Loading...
SPECS AND CONTRACT DOCS.pdfCity of Edmonds Secondary Clarifier #3 Structural Repair C465 SPECIFICATIONS AND CONTRACT DOCUMENTS Specifications and Contract Documents SeLo—ndary Clarifier #3 Structural Repair C465 CITY OF EDMONDS, WASHINGTON MAYOR Dave Earling CITY ENGINEER Robert S. English, P.E. CITY CLERK Scott Passey PROJECT ENGINEER Brown and Caldwell, Seattle WA, 204.624.0100 CONTACT PERSON Patricia Tatn CITY COUNCIL Kristiana Johnson Mike Nelson Adrienne Fraley-Monillas Diane Backshnis Dave Teitzel Thomas Mesaros Neil Tibbot TABLE OF CONTENTS PART I BIDDING DOCUMENTS Invitation to Bid Location, Scope of Project, and Basis of Award Information to Bidder Contractor & Bidder's Checklist Proposal Statement of Bidder Qualifications Form of Bid Bond Non -Collusion Affidavit Certificate of Equal lmployment Opportunity Report PART II CONTRACT FORMS Agreement Performance and Payment Bond Insurance Certificate (Sample) Apprentice Utilization Plan Monthly Apprentice Reporting Form PART III SPECIAL PROVISIONS Special Provisions City of Edmonds Business License PART IV CITY MODIFICATIONS .AND STANDARD SPECIFICATIONS City of Edmonds Standard Specifications Modifications - Division I City of Edmonds Standard Specifications Modifications - Division 2 City of Edmonds Standard Specifications Modifications - Division 3 through 8 City of Edmonds Standard Specifications Modifications - Division 9 City of Edmonds Material Modifications — Divisions 7, 8 and 9 PART V STANDARD DETAILS PART VI PERMITS AND REPORTS PART VII CONSTRUCTION OfAWI.NGS AND PIANS PART 1 BIDDING DOCUMENTS Invitation to Bid Location, Scope of Project, and Basis of Award Information to Bidder Contractor and Bidder's Checklist Proposal Statement of Bidder Qualifications Form of Bid Bond Non -Collusion Affidavit Certificate of Equal Employment Opportunity Report 11 Published: Everett Herald: Seattle Daily Journal of Commerce: iv LOCATION, SCOI'I? OF PROJECT, AND BASIS OF AWARD The project covered by these specifications and hid documents Involves Secondary C'hwifigr- Structural Rep it• The successful bidder will be required to furnish the necessary equipment, materials and labor. All of the above shall be accomplished in accordance with these bid documents, plans and special provisions. The City shall award a contract based on the lowest acceptable bid for one, all or a combination of the bid schedules in the contract proposal. The combination of bid schedules awarded shall be at the sole discretion of the City. The specifications are the WSDOT Standard Specifications as referenced on Page I13-1 and in Fart IV, except as revised, supplemented or replaced in the Contract Documents. v INVITATION TO HID CITV OF EDMOND4 Sealed' bide will 1.., .1 ..A .1. rr... �• e � � u1 • n Y � ...1., r+.,u,.,. µ,.u.� will Ww rw� tv" cw ns Iw1� �r111aK o theCity � eii-k Yl Ql 1 Mari walrLmi w�Clltllt..w rnwn s,w sway u _ ._ Wx'.wFlinnh^^; 'rr.^.til�:ni»nll ul:!�^lnl'1; u'aw. �la r11I�1 161. IhC Construction of (lie SecondaryClarifier 3 Structural i air and the furnishing of all labor, maturials and equipulent necessary for this project.Ilac> Scet'Irttlat'aw + Aa trif cr 113 S trttctut-al ltcljln ° larujec•t llrin arill, is replacing the clanger floor, installing nc.s,,w and w1elitiunal g)ymnd loaner rrrlirrJ1rnrGr, relrcriring rlrnuu1;c(1 cunrrr rr crud rc coaling the major'ily of the conci-ele temk, collector and [ill iniern(il egiii1nnent. The scaled bids will be opened and publicly react aloud al '2:15 p.m., Fetwmqy n tteetlth 2016 at the City Clerk's Conference Room, 121 Fifth Avenue North, F(lrnonds. Plans, specifications, addenda, bidders list and plan holders list for this project are ,available through the City of l c monds on-line plan room. Free of charge access is providad to Prime bidders, Subcontractors and Vcndors by going to littp://www.bxwa.com and clicking; on "Posted Projects", "Public Works", "City of I:idmonds", and "Proj"ects Bidding", Bidders are encouraged to "Registor" in order to receive automaltic email notification of future addenda and to be placed on the "Bidders List". This on-line plan room provides Bidders with fully usable on-line documents; with the ability to: download, print to your own printer, order full/partial plan sets from numerous reprographic sources (on-line print order form), and a free on-line digitizer - take -off tool. Contact Builders Exchange of Washington at 425-258-1303, should you require assistance. The Project Manual for this project (including the Contract Playas, Specifications and all other Contract Documents) may be examined at the City of Edmonds Wastewater "I'mmtment Plant, 200 2"`I ave south, Edmonds, WA, 98020 A certified check, cashier's check or bid bond in the amount equal to at least five percent of the total amount of bid, including safes tax if applicable, must accompany each bid as evidence of good faith and as a guarantee that, if awarded the contract, the bidder will execute the contract and give a performance and payment bond as required. The check will be given as a guarantee that the bidder shall execute the contract in conformity with the contract documents if it is awarded to him and shall provide a performance and payment bond as specified therein within ten calendar days after notification of the award of contract to the bidder, The City of Edmonds reserves the right to reject any or all bids, and to waive irregularities or informalities in the bid or in the bidding. No bidder may withdraw his bid after the hour set for the opening thereof or before award of contract, unless said award is delayed for a period exceeding sixty calendar days. The City of Edmonds, in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat, 252, 42 U.S.C. 20004-4 and Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in Federally -assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively ensure that in any contract entered into pursuant to this adver't'isement, disadvantaged business enterprises as defined at 49 CFR Part 26 will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, national origin, or sex in consideration for an a • d.. Scott, City Cier City of Edmonds, Was Inton til INFORMATION TO 1311)1)IsRS 542prcatiorrs alrc wC r7�lr,rct MaMial The Washington State Department of Transportation (WSDOT) and APWA 2014 Standard Specifications for Road, Bridge and Municipal ConSIRICtlon are the specifications for the project, including the General Requirements,Technical Specifications (Divisions 2 through 9), Standard Details and Drawings, except as amended, modified, clarified, deleted or expanded in this project manual, and the design drawings and plans. '1'hc combination of all specifications plans and drawings hereinafter shall be ref -erred to as the "Contract Documents." Bid Submittal Bid submittal shall include five percent Bid Bond, Proposal, Statement of Bidder Qualifications, Non - Collusion Affidavit and Certificate of Equal Employment Opportunity Report. (All subcontractors supplying over ten percent of the total contract bid amount must be listed on the appropriate proposal sheet and submitted at the bid opening.) Application of Bid Prefclence for &sident Contractors Pursuant to the provisions of RCW 39.04.380, if a bid is received from a nonresident contractor from a state that provides a percentage bidding preference, a comparable percentage disadvantage will be applied to the bid of that nonresident contractor. Award of Contract The City intends to award a contract within sixty calendar days of bid opening. Execution of Contract Successful bidder shall submit to the City within ten calendar days of the Notice of Award the executed Agreement, one hundred percent Performance and Payment Bond, and Certificate of Insurance with the City named as additional insured. PrevamUa9 Wa,'es The county in which this public works project is located is Snohomish, and the State of Washington prevailing wage rates for Snohomish County apply to work performed under this contract. The applicable prevailing wage rates may be found at the following website address of the Department of Tabor and Industries: https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx. A hard copy of the list of applicable prevailing wage rates is available for inspection during business hours at the City's Development Services Department, which is located on the 2nd floor of 121 5th Avenue North, Edmonds, WA 98020. A hard copy of said list will be mailed only upon written request. Prevailing wage rate for public works contract are published on the first business day of February and the first business day of August of each year. These rates become effective thirty days after the date of publication. The prevailing wage rate in effect on the bid opening date are the prevailing wage rates that apply to that project, no matter how long it lasts, unless the contract is awarded more than six months after the bids were due. For those contracts where award was delayed more than six months, the prevailing wage rate in effect on the date of the award shall apply for the duration of the contract. Apprentice ClEiltr�atraar� I ��,,Ceu,u�cuaretils This Contract includes an Apprentice Utilization Requirement as defined in the