 END OF SECTION Page 713 of 1165 DRAFT - NOT FOR CONSTRUCTION CONCRETE REPAIR 030130-1 City of SLO Reservoir No. 2 Cover Replacement - 14 Apr 2023 SECTION 030130 CONCRETE REPAIR PART 1 - GENERAL 1.01 DESCRIPTION This section includes materials and execution of concrete repairs including crack and spall repairs. 1.02 SUBMITTALS A. Submit shop drawings in accordance with the Special Provisions. B. Procedures proposed for the accomplishment of repair work. Include a detailed description of the methods and equipment to be used for each operation, and the sequence of operations to be coordinated with other works in progress. C. Manufacturer’s recommendations and product data sheets for all repair materials including performance criteria, surface preparation, ambient condition requirements and applications, curing requirements, volatile organic compound (VOC) data, and safety requirements. D. Material Safety Data Sheets (MSDS) for any materials brought on-site including all repair system materials, solvents and abrasive blast media. E. Design Mixes: Provide concrete and cement mortar as specified herein. PART 2 - MATERIALS 2.01 WATER A. The water used for mixing concrete repair products shall be clear, potable and free of deleterious substances. 2.02 AGGREGATE A. All aggregates shall conform to ASTM C33. 2.03 EPOXY BONDING AGENT: A. Epoxy bonding agent shall conform to ASTM C881 Type I, II, IV or V; Grade 2 for epoxy resin adhesives, depending on the application. The class of epoxy bonding agent shall be suitable for all ambient and substrate temperatures. B. Products: 1. Sika Corp.; Sikadur 32, or approved equal. 2.04 REINFORCEMENT ANTI-CORROSION COATING: A. Anti-corrosion coating shall be a three-component, epoxy-modified cementitious material. Page 714 of 1165 DRAFT - NOT FOR CONSTRUCTION CONCRETE REPAIR 030130-2 City of SLO Reservoir No. 2 Cover Replacement - 14 Apr 2023 B. Products: 1. Sika Corp.; Sika Armatec 110, or approved equal. 2.05 EPOXY CRACK REPAIR BINDER A. Crack repair binder shall be a two-component, 100 percent solids, high-modulus, low viscosity epoxy adhesive suitable for crack grouting by injection or gravity feed. B. Products: 1. Sika Corp.; Sikadur 52, or approved equal. 2.06 SPALL REPAIRS USING POLYMER MODIFIED CEMENTITOUS MORTAR: A. Repair spalls repair not requiring formwork using a two-component, polymer-modified cementitious mortar having a minimum 28-day compressive strength of 7,000 psi. B. Spall repair mortar for use in horizontal applications. 1. Products: a. Sika Corp.; Sikatop 122 Plus, or approved equal. C. Spall repair mortar for use in vertical applications. 1. Products: a. Sika Corp; Sikatop 123 Plus, or approved equal. 2.07 SPALL REPAIRS REQUIRING FORMWORK: A. Repair spalls requiring formwork using a two-component, polymer-modified cementitious mortar/pea gravel mixture and shall have a minimum 28-day compressive strength of 6,000 psi. Mix each unit of mortar with Saturated Surface Dry (SSD) pea gravel to form the repair material following the manufacturer's recommendations. B. Products: 1. Sika Corp.; Sikatop 111 Plus, or approved equal. PART 3 - EXECUTION 3.01 GENERAL REQUIREMENTS: A. The areas of concrete repair shall be identified by City staff upon inspection after the existing Reservoir liner is removed. Areas requiring repair may include any location where acidic attack of the concrete surfaces has reached a depth of ½” or deeper. B. The repair work specified herein is intended to cover the requirements for repair of concrete only, to a maximum depth of approximately 2-inch. If an area is discovered that requires a repair Page 715 of 1165 DRAFT - NOT FOR CONSTRUCTION CONCRETE REPAIR 030130-3 City of SLO Reservoir No. 2 Cover Replacement - 14 Apr 2023 greater than 2-inch deep, or an area is discovered that requires repair or replacement of reinforcing steel, notify the City so that details may be provided to the Contractor to complete the repair. C. Perform exterior work during dry weather and appropriate temperature conditions in accordance with the manufacturer's recommendations. Protect unfinished work during inclement weather with tarpaulins or heavy gauge polyethylene sheeting. D. Perform work in spaces within structures at temperature and conditions suitable for proper curing in accordance with the manufacturer's recommendations. E. Coordinate concrete rehabilitation work with other work being performed. F. Remove scaling, broken, loose and disintegrating materials by use of hand tools or power-driven saws, down to solid unyielding material. Protect existing reinforcing steel from damage during removal. G. Clean surfaces thoroughly of efflorescence, oils, grease and other objectionable material in area to be repaired in accordance with the manufacturer's recommendations. 3.02 EPOXY BONDING AGENT: A. Use epoxy bonding agent to adhere fresh mortar to existing concrete. Roughen existing concrete surfaces prior to application of bonding agent. Concrete surface shall be clean and sound, free of all foreign particles and laitance. Place repair material while bonding agent is still tacky or per the written instructions of the manufacturer. Reapply bonding agent if bonding agent cures prior to placement of repair material. B. Conform to all the requirements of ACI 503.4, and as specified herein. 3.03 ANTI-CORROSION COATING: A. Sandblast, clean and coat reinforcing steel that is cut or exposed during alteration and/or repair operations with an anti-corrosive coating. B. Cover all exposed parts of the steel with the coating and apply according to manufacturer's recommendations. 3.04 EPOXY CRACK REPAIR: A. Cracks on horizontal surfaces: When permitted by the Engineer, repair existing structural cracks by gravity feeding an epoxy crack repair binder into the prepared crack. 1. Rout concrete surface at the crack to form a minimum 1/4-inch wide by 1/4-inch deep V- notch and clean to remove all loose and foreign particles. Fill crack with clean, dry sand and pour epoxy crack repair binder into V-notch, completely filling crack. 2. As binder penetrates into crack, apply additional binder to the V-notch. B. Cracks on non-horizontal surfaces: When permitted by the Engineer, repair existing vertical structural cracks using spall repair patching material. Page 716 of 1165 DRAFT - NOT FOR CONSTRUCTION CONCRETE REPAIR 030130-4 City of SLO Reservoir No. 2 Cover Replacement - 14 Apr 2023 1. Rout concrete surface at the crack to form a minimum 1/4-inch wide by 1/4-inch deep V- notch and clean to remove all loose and foreign particles. Fill crack with spall repair patching material. 2. Make final finished surface of repairs flat, level and even with the existing concrete surface. Do not feather repair mortar to meet existing concrete surface. 3.05 SPALL REPAIR: A. Saw cut the perimeter of the repair area to a minimum depth of 1/4-inch below the surface of the concrete. Chip all loose concrete in the repair area to remove loose and degraded concrete to a minimum of 1/4-inch or until a sound substrate is reached. Clean the area and repair to the original dimensions with spall repair patching material according to the manufacturer's recommendations. B. Make final finished surface of patches flat, level and even with the existing concrete surface. Do not feather repair mortar to meet existing concrete surface. C. Finish final patches on horizontal surfaces consistent with the finish on the existing structure. 3.06 CLEANING: A. Mechanically remove excess material from walls, floors, etc. after material has cured. B. Clean excess materials caused by work under this Section from existing surfaces by the use of power sanders. Vacuum surfaces to receive final cleaning and finishing specified under other sections of the specifications. Sand cracks flush to adjacent surfaces. C. Remove misplaced sealants using methods and materials recommended by the manufacturers. Leave finished work and work area in a neat and clean condition. END OF SECTION Page 717 of 1165 DRAFT - NOT FOR CONSTRUCTION ACCESS HATCHES 055300-1 City of SLO Reservoir No. 2 Cover Replacement - 14 Apr 2023 SECTION 055300 ACCESS HATCHES PART 1 - GENERAL 1.01 DESCRIPTION This section describes materials, fabrication, and installation of aluminum access hatches for the new floating cover. 1.02 DESIGN CRITERIA A. Access Hatches: As noted in the drawings. B. Positioning on New Floating Cover 1. Hatches to be located such that they will remain level when reservoir is drained to prevent stress on floating cover. 2. All central cover hatches shall be provided with access path flotation of the appropriate size and construction that leads from the closest point on the perimeter of the reservoir to the hatch cover. The access paths shall be capable of carrying two (2) persons each weighing 160 kg. All access hatches shall be located such that the reservoir can be accessed when the water level is at approximately half capacity. 1.03 SUBMITTALS A. Submit shop drawings in accordance with the General Provisions. B. Submit drawings of access hatches. Show dimensions and reference materials of construction by ASTM designation and grade. Show design criteria. C. Submit placing or erection drawings that indicate locations of fabricated items. Reproductions of contract documents will not be accepted for this purpose. PART 2 - MATERIALS 2.01 ALUMINUM ACCESS HATCHES A. Access hatches shall be Bilco Type E of the size and configuration shown in the drawings. Access hatches to be made entirely of 5052 H32 aluminum. Finish shall be mill finish. Latch and lifting mechanism assemblies, hold-open arms and guides, and brackets, hinges, pins, and fasteners shall be Type 316 stainless steel. B. Locking and Latching Devices: 1. Slam latch with interior and exterior turn handles and padlock hasps. Page 718 of 1165 DRAFT - NOT FOR CONSTRUCTION ACCESS HATCHES 055300-2 City of SLO Reservoir No. 2 Cover Replacement - 14 Apr 2023 2.02 WELDING ELECTRODES A. Welding electrodes for structural steel shall conform to AWS A5.5. Use electrodes in the E-70 series. B. Welding electrode for aluminum shall be ER4043 filler metal. C. Welding electrodes for stainless steel shall conform to AWS A5.4. Use electrodes as follows: Stainless Steel Material Welding Electrode Material Type 304 E 308 Type 304L E 347 Type 316 E 316 Type 316L E 318 PART 3 - EXECUTION 3.01 STORAGE OF MATERIALS A. Store structural material, either plain or fabricated, above ground on platforms, skids, or other supports. Keep material free from dirt, grease, and other foreign matter and protect from corrosion. 3.02 CORROSION PROTECTION OF ALUMINUM SURFACES A. Where aluminum surfaces come in contact with dissimilar metals, keep the dissimilar metallic surfaces from direct contact by use of neoprene gaskets or washers. END OF SECTION Page 719 of 1165 DRAFT - NOT FOR CONSTRUCTION PAINTING AND COATING 099000-1 City of SLO Reservoir No. 2 Cover Replacement - 14 Apr 2023 SECTION 099000 PAINTING AND COATING PART 1 - GENERAL 1.01 DESCRIPTION This section includes materials and application of painting and coating systems for PVC surfaces in exposed service. 1.02 SUBMITTALS A. Submit shop drawings in accordance with the Special Provisions. B. Submit manufacturer’s data sheets showing the following information: 1. Percent solids by volume. 2. Minimum and maximum recommended dry-film thickness per coat for prime, intermediate, and finish coats. 3. Recommended surface preparation. 4. Recommended thinners. 5. Statement verifying that the specified prime coat is recommended by the manufacturer for use with the specified intermediate and finish coats. 6. Application instructions including recommended equipment and temperature limitations. 7. Curing requirements and instructions. C. Submit color swatches. D. Submit material safety data sheets for each coating. PART 2 - MATERIALS 2.01 PVC COATING SYSTEM A. System No. 42 – PVC: Type: Acrylic latex primer and topcoats with a minimum volume solids of 35%. Service Conditions: Color coding of PVC exposed to sunlight. Page 720 of 1165 DRAFT - NOT FOR CONSTRUCTION PAINTING AND COATING 099000-2 City of SLO Reservoir No. 2 Cover Replacement - 14 Apr 2023 Surface Preparation: SSPC SP-1. Then lightly abrade the surface with medium-grain sandpaper. Prime Coat: One coat of Tnemec Series 28 or 29, PPG Amercoat 148, Carboline 3358, PPG PITT-TECH® Int/Ext Industrial DTM Primer/Finish Enamel 90-712 series, or equal. Apply to a minimum dry-film thickness of 2 mils. Finish Coat: Two coats of Tnemec Series 28 or 29, PPG Amercoat 220, Carboline 3359, two coats of PPG PITT-TECH® Int/Ext High Gloss DTM Industrial Enamel 90-374 series, or equal. Apply to a minimum dry-film thickness of 2 mils each. PART 3 - EXECUTION 3.01 WEATHER CONDITIONS A. Do not paint in the rain, wind, snow, mist, and fog or when steel or metal surface temperatures are less than 5°F above the dew point. B. Do not apply paint when the relative humidity is above 85%. C. Do not paint when temperature of metal to be painted is above 120°F. D. Do not apply alkyd, inorganic zinc, silicone aluminum, or silicone acrylic paints if air or surface temperature is below 40°F or expected to be below 40°F within 24 hours. E. Do not apply epoxy, acrylic latex, and polyurethane paints on an exterior or interior surface if air or surface temperature is below 60°F or expected to drop below 60°F in 24 hours. 3.02 SURFACE PREPARATION PROCEDURES A. Remove oil and grease from metal surfaces in accordance with SSPC SP-1. Use clean cloths and cleaning solvents and wipe dry with clean cloths. Do not leave a film or greasy residue on the cleaned surfaces before abrasive blasting. B. Do not abrasive blast PVC, CPVC, or FRP piping or equipment. C. Surface preparation shall conform with the SSPC specifications as follows: Page 721 of 1165 DRAFT - NOT FOR CONSTRUCTION PAINTING AND COATING 099000-3 City of SLO Reservoir No. 2 Cover Replacement - 14 Apr 2023 Solvent Cleaning SP-1 Hand Tool Cleaning SP-2 Power Tool Cleaning SP-3 White Metal Blast Cleaning SP-5 Commercial Blast Cleaning SP-6 Brush-Off Blast Cleaning SP-7 Pickling SP-8 Near-White Blast Cleaning SP-10 Power Tool Cleaning to Bare Metal SP-11 Surface Preparation and Cleaning of Steel and Other Hard Materials by High- and Ultrahigh-Pressure Water Jetting Prior to Recoating SP-12 Surface Preparation of Concrete SP-13 D. Wherever the words “solvent cleaning,” “hand tool cleaning,” “wire brushing,” or “blast cleaning” or similar words are used in these specifications or in paint manufacturer’s specifications, they shall be understood to refer to the applicable SSPC (Society for Protective Coatings), surface preparation specifications listed above. E. Do not apply any part of a coating system before the Owner’s Representative has reviewed the surface preparation. If coating has been applied without this review, if directed by the Owner’s Representative, remove the applied coating by abrasive blasting and reapply the coat in accordance with this specification. 3.03 PAINTING SYSTEMS A. All materials of a specified painting system, including primer, intermediate, and finish coats, shall be produced by the same manufacturer. Thinners, cleaners, driers, and other additives shall be as recommended by the paint manufacturer for the particular coatin g system. B. Deliver paints to the jobsite in the original, unopened containers. 3.04 PAINT STORAGE AND MIXING A. Store and mix materials only in areas designated for that purpose by the Owner’s Representative. The area shall be well-ventilated, with precautionary measures taken to prevent fire hazards. Post “No Smoking” signs. Storage and mixing areas shall be cle an and free of rags, waste, and scrapings. Tightly close containers after each use. Store paint at an ambient temperature from 50°F to 100°F. B. Prepare multiple-component coatings using all of the contents of the container for each component as packaged by the paint manufacturer. Do not use partial batches. Do not use multiple-component coatings that have been mixed beyond their pot life. Provide Page 722 of 1165 DRAFT - NOT FOR CONSTRUCTION PAINTING AND COATING 099000-4 City of SLO Reservoir No. 2 Cover Replacement - 14 Apr 2023 small quantity kits for touch-up painting and for painting other small areas. Mix only the components specified and furnished by the paint manufacturer. Do not intermix additional components for reasons of color or otherwise, even within the same generic type of coating. 