Contract Documents. No less than 5% of project Labor flours shall be performed by Apprentices. Criteria for Bidder Resp%jssiibal ty,�.f)tsgttrrlifwratioq In addition to specific criteria for bidder responsibility and/or disqualification set forth explicitly or by reference in any other section in this bid package, the following general criteria shall also apply. To the extent that the general criteria below conflict with or contradict specific criteria in a different section, the specific criteria shall control, with the exception of the general criteria set forth below in subsection A. A. iylandatorLy ies)onsible bidder criteria_,,.. In order to comply with the mandatory bidder responsibility criteria set forth in ECC 18.00.060(A), and be considered a responsible bidder, any bidder submitting a (aid on the Project must: I. At the time of bid submittal, have a certificate of registration in compliance with Chapter 18.27 RCW (contractor registration); 2. Have a current state unified business identifier (UBI) number; 3. If applicable, have industrial insurance coverage for bidder's employees working in Washington as required by Title 51 RCW; a state employment security department number as required in Title 50 RCW; and a state excise tax registration number as required in Title 82 RCW; 4. Not be disqualified from bidding on any public works contract under RCW 39.06.010 or 39,12,065(3); 5. If bidding on a public works project subject to the apprenticeship utilization requirements in RCW; 39.04,320, not have been found out of compliance by the Washington state apprenticeship and training council for working apprentices out of ratio, with appropriate supervision, or outside their approved work processes as outlined in their standards of apprenticeship under Chapter 49.04 RCW for the one- year period immediately preceding the date of the bid solicitation; and 6. Until December 31, 2013, not have violated RCW 39.04.370 more than one time as determined by the State Department of Labor and Industries. (The City may direct the bidder/contractor, at no additional cost to the City, to remove and substitute any subcontractor(s) found to have violated RCW 39.04.370 more than one time as determined by the department of labor and industries.) Failure of a bidder to meet any of the criteria set forth in (A)(1)-(6) shall render the bidder not responsible and shall cause rejection of the bid. A bidder must verify mandatory responsibility criteria for each first tier- subcontractor, and a subcontractor of any tier that hires other subcontractors must verify mandatory responsibility criteria for each of its subcontractors. Verification shall include that each subcontractor, at the time of subcontract execution, meets the responsibility criteria listed in RCW 39.04.350(1) and ECC 18.00.060 and possesses an electrical contractor license, if required by chapter 19.28 RCW, or an elevator contractor license, if required by chapter 70.87 RCW. B. tt.pp(e rtt ll rasp r? sib1 c 1 id r criteria. In addition to the mandatary bidder responsibility criteria set forth in ECC 18.00.060(A), the City may, in its reasonable discretion, determine that a bidder is not responsible for any of the following reasons: I13-2 I . The bidder has submitted more than one proposal on this pr(�ject under the same or a different name; 2. There is evidence that the bidder has engaged in collusion on a prior project or on the present project; 3. The bidder does not have the ability, capacity, and skill to perform the Contract or provide the services or work required; 4. The bidder does not have the character, integrity, reputation, judgment, experience, and efficiency to perform the work in a desirable manner; 5. The bidder cannot perform the contract within the time specified; 6. The bidder has previously not complied with laws relating to public works contracts or is not currently in compliance with such laws; 7. The bidder is not qualified for the work involved or to the extent of his/her bid; 8. The bidder has an unsatisfactory performance record, judged from the standpoint of the conduct of work, workmanship, or progress as shown by past or current work for the City or other public or private entities; 9. The bidder has uncompleted work, whether for the City or others, which might hinder or prevent the prompt completion of the work bid upon; 10. The bidder has failed to pay or settle bills for labor or materials on any former or current contracts; 11. The bidder has previously defaulted in the performance of or failed to complete a written public works contract, or has been convicted of a crime arising from a previous public works contract; 12. The bidder is financially unable to perform the work; 13. The bidder adds provisions reserving the right to reject or accept the award, or enter into the contract; 14. A price per unit cannot be determined from the bid proposal; 15. The proposal form is not properly executed; 16. The bidder fails to submit or properly complete a subcontractor list, if applicable, as required in Standard Specifications § 1-02.6; 17. The bid proposal does not constitute a definite and unqualified offer to meet the material terms of the bid invitation; 18. The bidder owes delinquent taxes to the Washington State Department of Revenue without a payment plan approved by the Department of Revenue; IB -3 19. The bidder is currently debarred or suspended by the federal government; 20. The bidder has not complied with minority and women's business enterprises, disadvantaged business enterprises, or other similar utilization requirements or goals on federally -funded public works projects with such requirements completed by the bidder within three years of the bid submittal date, unless there are extenuating circumstances acceptable to the City; 21. The bidder is listed as an ineligible contractor on the federal GSA Excluded Parties list System set forth by 31 U.S.0 § 6101 and lxecutive Order 13496; 22. If bidding on a public works project subject to the apprenticeship utilization requirements in ECC 18.00.050, the bidder: a. has been found out of compliance with apprenticeship requirements of ECC 18.00.050 unless otherwise excepted or waived in writing by the Mayor or the Mayor's designee pursuant to that section for a one -yeas- period immediately preceding the date of the bid submittal deadline; or b. has not complied with apprenticeship utilization goals on public works projects having such requirements that were completed by the bidder within a three-year period immediately preceding the date of the bid submittal deadline, unless there are extenuating circumstances acceptable to the City; 23. The bidder has been convicted of a crime involving bidding on a public works contract within five years from the bid submittal deadline; 24. The bidder's standard subcontract form does not include the subcontractor responsibility language required by RCW 39.06.020, or the bidder does not have an established procedure which it utilizes to validate the responsibility of each of its subcontractors. The bidder's subcontract form must include a requirement that each of its subcontractors shall have and document a similar procedure to determine whether the sub -tier subcontractors with which it contracts are also "responsible" subcontractors as defined by RCW 39.06.020; 25. The bidder has a record of excessive claims filed against the retainage or payment bonds for public works projects during the previous three years that demonstrate a lack of effective management by the bidder of making timely and appropriate payments to its subcontractors, suppliers, and workers, unless there are extenuating circumstances acceptable to the City; 26. The bidder has not successfully completed projects of a similar size and scope as required by the contract documents for the project. In evaluating whether projects were successfully completed, the City may check owner references for previous projects and evaluate the owner's assessment of bidder performance, including but not limited to quality control, safety record, timeliness of performance, use of skilled personnel, management of subcontractors, availability of and use of appropriate equipment, compliance with contract documents, and management of submittals process, change orders and close-out; 1134 27. The bidder has had a public works contract terminated for cause by it government agency during the five year period immediately preceding the bid submittal deadline Im the project, unless there are extenuating circumstances acceptable to the City; 28. The bidder has had judgments entered by it court of law against the bidder within live years of the bid submittal date that demonstrate it pattern of failing, to meet the terms of contracts, unless there are extenuating circumstances acceptable to the City; 29. The bidder has a documented pattern of prevailing wage complaints filed against it within five years of the bid submittal date that demonstrates a farll,11'e to pay workers prevailing wages, unless there are extenuating circumstances acceptable to the City, or 30. For any other reasons deemed proper by the City. C. Bidders may request, in a timely manner before the bid submittal deadline, that