3.05 PROCEDURES FOR THE APPLICATION OF COATINGS A. Conform to the requirements of SSPC PA-1. Follow the recommendations of the coating manufacturer including the selection of spray equipment, brushes, rollers, cleaners, thinners, mixing, drying time, temperature and humidity of application, and safety precautions. B. Stir, strain, and keep coating materials at a uniform consistency during application. Power mix components. For multiple component materials, premix each component before combining. Apply each coating evenly, free of brush marks, sags, runs, and other evidence of poor workmanship. Use a different shade or tint on succeeding coating applications to indicate coverage where possible. Finished surfaces shall be free from defects or blemishes. C. Do not use thinners or additives unless recommended by the coating manufacturer. If thinning is allowed, do not exceed the maximum allowable amount of thinner per gallon of coating material. Stir coating materials at all times when adding thinner. Do not flood the coating material surface with thinner prior to mixing. Do not reduce coating materials more than is absolutely necessary to obtain the proper application characteristics and to obtain the specified dry-film thicknesses. D. Remove dust, blast particles, and other debris from blast cleaned surfaces by dusting, sweeping, and vacuuming. Allow ventilator fans to clean airborne dust to provide good visibility of working area prior to coating applications. Remove dust from coated surfaces by dusting, sweeping, and vacuuming prior to applying succeeding coats. E. Apply coating systems to the specified minimum dry-film thicknesses as determined per SSPC PA-2. F. Apply primer immediately after blast cleaning and before any surface rusting occurs, or any dust, dirt, or any foreign matter has accumulated. Reclean surfaces by blast cleaning that have surface colored or become moist prior to coating application. G. Apply a brush coat of primer on welds, sharp edges, nuts, bolts, and irregular surfaces prior to the application of the primer and finish coat. Apply the brush coat prior to and in conjunction with the spray coat application. Apply the spray coat over the brush coat. H. Before applying subsequent coats, allow the primer and intermediate coats to dry for the minimum curing time recommended by the manufacturer. In no case shall the time between coats exceed the manufacturer’s recommendation. I. Each coat shall cover the surface of the preceding coat completely, and there shall be a visually perceptible difference in applied shade or tint of colors. Page 723 of 1165 DRAFT - NOT FOR CONSTRUCTION PAINTING AND COATING 099000-5 City of SLO Reservoir No. 2 Cover Replacement - 14 Apr 2023 J. Applied coating systems shall be cured at 75°F or higher for 48 hours. If temperature is lower than 75°F, curing time shall be in accordance with printed recommendations of the manufacturer, unless otherwise allowed by the Owner’s Representative. K. Assembled parts shall be disassembled sufficiently before painting or coating to ensure complete coverage by the required coating. 3.06 SURFACES NOT TO BE COATED Do not paint the following surfaces unless otherwise noted in the drawings or in other specification sections. 3.07 PROTECTION OF SURFACES NOT TO BE PAINTED Remove, mask, or otherwise protect hardware, lighting fixtures, switch plates, aluminum surfaces, machined surfaces, couplings, shafts, bearings, nameplates on machinery, and other surfaces not intended to be painted. Provide drop cloths to prevent paint materials from falling on or marring adjacent surfaces. Protect working parts of mechanical and electrical equipment from damage during surface preparation and painting process. Mask openings in motors to prevent paint and other materials from entering the motors. 3.08 REPAIR OF IMPROPERLY COATED SURFACES If the item has an improper finish color or insufficient film thickness, clean and topcoat the surface with the specified paint material to obtain the specified color and coverage. Sandblast or power-sand visible areas of chipped, peeled, or abraded paint, feathering the edges. Then prime and finish coat in accordance with the specifications. Work shall be free of runs, bridges, shiners, laps, or other imperfections. 3.09 CLEANING A. During the progress of the work, remove discarded materials, rubbish, cans, and rags at the end of each day’s work. B. Thoroughly clean brushes and other application equipment at the end of each period of use and when changing to another paint or color. C. Upon completion of painting work, remove masking tape, tarps, and other protective materials, using care not to damage finished surfaces. END OF SECTION Page 724 of 1165 DRAFT - NOT FOR CONSTRUCTION GENERAL ELECTRICAL PROVISIONS 260000-1 City of SLO Reservoir No. 2 Cover Replacement - 14 Apr 2023 SECTION 260000 GENERAL ELECTRICAL PROVISIONS PART 1 GENERAL 1.01 DESCRIPTION A. This section covers the basic electrical provisions for all electrical, controls, and instrumentation equipment. 1.02 RELATED WORK ELSEWHERE A. Seismic Restraint for Electrical Equipment, Section 260012 B. Basic Electrical Materials and Methods, Section 260020 C. Panelboards, Section 262416 1.03 SUBMITTALS A. Preconstruction Submittal Product Data Identification Plates Warning Signs Anchor Bolts Seismic Calculations Paint Colors 1.04 APPROVAL REQUIREMENTS A. Where materials and equipment are specified to conform to the standards of the Underwriters Laboratories (UL), Inc., the label of, or listing with re-examination, in UL- 05 will be acceptable as sufficient evidence that the items conform to the requirements. B. Where materials or equipment are specified to be constructed or tested in accordance with the standards of NEMA, ANSI, ASTM, or other recognized standards, a manufacturer's certificate of compliance indicating complete compliance of each item with the applicable NEMA, ANSI, ASTM, or other commercial standards specified will be acceptable as proof of compliance. 1.05 PREVENTION OF CORROSION A. Metallic materials shall be protected against corrosion. Equipment enclosures shall be given a rust-inhibiting treatment and the standard finish by the manufacturer. Aluminum shall not be used in contact with earth. Dissimilar metals in intimate contact shall be protected by approved fittings, barrier material, and treatment. Ferrous metals such as anchors, bolts, braces, boxes, bodies, clamps, fittings, guards, nuts, pins, rods, shims, thimbles, washers, and miscellaneous parts not of corrosion-resistant steel or nonferrous Page 725 of 1165 DRAFT - NOT FOR CONSTRUCTION GENERAL ELECTRICAL PROVISIONS 260000-2 City of SLO Reservoir No. 2 Cover Replacement - 14 Apr 2023 materials shall be hot-dip galvanized in accordance with ASTM A 123 for exterior locations and cadmium-plated in conformance with FS W-J-800 for interior locations. 1.06 HAZARDOUS AREAS A. Electrical work within any hazardous location shall meet the applicable requirements of NFPA 70, Chapter 5, and Articles 500 through 517. The following definitions apply: B. Explosion proof: A receptacle, fixture, device, or equipment enclosure that is designed to withstand explosion of a specified liquid, gas, vapor, or dust within the enclosure and to prevent the ignition of a specified gas, vapor, or dust surrounding the enclosure by sparks, flashes, or explosions of the specified liquid, gas, vapor, or dust that may occur within the enclosure. Enclosure shall be capable of operating at an external temperature that will not ignite a surrounding flammable atmosphere. C. Hazardous location: An area where ignitable vapors or dust may cause a fire or explosion created by energy emitted from lighting or other electrical equipment or by electrostatic generation. The hazardous location is in the area of the standby generator equipment and generator fuel tank. The areas of water or water vapor are near the pumps, the pump control valves, the pressure switches, the pressure transmitters, and the fire sprinklers. D. NFPA 70, Article 500-2 lists chemical atmospheres by groups A, B, C, and D. In addition, although not defined as a hazardous material by the NEC, oxygen concentrations (liquid and gaseous) are considered to provide a hazard because of the increased flammability of materials exposed to oxygen. Therefore, oxygen concentrations shall be classified under Group D. E. Damp or wet locations: Areas around the process piping, pumps, valves, instruments, and drains where pooling water, splashing water and water vapors may be present. Construction materials shall be selected that are waterproof and weather resistant to prevent damage to electrical wiring. PART 2 PRODUCTS 2.01 IDENTIFICATION PLATES A. Identification plates shall be 3-layer black-white-black, engraved to show white letters on a black background. Letters shall be uppercase. Identification plates 1 ½ inch high and smaller shall be 1/8-inch-thick with engraved lettering 1/8 inch high. Identification plates larger than 1 ½ inch high shall be 1/8-inch-thick with engraved lettering not less than ¼ inch high. Identification plates having edges of 1 ½ inch high and larger shall be beveled. The plates shall be attached using stainless steel machine screws. 2.02 WARNING SIGNS Page 726 of 1165 DRAFT - NOT FOR CONSTRUCTION GENERAL ELECTRICAL PROVISIONS 260000-3 City of SLO Reservoir No. 2 Cover Replacement - 14 Apr 2023 A. Each item of electrical equipment operating at 480 volts and above shall be provided with conspicuously located warning signs conforming to the requirements of Occupational Safety and Health Agency (OSHA) standards. B. Any equipment with externally powered wiring shall be marked with a laminated plastic nameplate having ¼-inch high white letters on a red background as follows: DANGER - EXTERNAL VOLTAGE SOURCE C. Safety color-coding for identification of warning signs shall conform to NEMA Z 535. 2.03 ANCHOR BOLTS A. Anchor bolts shall be provided for equipment placed on concrete equipment pads or slabs. Anchors shall be placed at standard distances for the devices are mounted to existing structures. Cast in place anchors shall comply with ASTM A36, ASTM307, or ASTMF1554, 36ksi. Anchor permanently exposed to weather or wet environments shall be stainless steel. The anchor bolts are to be suitable for use in concrete applications. Equipment mounted to concrete block walls shall be CMU rated. B. Manufacturers for concrete or masonry block anchors shall be Hilti Kwik Bolt TZ or the Red Head Dynabolt or an approved equivalent. 2.04 SEISMIC ANCHORAGE A. Electrical equipment, except communications, emergency, and standby equipment, shall be anchored to withstand a lateral force of 0.3 times the weight of the equipment. B. Communications, emergency, and standby equipment shall be anchored to withstand a lateral force of 0.6 times the weight of the equipment. C. Radio masts or antennas shall be anchored to support the devices mounted on the mast to withstand a 100-mph wind load. 2.05 PAINTING A. Enclosures of the following listed items shall be cleaned, primed, and factory-painted inside and outside in accordance with MS MIL-T-704. ITEM FINISH COLOR Panel boards Manufacturer's standard Electric Heaters Manufacturer's standard Motors Manufacturer's standard Page 727 of 1165 DRAFT - NOT FOR CONSTRUCTION GENERAL ELECTRICAL PROVISIONS 260000-4 City of SLO Reservoir No. 2 Cover Replacement - 14 Apr 2023 Limit Switches Manufacturer's standard Control Components Manufacturer's standard PART 3 EXECUTION 3.01 COORDINATED POWER SYSTEM PROTECTION 3.1.1 Coordination Study A. The contractor shall prepare a study to demonstrate that the equipment and system constructed within the scope of these Contract Documents, meet the specified requirements for equipment ratings, coordination, and protection. The study shall be in accordance with IEEE 242 and IEEE 399. The study shall include the name of the software developer, software package and software version number in the computer- generated studies. The system short circuit study report shall begin the study at the main service electrical gear and extend down the system through all buses. The study shall include a balanced three-phase fault, bolted line-to-line fault and line-to-ground fault study. Prepare a one-line diagram to show the electrical system buses, transformers and all sources of fault current including generators and motors. The study shall utilize manufacturer's data for the actual proposed equipment (e.g., transformer impedance). The study shall coordinate the available utility fault current with the power utility company by collecting the service transformer information, primary service wire size, and primary service voltage from the power utility. The report shall include the input data in tabular form in the report and/or on the one-line diagram such as utility fault current or MVA and X/R ratio, bus voltages, conductor sizes and type of conduit, generator and motor sizes and contributions, transformer sizes and impedances. The study shall depict available fault current at each bus in tabular form in the report and/or on the one-line diagram. The study shall perform studies for both normal power and emergency/standby power scenarios. B. The system protective coordination study report shall begin the study at the main service electrical gear and extend down the system through all buses as required to ensure a coordinated power system. Demonstrate that the maximum possible degree of selectivity has been obtained between devices specified for the protection of equipment and conductors from damage from overloads and fault conditions. Where necessary, an appropriate compromise shall be made between system protection and service continuity. Consider system protection and service continuity to be of equal importance. Prepare a one-line diagram to show the electrical system buses, transformers, and protective devices. Utilize manufacturer's data for the actual proposed protective devices. Summarize the coordination study, conclusions, and recommendations. As a minimum, include the manufacturer's information used to prepare the study, assumptions made during the study, recommended taps, and settings of all adjustable devices in tabulated form. Page 728 of 1165 DRAFT - NOT FOR CONSTRUCTION GENERAL ELECTRICAL PROVISIONS 260000-5 City of SLO Reservoir No. 2 Cover Replacement - 14 Apr 2023 C. The report shall show composite coordination time-current curves on log-log paper showing the settings for each protective device will provide protection and selectivity that identify each curve and depict the cable and equipment damage points. The study should include the circuit interrupting device operating and interrupting times. D. The report shall advise the Engineer of potential coordination problems discovered during the study and include recommendations to resolve the problem. If there are potential coordination problems, it shall provide time-current curves for the "as found" and "proposed" conditions for upgrade/retrofit projects. The contractor shall submit the report for approval 30 days prior to equipment energization. A licensed and registered Electrical Engineer in the State of California shall prepare the document. 3.1.2 System Arc Flash Report: A. The contractor shall prepare a system arc flash report that shall begin at the main switchboard and extend down the system to the motor control centers. The report shall include the following at a minimum, arcing fault clearing time, arc flash protection, prohibited, restricted and limited approach boundaries per NFPA 70E, individual arcing current contributions. The report shall assign hazard categories based on NFPA 70E. The Contractor shall make recommendations and changes to limit the hazard risk categories to 2 or below. Arc flash labels shall be provided for all electrical equipment showing hazard category and PPE requirements. The contractor shall submit the report for approval 30 days prior to equipment energization. A licensed and registered Electrical Engineer in the State of California shall prepare the document. 3.1.3 Adjustable Circuit Breakers: A. Set all circuit breaker adjustable taps as defined on the Drawings, except adjust motor circuit protectors per the motor nameplate and NFPA 70 requirements. 3.2 INSTALLATION A. Installation shall be accomplished by workers skilled in this type of work. Installation shall be made so that there is no degradation of the designed fire ratings of walls, partitions, ceilings, and floors. Except as otherwise indicated, emergency switches and alarms shall be installed in conspicuous locations between the heights of 3’ and 5’-6”. B. The clearance distance in front of 120/240 VAc electrical equipment shall be 36”. The clearance distance in front of 277/480 VAc electrical equipment shall be 42” when no other electrical equipment in front and 48” between electrical equipment. 3.3 IDENTIFICATION PLATE INSTALLATION A. Identification plates shall be fastened by means of stainless-steel machine screws. Hand lettering, marking, or embossed self-adhesive tapes are not acceptable. Page 729 of 1165 DRAFT - NOT FOR CONSTRUCTION GENERAL ELECTRICAL PROVISIONS 260000-6 City of SLO Reservoir No. 2 Cover Replacement - 14 Apr 2023 3.4 EQUIPMENT PADS A. Equipment pads shall be constructed with a minimum 4-inch margin on each side of the equipment and supports. 3.5 CUTTING AND PATCHING B. Contractor shall install his work in such a manner and at such time as will require a minimum of cutting and patching on the building structure. C. Holes in or through existing masonry walls and floors in exposed locations shall be drilled and smoothed by sanding. Use of a jackhammer will be permitted only where specifically approved. 3.6 DAMAGE TO WORK A. Required repairs and replacement of damaged work shall be done as directed by and subject to the approval of the Engineer, and at no additional cost to the Owner. 3.7 CLEANING A. Exposed surfaces of wire ways, conduit systems, and equipment that have become covered with dirt, plaster, or other material during handling and construction shall be thoroughly cleaned before such surfaces are prepared for final finish or painting or are enclosed within the building structure. B. Before final acceptance, electrical equipment, including lighting fixtures and glass, shall be clean and free from dirt, grease, and finger marks. 3.8 FIELD TESTING AND TEST EQUIPMENT A. All field-testing specified in Divisions 26 electrical specification shall be made with test equipment specially designed and calibrated for the purpose. Test equipment used shall be calibrated and certified by an approved testing laboratory. Date of last calibration and certification shall not be more than 90 days old at the time of field-testing. END OF SECTION Page 730 of 1165 DRAFT - NOT FOR CONSTRUCTION SEISMIC RESTRAINT FOR ELECTRICAL EQUIPMENT 260012-1 City of SLO Reservoir No. 2 Cover Replacement - 14 Apr 2023 SECTION 260012 SEISMIC RESTRAINT FOR ELECTRICAL EQUIPMENT PART 1 GENERAL 1.01 DESCRIPTION A. This section covers the seismic requirements for all electrical, controls, and instrumentation equipment. 1.02 RELATED WORK ELSEWHERE A. General Electrical Provisions, Section 260000 B. Basic Electrical Materials and Methods, Section 260020 C. Panelboards, Section 262416 1.03 SUBMITTALS A. Preconstruction Submittal Seismic Report Equipment Anchors 1.04 APPROVAL REQUIREMENTS A. Where materials and equipment are specified to conform to the standards of the Underwriters Laboratories (UL), Inc., the label of, or listing with re-examination, in UL- 05 will be acceptable as sufficient evidence that the items conform to the requirements. B. Where materials or equipment are specified to be constructed or tested in accordance with the standards of NEMA, ANSI, ASTM, or other recognized standards, a manufacturer's certificate of compliance indicating complete compliance of each item with the applicable NEMA, ANSI, ASTM, or other commercial standards specified will be acceptable as proof of compliance. PART 2 PRODUCTS 2.01 SEISMIC ANCHORING AND RESTRAINTS 2.1.1 Equipment Anchors A. All electrical equipment shall be securely anchored for the above listed equipment. All anchoring shall have the capacity of withstanding seismic forces per the California building code Zone 4, with Z = 0.4, cp = 1.0, and Ip = 1.5. CP may be two thirds of the value specified for components mounted on foundations at grade or on floor slabs on earth grade. Page 731 of 1165 DRAFT - NOT FOR CONSTRUCTION SEISMIC RESTRAINT FOR ELECTRICAL EQUIPMENT 260012-2 City of SLO Reservoir No. 2 Cover Replacement - 14 Apr 2023 B. All wall and roof mounted electrical conduits shall be seismic secured as per manufacturers recommended installations. Anchors for mounting equipment to block walls shall be CMU rated. C. The anchors shall be sized accordingly and be made from stainless steel. PART 3 EXECUTION 3.01 EQUIPMENT A. All equipment anchors in accordance with the final shop drawings and manufacturers recommendations. Properly torque all bolts to the required values. END OF SECTION Page 732 of 1165 DRAFT - NOT FOR CONSTRUCTION BASIC ELECTRICAL MATERIALS AND METHODS 260020-1 City of SLO Reservoir No. 2 Cover Replacement - 14 Apr 2023 SECTION 260020 BASIC ELECTRICAL MATERIALS AND METHODS PART 1 GENERAL 1.01 DESCRIPTION A. This section covers the basic electrical materials and methods for all electrical, controls, and instrumentation equipment. 1.02 RELATED WORK ELSEWHERE A. General Electrical Provisions, Section 260000 B. Seismic Restraint for Electrical Equipment, Section 260012 C. Panelboards, Section 262416 1.03 SUBMITTALS A. Preconstruction Submittal Product Data Conduits and Fittings Wire and Cable Wire Labels Splices and Connectors Switches Receptacles Outlets, Outlet Boxes, and Junction Boxes Circuit Breakers Transformers Ground Bar 1.04 APPROVAL REQUIREMENTS A. Where materials and equipment are specified to conform to the standards of the Underwriters Laboratories (UL), Inc., the label of, or listing with re-examination, in UL- 05 will be acceptable as sufficient evidence that the items conform to the requirements. B. Where materials or equipment are specified to be constructed or tested in accordance with the standards of NEMA, ANSI, ASTM, or other recognized standards, a manufacturer's certificate of compliance indicating complete compliance of each item with the applicable NEMA, ANSI, ASTM, or other commercial standards specified will be acceptable as proof of compliance. PART 2 PRODUCTS 2.01 MATERIALS Page 733 of 1165 DRAFT - NOT FOR CONSTRUCTION BASIC ELECTRICAL MATERIALS AND METHODS 260020-2 City of SLO Reservoir No. 2 Cover Replacement - 14 Apr 2023 A. Materials and equipment to be provided shall be the standard cataloged products of manufacturers regularly engaged in the manufacture of the products. 2.01.1 Rigid Steel Conduit A. Rigid steel conduit shall be in accordance with UL 6 and shall be galvanized by the hot- dip process. Where underground and in corrosive areas, rigid steel conduit shall be polyvinyl chloride (PVC) coated in accordance with NEMA RN 1 or shall be painted with bitumastic. B. Fittings for rigid steel conduit shall be threaded. C. Gaskets shall be solid. Conduit fittings with blank covers shall have gaskets, except in clean, dry areas or at the lowest point of a conduit run where drainage is required. D. Covers shall have captive screws and shall be accessible after the work has been completed. E. Manufacturers for PVC coated rigid steel conduit shall be Thomas and Betts OCAL, Robroy Industries, or an approved equivalent. 2.01.2 Electrical Metallic Tubing (EMT) A. EMT shall be in accordance with UL 797 and shall be zinc coated steel. Couplings and connectors shall be zinc-coated, rain tight, gland compression with insulation throat. Crimp, spring, or setscrew type fittings shall not be acceptable. B. Manufacturers for electrical metallic tubing shall be Thomas and Betts, Allied Tube and Conduit or an approved equivalent. 2.01.3 Flexible Metallic Conduit A. Flexible metallic conduit shall be in accordance with UL 1 and shall be galvanized steel or PVC coated rigid galvanized steel. B. Fittings for flexible metallic conduit shall be specifically designed for such conduit. C. Liquid tight flexible metallic conduit shall be provided with a protective jacket of PVC extruded over a flexible interlocked galvanized steel core to protect wiring against moisture, oil, chemicals, and corrosive fumes. D. Fittings for liquid tight flexible metallic conduit shall be specifically designed for such conduit. Page 734 of 1165 DRAFT - NOT FOR CONSTRUCTION BASIC ELECTRICAL MATERIALS AND METHODS 260020-3 City of SLO Reservoir No. 2 Cover Replacement - 14 Apr 2023 E. Manufacturers for liquid tight flexible metallic conduit shall be Thomas and Betts or an approved equivalent. 2.01.4 Rigid Nonmetallic Conduit A. Rigid nonmetallic conduit shall be in accordance with NEMA TC 13 and shall be PVC with wall thickness not less than Schedule 40. B. Manufacturers for rigid nonmetallic conduit shall be Carlon or an approved equivalent. 2.01.5 Wireways and Auxiliary Gutters A. Wireway and auxiliary gutters shall be a minimum 4 by 4 inches’ trade size conforming to UL 870. B. Manufacturers for wireways and auxiliary gutters shall be Cooper Industries, Hammond, Hoffman, or an approved equivalent. 2.02 WIRE AND CABLE A. Conductors installed in conduit shall be copper 600-volt type THHN in dry locations (4 feet above grade) or THWN in wet locations (anything less than 4 feet above grade). All conductors 8 AWG and larger, shall be stranded. All conductors smaller than 8 AWG shall be stranded. B. Flexible cable shall be Type SO and shall contain a grounding conductor with green insulation. C. Conductors installed in plenums shall be marked plenum rated. 2.03 SPLICES AND CONNECTORS A. Splices in 8 AWG and smaller shall be made with approved indentor crimp-type connectors and compression tools. B. Splices in 6 AWG and larger shall be made with insulated bolted clamp-type connectors. Joints shall be wrapped with an insulating tape that has an insulation and temperature-rating equivalent to that of the conductor. Splices made between fine and coarse stranded conductors shall use fine stranded insulated connectors with an integral sleeve which maintains the conductor shape during tightening. 2.04 SWITCHES 2.04.1 Safety Switches Page 735 of 1165 DRAFT - NOT FOR CONSTRUCTION BASIC ELECTRICAL MATERIALS AND METHODS 260020-4 City of SLO Reservoir No. 2 Cover Replacement - 14 Apr 2023 A. Safety switches shall be in accordance with NEMA KS 1, and shall be the heavy-duty type with enclosure, voltage, current rating, number of poles, and fusing as indicated. Switch construction shall be such that, with the switch handle in the "ON" position, the cover or door cannot be opened. Cover release device shall be coin proof and shall be so constructed that an external tool must be used to open the cover. Provisions shall be made to lock the handle in the "OFF" position, but the switch shall not be capable of being locked in the "ON" position. B. Switches shall be of the quick-make, quick-break type. Terminal lugs shall be approved for use with copper conductors. C. Safety color-coding for identification of safety switches shall conform to NEMA Z 535. D. Manufacturers for safety switches shall be Eaton, Square D, Allen Bradley, or an approved equivalent. 2.04.2 Toggle Switches A. Toggle switches shall be in accordance with EIA 480, and LED lighting fixtures and shall be of the heavy duty, general purpose, and non-interchangeable flush-type. B. Toggle switches shall be industrial grade toggle type, single-pole, devices rated 20 amperes at 277 volts, 60-hertz alternating current (ac) only. C. All toggle switches shall be products of the same manufacturer. D. Refer to section 265100 for toggle switches used in lighting equipment. E. Manufacturer for toggle switches shall be Leviton, Lutron, or an approved equivalent. 2.05 RECEPTACLES A. Receptacles shall be commercial grade, 20A, 125 VAC, 2-pole, 3-wire duplex conforming to NEMA WD 6, NEMA 5-20R. Ground fault interrupter receptacles shall be installed as indicated on the drawings. Weatherproof covers shall be installed as shown on the drawings. B. Manufacturers for the GFCI receptacles shall be Leviton or an approved equivalent. 2.06 OUTLETS, OUTLET BOXES, AND PULL BOXES A. Outlet boxes for use with conduit systems shall be in accordance with NEMA FB 1 and NEMA OS 1 and shall be not less than 2.5 inches deep. Pull and junction boxes shall be furnished with stainless steel screw-fastened covers. 2.07 CIRCUIT BREAKERS Page 736 of 1165 DRAFT - NOT FOR CONSTRUCTION BASIC ELECTRICAL MATERIALS AND METHODS 260020-5 City of SLO Reservoir No. 2 Cover Replacement - 14 Apr 2023 A. Circuit-breaker interrupting rating shall be not less than those indicated shall and in no event less than 10,000 amperes root-mean-square (rms) symmetrical at 120 or 240 volts, respectively. Multi-pole circuit breakers shall be the common-trip type with a single handle. Molded case circuit breakers shall be bolt-on type conforming to UL 489. 2.08 DRY-TYPE DISTRIBUTION TRANSFORMERS A. General-purpose dry-type transformers with windings 600 volts or less shall be two- winding, 60 hertz, self-cooled in accordance with UL 506. Windings shall have a minimum of two 2-1/2-percent taps above and below nominal voltage. The transformer shall be ventilated. 2.09 PREMISE GROUND BAR A. The premise ground bar shall be ¼” copper plate with mounting holes and insulated mounting kits. The copper plate shall have an UL listed for 90C, and 600 V. The copper plate shall have at least sixteen (16) ¼" holes. The premise ground bar shall be a Hubbel HBBB14210A or an approved equivalent. PART 3 EXECUTION 3.01 CONDUITS, RACEWAYS, AND FITTINGS A. Conduit runs between outlet and outlet, between fitting and fitting, or between outlet and fitting shall contain not more than the equivalent of three 90-degree bends, including those bends located immediately at the outlet or fitting. B. Crushed or deformed conduit shall not be installed. Trapped conduit runs shall be avoided where possible. Care shall be taken to prevent the lodgment of foreign material in the conduit, boxes, fittings, and equipment during the course of construction. Clogged conduit shall be cleared of obstructions or shall be replaced. C. Conduit and raceway run concealed in or behind walls, above ceilings, or exposed on walls and ceilings 5 feet or more above finished floors and not subject to mechanical damage may be electrical metallic tubing (EMT). 3.01.1 Rigid Steel Conduit A. Field-made bends and offsets shall be made with approved hickey or conduit bending machine. Conduit elbows larger than 2-½ inch shall be long radius. B. Conduit stubbed-up through concrete floors for connections to freestanding equipment with the exception of motor-control centers, cubicles, and other such items of equipment, shall be provided with a flush coupling when the floor slab is of sufficient thickness. Otherwise, a floor box shall be provided and set flush with the finished floor. Page 737 of 1165 DRAFT - NOT FOR CONSTRUCTION BASIC ELECTRICAL MATERIALS AND METHODS 260020-6 City of SLO Reservoir No. 2 Cover Replacement - 14 Apr 2023 Conduits installed for future use shall be terminated with a coupling and plug set flush with the floor. 3.01.2 Electrical Metallic Tubing (EMT) A. EMT shall be grounded in accordance with NFPA 70, using pressure-grounding connectors especially designed for EMT. 3.01.3 Flexible Metallic Conduit A. Flexible metallic conduit shall be used to connect recessed fixtures from outlet boxes in ceilings, transformers, and other approved assemblies. B. Bonding wires shall be used in flexible conduit as specified in NFPA 70, for all circuits. Flexible conduit shall not be considered a ground conductor. Electrical connections to vibration-isolated equipment shall be made with flexible metallic conduit. C. Liquid tight flexible metallic conduit shall be used in wet and oily locations and to complete the connection to motor-driven equipment. 3.01.4 Rigid Nonmetallic Conduit A. Rigid PVC conduit shall be direct buried. B. A green insulated copper-grounding conductor shall be in conduit with conductors and shall be solidly connected to ground at each end. Grounding wires shall be sized in accordance with NFPA 70. 3.01.5 Wireway and Auxiliary Gutter A. Straight sections and fittings shall be bolted together to provide a rigid, mechanical connection and electrical continuity. Dead ends of wireways and auxiliary gutters shall be closed. Unused conduit openings shall be plugged. B. Wireways for overhead distribution and control circuits shall be supported at maximum 5 feet intervals. C. Auxiliary gutters used to supplement wiring spaces for equipment not contained in a single enclosure shall contain no switches, over current devices, appliances, or apparatus and shall be not more than 30 feet long. 3.01.6 Surface Raceways and Assemblies A. Surface raceways shall be mounted plumb and level, with the base and cover secured. Minimum circuit run shall be three-wire with one wire designated as ground. Page 738 of 1165 DRAFT - NOT FOR CONSTRUCTION BASIC ELECTRICAL MATERIALS AND METHODS 260020-7 City of SLO Reservoir No. 2 Cover Replacement - 14 Apr 2023 3.02 WIRING A. Feeder and branch circuit conductors shall be color-coded as follows: CONDUCTOR COLOR AC 480 Phase A Brown 480 Phase B Orange 480 Phase C Yellow 208/240 Phase A Black 208/240 Phase B Red 208/240 Phase C Blue 120 Volt Black Neutral White Equipment Grounds Green or Green with Yellow Stripe B. Conductors up to and including 2 AWG in diameter shall be manufactured with colored insulating materials. Conductors larger than 2 AWG shall have ends identified with color plastic tape in outlet, pull, or junction boxes. C. Splices shall be in accordance with the NFPA 70. Conductor identification shall be provided within each enclosure where a tap, splice, or termination is made and at the equipment terminal of each conductor. Terminal and conductor identification shall match as indicated. D. Where several feeders pass through a common pull box, the feeders shall be tagged clearly to indicate the electrical characteristics, circuit number, and panel designation. E. Wire nuts and butt splices shall not be used on any part of this project. All wiring connections will be made on terminals in junction boxes or control enclosures. 3.03 IDENTIFICATION PLATES AND WARNINGS A. Identification plates shall be furnished for lighting and power panel boards, motor control centers, all line voltage heating and ventilating control panels, fire detector and sprinkler alarms, doorbells, pilot lights, disconnect switches, manual starting switches, and magnetic starters. Process control devices and pilot lights shall have identification plates. B. Identification plates shall be furnished for all line voltage enclosed circuit breakers, identifying the equipment served, voltage, phase(s), and power source. Circuits 480 volts and above shall have conspicuously located warning signs in accordance with OSHA requirements. 3.04 PAINTING Page 739 of 1165 DRAFT - NOT FOR CONSTRUCTION BASIC ELECTRICAL MATERIALS AND METHODS 260020-8 City of SLO Reservoir No. 2 Cover Replacement - 14 Apr 2023 A. Exposed conduit shall be thoroughly cleaned and painted per Specification Section 099000, System 42. 3.05 FIELD TESTING A. After completion of the installation and splicing, joints, and terminations, and prior to energizing the conductors, wire and cable shall be given continuity and insulation tests before the conductors are energized. B. Final acceptance will depend upon the satisfactory performance of equipment. No conductor shall be energized until the installation has been approved. END OF SECTION Page 740 of 1165 DRAFT - NOT FOR CONSTRUCTION PANELBOARDS 262416-1 City of SLO Reservoir No. 2 Cover Replacement - 14 Apr 2023 SECTION 262416 PANELBOARDS PART 1 GENERAL 1.01 DESCRIPTION A. This section covers the basic electrical provisions for all electrical, controls, and instrumentation equipment. 