the City modify the criteria set forth in (I3) above. The City will evaluate the request and any information submitted by the potential bidder and will respond before the submittal deadline, If the evaluation results in a change in the criteria set forth in (B), the City will issue an Addendurn to the bidding documents identifying the new criteria. D. If the bidder fails to supply information requested concerning responsibility within the time and manner specified in the bid documents, the City may base its determination of responsibility upon any available information related to the criteria set forth in (B) or may find the bidder not responsible. E. If the City determines a bidder to be not responsible, the City will provide, in writing, the reasons for the determination. The bidder may appeal the determination by filing a written notice of appeal and any supporting information with the City Engineer within two (2) business days after the City provides notice that the bidder has been determined to be not responsible. The City Engineer shall transmit the appeal and information to the Mayor or his designee with a recommendation. The Mayor or his designee will consider the information and recommendation before making a final determination. If the final determination affirms that the bidder is not responsible, the City will not execute a contract with any other bidder until two (2) business days after the bidder determined to be not responsible has received the final determination. IB -5 CONTRACI'OR AND BIDDER'S CHECKLIST THE BIDDER'S ATTENTION IS ESPECIALLY CALLED TO THE FOLLOWING FORMS WHICH MUST BE EXECUTED IN FULL AS REQUIRED: AT BID OPENING (a) 1lrAanmal The unit prices must be shown in the spaces provided. All pages in proposal must be filled in. Receipt of all addenda must be acknowledged on page P -S. All subcontractors supplying over ten percent of the total contract bid amount must be listed on Proposal page I'-4. In addition to the above, prime contract bidders of public works projects estimated by the City to cost one million dollars or more shall submit as part of the bid, the names of the subcontractors with whom the bidder, if awarded the contract, will subcontract for performance of the work of. HVAC (heating, ventilation, and air conditioning); plumbing as described in Chapter 18.106 RCW; and electrical as described in Chapter 19.28 RCW, or to name itself for the work. The prime contract bidder shall not list more than one subcontractor for each category of work identified, unless subcontractors vary with bid alternates, in which case the prime contract bidder must indicate which subcontractor will be used for which alternate. Failure to comply shall render the prime contract bidder's bid nonresponsive and, therefore, void. If bid does not contain the aforementioned HVAC, plumbing or electrical work, the prime contract bidder shall state so. (b) jor�rd Accompanying Bid This form is to be executed by the bidder and the surety company unless bid is accompanied by a cashier's or certified check. The amount of this bond shall be not less than five percent of the total amount of bid, including sales tax if applicable, and may be shown in dollars or on a percentage basis. (c) Nkn Qgjlrrsion Affidavit This form must be filled in and signed before a Notary Public. (d) Qgrtificate of EqualEmplpyt��cnt f�ppor°t�r�rm��poil This form must be filled in and signed by the bidder, (e) Bidder Responsibility The prime contract bidder shall submit with his bid a completed and signed Statement of Bidder Qualification form, a copy of which is included in this bid package. AFTER NOTICE OF AWARD (a) Contract This agreement is to be executed by the successful bidder within ten calendar days of the Notice of Award. (b) Perform nce and P LyLnent mond To be executed by the successful bidder and his surety company and submitted to the City within ten calendar days of the Notice of Award. (c) Certificate of Insurance This must contain a thirty calendar day cancellation notice by certified mail to the City, and City must be named in policy and certificate as additional insured. Must be submitted to the City within ten calendar days of the Notice of Award. CBC -1 M ADVnaticg I ti.lization Plan Contractor shall submit an "Apprentice Utilization Plan" within 30 calendar days of the Notice of Award, demonstrating how and when they intend to achieve the Apprentice Utilization Requirement. (e) Moaa� pprentice Ret l t ng I orm Contractor shall submit a "Monthly Apprentice Reporting form" on a monthly basis until the Physical Completion Date. (f) l'rogtm.sseSchedule Prior to beginning any work on site, an approved progress schedule, either in the form of a C.P.M. or Bar Chart, shall be submitted showing: (1) each element of work, (2) dates each element of work will be accomplished (3) materials order and delivery dates, and (4) bi-weekly progress schedule up-dates. (b) .Lritgjjt to Pay Prev�iIJne ip tq Public works laws require that each and every contractor, sub-contractor and lower tier contractors (Contractors) on this project file Statement of Intent to Pay Prevailing Wages (Intent) and Affidavit of Wages Paid (Affidavit) forms. Contractors are responsible for filing all forms with the Department of Labor and Industries (L&I) and shall be responsible for paying all filing fees. Each statement of intent to pay prevailing wages must be approved by the L&I Industrial Statistician before it is submitted to City. Contractors must file intent forms immediately after the contract is awarded when possible before work begins, and post them as required under RCW 39.12.020. The City shall not make payments until Contractors have submitted Intent forms that have been approved by the L&I Industrial Statistician. The Affidavit form is filed after all the work is completed. The City shall not grant contract completion or release retainage until all Contractors have submitted Affidavit forms that have been certified by the L&I Industrial Statistician. For additional information, see RCW 39.12.040. (h) ShD ul mittals Contractor shall provide a list of submittals for approval, including the following: Project schedule 1) All materials required for project 2) Traffic Control Plan 3) Staging area plan 4) Other submittals as required by the bid documents and Special Provisions. (i)Progress 1 .ytller�t� Contractor shall sign payment requests and certify prevailing wages are being paid, Sales taxes paid (if applicable) are to be coded to City of Edmonds Tax Code No. 3104. 0) l iL aLItis � Contractor shall request final inspection by written request to Engineer. After final inspection, City will provide punch list; City confirms work on punch list has been done and executes letter of completion stopping contract time (provided that it has not been stopped already) and starting the one-year warranty period. Final payment, less retainage and/or claims, may be executed and the City may proceed to give final acceptance, provided that the City has received Affidavit of Wages Paid forms, which have been certified by the L&I Industrial Statistician, from the Contractor and all subcontractors on the project. CBC -2 (k) Release of'Rc�aillglw Retainage shall be released sixty days after completion of all contract work subject to the provisions of chapters 39.12 and 00.28 RM. (I) �u�°�aaa�s� l.icca►sc The Contractor must obtain and pay for City of Edmonds business licenses. CBC -3 PROPOSAL, FOR THE CITY OF EDMONDS, WASHINGTON To: Honorable Mayor and Council City of Edmonds Office of the City Clerk 121 Fifth Avenue North Edmonds, Washington 98020 The Bidder, in compliance with your Invitation for Bids for the Secondary Clarifier #3 Structut-al R_ epair project, having examined the specifications with related documents and the site of the proposed work, and being familiar with all of the conditions surrounding the work of the proposed project, including the availability of materials and labor, hereby proposes to furnish all labor, materials, equipment and supplies, and to perform the work in accordance with the Contract Documents, of which this proposal is a part. Bidder hereby agrees to commence work under this contract on a date to be specified in a written "Notice to Proceed" of the City and to fully complete the project within 90 working days. Bidder further agrees to pay liquidated damages calculated using the formula in Standard Specifications Section I-08.09, "Liquidated Danzages". The quantities stated in connection with the price schedule for the contract submitted herewith are approximate only, and payment shall be made on the prices named for the actual quantities incorporated in the completed work. The estimated quantities shall be verified by the Contractor and not exceeded without prior written approval. If there shall be an increase in the total payment for an item covered by a lump sum price, it shall be computed on a basis for Extra Work for which an increase in payment will have been earned, and if there is a decrease in lump sum price for any item, it shall be made only as a result of negotiation between the undersigned and the City. The undersigned submits the unit prices set forth herein as those with which he will perform the work involved. The extensions in the column headed "'TOTAL" are made for the sole purpose of facilitating comparison of bids, and if there are any discrepancies between the unit prices and the total amounts shown, the unit prices shall govern. The above prices shall include all labor, equipment, materials, supplies, overhead, profit, insurance, licenses, fees, etc. to cover the finished work. All schedule items for which blanks are provided herein shall be completed in full by showing a unit price or lump sum price for each item thereof Unit prices, or lump sum prices for combination items as herein named, shall be used as the basis for computation of the total compensation to be received by the undersigned, all in accordance with the completed schedule of items and prices as follows: P-1 Project Name: _ Seconda►vwClarifier 113 Struoural 1Zenair _ Project Number„ C,465.... _ City of Edmonds Sales Tax at 9.5%: Total Bid with Sales Tax: P-2 S �CONTRACTOR 'McClure and Sons, Inc 15714 Country Club Drive Mill Creek, Wa 98012 (425) 316-6999 Fax (425) 316-6789 Project Name: Edmonds Secondary Clarifier #3 Period thru Contract # Pay Applwalon Bit Description Contract Total % Previously Current Balance Item Value Comeleted Billed Billing Reniasninq_ 2 Mobilization $ 25,00000 $ $ $ $, 25,00000 3 Trench Shoring and Safety $ 2,00000 $ Is $ $ 2,00000 1 Saw cutting $ 15,00000 $ $ $ $ 15,00000 1 Demo Slab $ 87,00000 $ $ $ $ 87.00000 I Excavate existing soil $ 20.00000 $ $ $ $ 20,00000 1 Concrete repair $ 10,00000 $ $ $ 10,00000 I Dewatering $ 23,000,00 $ $ $ 23,000,00 1 Backfill $ 14,00000 $ $ $ $ 14.00000 1 Reber $ 30,00000 $ $ $ 30,00000 1 Concrete Slab $ 112,00000 $ $ $ 112,000.00 00 Pressure relief valves $ 10,00000 $ $ $ 10,00000 Geotextiles $ 5,00000 $ $ $ 5,00000 1 Temp supports for equipment $ 6,00000 $ $ $ $ 6,00000 1 Coatings $ 235,00000 $ $ $ $ 235,00000 I Quality Control $ 5,000,00 $ $ $ $ 5,00000 I Closeout $ 5,000,00 $ $ $ $ 5,00000 $ $ $ $ $ $ 604,000.00 $ 604,000.00 Change Orders Contract Total % Pmviously Current Salance CO# Desplalion Value Complete calqxlom Billed ffillpr)2 Remakw)2 0% $ $ S $ $ Chanqe Order Totals $ CONTRACT'roTALS $ 604000,00 $ $ $ 604r000.00 Contract Amount $ 604,00000 Change Orders $ Contract Amount $ 604,00000 Total Completed S Previously Billed Total Due This Billing 1. The bidder certifies the truthfulness and accuracy of the following information: a. Firm name and address: b. Telephone . 4ry w c, Fax ..__ d. Type of firm check one) _....... ElIndividual .0 ❑ Corporation _.._ _ __ ..._..._ ..... ❑ Partnership El Other_ e. State in which firm was incorporated or where business entity was formed: ww u f. firm has a physical location in Washington State (yes/no): g. Contractor's State of Washington I.,icense No. h. City Business License No. __...... _ (If contractor does not have City business license, one must be obtained upon award of contract.) i. Name and title of officers: 2. The following statements of experience, personnel, equipment and general qualifications of the Bidder are submitted as a part of the Proposal, and the Bidder represents and guarantees the truthfulness and accuracy thereof: (If additional space is required, attach information to proposal.) a. Our organization has been in business continuously from b. Our organization has had experience in construction comparable to that required under the proposed contract as a prime contractor for years, or as a subcontractor for years. c. Following is a list of the projects our organization has completed in the last three years which are similar in character and in magnitude to that required in the proposed contract (or attach a separate job listing): Phone Contract Year Owner Location Number Amount P-3 d. The following subcontractors arc proposed to be employed to furnish portions of the construction. (Subcontractors supplying less than ten percent of they total contruct bicl ao ount need not he listed.) Name/Address Pyne of Construction '%o of Total Construction Costs e. The following information shall be furnished for any subcontractor proposed to be employed for twenty-five percent or more of the contract bid amount, The following project list for the last three years shall be for projects similar to the type of construction listed in the above paragraph. Subcontractor Year Proicet Location Contract Amt f. If awarded the contract, the following subcontractors will be employed to perform the work of HVAC (heating, ventilation, and air conditioning), plumbing as described in chapter 18.106 RCW, and electrical as described in chapter 19.28 RCW. Only one subcontractor may be named for each work. If contractor will perform the work, it must name itself. Name/Address Type of Construction �..�. HVAC Plumbing Electrical g. The following is a listing of all projects we have undertaken in the last five years which have resulted in partial or final settlements of the contract by arbitration or litigation. Name of Project/Client Original Contract Amount Total Claims Arbitrated or Liquidated Amount of Settlement of Claims Bidder understands that the City reserves the right to reject any or all bids and to waive any informalities in the bidding. Bidder agrees that this bid shall be good and may not be withdrawn for a period of sixty calendar days after the scheduled closing time for receiving bids. Upon receipt of written Notice of Award of this bid, the Bidder will execute the formal contract within ten calendar days and deliver a Performance Bond or Bonds to the City Clerk. The Bid Security, in the form of certified check, cashier's check, cash, or Bid Bond, which is five percent of the total bid, including sales tax if applicable, is to become the property of the City in the event the contract and bond are not executed within the time set forth above, as liquidated damages for the delay and additional expense to the City caused thereby. Bidder agrees to perform all work described in the contract manual and listed in the proposal for the sum of ...._.amount to.b .-.�..... _ __.�. (. ) ( be inn both words andfi�,Tzrr e.s to agree with total arrzounl vlhid above). Respectfully submitted: By Title (Sea] - if bid is by corporation) The Bidder agrees to complete all work awarded to him within the time limit previously stated. Further stipulations on bid, if any: Receipt of Addendum Number __ pthrough _ _, is hereby acknowledged, If written notice of the acceptance of this bid is mailed, telegraphed or delivered to the undersigned within sixty calendar days after the date of the bids, or at any time thereafter before this bid is withdrawn, the undersigned agrees that (he) (she) (they) will execute and deliver a contract, in the form attached hereto as required by the contract manual, in accordance with the bid as accepted, and that (he) (she) (they) will give payment and performance bonds as specified with good and sufficient surety or sureties, all within ten calendar days (unless a longer period is allowed) after the prescribed forms are presented to (him) (her) (them) for signature. Enclosed is security as required consisting of check or bid bond) in the amount of _ m five percent of the total bid, including sales tax, if applicable. P-5 _ __ _._ (cashier's check, certified which amount is not less than The party by whom this hid is submitted and by whom the contract will be cntcred into ill event the awardis made to him is M_..........._. _.._._.... __. ._...__.__.._._.,, ..M._.__._._.._.._......._._.._.._..._...r______.s ...___..___-__-_.-•---._ .u_ ..�_� a corporation/partnership/individual (indicate which), doing business fat to which address notice of acceptance should be sent. Contractor's Registration No. (UBI No.) Legal Name of Person, Firm or Corporation BY: Title: 10 STATEMENT OF BIDDER QUALIFICATIONS '1'O BE DECLARED RESPONS1B1A' B1DDER PURSUANT TO RCW 39.04.350 Name of Contractor _ mmmm Address: Phone Number: I -ax Number; Washington State Dept. of Labor and Industries Worker's Compensation Account No: Washington State Dept. of Licensing Contractor's Registration Number: _ Expiration Date: ..... Washington State Uniform Business Identifier No. (Must have before U131»umber before the conlracl is atvar•ded) Number of years the contractor has been engaged in the construction business under the present firm name above: At„the time „ ofbid submittal, did the contractor have a certificate of registration in compliance with Chapter 18.27 RCW? Does the contractor have industrial insurance coverage for its employees working in Washington as required in Title 51 RCW? Does the contractor have an employment security department number as required in Title 50 RCW? (provide number): �. ................................ ......... .. Does the contractor have a state excise tax registration number as required in Title 82 RCW? (provide number): Has the contractor been disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3)? _.. m .... .. Pursuant to RCW 39.06,0 () contractor jurther toverify wonsibifity criteria for each of its aubcontractors and Lo require each of its subcontractors to both verif r s uaibulitIriteria for its subcontractors and include instant condition for verification re uirement. STATEMENT OF SUPPLEMENTAL BIDDER QUALIFICATIONS TO BE DECLARED RESPONSIBLE BIDDER PURSUANT TO RCW 39.04.350 1. At the time of bid submittal, does Contractor owe delinquent taxes to the Washington State Department of Revenue? If yes, does Contractor have a payment plan approved by the Department of Revenue? 