1.02 RELATED WORK ELSEWHERE A. General Electrical Provisions, Section 260000 B. Seismic Restraint for Electrical Equipment, Section 260012 C. Basic Electrical Materials and Methods, Section 260020 1.03 SUBMITTALS A. Preconstruction Submittal Product Data Identification Plates Warning Signs Anchor Bolts Seismic Calculations Paint Colors 1.04 APPROVAL REQUIREMENTS A. Where materials and equipment are specified to conform to the standards of the Underwriters Laboratories (UL), Inc., the label of, or listing with re-examination, in UL- 05 will be acceptable as sufficient evidence that the items conform to the requirements. B. Where materials or equipment are specified to be constructed or tested in accordance with the standards of NEMA, ANSI, ASTM, or other recognized standards, a manufacturer's certificate of compliance indicating complete compliance of each item with the applicable NEMA, ANSI, ASTM, or other commercial standards specified will be acceptable as proof of compliance. PART 2 PRODUCTS 2.01 PANELBOARDS A. Power-distribution panel boards and lighting and appliance branch-circuit panel boards shall be totally enclosed in a steel cabinet, dead-front circuit breaker type with copper buses, surface- or flush-mounted as indicated. Panel boards shall conform to NEMA PB Page 741 of 1165 DRAFT - NOT FOR CONSTRUCTION PANELBOARDS 262416-2 City of SLO Reservoir No. 2 Cover Replacement - 14 Apr 2023 1 and NEMA AB 1. Branch circuit panels shall have buses fabricated for bolt-on type circuit breakers. B. An outer door or cover, hinged on one side, shall be provided on surface-mounted panel boards to provide gutter space access. A center door shall be provided for circuit breaker/switch access only. C. Voltage and current rating, number of phases, and number of wires shall be as indicated. Four-wire distribution panel boards and lighting and appliance branch-circuit panel boards shall be provided with an isolated full-capacity neutral bus. Panel boards shall be rated for 120/208-volt, three-phase, and 60-hertz current. D. Panel boards shall be provided with a separate grounding bus bonded to the enclosure. Grounding bus shall be a solid bus bar of rectangular cross section equipped with binding screws for the connection of equipment grounding conductors. E. Each panel board, as a complete unit, shall have a short-circuit current rating equal to or greater than the integrated equipment rating shown on the panel board schedule or as indicated. F. Panel boards and main lugs or main breaker shall have current ratings as shown on the panel board schedule. G. Bus bar connections to the branch circuit breakers shall be the "distributed phase" or "phase sequence" type. Single-phase panel board busing shall be such that when any two-adjacent single-pole breakers are connected to opposite phases; two-pole breakers can be installed in any location. H. Current-carrying parts of the bus assembly shall be plated. Mains ratings shall be as shown. Mechanical lugs furnished with panel boards shall be cast copper or copper alloys of sizes suitable for the conductors indicated to be connected thereto. I. Boxes shall have the manufacturer's standard knockouts and shall be galvanized code- gage sheet steel. Fronts shall be of code-gage sheet steel furnished with hinged doors with adjustable trim clamps for securing the fronts to the boxes. J. Panel board enclosures shall be NEMA Type 1 and enclosures shall be provided with hinged fronts and corrosion-resistant steel pin-tumbler cylinder locks. Locks shall be keyed alike, and two keys shall be provided for each enclosure. Panel boards shall be finished with baked enamel. Finish color shall be No. 61 gray conforming to FED-STD 595. 2.02 CIRCUIT BREAKERS Page 742 of 1165 DRAFT - NOT FOR CONSTRUCTION PANELBOARDS 262416-3 City of SLO Reservoir No. 2 Cover Replacement - 14 Apr 2023 A. Interrupting rating of circuit breakers shall be as indicated. If not shown, the interrupting rating for circuit breakers in 120/208-volt panel boards shall be not less than 10,000 amperes rms symmetrical. B. Circuit breakers shall be bolt-on type. Plug-in type shall not be acceptable. C. In branch circuit panel boards, branch circuit breakers feeding convenience outlets shall have sensitive instantaneous trip settings of not more than 10 times the trip rating of the breaker to prevent repeated arcing shorts resulting from frayed appliance cords. Single- pole 15- and 20-ampere circuit breakers shall be UL listed as "Switching Breakers" at 120 volts ac. UL Class A (1/4-inch sensitivity) ground fault circuit protection shall be provided on 120-volt ac branch circuit as indicated. This protection shall be an integral part of the branch circuit breaker that also provides overload and short-circuit protection for branch circuit wiring. Tripping of a branch circuit breaker containing ground fault circuit interruption shall not disturb the feeder circuit to the panel board. A single-pole circuit breaker with integral ground fault circuit interruption shall require no more panel board branch circuit space than a conventional slide pole circuit breaker. Connections to the bus shall be bolt-on type. D. When multiple wires per phase are specified, the circuit breakers shall be furnished with connectors made to accommodate multiple wires. E. Circuit breaker spaces called out on the drawings shall be complete with mounting hardware to permit ready installation of the circuit breakers. 2.03 DIRECTORY CARD AND HOLDER A. A directory card shall be mounted on the inside of hinged fronts and doors in a metal frame, with spaces for circuit numbers, outlets controlled, and room numbers. Where hinged fronts or doors are not required, the directory card shall be provided in a metal frame mounted on the left-hand side of the front trim. Directory card shall identify each branch circuit with its respective and numbered circuit breaker. 2.04 FACTORY TESTING A. Complete panel boards shall be tested in accordance with UL 67. 2.05 PRECAUTIONARY LABEL A. To ensure persons are aware of immediate or potential hazard in the application, installation, use, or maintenance of panel boards, each panel board shall be conspicuously marked on the trim or dead front shield with the text (or equivalent) DANGER symbol. If the panel is supplied with a door, the label shall be visible when the door is in the open position. The labels shall include a warning for high voltage, arc flash access requirements, and clearance requirements. Page 743 of 1165 DRAFT - NOT FOR CONSTRUCTION PANELBOARDS 262416-4 City of SLO Reservoir No. 2 Cover Replacement - 14 Apr 2023 2.06 MANUFACTURERS Acceptable manufacturers Eaton, General Electric, Square D, or approved equivalent. PART 3 EXECUTION 3.01 INSTALLATION A. Panel boards shall be installed as indicated and in accordance with the manufacturer's instructions. Panels shall be fully aligned and mounted so that the height of the top operating handle will not exceed 72-inches above the finished floor. B. Directory-card information shall be typewritten in capital letters to indicate outlets controlled and final room numbers served by each circuit and shall be mounted in holders behind protective covering. END OF SECTION Page 744 of 1165 DRAFT - NOT FOR CONSTRUCTION GEOMEMBRANE FLOATING COVER 334700-1 City of SLO Reservoir No. 2 Cover Replacement - 14 Apr 2023 SECTION 334700 GEOMEMBRANE FLOATING COVER PART 1 - GENERAL 1.01 DESCRIPTION This section includes materials, installation, and testing of Chlorosulfonated Polyethylene (CSPE) geomembrane floating cover. 1.02 REFERENCES A. American Society for Testing and Materials (ASTM) 1. ASTM A240, Standard Specification for Chromium and Chromium-Nickel Stainless Steel Plate, Sheet, and Strip for Pressure Vessels and for General Applications 2. ASTM A276, Standard Specification for Stainless Steel Bars and Shapes 3. ASTM D412, Standard Test Methods for Vulcanized Rubber and Thermoplastic Elastomers-Tension 4. ASTM D413, Standard Test Methods for Rubber Property - Adhesion to Flexible Substrate 5. ASTM D471, Test Method for Rubber Property - Effect of Liquids 6. ASTM D746, Standard Test Method for Brittleness Temperature of Plastics and Elastomers by Impact 7. ASTM D751, Standard Test Methods for Coated Fabrics 8. ASTM D792, Standard Test Methods for Density and Specific Gravity (Relative Density) of Plastics by Displacement 9. ASTM D1149, Standard Test Methods for Rubber Deterioration - Cracking in an Ozone Controlled Environment 10. ASTM D1204, Standard Test Method for Linear Dimensional Changes of Nonrigid Thermoplastic Sheeting or Film at Elevated Temperature 11. ASTM D2240, Test Method for Rubber Property - Durometer Hardness 12. ASTM D2136, Test Method for Coated Fabrics – Low Temperature Bend Test 13. ASTM D4437, Standard Practice for Non-Destructive Testing (NDT) for Determining the Integrity of Seams Used in Joining Flexible Polymeric Sheet Geomembranes Page 745 of 1165 DRAFT - NOT FOR CONSTRUCTION GEOMEMBRANE FLOATING COVER 334700-2 City of SLO Reservoir No. 2 Cover Replacement - 14 Apr 2023 14. ASTM E838, Practice for Performing Accelerated Outdoor Weathering Using Concentrated Natural Sunlight 15. ASTM F405, Standard Specification for Corrugated Polyethylene (PE) Pipe and Fittings 16. ASTM G53, Operating Light and Water Exposure Apparatus (Fluorescent UV- Fluorescent UV-Condensation Type) for Exposure of Nonmetallic Materials. 17. ASTM G90, Standard Practice for Performing Accelerated Outdoor Weathering of Nonmetallic Materials Using Concentrated Natural Sunlight B. American Water Works Association (AWWA) 1. AWWA D130, “Geomembrane Materials for Potable Water Applications” 2. AWWA Manual M25, “Flexible-Membrane Covers and Linings for Potable- Water Reservoirs” C. NSF International (NSF) 1. NSF Standard 61, Drinking Water System Components - Health Effects 1.03 PERFORMANCE REQUIREMENTS A. Geomembrane Cover: 1. Contain potable water. 2. Remain flexible throughout service life. 1.04 SUBMITTALS A. Submit shop drawings in accordance with the Special Provisions. B. Provide data sheets for geomembrane material. C. Provide mill test reports for geomembrane roll stock used to make floating cover. D. Provide shop test reports for each fabricated panel produced. E. Provide product data sheets for approval prior to materials delivered on site. These shall include specifications for foam floats, sand for sand filled tubes, grommets, sand tube attachment straps, webbing and buckle, flexible drainpipe and fittings, rubber gaskets, rope and PVC paint. F. Provide shop drawings showing the floating cover panel layout with proposed size, overall panel dimensions, number, position, weight, and sequence of placing all factory Page 746 of 1165 DRAFT - NOT FOR CONSTRUCTION GEOMEMBRANE FLOATING COVER 334700-3 City of SLO Reservoir No. 2 Cover Replacement - 14 Apr 2023 fabricated panels, and indicating the location and overlap of all field joints and the direction of all factory joints on each panel. G. Provide details for all cover appurtenances like float and wraps, sand tubes and straps, access hatch and vents, rainwater removal pumps, access ladder and baffles. All central cover hatches shall be provided with access path flotation of the appropriate size and construction that leads from the closest point on the perimeter of the reservoir to the hatch cover. The access paths shall be capable of carrying two persons weighing 120 kg. each. All access hatches shall be located so that the reservoir can be accessed when the water level is at approximately half capacity. H. Submit details on design of rainwater removal system per Section 2.04. I. Provide field test reports for all welds completed in the field. J. Submit installer’s Certification of Approval from manufacturer for CSPE floating cover installation. 1.05 QUALITY ASSURANCE A. Fabricator shall be ISO 9001 registered. B. Installer shall follow documented installation plan and work procedures. 1.06 WARRANTY A. Provide a manufacturer’s pro-rated weathering warranty for 1. Thirty (30) years a. First 15 years: Non pro-rated warranty. b. Balance 16-30 years: Straight-line pro-rated warranty. PART 2 - MATERIALS 2.01 GEOMEMBRANE A. Geomembrane material manufacturer shall be by an experienced firm regularly engaged in manufacturing fabric reinforced CSPE geomembrane sheeting for the last 4 years and which has produced a minimum of 10 million square feet of fabric reinforced CSPE geomembrane materials. B. The composite membrane material shall be HYPAFLEX CSPE 45 mil by Layfield USA, or approved equal. Page 747 of 1165 DRAFT - NOT FOR CONSTRUCTION GEOMEMBRANE FLOATING COVER 334700-4 City of SLO Reservoir No. 2 Cover Replacement - 14 Apr 2023 Property Specification Test Method Color Tan Thickness 45 mils (nominal) 41 mils (min.) ASTM D751 Optical Method Total Number of Plies 3 Piles of CSPE 2 Piles of Scrim 1 Cover over scrim (minimum) 15 mils Specific Gravity 1.30 ± 0.05 ASTM D792 Breaking Strength 250 lbs ASTM D751 Grab Method Elongation @ Breaking Strength (minimum) 60% ASTM D751 Grab Method Tear Strength 80 lbs. ASTM D751 Tongue Tear Hydrostatic Resistance (minimum) 400 psi ASTM D751 Method A Procedure 1 Puncture Resistance 250 lbs. FTMS 101B, Method 2031 Ply Adhesion (minimum) 10 lbs./in. ASTM D413 Machine Method, Type A Ozone Resistance No cracks ASTM D1149 1/8” bent loop, 100 pphm, 104°F, 7 days, @7x magnification Low Temperature Flexibility No cracks ASTM D2136 1/8” mandrel, 4 hrs., -40° F Dimensional Stability (maximum) 2% ASTM D1204 (1 hr. @ 212 F) UV Resistance 70% strength retained @ 500 hours ASTM G53 Page 748 of 1165 DRAFT - NOT FOR CONSTRUCTION GEOMEMBRANE FLOATING COVER 334700-5 City of SLO Reservoir No. 2 Cover Replacement - 14 Apr 2023 C. Shop Seam Properties (ASTM D7749 and D7747): 1. Shear Strength: 270 lb. 2. Peel Strength: Film Tear Bond. D. Field Seam Properties (ASTM D7749 and D7747): 1. Shear Strength: 270 lb. 2. Peel Strength: Film Tear Bond 2.02 FABRICATION A. Qualification Seam 1. A qualification seam shall be run prior to any fabrication. 2. The qualification seam must be run using the same material and equipment that will be used for fabrication. 3. Machine conditions and operator used for fabrication must be the same as those used for the qualification weld. 4. Qualification seam must be tested in shear and peel and meet the specified requirements for the material as stated in the materials section. 5. A qualification seam must be rerun whenever the operator is changed, the equipment adjusted, shift changed, or if the equipment is idle for more than 2 hours. B. Fabrication Seams 1. Fabrication seams must meet the specified requirements in peel and shear for the material. 2. Fabrication seams shall be destructively tested in shear and peel according to ASTM D6392. 3. Test one specimen each in peel and shear on the first and last welded panel, and, 4. Test one specimen each in peel and shear for every 1000 lineal feet of welding. 5. A record of the seam test results is maintained on the Shop QC report. 6. The seaming process must be constantly supervised by the equipment operator. 100 % of the fabrication seams must be visually inspected during seaming. C. Protection from Damage Page 749 of 1165 DRAFT - NOT FOR CONSTRUCTION GEOMEMBRANE FLOATING COVER 334700-6 City of SLO Reservoir No. 2 Cover Replacement - 14 Apr 2023 1. Protect completed panels from damage. 2. Handle carefully to avoid damaging the floating cover. D. Packaging 1. Each panel shall be accordion folded in one direction and rolled or folded in the other direction. 2. Wrap completed panels in a weather resistant, opaque cover material. 3. Hold wrapper securely in place using UV resistant tape or other secure method. 4. Label the packaged floating cover to clearly show: a. Material type. b. Dimensions. c. Stock code. d. Sales order number. e. QC number. f. Panel number. g. Unfolding and deployment directions. 2.03 DELIVERY STORAGE AND PROTECTION A. Shipping 1. Completed panels shall be placed on clean, serviceable pallets, free from exposed nails or other obstructions. 2. A layer of geomembrane, geotextile, or wood shall be placed on all pallets to protect the panel from damage. 3. Secure panels to the pallet using metal or plastic bands. Use a layer of geomembrane between the packaged floating cover and the band to prevent damage to the floating cover as the band is tightened. 4. The packaged floating cover must not extend beyond the outer edges of the pallet. Use larger pallets or a layer of plywood to extend the pallet edges to match the floating cover. 5. Carefully handle and place on the truck to avoid damage to the floating cover. Page 750 of 1165 DRAFT - NOT FOR CONSTRUCTION GEOMEMBRANE FLOATING COVER 334700-7 City of SLO Reservoir No. 2 Cover Replacement - 14 Apr 2023 6. Do not stack panels not more than two high. B. Delivery 1. All panels shall be inspected for damage on delivery. 2. Use suitable unloading equipment to handle panels. Do not drag, slide, or drop panels during unloading. 3. Place panels in a prepared area away from soft ground, standing water, or other deleterious surfaces. 4. Replace any pallets that may become damaged during shipping or handling. 5. Store floating cover panels in a secure area protected from extremes of heat or cold. 6. Protect panels from damage prior to use. 2.04 RAINWATER REMOVAL SYSTEM A. The cover shall be designed to collect and direct all storm water to the locations indicated on the drawings. The drainage system shall not be affected by minor bubbling of the cover. B. The rainwater removal system shall have the capacity to satisfy both of the following design rainfall and removal time criteria at the normal low operating level: 1. 10 year storm, 24-hour rainfall intensity, capacity to remove all rainwater 24 hours after the storm has passed, and 2. 25 year storm, 24-hour rainfall intensity, capacity to remove all rainwater 48 hours after the storm has passed. C. Collection troughs shall be sloped to prevent standing water and to achieve full drainage of trough. D. The Storm Water Drainage System shall include one (1) submersible pump on each side of the reservoir, plus one (1) spare pump provided as a shelf spare. Each submersible pump shall operate automatically, with the ability to operate manually by local start/stop push button switches at the control panel located as indicated on the drawings. E. Rainwater removal pumps shall be Grundfos UNILIFT AP12.40.08.A1 submersible-type pumps or approved equal. 1. Pumps shall be rated to perform according to the following design requirements: Page 751 of 1165 DRAFT - NOT FOR CONSTRUCTION GEOMEMBRANE FLOATING COVER 334700-8 City of SLO Reservoir No. 2 Cover Replacement - 14 Apr 2023 Design Condition Point 1 Point 2 Discharge Flow 40 gpm 80 gpm TDH 39 ft 20 ft 2. Submersible pumps shall have a constant-speed submersible motor rated at minimum 1.1 HP, 1-phase, 60 hertz, 230 volt and shall be mounted in the pump. 3. The motor shall be provided with thrust and radial bearings to carry the entire load that may be imposed upon it under all operating conditions. 4. Pump housing shall be stainless steel, AISI 304. 5. Pump impeller shall be stainless steel, AISI 304. F. Suction and Discharge Hose 1. Flexible hose for rainwater removal pumps discharge and suction shall be constructed of the following materials: a. Tube: synthetic rubber. b. Carcass: Piles of synthetic fabric with wire helix. c. Cover: synthetic rubber. 2. The tube(s) and cover shall be wear resistant and resistant to sunlight, ozone, and moisture. 3. The hose shall be heavy-duty industrial type with a minimum positive working pressure of 125 psi and a minimum negative working pressure of 14 psi. 4. Hose(s) shall be equipped with Type 316 stainless steel quick-disconnect couplings. 2.05 OTHER MATERIALS A. Preformed Pipe Boots shall be formed in the field from the same formulation as the geomembrane. B. Adhesive: 1. All seaming and sealing adhesives shall be of a type or types recommended by the Manufacturer of the fabric-reinforced Hypaflex CSPE for use with its material and shall be delivered in original sealed containers each with an indelible label bearing the brand name, Manufacturer's name, date of manufacture, and complete directions as to proper storage, use, and application of adhesives. 2. Adhesive in storage shall be maintained at temperature above 70ºF. Page 752 of 1165 DRAFT - NOT FOR CONSTRUCTION GEOMEMBRANE FLOATING COVER 334700-9 City of SLO Reservoir No. 2 Cover Replacement - 14 Apr 2023 3.All seaming adhesives shall be the same color as the top ply of the Hypaflex CSPE material being seamed. Seaming, splicing, sealing and patching adhesive shall be a "compound filled adhesive" which is a high-solids (nominally 15%) solution of the same compound used in the parent sheet in a solvent approved for use in potable water applications. This adhesive shall be used for all specifically designated factory and all field Hypaflex CSPE-to-Hypaflex CSPE bonds. This adhesive is also referred to as a "solvent welding solution". C.Pre-wash Solvent: Solvent for pre-washing/cleaning surfaces for field seams and other similar uses shall be as recommended by the Manufacturer of the fabric-reinforced Hypaflex CSPE and suitable for use with potable water-grade Hypaflex CSPE. Unless otherwise specified, xylene is specified for this use. PART 3 - EXECUTION 3.01 PREPARATION A.Wherever fabric-reinforced Hypaflex CSPE has been cut and thus exposes fabric, the cut edge shall be solvent wiped and sealed with high-solids adhesive to encapsulate the fabric. This requirement applies to all cut edges including, but not limited to, joints, joint cover strips, float encasement material, and patches. B.Prepare mechanical attachments according to ASTM D6497 Standard Guide for Mechanical Attachment of Geomembrane to Penetrations or Structures. C.All concrete surfaces to which the floating cover will attach shall have “smooth trowel” finish. All the corners should have radius to a minimum 1 inch as per the drawing. 3.02 INSTALLATION A.Installation of the geomembrane shall be performed in a logical sequence. B.Place panels according to the drawings, the panel layout, and the label on each panel. C.Sufficient thermal slack shall be incorporated during placement to ensure that harmful stresses do not occur in service. D.Weather Conditions at Time of Installation: 1.Site welding may proceed at any temperature providing a suitable qualification weld can be prepared at site conditions using the operator, equipment, and materials intended for the project. 2.Installation of membrane in winds above 12 mph can proceed only if the installer can demonstrate that the floating cover will not be at risk of damage. Page 753 of 1165 DRAFT - NOT FOR CONSTRUCTION GEOMEMBRANE FLOATING COVER 334700-10 City of SLO Reservoir No. 2 Cover Replacement - 14 Apr 2023 3.Do not install membrane during precipitation or in the presence of excessive moisture. 4.Do not install in weather conditions that may be detrimental to the function of the membrane. 5.Seaming shall not be performed when the ambient temperature is below 40ºF or above 105ºF. E.Ensure personnel working on floating cover do not use damaging footwear. F.Protect completed panels from damage; handle carefully to avoid damaging the floating cover. G.Equipment and methods used to unroll floating cover panels should not damage the installed liner. H.Ballast used to prevent uplift by wind must not damage the geomembrane. A continuous load is recommended along the edges of panels to eliminate the risk of wind uplift. I.All floating cover appurtenances like float and wraps, sand tubes and straps, access hatch and vents, rainwater removal pumps, access ladder and baffles shall be installed as per details provided in the drawings. J.Qualification Seams 1.A qualification seam shall be run prior to any field seams. 2.A qualification seam is made with separate pieces of geomembrane using the same material and equipment that will be used for production welding. 3.Machine conditions, and operator used for welding must be the same as those used for the qualification weld. 4.Qualification seam must be tested in shear and peel, and meet the specified requirements for the material as stated in the materials section. 5.A qualification seam must be rerun whenever the operator is changed, the equipment adjusted, or at least every 4 hours. K.Field Seams 1.Field seams shall be sampled for testing in a way that does not compromise the installed floating cover. 2.One sample to be tested for every 500 ft of field seam. 3.Test samples are to be removed from the ends of seams, from the anchor trench, or other location that does not introduce a defect into the floating cover. Page 754 of 1165 DRAFT - NOT FOR CONSTRUCTION GEOMEMBRANE FLOATING COVER 334700-11 City of SLO Reservoir No. 2 Cover Replacement - 14 Apr 2023 4.Samples shall be approximately 4 inches long to permit testing of one shear and two peel specimens (ASTM D6392). 5.Test samples immediately after seaming. 6.Record date, location and pass/fail description. 7.Field seams must meet the specified requirements in peel and shear for the material. Seams shall have a minimum overlap of 6 inches with the cover strip. 8.A written record shall be maintained for all field seam tests. 9.All completed field seams shall be 100% non-destructively tested using an air lance test (ASTM D4437 method 7.2). L.Cover Anchors 1.The cover shall be attached around the perimeter of the reservoir utilizing the existing cover anchor system. The existing anchoring system consists of stainless steel studs anchored to the perimeter wall and stainless steel batten strips. Replace damaged or additional anchors and/or batten bars at the City’s direction per Bid Items 14 and 15. M.Rainwater Removal Pumps 1.Contractor shall furnish all necessary appurtenances to make the rainwater removal pumps operable such as discharge pipe, pipe fittings, quick disconnect fittings, and discharge hoses. 2.Contractor shall connect the rainwater removal pumps and control boxes to the electrical power feeds. 3.Rainwater removal submersible pump cords shall have submersible-rated plugs. Plugs shall be strapped to the pump discharge pipe at the highest point with black, double face-weave, medium weight or heavier, Dacron webbing with black Delrin (Acetal) standard cam buckles. 4.After installation and during reservoir fill period, a field flow test for the rainwater removal submersible pumps shall be conducted and witnessed by the Engineer. a.At least two operating points for the rainwater removal pump shall be verified. b.If there are difficulties in the operation of the rainwater removal pumps due to the manufacturer’s design or fabrication, additional service and corrective materials shall be provided at no additional cost to the City. Page 755 of 1165 DRAFT - NOT FOR CONSTRUCTION GEOMEMBRANE FLOATING COVER 334700-12 City of SLO Reservoir No. 2 Cover Replacement - 14 Apr 2023 3.03 TOLERANCES A.Seam Tests: 1.Follow the procedure in ASTM D6392 2.Test three specimens per sampling point, one in shear and two in peel. 3.All specimens shall meet seam strength requirements. 4.Procedures for Destructive Test Failure: 5.Cut out seam and re-weld; or, 6.Retrace welding path to 10 feet from location of failed test. Take sample for additional test. If passed chemical weld the patch between failed location and original failed location. 3.04 REPAIR A.Inspect seams and non-seam areas for defects, holes, blisters, undispersed raw materials. B.Identify any sign of foreign matter contamination. C.Repair all through-thickness defects. D.Defective Seams: Cap strip or replace. E.Small Holes: Repair by extrusion welding using a bead of extruded material over hole. Patch if hole is larger than 1/4 inch. F.Tears: Patch and seal round sharp ends of tears on slope or stressed area prior to patching. G.Repair blisters, large cuts and undispersed raw materials with patch. H.Wherever fabric-reinforced CSPE has been cut and thus exposes fabric, the cut edge shall be solvent wiped and sealed with high-solids adhesive to encapsulate the fabric. This requirement applies to all cut edges including, but not limited to, joints, joint cover strips, float encasement material, and patches. I.Secure Patches by Chemical Welding only: 1.Chemical Weld a.Follow the instructions supplied with the adhesive. Page 756 of 1165 DRAFT - NOT FOR CONSTRUCTION GEOMEMBRANE FLOATING COVER 334700-13 City of SLO Reservoir No. 2 Cover Replacement - 14 Apr 2023 b. Align the patch on the damaged area, ensuring that it conforms to the bonding surface. Apply solvent with a brush between the damaged material and the patch material. c. Roll out the patch from the center to the edges using a small roller or press the patch down and smooth using a rag. 2. Patches: Round or oval, of same geomembrane. Extend minimum 3 inches beyond the edge of the defect. 3. In the event a CSPE panel has been laid out and not seamed for a period of 2 days or more, the contact surfaces shall be solvent scoured and buffered to ensure a positive bond at the seam. 4. Verification of Repairs: All repairs shall be non-destructively tested using: a. Air Lance Test, ASTM D4437 Method 7.2. b. Vacuum Box Test ASTM D5641. c. Redo failed repairs and re-test. J. Keep records of all repairs and the results of repair testing. 3.05 INSPECTION A. Following the completion of the installation of the floating cover, the cover shall be fully inflated for visual inspection. 3.06 CLEANING A. Cleaning solvents shall not be used unless product is approved by membrane manufacturer. B. Use water and rags for all cleaning. If soap is used for cleaning rinse with clean water and dry before welding. 3.07 DISINFECTION A. Following testing of the floating cover, disinfect the reservoir in accordance with AWWA C652 – Disinfection of Water Storage Facilities. B. Provide disinfection plan prior to disinfection work. C. Disinfect the tank with chlorine that conforms to AWWA B300 or B301. D. Potable water necessary for disinfection will be provided by the Owner. The Owner will fill the tank with potable water to the overflow level after the Contractor has completed Page 757 of 1165 DRAFT - NOT FOR CONSTRUCTION GEOMEMBRANE FLOATING COVER 334700-14 City of SLO Reservoir No. 2 Cover Replacement - 14 Apr 2023 the disinfection operation. The time required to fill the tank for the first round of disinfection will not be deducted from the Contractor’s total working days. E. After the tank has been filled to the overflow level, the Owner's Representative will take two water samples from the tank for bacteriological testing after 24 hours and obtain a bacteriological quality test to demonstrate the absence of coliform organisms. If the testing procedure shows the presence of coliform bacteria, provide additional chlorination of the water in the tank and retest at the Contractor's expense. The Owner will deduct $1,000 from progress payments due the Contractor for each additional disinfection and retesting process. Continue disinfecting and retesting until satisfactory results are achieved. 3.08 PROTECTION OF FINISHED WORK A. Protect finished Work from damage. See instructions on backfilling if applicable. 3.09 SPARES A. Provide the following spare equipment: 1. One (1) spare Rainwater Removal Pump 2. One (1) spare rainwater discharge hose with Type 316 stainless steel quick- disconnect couplings END OF SECTION Page 758 of 1165 DRAFT - NOT FOR CONSTRUCTION GEOMEMBRANE LINER 334713-1 City of SLO Reservoir No. 2 Cover Replacement - 14 Apr 2023 SECTION 334713 GEOMEMBRANE LINER PART 1 - GENERAL 1.01 DESCRIPTION This section includes materials, installation, and testing of fabricated geomembrane liners. Fabricated geomembrane liner shall be underlayed with conductive composite geotextile system prior to installation. 1.02 REFERENCES A. American Society for Testing and Materials (ASTM) 1. ASTM D638 – Test Method for Tensile Properties of Plastics 2. ASTM D792 – Test Methods for Density and Specific Gravity of Plastics by Displacement 3. ASTM D814 – Standard Test Method for Rubber Property- Vapor Transmission of Volatile Liquids 4. ASTM D1434 – Standard Test Method for Determining Gas Permeability Characteristics of Plastic Film and Sheeting 5. ASTM D1505 – Test Method for Density of Plastics by the Density-Gradient Technique 6. ASTM D4218 – Standard Test Method for Determination of Carbon Black Content in Polyethylene Compounds by the Muffle-Furnace Technique 7. ASTM D4329 – Practice for Fluorescent UV Exposure of Plastics 8. ASTM D4437 – Standard Practice for Determining the Integrity of Field Seams Used in Joining Flexible Polymeric Sheet Geomembranes 9. ASTM D4533 – Standard Test Method for Trapezoidal Tearing Strength 10. ASTM D4632 – Standard Test Method for Grab Breaking Load and Elongation of Geotextiles 11. ASTM D4751 – Standard Test Methods for Determining Apparent Opening Size of a Geotextile 12. ASTM D4759 – Standard Practice for Determining the Specification Conformance of Geosynthetics Page 759 of 1165 DRAFT - NOT FOR CONSTRUCTION GEOMEMBRANE LINER 334713-2 City of SLO Reservoir No. 2 Cover Replacement - 14 Apr 2023 13. ASTM D4833 – Standard Test Method for Index Puncture Resistance of Geotextiles, Geomembranes, and Related Products 14. ASTM D5199 – Standard Test Method for Measuring the Nominal Thickness of Geosynthetics 15. ASTM D5261 – Standard Test Method for Measuring Mass per Unit Area of Geotextiles 16. ASTM D5397 – Standard Test Method for Evaluation of Stress Crack Resistance of Polyolefin Geomembrane Using Notched Constant Tensile Load Test 17. ASTM D5596 – Standard Test Method for Microscopic Evaluation of the Dispersion of Carbon Black in Polyolefin Geosynthetics 18. ASTM D5641 – Standard Practice for Geomembrane Seam Evaluation by Vacuum Chamber 19. ASTM D5820 – Standard Practice for Pressurized Air Channel Evaluation of Dual Seamed Geomembranes 20. ASTM D5885 – Standard Test Method for Oxidative Induction Time of Polyolefin Geosynthetics by High Pressure Differential Scanning Calorimetry 21. ASTM D6241 – Standard 22. ASTM D6370 – Standard Test Method for Rubber – Compositional Analysis by Thermogravimetry (TGA) 23. ASTM D6392 – Test Method for Determining the Integrity of Non-Reinforced Geomembrane Seams Produced Using Thermo-Fusion Methods 24. ASTM D6497- Standard Guide for Mechanical Attachment of Geomembrane to Penetrations or Structures. 25. ASTM D6747 – Standard Guide for Selection of Techniques for Electrical Detection of Leaks in Geomembranes. 26. ASTM D7852 – Standard Practice for Use of an Electrically Conductive Geotextile for Leak Location Surveys. 27. ASTM D7865 – Standard Guide for Identification, Packaging, Handling, Storage, and Deployment of Fabricated Geomembrane Panels 28. ASTM D7982 – Standard Practice for Testing of Factory Thermo-Fusion Seams for Fabricated Geomembrane Panels Page 760 of 1165 DRAFT - NOT FOR CONSTRUCTION GEOMEMBRANE LINER 334713-3 City of SLO Reservoir No. 2 Cover Replacement - 14 Apr 2023 1.03 RELATED WORK SPECIFIED ELSEWHERE A. Geomembrane Floating Cover: 334700. 1.04 SUBMITTALS A. Submit shop drawings in accordance with the Special Provisions. B. Submit manufacturer's specification sheets for geomembrane. Show lining thickness. C. Submit manufacturer's specification sheets for conductive composite geotextile system. Show specified unit weight. D. Submit shop drawings showing lining sheet layout with proposed size, number, and position of factory-fabricated sheets and indicating the location of all field joints. Shop drawings must show complete details and/or methods for anchoring the lining at top of slope, making field joints, seals at structures, etc. Show details for termination of geotextile at the bottom and top of the reservoir. E. Provide mill test reports for geomembrane roll stock used to make liner. F. Provide shop test reports for each fabricated panel produced. G. Provide field test reports for all welds completed in the field. 