2. Is Contractor currently debarred or suspended by the federal government? .:• 3. Has Contractor complied with all applicable minority and women's business enterprises, disadvantaged business enterprises, and other similar Utilisation requirements or goals on fedcrally- funded public works projects with such requirements within three years of the bid submittal deadline? I1'no, please state any extenuating circumstances regarding this issue. 4. Is Contractor listed as an ineligible contractor on the federal GSA Excluded Parties List System set forth by 31 U.S.0 § 6101 and Executive Order 13496? ---- 5. r __.., 5. Apprenticeship Requirements; a) Has Contractor complied with all apprenticeship requirements of CaCC 18.00.050 within one year of the bid submittal deadline? _. If no, were these requirements accepted or waived in writing by the Mayor or the Mayor's designee pursuant to that section for the applicable project(s)? _ b) Has Contractor complied with all apprenticeship utilization goals on public works projects having such requirements within three years of the bid submittal deadline? If no, please state any extenuating circumstances regarding this issue. 6. Has Contractor been convicted of a crime involving bidding on a public works contract within five years of the bid submittal deadline? ._q __.._... 7. Subcontractor Responsibility Requirements; a) Does Contractor's standard subcontract form include the subcontractor responsibility language required by RCW 39.06.020? b) Does Contractor have an established procedure to validate the responsibility of each of its subcontractors? c) Does Contractor's subcontract form include a requirement that each of its subcontractors shall have and document a similar procedure to determine whether the sub -tier subcontractors with which it contracts are also "responsible" subcontractors as defined by RCW 39.06.020? 8. Does Contractor have a record of excessive claims filed against the retainage or payment bonds for public works projects within three years of the bid submittal deadline? _._._.... If yes, please state any extenuating circumstances regarding this issue. SBQ-2 9. Has Contractor successfully completed contract documents for this project'? If yes, please provide information on such agency. projects of a similar sire and scope as required by the project(s) and contact information I'm each contracting Please note: In evaluating whether projects were successfully completed, the City may check owner references for previous projects and evaluate floe owner's asses:s►uent of bidder performance, including bill not limited to quality control, safety record, timeliness of perforinance, use o f skilled personnel, management of subcontractors, availability of and use of'appropriate equipment, compliance with contract documents, and management of submittals process, change orders (tied close-out. 10. Has Contractor had a public works contract terminated for cause by a government agency within five years of the bid submittal deadline? p_.. If yes, please state any extenuating circumstances regarding this issue. 11. Has Contractor had judgments entered by a court of law against it within five years of the bid submittal deadline that demonstrate a pattern of failing to meet the terms of contracts? If yes, please state any extenuating circumstances regarding this issue. 12. Does Contractor have a documented pattern of prevailing wage complaints filed against it within five years of the bid submittal deadline that demonstrates a failure to pay workers prevailing wages? If yes, please state any extenuating circumstances regarding this issue. Bidder Company (Contractor) Name By—_ Signature _,......,.�r....................._ Title Date SBQ-3 FORM OI+ BID BOND herewith find deposit in the form of a .............. ... (staie whether eerrified check, cashier's check or bid horn!) fin• the amount 01'_....w­._..._._.....-._.-._..............._........_............_ __�, which amount is not less than live percent (S%) of the total bid, including sales tax. Nld (TIER PERSONAL CHECK NOR CASI1 WILL BE ACCEPTED AS A BID BOND. Signature BID BOND KNOW ALL MEN BY THESE PRESENTS: That we, , as Principal and as Surety, are held and firmly bound unto the City of Edmonds as Oblige, in the penal sum of for the payment of which the Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. The Condition of this obligation is such that if the Oblige shall make award to the Principal for Secondary Clarifier #3 Structural Repair City of Edmonds, Washington, according to the terms of the proposal or bid made by the Principal therefore and the Principal shall duly make and enter into a contract with the Oblige in accordance with the terms of said proposal or bid and award, and shall give bond for the faithful performance thereof with Surety, or Sureties, approved by the Oblige; or, if the Principal shall in case of failure to do, pay and forfeit to the Oblige the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise, it shall be, and remain, in full force and effect, and the Surety shall forthwith pay and forfeit to the Oblige, as penalty and liquidated damages, the amount of this bond. SIGNED, SEALED AND DATED THIS DAY OF , 20 . By: PRINCIPAL By: SURETY Received return of deposit in the sum of Date: Signature: CITV OF I DMONDS ENGINEE'12ING DIVISION NON -COLLUSION AFFIDAVIT STATE OF WASHINGTON) )ss COUNTY OF SNOHOMISH) ��.._ _._ _..�._.. _.__ .__......._.............. being first duly sworn, on (his) (her) _ oath, says that (he) (she) is the (Position Held) of - (Name of Iii ml and that the bid above submitted is genuine and not a sham or collusive bid, or made in the interest or on behalf of any person not therein named; and (he) (she) further says that the said bidder has not directly or indirectly induced or solicited any bidder on the above work or supplies to put in a sham bid, or any other person or corporation to refrain from bidding; and that said bidder has not in any matter sought by collusion to secure to (himself) (herself) _,Is an advantage over any other bidder or bidders. SIGNATURE Subscribed and sworn to before me this _ day of , 20 Notary Public in and for the State of Washington, residing at NCA -1 CERT1FICA'110N OF EQUAL EMPLOYMENT OPPOII;TMITY REPORT Certification with regard to the performance of previous contracts or subcontracts subject to the Equal Opportunity clause and the filing of required reports. `rhe bidder, proposed contractor, hereby certifies that (he) (she) has , has not participated in a previous contract or subcontract subject to the equal opportunity clause, as required by 1. xecutive Orders 10925, 1 1 114, or 1 1246, and that (lie) (she) has , has not ___, filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a federal government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filing requirements. Company By: Title: Date: Note: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor [41 CFR 60-1.7(b) (1)], and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-1.5. (Generally, only contracts or subcontracts of $10, 000 or under are exempt.) Currently, Standard Form 100 (EEO -1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7 (b) (1) prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. EOR -1 PART II CONTRACT FORMS Agreement Performance and Payment Bond Insurance Certificate Apprentice Utilization Plan Monthly Apprentice Reporting Form Date: October 27, 2005 To: File From: Steve Koho Subject: Contract Award and Administration Procedures Procedure for awarding a contract 1. Obtain Council approval to advertise for bids. 2. After bid opening, verify low bid is complete, in terms of all pages signed, receipt of addendums, bid bonds, etc. 3. Check references for low bids. 4. Go to L and I website to check their contractor license status, worker's comp status, and liability certificate status. 5. If all is proper with steps 2 and 3, write Council packet for "Report of bids open for such and such project and award to so and so company for such amount of dollars". 6. After Council approval, speak with winning firm to get any last issues worked out before generating the Notice of Award. 7. Write a Notice of Award letter to the winning firm, including two original agreements for them to complete and return. Type in the pertinent information into the agreement, such as the firm's name and contract amount. Type in the amount of the contract on the Performance and Payment Bond form. 8. Send agreement and PPB to Scott Snyder for approval as to form. 9. Work with Company to obtain signature to agreement, and get Mayor's signature on agreement. 10. Obtain other contractual obligations, such as Performance and Payment Bond, and Certificate of Insurance. 