1.05 QUALITY ASSURANCE A. Geomembrane manufacturer shall have a registered Quality Management System that meets the requirements of ISO 9001. B. Fabricator shall have a registered Quality Management System meeting the requirements of ISO 9001 or follow ISO 9001 compliant procedures. C. Installer shall follow documented installation plan and work procedures. 1.06 WARRANTY A. Provide a manufacturer’s pro-rated weathering warranty for liner. 1. Twenty five (25) years for black-surfaced geomembrane in manufacturer’s approved applications 2. Fifteen (15) years for white-surfaced geomembrane in manufacturer’s approved applications. Page 761 of 1165 DRAFT - NOT FOR CONSTRUCTION GEOMEMBRANE LINER 334713-4 City of SLO Reservoir No. 2 Cover Replacement - 14 Apr 2023 PART 2 - MATERIALS 2.01 MANUFACTURER A. Enviro Liner® 6040 as manufactured by Layfield USA, or approved equal. B. Geovolt™ conductive composite geotextile as manufactured by Layfield USA, or approved equal. 2.02 GEOMEMBRANE A. Geomembrane material coextruded material with one white and one black surface and a black core layer. Exposed surface shall be white. B. Surface: Smooth, no striations, gels, pinholes or bubbles. C. Thickness (ASTM D 5199): Avg. thickness must exceed value with no individual reading lower than 10% below the average: 40 mils. D. Maximum Membrane Density (ASTM D792 or ASTM D1505): ≤ 0.939 g/cc. E. Minimum Tensile Properties (ASTM D638 or ASTM D6693): Machine direction and perpendicular to machine direction average values on the basis of five (5) test specimens each direction: 1. Break Strength: 180 lb/in. 2. Break Elongation: 1000% calculated from a gauge length of 1.5”. F. Minimum Trapezoidal Tear Resistance (ASTM D4533): 90 lb. G. Minimum Puncture Resistance (ASTM D4833): 67 lb. H. Total Pigment Content: >2.0% 1. Includes both carbon black and white pigments (when present). 2. Measured by Carbon Black content test ASTM D6370 (or D4218). I. Carbon Black Dispersion (ASTM D5596): 1. Measured on black layers only. 2. Carbon Black dispersion for 10 different views: 3. Minimum nine views in categories 1 or 2 and 1 view in Category 3. J. High Pressure Oxidative Induction Time (ASTM D5885): Page 762 of 1165 DRAFT - NOT FOR CONSTRUCTION GEOMEMBRANE LINER 334713-5 City of SLO Reservoir No. 2 Cover Replacement - 14 Apr 2023 1. Minimum 2000 minutes. K. Stress Crack Resistance under Constant Load (ASTM D5397): 1. Minimum 1000 hours. L. UV Resistance (ASTM D4329): 1. Minimum 90% strength retained after 30,000 hours testing. a. Testing performed on 30 mil specimen. b. Irradiance of 0.90 w/m2 at a wavelength of 310 nm. c. Alternating 10 hour UV cycles at 60C followed by 2 hour condensation cycles at 50C. M. Axi-Symmetric Break Resistance (ASTM D5617) 1. Minimum: 50% N. Methane Permeability (ASTM D1434 tested on EL 6040) 1. Transmission Rate: <2.11x10-4 m3/(m2 • day) O. Solvent Vapor Transmission (ASTM D814 tested on EL 6040): 1. ASTM Fuel C: ≤10 g/(m2 • hr) 2. Ethanol: ≤10 g/(m2 • hr) 3. Methanol: ≤10 g/(m2 • hr) 4. ASTM IRM 903: ≤10 g/(m2 • hr) P. Shop Seam Properties (ASTM D6392): 1. Shear Strength: 60 lb/in. 2. Peel Strength: 50 lb/in. Q. Field Seam Properties (ASTM D6392): 1. Shear Strength: 45 lb/in. 2. Peel Strength: 40 lb/in. 2.03 CONDUCTIVE COMPOSITE GEOTEXTILE A. Weight (ASTM D5261): 8 oz/yd2. Page 763 of 1165 DRAFT - NOT FOR CONSTRUCTION GEOMEMBRANE LINER 334713-6 City of SLO Reservoir No. 2 Cover Replacement - 14 Apr 2023 B. Minimum Tensile Properties (ASTM D4632): 1. Tensile strength: 120 lbs. 2. Elongation: 50% C. Minimum Trapezoidal Tear Resistance (ASTM D4533): 50 lb. D. Minimum CBR Strength (ASTM D6241): 210 lbs. E. Minimum Apparent Opening Size (ASTM D4751): 70 sieves. 2.04 OTHER MATERIALS A. Solvent for cleaning contact surfaces of field joints and for other uses shall be as recommended by the manufacturer or fabricator of the geomembrane. B. Seaming, sealing, and high-solids adhesives shall be of a type or types recommended by the manufacturer or fabricator of the geomembrane and shall be delivered in original sealed containers. PART 3 - EXECUTION 3.01 FABRICATION A. Set Up 1. Carefully transfer rolls of geomembrane from storage to unwinding rack. 2. The floor or table must be clean, dry, and free of foreign objects that could damage the liner. 3. Pull panels to specified length, after double-checking dimensions on the work order. 4. Ensure seaming equipment is in good repair and functioning properly. Ensure equipment is adjusted to the material. 5. Follow documented welding procedures. B. Qualification Seams 1. Prepare and test qualification seams at the frequency required in ASTM D7982 2. The qualification seam must be run using the same material and equipment that will be used for fabrication. Page 764 of 1165 DRAFT - NOT FOR CONSTRUCTION GEOMEMBRANE LINER 334713-7 City of SLO Reservoir No. 2 Cover Replacement - 14 Apr 2023 3. Machine conditions and operator used for fabrication must be the same as those used for the qualification weld. 4. Qualification seam must be tested in shear and peel and meet the specified requirements for the material as stated in the materials section. 5. A qualification seam must be rerun whenever the operator is changed, the equipment adjusted, shift changed, or if the equipment is idle for more than 2 hours. C. Fabrication Seams 1. Fabrication seams must meet the specified requirements in peel and shear for the material. 2. Fabrication seams shall be destructively tested in shear and peel according to ASTM D6392. a. Remove fabrication seam samples from the end of a seam to prevent damage to the main seam. b. Test one specimen each in peel and shear on the first and last welded panel. c. Test one specimen each in peel and shear for every 1000 lineal feet of welding. 3. A record of the seam test results is maintained on the Shop QC report. 4. The seaming process must be constantly supervised by the equipment operator. 100 % of the fabrication seams must be visually inspected during seaming. D. Packaging 1. Package, mark, and handle panels in accordance with ASTM D7865 2. Each panel shall be accordion folded in one direction and rolled or folded in the other direction. 3. Wrap completed panels in a weather resistant, opaque cover material. 4. Hold wrapper securely in place using UV resistant tape or other secure method. 5. Label the packaged liner in accordance with ASTM D7865. 3.02 DELIVERY STORAGE AND PROTECTION A. Shipping Page 765 of 1165 DRAFT - NOT FOR CONSTRUCTION GEOMEMBRANE LINER 334713-8 City of SLO Reservoir No. 2 Cover Replacement - 14 Apr 2023 1. Completed panels shall be placed on clean, serviceable pallets, free from exposed nails or other obstructions. 2. A layer of geomembrane, geotextile, or wood shall be placed on all pallets to protect the panel from damage. 3. Secure panels to the pallet using metal or plastic bands. Use a layer of geomembrane between the packaged liner and the band to prevent damage to th e liner as the band is tightened. 4. Carefully handle and place on the truck to avoid damage to the liner. 5. Panels may be stacked not more than two high. B. Delivery 1. All panels shall be inspected for damage on delivery. 2. Use suitable unloading equipment to handle panels. Do not drag, slide, or drop panels during unloading. 3. Place panels in a prepared area away from soft ground, standing water, or other deleterious surfaces. 4. Replace any pallets that may become damaged during shipping or handling. 5. Store liner panels in a secure area protected from extremes of heat or cold. 6. Protect panels from damage prior to use. 7. Conductive composite geotextile shall be stored such that it is protected from rain and direct sunlight. Conductive composite geotextile shall not be exposed to direct sunlight for more than fifteen (15) days. 3.03 ACCESSORIES A. Welding Rod shall be manufactured from the same formulation as the geomembrane. B. Preformed Pipe Boots shall be vacuum formed from thicker sheet material manufactured from the same formulation as the geomembrane. 3.04 INSTALLER A. The Geomembrane Installer shall have at least three years experience in the installation of the geomembrane. The Geomembrane Installer shall have installed at least 5,000,000 ft2 geomembrane during the last three years. B. Geomembrane Installer shall be certified by the geomembrane manufacturer and follow manufacturer’s installation specifications. Page 766 of 1165 DRAFT - NOT FOR CONSTRUCTION GEOMEMBRANE LINER 334713-9 City of SLO Reservoir No. 2 Cover Replacement - 14 Apr 2023 3.05 PREPARATION A. Ensure subgrade is compacted and surface finished to not impair installed membrane. B. Subgrade shall provide firm, unyielding surface with no sharp changes or abrupt breaks in grade. A smooth drum rolled surface is preferable. C. Ensure surfaces to be lined are smooth, free of foreign and organic material, sharp objects, or debris of any kind. D. A certificate of subgrade acceptance shall be prepared by the liner installation contractor prior to conductive composite geotextile installation. E. Conductive composite geotextile layer shall be placed prior to liner placement. 1. Placement shall be at the top of grade and rolled down grade. 2. Overlap successive and adjacent rolls by a minimum of 16 inches. 3. Ensure that conductive composite geotextile is deployed with electrically conductive surface facing upwards. Use an ohmmeter to confirm which side of the sheet is electrically conductive. 4. Ensure that area of overlap is free of any contaminants or foreign matter. 5. Conductive composite geotextile rolls shall be placed as closely as possible to designated install location to minimize dragging of the conductive composite geotextile against the ground surface. 6. Conductive composite geotextile shall be free of tension, folds, and wrinkles. Vehicles shall not be driven directly on the conductive composite geotextile. 7. Conductive composite geotextile shall be sewn, heat tacked or overlapped. Heat tacking using a torch shall be performed with most caution as too much heat and contact time can result in material burn out. 8. Conductive composite geotextile shall be connected using clamps or ground plates. Spacing and number of connections shall be per manufacturer recommendation. F. Leak Detection 1. The Contractor shall obtain and provide the services of an experienced leak location contractor. The leak location contractor shall be an independent third party unrelated by ownership or relation to the general contractor, CQA firm, engineer, or geomembrane installation contractor. 2. A test of the material conductivity and leak detection sensitivity for the worst-case points away from the clamp shall be performed and documented before the Page 767 of 1165 DRAFT - NOT FOR CONSTRUCTION GEOMEMBRANE LINER 334713-10 City of SLO Reservoir No. 2 Cover Replacement - 14 Apr 2023 conductive composite geotextile is covered by the geomembrane according to ASTM D6747 and D7852. G. Prepare mechanical attachments according to ASTM D6497 Standard Guide for Mechanical Attachment of Geomembrane to Penetrations or Structures. H. All concrete surfaces to which the liner will attach shall have “smooth trowel” finish. All the corners should have radius to a minimum 25mm (1 inch) as per the drawing. I. Compaction at pipe penetrations and areas of mechanical attachment shall be inspected carefully as these are areas where differential settlement can occur. J. Continue monitoring for leaks during filling of the reservoir. Locate and repair leaks detected per Section 3.10 3.06 INSTALLATION A. Installation of the geomembrane shall be performed in a logical sequence. B. Place panels according to the drawings, the panel layout, and the label on each panel. C. Sufficient thermal slack shall be incorporated during placement to ensure that harmful stresses do not occur in service. D. Weather Conditions at Time of Installation: 1. Site welding may proceed at any temperature providing a suitable qualification weld can be prepared at site conditions using the operator, equipment, and materials intended for the project. 2. Installation of membrane in winds above 20 km/h (12 mph) can proceed only if the installer can demonstrate that the liner will not be at risk of damage. 3. Do not install membrane during precipitation or in the presence of excessive moisture. 4. Do not install in weather conditions that may be detrimental to the function of the membrane. E. Ensure personnel working on geomembrane do not use damaging footwear. F. Protect completed panels from damage; handle carefully to avoid damaging the liner. G. Equipment and methods used to unroll liner panels should not damage the conductive composite geotextile. H. Ballast used to prevent uplift by wind must not damage the geomembrane. A continuous load is recommended along the edges of panels to eliminate the risk of wind uplift. Page 768 of 1165 DRAFT - NOT FOR CONSTRUCTION GEOMEMBRANE LINER 334713-11 City of SLO Reservoir No. 2 Cover Replacement - 14 Apr 2023 3.07 QUALIFICATION SEAMS 1. A qualification seam shall be run prior to any field seams. 2. A qualification seam is made with separate pieces of geomembrane using the same material and equipment that will be used for production welding. 3. Machine conditions, and operator used for welding must be the same as those used for the qualification weld. 4. Qualification seam must be tested in shear and peel and meet the specified requirements for the material as stated in the materials section. 5. A qualification seam must be rerun whenever the operator is changed, the equipment adjusted, or at least every 4 hours. 3.08 FIELD SEAMS A. Field seams shall be sampled for testing in a way that does not compromise the installed liner. 1. One sample shall be tested for every 500 ft of field seam. 2. Test samples shall be removed from the ends of seams, from the anchor trench, or other location that does not introduce a defect into the liner. 3. Samples shall be approximately 4 inches long to permit testing of one shear and two peel specimens (ASTM D6392). 4. Test samples immediately after seaming. 5. Record date, location, and pass/fail description. B. Field seams must meet the specified requirements in peel and shear for the material. C. A written record shall be maintained for all field seam tests. D. All completed field seams shall be 100% non-destructively tested using an air lance test (ASTM D4437 method 7.2) or a dual-seam air pressure test (ASTM D5820) as applicable. 3.09 TOLERANCES A. Seam Destructive Tests: 1. Follow the procedure in ASTM D6392 2. Test three specimens per sampling point, one in shear and two in peel. Page 769 of 1165 DRAFT - NOT FOR CONSTRUCTION GEOMEMBRANE LINER 334713-12 City of SLO Reservoir No. 2 Cover Replacement - 14 Apr 2023 a. All specimens shall meet seam strength requirements. 3. Procedures for Destructive Test Failure: a. Cut out seam and re-weld; or, b. Retrace welding path to 10 feet from location of failed test. Take sample for additional test. If passed - cap strip or extrusion weld between failed location and original failed location. 3.10 REPAIR A. Inspect seams and non-seam areas for defects, holes, blisters, undispersed raw materials. B. Identify any sign of foreign matter contamination. C. Repair all through-thickness defects. D. Defective Seams: Cap strip or replace. E. Small Holes: Repair by extrusion welding using a bead of extruded material over hole. Patch if hole is larger than 1/4 inch. F. Tears: Patch and seal round sharp ends of tears on slope or stressed area prior to patching. G. Repair blisters, large cuts and undispersed raw materials with patch. H. Secure Patches by Extrusion Welding, Hot Air Welding, or with the Enviro Liner Welding Gun: 1. Extrusion welding. a. Clean area to be patched. b. Tack patch in place with hot air welding or with double sided tape. c. Prepare patch area by roughening with a wire brush or by grinding. d. Extrude all the way around patch. e. More than one extrusion bead can be laid side-by-side on Enviro Liner 6040 materials. A maximum of three extrusion beads can be laid side-by side on Enviro Liner 6040. I. Hot Air Welding a. Hand hot air welding is permitted for patching Enviro Liner. Page 770 of 1165 DRAFT - NOT FOR CONSTRUCTION GEOMEMBRANE LINER 334713-13 City of SLO Reservoir No. 2 Cover Replacement - 14 Apr 2023 b. Clean area to be patched. c. Hand-weld the patch with a hot air gun and suitable roller. J. Liner Welding Gun a. Use for small patches and repairs after the installation crew has left site. b. Clean area to be patched. c. Tack patch in place using the double-sided tape supplied. d. Prepare patch area by roughening with a wire brush. e. Extrude a bead to secure the patch follow the Enviro Liner Welding Gun instructions. K. Patches: Round or oval, of same geomembrane. Extend minimum 3 inches beyond the edge of the defect. L. Verification of Repairs: All repairs shall be non-destructively tested using: 1. Air Lance Test, ASTM D4437 Method 7.2, or, 2. Vacuum Box Test ASTM D5641 M. Redo failed repairs and re-test. N. Keep records of all repairs and the results of repair testing. 3.11 CLEANING A. Cleaning solvents shall not be used unless product is approved by membrane manufacturer. B. Use water and rags for all cleaning. If soap is used for cleaning rinse with clean water and dry before welding. 3.12 PROTECTION OF FINISHED WORK A. Protect finished Work from damage. See instructions for backfilling if applicable. END OF SECTION Page 771 of 1165 DRAFT - NOT FOR CONSTRUCTION PVC PIPE 402090-1 City of SLO Reservoir No. 2 Cover Replacement - 14 Apr 2023 SECTION 402090 PVC PIPE PART 1 - GENERAL 1.01 DESCRIPTION This section includes materials, installation, and testing of PVC pipe and fittings of size 3 inches and smaller for use in process piping having a maximum design pressure of 150 psi and having a maximum design temperature of 105°F. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Painting and Coating: 099000. B. Pressure Testing of Piping: Per City Standard 77. 1.03 SUBMITTALS A. Submit shop drawings in accordance with the Special Provisions. B. Submit materials list showing materials of pipe and fittings with ASTM reference and grade. Submit manufacturer's certification of compliance with referenced standards, e.g., ASTM D1784, D1785, and D2467. Show wall thickness of pipe and fittings. Show fitting dimensions. C. Submit data sheets for solvent cement demonstrating compliance with ASTM D2564 and F656. PART 2 - MATERIALS 2.01 PIPE Pipe shall be Schedule 80, Type I, Grade 1 (Class 12454-B), conforming to ASTM D1784 and D1785. 2.02 FITTINGS Fittings shall be Schedule 80 and shall conform to ASTM D2464 for threaded fittings and ASTM D2467 for socket-type fittings. 2.03 UNIONS A. Unions shall have socket-type ends, Viton O-rings, and shall be Schedule 80. Material shall be Type I, Grade 1 PVC, per ASTM D1784. B. Union connections to other metal piping materials shall comply with MSS SP-107. The fitting end for connection to PVC pipe shall be a female socket. Provide wrought or cast Page 772 of 1165 DRAFT - NOT FOR CONSTRUCTION PVC PIPE 402090-2 City of SLO Reservoir No. 2 Cover Replacement - 14 Apr 2023 copper tailpieces for connection to copper piping and tubing. Provide Type 316 stainless steel tailpieces for connection to steel piping. 2.04 JOINTS Pipe and fitting joints shall be socket welded except where threaded and flanged joints are required to connect to valves and equipment. 2.05 SOLVENT CEMENT Solvent cement for socket joints shall comply with ASTM D2564 and F656. PART 3 - EXECUTION 3.01 GENERAL A. Do not install PVC pipe when the temperature is below 40°F or above 90°F. Store loose pipes on racks with a maximum support spacing of 3 feet. Provide shades for pipe stored outdoors or installed outdoors until the pipe is filled with water. B. Store fittings indoors in their original cartons. C. Store solvent cement indoors or, if outdoors, shade from direct sunlight exposure. Do not use solvent cements that have exceeded the shelf life marked on the storage container. D. Before installation, check pipe and fittings for cuts, scratches, gouges, buckling, kinking, or splitting on pipe ends. Remove any pipe section containing defects by cutting out the damaged section of pipe. E. Do not drag PVC pipe over the ground, drop it onto the ground, or drop objects on it. 3.02 SOLVENT-WELDED JOINTS A. Prior to solvent welding, remove fittings and couplings from their cartons and expose them to the air at the same temperature conditions as the pipe for at least one hour. B. Cut pipe ends square and remove all burrs, chips, and filings before joining pipe or fittings. Bevel solvent-welded pipe ends as recommended by the pipe manufacturer. C. Wipe away loose dirt and moisture from the inside and outside of the pipe end and the inside of the fitting before applying solvent cement. Clean the surfaces of both pipes and fittings that are to be solvent welded with a clean cloth moistened with acetone or methylethyl ketone. Do not apply solvent cement to wet surfaces. D. The pipe and fitting socket shall have an interference fit. Perform a dry fit test at each joint before applying solvent cement. The pipe shall enter the fitting socket between one- third and two-thirds of the full socket depth when assembled by hand. Page 773 of 1165 DRAFT - NOT FOR CONSTRUCTION PVC PIPE 402090-3 City of SLO Reservoir No. 2 Cover Replacement - 14 Apr 2023 E. Make up solvent-welded joints per ASTM D2855. Application of cement to both surfaces to be joined and assembly of these surfaces shall produce a continuous bond between them with visual evidence of cement at least flush with the outer end of the fitting bore around the entire joint perimeter. F. Allow at least eight hours of drying time before moving solvent-welded joints or subjecting the joints to any internal or external loads or pressures. G. Acceptance criteria for solvent-welded joints shall be as follows: 1. Unfilled Areas in Joint: None permitted. 2. Unbonded Areas in Joint: None permitted. 3. Protrusion of Material into Pipe Bore, Percent of Pipe Wall Thickness: Cement, 50%. 3.03 FLANGED JOINTS A. Lubricate carbon steel bolt threads with graphite and oil before installation. B. Tighten bolts on PVC flanges by tightening the nuts diametrically opposite each other using a torque wrench. Complete tightening shall be accomplished in stages and the final torque values shall be as shown in the following table: Pipe Size (inches) Final Torque (foot-pounds) 1/2 to 1 1/2 10 to 15 2 to 3 20 to 30 3.04 ASSEMBLING THREADED JOINTS A. Cut threaded ends on PVC to the dimensions of ASTM F1498. Ends shall be square cut. Follow the pipe manufacturer's recommendations regarding pipe hold-down methods, saw cutting blade size, and saw cutting speed. Gauges, gauge tolerances, and gauging procedures shall comply with ASTM F1498, Sections 7 and 8. Perform field gauging on every field-cut threaded connection. B. Pipe or tubing cutters shall be specifically designed for use on PVC pipe. Use cutters manufactured by Reed Manufacturing Company, Ridge Tool Company, or equal. C. If a hold-down vise is used when the pipe is cut, insert a rubber sheet between the vise jaws and the pipe to avoid scratching the pipe. D. Thread cutting dies shall be clean and sharp and shall not be used to cut materials other than plastic. Page 774 of 1165 DRAFT - NOT FOR CONSTRUCTION PVC PIPE 402090-4 City of SLO Reservoir No. 2 Cover Replacement - 14 Apr 2023 E. Apply Teflon® thread compound or Teflon® tape lubricant to threads before screwing on the fitting. F. Assemble threaded flanges and fittings per ASTM F1498, Sections 4, 7, and 8. Do not tighten threaded connections more than two turns past finger tightness for both internal and external threads. 3.05 INSTALLING BURIED PIPE A. Install as shown in the drawings. B. Trench bottom shall be continuous, smooth, and free of rocks. See the details in the drawings for trench dimensions, pipe bedding, and backfill. C. After the pipe has been solvent-welded and the joints have set, snake the pipe in the trench per the pipe manufacturer's recommendations in order to allow for thermal expansion and contraction of the pipe. D. Do not backfill the pipe trench until the solvent-welded joints have set. Support the pipe uniformly and continuously over its entire length on firm, stable soil. Do not use blocking to change pipe grade or to support pipe in the trench. E. Install buried PVC pipe in accordance with ASTM D2774 and the pipe manufacturer's recommendations. Backfill materials in the pipe zone shall be washed concrete sand as noted in the drawings. 3.06 PAINTING AND COATING Coat exposed piping per Section 099000, System No. 42. 3.07 HYDROSTATIC TESTING Perform hydrostatic testing for leakage in accordance with City Standard 77. Test pressure shall be 100 psi. END OF SECTION Page 775 of 1165 DRAFT - NOT FOR CONSTRUCTION TANK MIXERS 431000-1 City of SLO Reservoir No. 2 Cover Replacement - 14 Apr 2023 SECTION 431000 TANK MIXERS PART 1 - GENERAL 1.01 EQUIPMENT OVERVIEW A. These specifications provide the requirements for potable tank mixers. 1.02 REFERENCES A. Occupational Safety and Health Administration, OSHA B. Department of Transportation, DOT C. NSF / ANSI Standard 61 D. Underwriters Laboratories Inc., UL 508 1.03 QUALITY ASSURANCE A. Continuous Operation Equipment. The mixer shall operate continuously, all day and all night, using 120 VAC as the power source. B. No Visual Defects. The mixer shall have no visual defects, and shall have high quality welds, assembly, and corrosion resistant finish. C. Qualified US Manufacturer. The manufacturer of the mixer shall have extensive experience in the production of such equipment, and the equipment shall be manufactured in the continental United States. D. Factory Startup Services. Delivery, placement and startup services shall be available, but not included in the bid. For factory delivery and placement, services shall be performed by full time factory employees experienced in the operation of this equipment and who have completed OSHA safety trainings applicable to this type of placement. E. The mixer shall be warranted to be free of defects in materials and workmanship for a period of 5 years. The equipment warranty shall run directly from the manufacturer of the equipment to the owner. 1.04 SUBMITTALS A. Submit hydrodynamic modeling report indicating compliance with the performance requirements defined in section 2.02. The Model shall be developed specifically for the project using specified mixer location, and shape of Reservoir #2. B. Manufacturer Qualification Document C. List of Supplied Equipment Page 776 of 1165 DRAFT - NOT FOR CONSTRUCTION TANK MIXERS 431000-2 City of SLO Reservoir No. 2 Cover Replacement - 14 Apr 2023 D. Manufacturer Product Sheets E. Electric Power Source Requirements F. NSF / ANSI Standard 61 Documentation G. Warranty Statement H. Operation Manuals PART 2 - PRODUCT SPECIFICATIONS 2.01 MANUFACTURER A. Specified Equipment. The mixer shall be manufactured by Ixom Watercare, Inc. of Dickinson, ND, or pre-approved alternative. B. Pre-approved Alternative(s). Alternatives to the specified equipment will be considered during the bid period, subject to the requirements of Section 6-1.05 of the Standard Specifications. 2.02 PERFORMANCE AND FEATURES A. Complete Water Circulation Required. To meet the project objectives, the tank or reservoir circulation shall be achieved by a single submerged unit within the reservoir capable of providing long distance circulation of water. The mixer shall have a direct measurable flow rate where suction shall enter specified mixer’s intake positioned within 2 inches of reservoir floor and discharging water vertically in a sheet flow pattern to induce a large volume, low velocity flow to reach the tank or reservoir water surface. The mixer must be placement flexible in design to allow best hydraulic positioning for tank or reservoir conditions to prevent hydraulic short circuiting within tank or reservoir. Suction not within 2 inches of tank or reservoir floor is not allowed. B. Number of units required. To meet the project objectives, the following number of mixers are required. Qty Model Reservoir Side 1 GridBee GS potable tank mixer, or pre- approved alternative. West 1 GridBee GS potable tank mixer, or pre- approved alternative. East Page 777 of 1165 DRAFT - NOT FOR CONSTRUCTION TANK MIXERS 431000-3 City of SLO Reservoir No. 2 Cover Replacement - 14 Apr 2023 C. Complete Mix: The mixer manufacturer guarantees that the subject tank will be completely mixed by the mixer. In continuous operation of the mixer: 1. At least once per 24 hours all water temperatures within the tank shall converge to within 0.8 degrees C, and 2. At least once per 72 hours all chlorine concentrations within the tank shall converge to within 0.18 mg/l. D. Continuous Operation With 120VAC, 20 Amp Power Source. The mixer shall operate continuously during day and night while connected to electric grid power. E. Stainless Steel Construction. The mixer shall be constructed primarily of Type 316 stainless steel metal for strength and superior corrosion resistance. F. Motor. The mixer shall be mechanically operated by a submersible motor that meets the following criteria. 1. Direct Drive, with no gearbox and no lubrication maintenance required. 2. Designed for submersible operation. Mixer design shall include flow sleeve or housing around motor to provide water flow past motor per submersible motor design criteria to lower the total motor temperature and increase winding life. 3. Designed for Continuous Operation without overheating or compromising motor life expectancy. Constant, full speed operation, variable frequency drive or other method of speed reduction not required and not allowed. 4. 120 VAC, 20 Amp power source shall be supplied by others and not the mixer manufacturer. G. Low Elevation Intake: The mixer shall be supplied with an intake capable of being positioned at the lowest elevation of the tank or reservoir floor. The intake level shall bring water into the mixer at horizontal layer within 2 inches of the tank or reservoir floor to prevent hydraulic short circuiting of inflow water through the tank. H. Restraint System. The mixer shall not require any brackets, penetrations, rope, ties, or fixed connections to the tank or reservoir columns, walls, or floor below the overflow elevation. The mixer shall allow for placement and servicing without requiring tank or reservoir to be drained. The mixer shall not require the use of a diver or diving team to enter the tank or reservoir to complete placement or service of the specified equipment. I. Functional for All Water Levels. The mixer shall function properly and not be negatively impacted by fluctuating water levels down to 24 inches of water depth. Devices requiring more than 24 inches of water depth to properly function without damage are not allowed. Page 778 of 1165 DRAFT - NOT FOR CONSTRUCTION TANK MIXERS 431000-4 City of SLO Reservoir No. 2 Cover Replacement - 14 Apr 2023 J. SCADA and Controls. The mixer shall include an Electric Control Box including a motor current indicator in a 4-20mA analog output and remote on/off control via 24VDC relay. If a mixer with an exposed mixing impeller or other rotating part is selected, Contractor shall program the mixer control system to disable the mixers when the reservoir level reaches a user-defined level as input to the mixer control from the local PLC or by 4-20 mA signal from the reservoir level transducers. K. Chlorine Boost Connection: The mixer shall be supplied with a connection point for injection of sodium hypochlorite. The connection point shall be compatible with a ½” (1.3 cm) diameter hose and be rated for contact with 12.5% Sodium Hypochlorite solution. L. The complete mixer shall be NSF / ANSI Standard 61 and NSF / ANSI Standard 372 listed for safe contact with potable water. The mixer shall be NSF / ANSI Standard 61 listed to be safely in contact with a potable water volume as low as 5,000 gallons. M. Maintenance Requirements. The mixer shall operate normally with the following maintenance features. 1. No scheduled lubrication is required of any system components including motor. 2. No spare parts shall be required to be kept on hand. N. Equipment Support. The mixer manufacturer shall offer full factory support with the following staff and support services. 1. Customer Service, Application Engineering, and Equipment Engineering staff available by email or toll free phone. 2. Field personnel for placing and servicing the specified mixer. 3. Service plans for preventative maintenance and continued technology improvements for the specified mixer. PART 3 - EXECUTION 3.01 FACTORY PLACEMENT A. Factory Personnel. The placement and startup shall be performed by full time factory employees trained in the operation of the mixer. B. Safety. Placement and service personnel shall have received job-specific safety training on (a) Working over Water, (b) Boating Safety, (c) Disinfecting Procedures, (d) Confined Space Entry, (e) Fall Protection, (f) Self Rescue, and (g) DOT Compliance. C. Safety Equipment. Placement and service personnel shall be equipped with job-specific safety equipment to complete the placement and startup of specified mixer following all Page 779 of 1165 DRAFT - NOT FOR CONSTRUCTION TANK MIXERS 431000-5 City of SLO Reservoir No. 2 Cover Replacement - 14 Apr 2023 OSHA safety regulations. Safety equipment shall include confined space, fall protection, rescue, decontamination, and communication tools such as (air monitor, ventilation fan, tri-pod, winches, FBH’s, retractables, ropes, lanyards, descenders, radios, hard hats, step pools, disinfectant sprayer, etc.) END OF SECTION Page 780 of 1165 APPENDIX APPENDIX 5 APPENDIX C – “NO EQUAL” EQUIPMENT Page 781 of 1165 ST01 – CPC Quote Form The CHARLES P. CROWLEY COMPANY (hereinafter “CPC Co.) is pleased to offer our quotation for the following equipment. This quotation and any purchase order, contract, requisition or purchasing directives given to CPC Co. based on this quotation is subject to CPC Co.’s Sales Agreement and Standard Terms and Conditions which is attached. Quantity (1) Burt Process PES-30-DB6-S Transfer Station Simplex transfer station. Includes: • 30-Gallon Molded Polyethylene Tank (24” x 18” x 18”) • ½” Blue Polypropylene Bolt-Down Cover • 2” Threaded Coupling Inlet and Vent Connections • Transfer Pump. Rated for 10 GPM @ 35’ TDH o 1HP, 155/230VAC, 60Hz o CPVC Wetted Material o 1-1/4” Threaded Discharge with CPVC/Viton Check o 1-1/4” Tru-Union CPVC/Viton Discharge Isolation Manual Ball Valve • LSF-106 Float Switch Liquid Level Control + Additional Dry Contact Quantity (1) Chemtrac HydroACT HA4+FCl Analyzer Chemtrac HydroACT HA4 with Free Chlorine Analyzer Includes the following: • Two (2) membrane-covered amperometric three-electrode free chlorine analyzer (range 0.01-10 mg/L) o +/-5% reproducibility o Flow Rate: 15 to 60 L/hr o pH Range: 4-9 (Free), 4-12 (Total) • Two (2) Single Flow Cell • Two (2) Analog Output • 1-Year Consumables • Event Logging and Download • Requires 100-240 VAC / 0.25 or 12 VDC / 0.8 A (Standard) Power • 4-20 mA Output • NEMA 4X Enclosure • Color Display • Modbus TCP (Ethernet) Total Price for All Equipment List Above (Less Tax and Freight): $17,977.00 GENERAL EXCLUSIONS: • This quotation is valid for thirty (30) days and is limited to items specifically listed herein. • Lead Times; Submittal 1-2 Weeks, Shipment 3-6 Weeks ARAD. • Freight: FOB Factory. Prepay and Add to Invoice, or third party billing. Must be determined at time of order. • Payments due one hundred percent (100%) net thirty (30) days. Overdue payments are subject to 1.5% per month (18% per year) finance charge. Collection activities subject to attorney’s fees provision as stated in CPC Co.’s Terms and Conditions (attached). 