11. The Certificate of Insurance should match the dollar amounts in the sample certificate included in the bid package. In addition to the dollar amount sections, the section in the lower right-hand corner must match the sample. Specifically, the 30 days needs to be noted, not 45 days as some firms will request. Also, the form needs to say that the firm "will mail" notice, and not "endeavor to mail". It is not necessary for the words "certified mail" to be included. 12. Once all necessary documents have been received and reviewed, issue a Notice to Proceed letter to the firm authorized by Council. Include a copy of the signed contract with the NTP letter. 13. If a cashier's check was submitted as part of the bid, mail the check back to the winning firm along with the signed contract, and reference the fact that you are returning the check in the NTP letter. Procedure for administering a contract 1. Soon after the job begins, get a copy of the "Intent to pay prevailing wages" form from the contractor. 2. As invoices are processed, use the tracking spreadsheet that keeps 5% retainage out of each payment. 3. As the job is nearly complete, issue the Certificate of Substantial Completion. See examples of past documents in the folder labeled "reference bid documents". 4. When processing the final payment, use the Final Pay Request form (which is the same as the tracking form, just with the words "Final Payment" at the top of it. 5. When processing the final payment, also complete the "Final Contract Voucher Certificate" as amended by Karen Sutherland in October, 2005. 6. After acceptance by City Council, check the L&I website to verify that the contractor "Account is current", and print a copy for file 7. If project is greater than 35 000 prepare the Notice of Completion of Public Works Contract and, email to: • Department of Revenue, atwe dor w aovov . To check on the status of things with the DOR, you can call 360/725-7588. • Department of Labor & Industries at contrtrelease(cDlrii.wa.oy • Department of Employment Security at t?gm li rk�iend , See email from DOR dated May 23, 2011 _. _ . m........_..__.._._. .. .._._. ACORD- CERTIFICATE OF LIABILITY INSURANCE PRODUCER PRODUCER _ THIS CERTIFICATE B 1'S.VED AS A MATTFR OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER, THE INSURANCE AGENCY CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFO!RV I I YmT POLICVE L(LK COMPANIES AFFORDING COVERAGE COMPANY A A. _ INSURED e�t�� AN%" _..�..�_........�.�.�.�4w.. ...... CONTRACTOR COMPANY COMPANY _. ._.... COVERAGES-_--------- ..._...__. ,­ 'a THIS IS TO CERTIFY THAT THE POLICIES LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR TIME POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TC RM OR CONDITION OF ANY CONTRACT OR O FHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, Tf IE INSURANCE AFFORDED BY THE POLICIES DESCRIBED I-IERI-IN IS SUBJCCT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS _ w CC TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EX' TION LIMITS ;To DATEIMMIDDNY DATE I'. mBrr Tip GENERAL LIABILITY GENERAL LIABILITY fry MILLION yI COMMERCIAL GENERAL LIABILITY PRODUCTS-COMPIOP AGO f 2 MILLION CLAIMS MADE O OCCUR mR60NAL SAOVINJURY _ OWNERS 6 CONTRACTOR'S PROT EACH OCCURRENCE 311 MILLION IT DAMAGE 3 ` MED EXP (-Y all Psroon)1 S AUTOMOBILE LIABILITY 1 MILLION '. ANY AUTO COMBINED SINGLE LIMIT f .. ALL OWNED AUTOS _ BODILY INJURY ", person) f SCHEDULED AUTOS BODILY INJURY ''.. HIRED AUTOS (P®rsccideetl S NON-OWNED AU70S PROPERTY DAMAGE 3 ........_ GARAGE LIABILITY' .w........w. AUTO ONLY•EA. ACCIDENT I f... ANY AUTOS OTHER THAN AUTO ONLY': .._..._...m... .. 4 ACCIDENT f EACI . AOGRE6ATE f _ EXCESS LIABILITY Y, ^Y, EACHOCCURRENCE f UMBRELLA FORM AGGREGATE 3^m li OTHER THAN UMBRELLA FORM T f� A WORKERS COMPBNSATION AND we swum � oT TCRY LYSITS H. EMPLOYERS' LIABILITY ER THE PROPRIETOR/ sw EL EACH ACCIDENT PARTNERS/EXECUTIVE _ INCL EL DISEASE-POLICY LIMIT OFFICERS ARE: EKCL '...EL ...� A D ISEASE.EA EMPLOYEE '. OTHER q g' A �9y py 0E6CRIP4tQN 9F OPERAY CHS!LOCATIONSrvEHtCLE6/SPECIAL ITEM&. The�OI'Lril1T�'fli$a �S 4TldGwEr3 agEw'<13ITPE%'1 i�j Elf,$iQ'p$lhE,1S3..#T�h�I,�PPJrISjlhhf4ipL'V iAI�h IE /Ii'X�Y. w.&,@v �' allV?�i'EI., ...,e..m.W.........,...........w..-,....,,,....�.,.....�.,,,..,.v..�,.,..M.. - CERTIFICATE HOLDER ..f'ITtl.; CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE CII OI Edmonds Y EXP41RATIONDATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 313. DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT 121 Slh Avenue North FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVE. Edmonds, WA 98020 AUTHORa;Z'BO REPRE,SR4101VE ACORD 26-S (1196) ® ACORD CORPORATION 1988 AGREEMENT THIS AGREEMENT AND CONTRACT, made and entered into at Edmonds, Washington, this —30TH—dayf_ 1..,...0,. __ , by and between the CITY OF EDMONDS. a municipal corporation, hereinafter called the CITU and McClure )ns In hereinafter called the , CONTRAC'T'OR. WITNESSETH: THAT WHEREAS, the CITY has heretofore caused to be prepared certain plans, specifications, including Invitation to Bid, Addenda _, Proposal, Agreement, Performance and Payment Bond, all attached hereto, for its project entitled SccondaLy, Clarifier #3 Structural Repair, and the CONTRACTOR did on the 19th_ day of February, 2016 file with the,, CI,FV a�proposal to furnish equipment, labor, material, supplies and appurtenances for the construction of said project as set forth in the plans and specifications, and agreed to accept as payment therefore the sums fully stated and set forth in the proposal; and WHEREAS, the said plans and specifications and proposal full and accurately set forth and describe the terms and conditions upon which the CONTRACTOR proposes to furnish said equipment, labor, material, supplies and appurtenances and perform said work, together with the manner and time of furnishing same; IT IS THEREFORE, AGREED that, in consideration of the terms and conditions contained herein and attached and made a part of this agreement, the parties hereto covenant and agree as follows: The CONTRACTOR shall do all work and furnish all labor, materials, supplies, and equipment for the construction of the SecondaLy Clarifier #3 Stru+ tut'al Re air in accordance with and as described in the attached plans and specifications and the Standard Specifications, which are by this reference incorporated herein and made a part hereof, and shall perform and make alterations in, or additions to, the work provided under this contract and every part thereof. Work shall start on the day specified on the notice to proceed and be completed in90,rzinty working days. If said work is not completed in the time specified, the Contractor agrees to pay to the City liquidated damages for each and every day said work remains uncompleted after expiration of the specified time. Liquidated damages shall be calculated using the formula in Standard Specifications Section 1-08.9, "Liquidated Damages". The CONTRACTOR shall provide and bear the expense of all equipment and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this contract and every part thereof, except such as are mentioned in the specifications to be furnished by the CITY OF EDMONDS. A-1 The CITY hereby promises and agrees with the Contractor to employ, and doers employ the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the attached plans and specifications and the terms and conditions herein contained, and hereby contracts to pay for the same according to the attached specifications and the schedule of unit or lump sum prices hereto attached, at the time and in the manner and upon the conditions provided for in this contract. That, in consideration of faithful compliance with the terms and conditions of this Agreement, the City shall pay to the Contractor, at the times and in the manner provided in said specifications, the total sum of SIX HUNDRED SIXTY ONE THOUSAND TI IREE IIUNDRED EIGHTY DOLL S (ffliJ80,0Cl., yvhich sum is subject, however, to increase or decrease in such proportion as the quantities named in said proposal are so changed, all as in said specifications and proposal provided. IN ADDITION TO THE INCORPORATED TERMS, PLANS AND CONDITIONS, the Contractor specifically agrees and stipulates as follows: 1. The Contractor shall indemnify, defend and hold harmless the City, its officers, agents and employees, from and against any and all claims, losses or liability, including attorney's fees, arising from injury or death to persons or damage to property occasioned by an act, omission or failure of the Contractor, its officers, agents and employees, in performing the work required by this agreement ( contract). With respect to the performance of this agreement and as to any claim against the City, its officers, agents and employees, the Contractor expressly waives its immunity under Title 51 of the Revised Code of Washington, the Industrial Insurance Act, for injuries to its employees and agrees that the obligation to indemnify, defend and hold harmless provided for in this paragraph extends to any claim brought by or on behalf of any employee of the Contractor. This waiver is mutually negotiated by the parties. This paragraph shall not apply to damage resulting from the sole negligence of the City, its agents and employees. To the extent any of the damages referenced by this paragraph were caused by or resulted from the concurrent negligence of the City, its agents or employees, this obligation to indemnify, defend and hold harmless is valid and enforceable only to the extent of the negligence of the Contractor, its officers, agents and employees. 