4/13/23 – Revision 3 QUOTATION NUMBER Q30975CMU Date: 3/13/23 From: Alex Quach To: Michael K. Nunley & Associates Attention: Julia Cannon Manufacturers’ Representatives • Systems Integrators Phone: (805) 904-6530 x105 15861 Business Center Drive Phone: (626) 856-5656 email: jcannon@mknassociates.us Irwindale, California 91706 USA F ax: (626) 856-5658 Subject: City of San Luis Obispo E-mail:alex.quach@cpcrowley.com Cell: (626) 827-0070 Reservoir 2 Website: www.cpcrowley.com Page: 1 of 4 Page 782 of 1165 ST01 – CPC Quote Form • Consequential and Liquidated Damages, late charges, retentions or bonding requirements are not acceptable or allowed. • CPC Co.’s or Factory Limited Warranty shall apply. • Sales Taxes and Freight are expressly excluded. Should this quotation result in a purchase order, please address it to the Charles P. Crowley Company. If you have any questions or require additional information, please do not hesitate to contact our office. Yours truly, Alex Quach Sales Representative CHARLES P. CROWLEY COMPANY Attachments: CPC T&C’s (3pgs) Page 783 of 1165 Chemtrac, Inc. 1555 Oakbrook Drive Suite 100 Norcross, GA 30093 USA PH: 770.449.6233 US: 800.442.8722 FX: 770.447.0889 www.chemtrac.comR sidu l Ch ri eea lonSTANDARD FEATURES OPTIONAL FEATURES Includes analyzer, free or total chlorine sensor, flow cell, 1 analog output, 1 year consumables Accurate chlorine measurement with reduced pH dependency No moving parts, no reagents Suitable for reporting when used in compliance with EPA Method 334.0 Event logging Expandable sensor inputs and I/O Color display and data-logging with microSD card download Modbus or PROFIBUS communictions Chemical feed control capability (e.g. PID) pH compensation of free chlorine reading BENEFITS Lower total cost of ownership Easy set up and maintenance Intuitive menu and programming functions APPLICATIONS Water Treatment Online disinfection monitoring Disinfection dosage control Cooling Towers Swimming Pools Paper Machine System Microbial Control Legionella Control Food Washing DESCRIPTION The HydroACT Reagentless Chlorine Analyzer takes online disinfection monitoring to a new level of reliability by offering industry-leading performance, an excellent track record of EPA Method 334.0 compliance, reduced pH dependency, and no requirement for zero calibration. Chemtrac's line of membrane covered Free and Total Chlorine sensors have no moving parts, no bottles of reagent to change out monthly, and quarterly maintenance takes less than five minutes to perform. HydroACT offers a versatile solution to your disinfection monitoring needs with the flexibility to accept additional sensors, as well as offering expandable I/O and PID control loops. RESIDUAL CHLORINE ANALYZER HydroACT Single Flow Cell Dual Flow Cell Page 784 of 1165 HydroACT Reagentless Chlorine Analyzer The HydroACT Chlorine Analyzer standard configuration includes version HA2 analyzer, 1 sensor (Free or Total Chlorine), 1 analog output, and 1 year consumables. Optional features include relays, digital inputs, digital comms, expanded number of sensor inputs and analog outputs, color display, and data download capability. Maximum I/O capabilities and certain features are specific to the different versions of HydroACT as detailed below. Data Collection Software (Communicates on RS485 Network to Chemtrac Turbidimeters and Particle Counters) GENERAL SPECIFICATIONS Chlorine Sensor Probe (Free or Total)* Type: Membrane-covered amperometric three-electrode system Measured: Free residual chlorine or total residual chlorine Probe Ranges: 0.01 - 2, 0.01 - 5, 0.01 - 10, or 0.01 - 20 mg/L 0.01 - 200 mg/L (Free residual chlorine only) Resolution: 0.01 mg/L (ppm) 0.1 mg/L (ppm) on 0 - 200 mg/L ranges Reproducibility: ±5% Stability: -1% per month (without calibration) Working Electrode: Gold cathode Counter Electrode: Stainless steel anode Reference Electrode: Silver/silver halide Flow Rate: 15 to 60 L/hr. Temperature Range: > 41° up to < 113° F (> 5 up to < 45° C) Temperature Compensation: Automatically by integrated thermistor (ATC) pH Range: pH 4 - pH 9 (Free), pH 4 - pH 12 (Total) First Polarization Time: 120 min. Re-Polarization Time: 30 min. Zero-Point Adjustment: Not necessary Calibration: Manual using DPD Housing Material: PVC, silicone, polycarbonate, stainless steel Dimensions: Diameter approx. 0.98 in., length 6.89 in. Replacement Intervals Membrane: Annually (approx.) depending on water quality Electrolyte: Annually (approx.) depending on water quality Interferences: Ozone and chlorine dioxide. Surfactants are partially tolerated *Not suitable for measuring or controlling for dechlorination. Recommended to have a Free Chlorine residual of at least 0.10 ppm at all times. 05/17 Example Installation Diagram Clearwell TEMP pH CHLORINE Show AnalyzerHydroACT 600A110:789F:F822:D9ADFri Mar 11 12:24:54 2016 UV-254 Online0.180 UVA Raw NTU Online11.3 NTU pH RAWOnline6.93 16.7°C % PID COAGULANTRunning16.6 Mode: Automatic % PID CAUSTICRunning11.6 Mode: Automatic pH TREATEDOnline6.24 24.9°C SCM SC Value Online0 Logs 12.24.54 HydroACT 600 - A110:789F:F822:D9AD Home PID SENSOR INPUTS HydroACT Graph Screenshot (seen here with optional color display) HydroACT System Overview Screenshot CHLORINE OPTIONAL Sensor Options: Free Cl, Total Cl, Cl Dioxide, Chlorite, Ozone, ORP, pH with Temperature, DO, Conductivity, SCM, UV254 Organics, TSS/NTU, Particle Counter Power: 100-240 VAC / 0.25 or 12 VDC / 0.8 A (standard) or 24 VDC (optional) Available Output Type: 4-20mA (max 750 ohm load) Relays (optional): SPST electromechanical relays rated for 380 VAC, 6A max. Alarms & Thresholds: 2 user-configurable alarms and 2 user- configurable thresholds (for control) Chemical Feed Control (optional): HA4 & HA8 only - PID, Feed Forward, Flow Proportional, Timer - multiple loops Communication (optional): Modbus ASCII/RTU (RS485), Modbus TCP (Ethernet), Profibus DP Data Logging (optional): Customizable data logs. 1 million records can be logged internally, and downloaded to MicroSD card. Enclosure: ABS flame retardant, IP65, Nema 4X Display: 4.3”, 480x272, 24 bit, grayscale Optional: color (HA4 & HA8 only) Dimensions: HA2 & HA4 - 9.0” W x 12.2” H x 4” D (230 mm W x 309 mm H x 1035 mm D) HA8 - 18.0” W x 12.2” H x 4” D (460 mm W 309 mm H x 102 mm D) Weight: HA2 & HA4 - 4.5 lbs (2 kg) HA8 - 9 lbs (4 kg) Warranty: 12 months from date of purchase *Optional configuration limits. See above description for standard configuration of analyzer version & I/O setup. Optional configurations must be specified. HydroACT Features Sensor limit* Analog output limit* Relay limit* Digital input limit* On/Off threshold Control Andvanced control (e.g. PID) Color display Data logging and download PROFIBUS, Modbus Remote (internet) access HA2 HA4 HA8 2 2 4 4 4 4 8 8 8 8 16 16 optional optional optional optional optional optional optionaloptional optionaloptional Page 785 of 1165 Providing Fluid Handling Solutions & Equipment Since 1970BURT PROCESS EQUIPMENTwww.BurtProcess.com 1-877 PIC BURT [742-2878]Providing Fluid Handling Solutions & EquipggPump Lift Stations Simplex & Duplex Solutions Page 786 of 1165 Standard Pump Lift StationsClassic Series Pump Lift Stations are designed for applications where gravity drainage is not an option.Standard Features‡:LGHUDQJHRIÁRZV SUHVVXUHVWRFKRRVHIURP• Smooth interior for ease of cleaning• CPVC or polypropylene corrosion resistant pump • Withstand temperature to180F (PPS) or 140F (PES)• Automatic Off/On pump control• Rugged acid resistant construction for safety and durability SIMPLEX & DUPLEX SYSTEMS CUSTOM PUMP LIFT STATIONSSimplex Unitsfor applications where pump redundancy is not required.Tanks range in size from 7 to 50 gallons and are available in molded high density polyethylene (HDPE) or natural polypropylene. Covers are 1/2” thick bolt-down polypropylene.Simplex Lift Stations are completely automated and designed to handle the most aggressive chemical solutions. Most units are off-the-shelf and can often be shipped same day.Duplex UnitsIRUFDVHVZKHQSXPSUHGXQGDQF\LVUHTXLUHGIRUKLJKLQOHWÁRZconditions and to eliminate downtime. Duplex Lift Stations come standard with alternating pump controls to even out wear and promote longer pump life.:KHQÁRZLQWRWKHV\VWHPVSLNHVDQGWKHOHYHOULVHVDERYHWKHQRUPDOSXPSturn-on setting, the system will trigger both pumps to run simultaneously until level returns to the pump turn-off setting. Optional high level alarm sounds when liquid level rises above the second pump turn-on setting.LEEX SYSTEMSCustom Series Pump Lift Stations are designed by Burt Process application engineers who work with clients to develop custom solutions tailored to unique system requirements. Some options include: Pump Flow: From less than 1 gpm to greater than1,000 gpmPump Technologies: Vertical or horizontal centrifugal, positive displacement, gear, magnetic drive, grinder, metering, self-priming, and air operated diaphragm 3XPS&RQÀJXUDWLRQV Simplex, duplex and triplex Tanks: Capacities from 5 to15,000 gallons; Materials of construction including polypropylene, PVC, CPVC, PVDF .\QDU ÀEHUJODVVDQGVWDLQOHVVVWHHOInstrumentation & Control: Level transmitters, redundant high and high-high level switches, temperature and analytical measurements as well as leak detection.• Double containment • PLC based controls• Ethernet and remote connectivity• Hazardous location lift stations with controls• Unique tank geometriesAvailable options include:Custom Series Pump Lift StationsPage 787 of 1165 www.BurtProcess.com 1-877 PIC BURT [742-2878] 100 Overlook Drive. Hamden, CT 06514 20170731 Page 788 of 1165 Highlights For more help and information regarding M3, please visit www.blue-white.com or scan this QR code. M3 > 5” touchscreen color LCD display > User-friendly configurations > Self priming peristaltic metering pump delivers smooth chemical feed > Tube Failure Detection (TFD) system senses tube failure > Inputs include: 4-20mA, Pulse Inputs, Industrial Protocols, Remote Start/Stop FLEXFLO® Peristaltic Metering Pump Engineering and Technical Data Flow range Exclusive .0002 - 33.3 GPH .0007 - 126 LPH Pressures Motor Brushless DC Motor 125 PSI (8.6 bar) Turndown ratio Warranty 10,000 : 1 Control Methods Video link: ® Tube Failure Detection (TFD) 5 Years Certified to NSF / ANSIStandard 61 Control Methods Manual Control 4-20mA Input Remote Start/Stop Pulse Input Frequency Input Ethernet/ IP Modbus TCP/IP Profibus Alarm Outputs M3 ••••••••• Features NEMA 4X Page 789 of 1165 2 Engineering Specifications M3 Dimensions Maximum Working Pressure (excluding pump tubes)125 psig (8.6 bar) NOTE: See individual pump tube assembly maximum pressure ratings. Maximum Fluid Temperature (excluding pump tubes)185 °F (85 °C) NOTE: See individual pump tube assembly max. temperature ratings. Maximum Viscosity 12,000 Centipoise Maximum Suction Lift 30 ft. Water, 0 psig (9.14 m, 0 bar) Ambient Operating Temperature 14 °F to 115 °F (-10 °C to 46 °C) Ambient Storage Temperature -40 °F to 158 °F (-40 °C to 70 °C) Operating Voltage 115VAC/60Hz, 1ph (2.0 Amp Maximum) 230VAC/60Hz, 1ph (1.0 Amp Maximum) 220VAC/50Hz, 1ph (1.0 Amp Maximum) 240VAC/50Hz, 1ph (1.0 Amp Maximum) 230VAC/50Hz, 1ph (2.0 Amp Maximum) Power Cord Options 115V60Hz = NEMA 5/15 (USA) 230V60Hz = NEMA 6/15 (USA) 220V50Hz = CEE 7/VII (EU) 240V50Hz = AS 3112 (Australia/New Zealand) 230V50Hz = BS 1363/A (UK) Motor Brushless DC, 1/4 hp Motor Speed Adjustment Range 10,000:1 (0.01% - 100% motor speed) Max RPM = 125 Motor Speed Adjustment Resolution 0.1% increments > 1% motor speed and < 100% 0.01% increments < 1% motor speed Display 5” touchscreen color LCD, UV resistant. Display Languages English, Spanish, French, German, and Portuguese selectable Maximum Overall Dimensions 8-1/4”W x 11-3/4”H x 13-1/4”D (20.9W x 29.8H x 34.5D cm) Product Weight 25.4lb. (11.5 Kg) Security Programmable 6-digit password Approximate Shipping Weight 30 lb. (13.6 Kg) Enclosure NEMA 4X (IP66), Polyester powder coated aluminum & Noryl RoHS Compliant Yes Standards cETLus, CE, NSF61 Dim Inch cm A 11-3/4”29.8 B 8-1/4”20.9 C 13-1/2”34.5 Dim Inch cm D 10-1/2”26.5 E 4-1/4” 10.8 Page 790 of 1165 3 Materials of Construction Non-wetted Components: Enclosure: 413 Aluminum (Polyester powder coated) & Noryl Pump Head: Valox® (PBT) thermoplastic Pump Head Cover: Polycarbonate Permanently lubricated sealed motor shaft support ball bearing. Cover Screws: Stainless steel, polypropylene cap Roller Assembly: Rotor: Valox® (PBT) Rollers: Nylon Roller Bearings: SS Ball bearings Motor Shaft: Chrome plated steel TFD System Sensor: Hastelloy C-276 Power Cord: 3 conductor, SJTW-A water-resistant Tube Installation Tool: GF nylon Mounting Brackets and Hardware: 316 Stainless steel Wetted Components: Pump Tube Assembly: Tubing: Flex-A-Prene®, Flex-A-Chem® or Flex-A-Thane® Adapter Fittings: PVDF M3 Output Specifications Feed Rate Max Speed Max Pressure Max Temperature Tube Material / SizeGPH LPH ML/Min RPM PSI (bar)°F (°C) Flex-A-Prene® M3 Tube Pumps .0002 - 2.10 .0007 - 7.92 .0132 - 132 125 125 (8.6)185 (85)ND .0025 - 25.3 .0096 - 96.0 .1596 - 1596 125 125 (8.6)185 (85)NJ .0033 - 33.3 .0126 - 126 .2100 - 2100 125 125 (8.6)185 (85)NK .0033 - 33.3 .0126 - 126 .2100 - 2100 125 30 (2.1)185 (85)NKL .0004 - 4.76 .0018 - 18.0 .03 - 300 125 110 (7.6)185 (85)NEE .0019 - 19.02 .0072 - 72.0 .12 - 1200 125 110 (7.6)185 (85)NGG Flex-A-Chem® M3 Tube Pumps .0015 - 15.06 .0057 - 57.0 .0950 - 950 125 50 (3.4)130 (54)TH .0028 - 28.5 .0108 - 108 .18 - 1800 125 50 (3.4)130 (54)TK Flex-A-Thane® M3 Tube Pumps .0004 - 4.60 .0017 - 17.4 .0290 - 290 125 65 (4.5)130 (54)GE .0010 - 10.1 .0038 - 38.4 .0637 - 637 125 65 (4.5)130 (54)GG .0024 - 24.9 .0094 - 94.2 .1570 - 1570 125 65 (4.5)130 (54)GH .0028 - 28.5 .0108 - 108 .1800 - 1800 125 65 (4.5)130 (54)GK .002 - 18.23 .007 - 69.0 .115 - 1150 125 65 (4.5)130 (54)G2G Page 791 of 1165 45300 Business Drive, Huntington Beach, CA 92649 TEL 714-893-8529 | FAX 714-894-9492 | www.blue-white.com | sales@blue-white.com Model Number Matrix NOTE: For use with the Quick Disconnect Flex-A-Prene® Tube Assembly. Kits sold separately.Accessories P.N. 83000-201 M3 REV 1 20211101 M3 is sold and serviced exclusively by highly skilled, factory authorized technicians. FLEXFLO® Model Number M3 FLEXFLO® Peristaltic metering pump Power Cord (operating voltage user selectable 115V/240 Vac 50/60Hz) 4 115V / 60Hz, power cord NEMA 5/15 plug (US)8 240V / 50HZ, power cord AS 3112 plug (AU/New Zealand) 5 230V / 60Hz, power cord NEMA 6/15 plug (US)9 230V / 50HZ, power cord BS 1363/A plug (UK) 6 220V / 50HZ, power cord CEE 7/VII plug (EU)X No Power Cord Inlet/Outlet Connection Size, Connection Type, Connection Material S 3/8” OD x 1/4” ID Tube Compression Fitting, Natural PVDF (Kynar)C 1/2” - 3/4” Tri-clamp connections, Natural PVDF (Kynar), available for ND, NEE, NGG, and G2G only M 1/2” Male NPT Fitting, Natural PVDF (Kynar)Q Quick Disconnect, Natural PVDF (Kynar), available for ND, NEE, NGG, and G2G only (valves sold seperately) B 1/2” Hose Barb, Natural PVDF (Kynar), available for ND, NEE, NGG, and G2G only MB 1/2” Male BSPT Fitting, Natural PVDF (Kynar) Pump Tube Material, Pump Tube Size, Output Range ND Flex-A-Prene® .078 ID NJ Flex-A-Prene® .312 ID G2G Flex-A-Thane® .187 ID NF Flex-A-Prene® .150 ID NK Flex-A-Prene® .375 ID GH Flex-A-Thane® .250 ID NEE Flex-A-Prene® .093 ID NKL Flex-A-Prene® .375 ID GK Flex-A-Thane® .375 ID NGG Flex-A-Prene® .187 ID GE Flex-A-Thane® .125 ID TH Flex-A-Chem® .250 ID NH Flex-A-Prene® .250 ID GG Flex-A-Thane® .187 ID TK Flex-A-Chem® .375 ID NHL Flex-A-Prene® .250 ID Options (leave this blank for standard model with left facing pump head inlet/outlet) R Right facing pump head, input / output (Left facing fluid input / output is standard) D Down facing pump head, input / output (Left facing fluid input / output is standard) M3 S 2 4 -S ND R Sample Model Number *KIT-M12-3 THREE M12 CABLES *KIT-MTVB B-TUBE FITTINGS KIT-QSV 3/8” OD, 1/4” TUBING *KIT-QSE EP O-RINGS *KIT-QBE EP O-RINGS *KIT-QME EP O-RINGS KIT-QBV 1/2” HOSE BARB KIT-QMV 1/2” M/NPT CABLE-UAC USB A-C CABLE KIT-M12 TWO M12 CABLES KIT-DP3 ONE 3ft PROFIBUS CABLE KIT-MTVS S-TUBE FITTINGS KIT KIT-MVM M-TUBE FITTINGS KIT M3 is sold and serviced exclusively by highly skilled, factory authorized technicians. 5300 Business Drive, Huntington Beach, CA 92649 TEL 714-893-8529 | FAX 714-894-9492 | www.blue-white.com | sales@blue-white.com P.N. 85000-157 M3 REV 2 20211101 5300 Business Drive, Huntington Beach, CA 92649 TEL 714-893-8529 | FAX 714-894-9492 | www.blue-white.com | sales@blue-white.com Page 792 of 1165 APPENDIX APPENDIX 6 APPENDIX D – STENNER CREEK BRIDGE INVENTORY Page 793 of 1165 Page 794 of 1165 Page 795 of 1165 Page 796 of 1165 Page 797 of 1165 Page 798 of 1165 Page 799 of 1165 Page 800 of 1165