2. provision for Bost and Attorney's lees. In the event that any suit is commenced by the City to enforce the teras of this contract or any bond securing the obligations of this contract, the City shall be entitled to recover, in addition to any other sums due and owing hereunder, its costs incurred in such enforcement, such costs to include, but not be limited to, reasonable attorney's fee. A-2 IN WITNESS WHEREOF, three identical counterparts of this contract, each of which shall, for all purposes be deemed an original thereof, have been duly executed by the parties hereinbelbre named on the day and year in the Agreement rust above written. CITY OF EMMONDS: 13Y_.m... _. m ..__m_ ,. ..._.._,_................_... DAVE EARIANG, MAYOR ATTEST: SCOTT PASSEV, CITY CLERK APPROVED AS TO FORM: OFFICE OF THE CITY ATTORNEY SOLE PROPRIETOR CONTRACTOR: By Sole Proprietor doing business as: STATE OF ) )ss COUNTY OF ) On this day of , 20 _ before me personally appeared and on his/her oath swore that he/she is an owner or duly authorized agent of the firm that executed the within and foregoing instrument and is duly authorized to execute said instrument on behalf of the partnership as its free act and deed. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal the day and year first above written. Notary Public in and for the State of Washington, residing at A-3 PARTNERSHIP CONTIZACI'OR: By Partner or authorized agent for; (Name of partnership) STATE OF ) )ss COUNTY OF ) On this day of 20 before me personally appeared and on his/her oath swore that he/she is a partner or duly authorized agent of the partnership that executed the within and foregoing instrument and is duly authorized to execute said instrument on behalf of the partnership as its free act and deed. IN WITNESS WHEREOF, 1 have hereunto set my hand and affixed my official seal the day and year first above written. Notary Public in and for the State of Washington, residing at 0M CORPORATION CONTRAC'T'OR: (PLACE CORPORATE SEAL HERE) By _. Title STATE OF ) )ss COUNTY OF ) On this day of , 20__, before me personally appeared known to be the (president, vice president, secretary, treasurer, or other authorized officer or agent, as the case may be) of the corporation that executed the within and foregoing instrument, and acknowledged said instrument to be the free and voluntary act and deed of said corporation, for the uses and purposes therein mentioned, and upon oath stated that he/she was authorized to execute said instrument and that the seal affixed hereto is the corporate seal of said corporation. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal the day and year first above written. Notary Public in and for the State of Washington, residing at A-5 IN WITNESS WHEREOF, this instrument is executed in three countdrparls, cacti of which shall.be deemed an original, this Ist day of may , 20 16_ APPROVED AS TO FORM Office of the City Attorney McClure,, and Screws, Inc. I3yr '11�'_.,�...__ ..�. TWO WITNESSES ATTEST (if corporation) Travelers Casualty and Surety Company of America Surety By Title Diana R. Williams Jig Attorney -in -Fact Address of local office and agent of surety company is BK -JET Group, LLC 999 W. Riverside Ave_, Suite 510, Spokane, WA 99201 PPB -2 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale Bond No. 106482242 PERFORMANCE AND PAYMENTBOND KNOW ALL MEN BY THESE PRESENTS; That whereas the CITY OF EDMONDS, McClure and hereinafter WASHINGTON, has awarded sons, Inc. IT .�. designated as the "principal", a contract for the construction of the Secondai Clarifier 43 Structural Repair project, which consists of Invitation to Bid, referenced Standard Specifications, Technical Specifications, Plans, Accepted Proposal and Agreement, all as hereto attached and made a part hereof, and whereas, said principal is required under the terms of said contract to furnish a bond for the faithful performance and payment of said contract. NOW, THEREFORE, we the principal and Travelers Casualty and Surety Company of America a -corporation, organized and existing under and by virtue of the laws of the State of W to ,„ and duly authorized to do business in the State of Washington, as surety, are held and firmly bound unto the CITY OF EDMONDS and the. State of Washington, for and in behalf of __NecqR4Ary Chir tier >Lsftuct rat Repair in the sum, of 1 Six Hundred Sixty One Thousand Three i-lnnndred Eighty and no/100 Dollars ($661,380.0) lawful money of the United States, for the payment of which sum well and truly be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly, severally and firmly by those presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bonded principal, his, her or its heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions and agreements of any and all duly authorized modifications of said contract that may hereafter be made, at the time and in the manner therein specified, and shall pay all laborers; mechanics, subcontractors and material men, and all persons who shall supply such person or persons or subcontractors with provisions and supplies for the carrying on of such work, on his or their parts, and shall indemnify and save harmless the. CITY OF EDMONDS, WASHINGTON, its officers and agents, and shall further save harmless and indemnify said CITY O1F EDMONDS, WASHINGTON from any'defect or defects in any of the workmanship or materials entering into any part 'of the work or designated equipment covered by said contract, which shall develop or be discovered within one year after the physical completion of such work, then this obligation shall become. null and void; otherwise, it shall be and remain in full force and effect, provided that the liability hereunder for defects in materials and workmanship for a period of one year after the physical completion of such work, THE SURETY, for value received, further stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder of the specifications accompanying the same shall in any way affect its obligation on this bond, and the Surety does hereby waive notice of any change, extension of time, alterations or additions to the terms Of the contract or the work or to the specifications, The Surety hereby agrees that modifications and changes may be made in the terms and provisions of the aforesaid contract without notice to the Surety, and any such modifications or changes increasing the total amount to be paid the Principal shall automatically increase the obligation of the Surety on this Performance Bond in a like amount, such increase, however, not to exceed twenty-five percent of the driginal amount of this bond without the consent of the Surety. PPB -1 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY TRAVELERS.] Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company Attorney -In Fact No. 230607 Certificate No. 006723410 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St, Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Wm. Dinneen, H. Keith McNally, Erin L. Repp, Kathy Gurley, Chris Larson, and Diana R. Williams of the City of „ C� nknnp State of Washington their true and lawful Attorney(s)-in-Fact, ---- _ -, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOr, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this „_.............. ......21st .... day of March 2016 Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc St. Paul Fire avid Marine Insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company o.,�r ,ryy+yll�tyW}gr�,ir.ree',s" �hrta nh�G,� iarsap�,wrvnr"ar "ky"nw"� ',�iYdl� Mr."gNaygpy "%fi A6tdt�� State of Connecticut City of Hartford ss. By: *R.en'L President On this the 21st day of March - 2016 , before me personally appeared Robert L. Raney, who acknowledged himself to be (lie Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. nTro I\, In Witness Whereof, l hereunto set my hand and official sealAN My Commission expires the 30th day of June, 2016. ai 58440-8-12 Printed in U.S.A. �... ........ ..., ... -... �Marie C.Tctrcault, Notary Public WM: NING: THIS POWER OF ATTORNEY 0S INVALID W1't'140U'Ti`-r11E4 I E 0 BORDER This Power of Attorney is gr n led under and by the authority of the following resolutions adopted by the Boards of Directors of Ieai^di,'aisi,l„ton Casualty Company, Fidelity and Guaranty Insurance C"ttmixiny, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance t'uumdpany, St: Paid Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and sea] with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Coipoiate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on [he Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 1st day of MaV 20 .16, G Kevin E. Hughes, Assistant Seci Lary .��"S . W"aa "�� '•�'+ Y,t�.Y_ 11 ira,", p,��cYa•,.,wA,!u�vY"Matm�ti,rwrm ,p Naa”1 . n��9t; �tFdd rp" xv .17� To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.travelersbond.com. Please refer to the Attorney -In -Fact number, the above-named individuals and the details of the bond to which the power is attached. THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER ACORD- CERTIFICATE OF LIABILITY INSURANCE PRODUCER THIS CERTIFICATE. IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THE INSURANCE AGENCY CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW, COMPANIES AFFORDING COVERAGE COMPANY A INSURED COMPANY CONTRACTOR COMPANY C COMPANY.._... D COVERAGES THIS IS TO CERTIFY THAT THE POLICIES LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCEDBY PAID CLAIMS so TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTVE POLICY EX 'TION LIMITS I_TR j w .... .... DATE(MMIDD/YY DATE I... OiMY@ E� GENERAL LIABILITY L LIABILITY GENERAL I.IABILIT'Y f2MILLION r f' COMMERCIAL GENERAL LIABILITY PRODUCTS-COMPIOP AGG S 2 MILLION CLAIMS MADE �..�l OCCUR '.. '..RSONAL& ADV INJURY S OWNERS b CONTRACTOR'S PROT '.. EACH OCCURRENCE f 1 MILLION FIRE DAMAGE f MED EXP (any one person)) $ ...., „...... AUTOMOBILE LIABILITY ANY AUTO COMBINED SINGLE LIMIT S 1 MILLION ALL OWNED AUTOS BODILY INJURY (Per person) f '... SCHEDULED AUTOS BODILY INJURY mm', HIRED AUTOS m.. (Per acdclent) f NON-OWNED AUTOS . PROPERTY DAMAGE S GARAGE LIABILITY AUTO ONLY-Eq.. ACCIDENT S ANY AUTOS OTHER THAN AUTO ONLY: EACH ACCIDENT S AGGREGATE S EXCESS LIABILITY EACH OCCURRENCE S UMBRELLA FORM AGGREGATE S OTHER THAN UMBRELLA FORM f .,......, ..CO. WORKERS COMPENSATION AND ............. ......., ............. WC sTATU- DT EM PLOYE A RS' LIABILITY TORY LIMITS H- ER THE PROPRIETOR/ EL EACH ACCIDENT PARTNERSIEXECU11VE INCL EL DISEASE-POLICY LIMIT OFFICERS ARE: EXCL EL DISEASE-EA EMPLOYEE OTHER w DESCRIPTION OF OPERATIONSILOCATIONSNEHICLESISPECIAL ITEMS: The O Tal Rinon s is+ff vis, a e�,�r�, and eni @� ees are wield as adrJilIDnal y yy ,yu �p ,,��pp� f y �)'�.II'Gd IOW+ lI lei a1�W ITS the111ame y specift prDlecj CERTIFICATE HOLDER CANCELLATION CI Edmonds SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE `7 of EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT 121 5th Avenue North FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVE., Edmonds, WA 98020 AUTHORIZED REPRESENTATIVE ACORD 26 (1196) 0 ACORD CORPORATION 1988 Irv, w ao,wr, City of Edmonds Public Works Contract Title Apprentice Utilizatiolan Contract Number � Today's Date Comments (Other) Completed By � Email Title n Phone Subtotal This Page Continuation Sheet Grand Total Apprentice Utilization Plan Form Instructions Contract Title Contract Title as it appears in the Award Letter Contract Number Contract Number as it appears in the Agreement Today's Date The date that the plan is submitted Prime Contractor The name of the Prime Contractor (Firm) Apprentice Utilization The required percentage of Apprentice Utilization from the contract Requirement provisions Start Date The estimated date that these apprentices will start work on the project Contractor The firm name of the contractor or subcontractor proposing to utilize these apprentices Trade/Craft Provide description of trade/craft Total Labor (Hours) Total number of labor hours (for this trade/craft and for the Prime Contractor and all subcontractor) estimated to complete the project Apprentice Hours Total number of proposed apprentice hours for this trade/craft Completed By Name of person submitting the plan Email Email address of person submitting the plan Title Title of person submitting the plan Phone Phone number of person submitting the plan g 0 0 t! 0 C 2 CL falx PART III SPECIAL PROVISIONS Page left blank PART IV CITY OF EDMONDS MODIFICATIONS AND STANDARD SPECIFICATIONS AMENDMENTS City of Edmonds Standard Specifications Modifications - Division 1 City of Edmonds Standard Specifications Modifications - Division 2 City of Edmonds Standard Specifications Modifications - Division 3 through 8 City of Edmonds Standard Specifications Modifications - Division 9 City of Edmonds Material Modifications — Divisions 7, 8 and 9 (Note: Include the City of Edntondv Standard Specifications and Materials Modifications first (see separate files), followed by the current version of the WSDOT Antendnients to the Standard Specifications (transportation projects only). For current WSDOT Afnendments visit http://Www.wselot.wa.govIDesign/ProjectDevISpecijic(iii(iiis.litnt and click on Current 2010 Standard Specifications Book Amendments) PART V STANDARD DETAILS (Insert list vfStandard Details included in manual on f)llowingpages.) (Note: Some Stanrhrrd Details needed for they project are attached for convenience and listed above, but the Standard Details required for this project are not limited to those listed. Additional Standard Details are available on the City of Edmonds website: www.ci.edmonds. wa. us.) PART V1 PERMI'T'S AND REPORTS I3uildi� Perrraits It is the Contractors responsibility to obtain any required building permits from the City of Edmonds PART VII CONSTRLICTION DRAWINGS AND PLANS (UNDER SEPARATE COVER) r, ..::.: A r 1 r O Biu O" r t 1y? 35722 ; r rorvAL "z"" IWO Patricia Tam Project Manager Sections 01010, 01300, 01400, 01999, and 09900 OIVA I..,, � d Gary Bansemer Structural Engineer Sections 03200, 03300, 03600, and 09900 PROJECT #C 65 JANUARY 2016 JoLyn Gillie Geotechnical Engineer Section 02210 SECTION 01010 SUMMARY OF WORK PART 1 GENERAL 1.01 DESCRIPTION A. General; This section describes the project in general, and provides an overview of the extent of the work to be performed under this Contract. Detailed requirements and extent of work are stated in the applicable Specification sections and shown on the Drawings. The Contractor shall, except as otherwise specifically stated herein, provide and pay for all labor, materials, equipment, tools, construction equipment, taxes, licenses, permits, inspection fees, and other facilities and services necessary for proper execution, testing, and completion of the work under this Contract. 2. The work to be performed under this Contract includes furnishing all labor, materials and equipment for the Secondary Clarifier no. 3 Structural Repair Project. The work covered under this contract will be performed at the site of City of Edmonds Wastewater Treatment Plant located at 200 Second Avenue South, Edmonds, WA 98020. B PROJECT DESCRIPTION The work to be provided at secondary clarifier no. 3 under this contract includes but is not limited to: a. Remove existing topping slab and base slab, retaining return activated sludge (RAS) and mixed liquor suspended solids (MLSS) pipe encasements, and dowel the new slab to the top of the encasements. Q e. f Inspect the existing sub -base, remove the existing sub -base materials, and re -grade as necessary. Remove existing pressure relief valves and replace with new pressure relief system. Install a new hydrophilic waterstop around the perimeter wall base and center tank drain. Install new base and topping slabs. Re -surfacing and re -coating the launder. 1/20/2016 PAEdmonds\148594\002\Specs 01010-1 Secondary Clarifier No. 3 Structural Repair g. Re -coat the clarifier inside wall, collector, scum baffle, access bridge and other metal parts. 1.02 WORK SEQUENCE A. The Contractor is responsible for coordinating its work in order to complete the work within six months and such that secondary clarifier no. 3 would not need to be out of service for more than four months between June and September. 1.03 WORK OF THIS CONTRACT A. The work to be performed under this Contract shall consist of furnishing all tools, equipment, materials, supplies, and manufactured articles and for furnishing all transportation and services, including fuel, power, water, and essential communications, and for the performance of all labor, work, or other operations required for the fulfillment of the Contract in strict accordance the Specifications, schedules, Drawings, and all other portions of the project manual. 1.04 WORKING HOURS A. Normal working hours shall fall between 8:00 a.m. and 6:00 p.m., weekdays. No weekend or holiday work shall be permitted without specific authorization from the Construction Manager. 1.05 SPECIFICATION LANGUAGE A. Portions of the Specifications are written in imperative and streamlined form. This imperative language is directed to the Contractor, unless specifically noted otherwise. The words "shall be" shall be included by inference where a colon (:) is used within sentences or phrases. Examples: a. Aggregate: ASTM C33. b. Adhesive: Spread with notched trowel. B. Specification references written in the future tense ("will") describe anticipated actions by others. This information is provided to the Contractor for planning purposes and is based on information available at the time these specifications were written. However, neither the activities nor the schedules so described are guaranteed to occur. 1/20/2016 PAEdmonds\148594\002\Specs 01010-2 Secondary Clarifier No. 3 Structural Repair PART 2 PRODUCTS NOT USED. PART 3 EXECUTION NOT USED. **END OF SECTION" 1/20/2016 PAEdmonds\148594\002\Specs 01010-3 Secondary Clarifier No. 3 Structural Repair 1.0 2.0 SECTION 01300 SUBMITTALS GENERAL A. Submittals covered by these requirements include manufacturers' information, shop drawings, test procedures, test results, samples, requests for substitutions, and miscellaneous work-related submittals. Submittals shall also include, but not be limited to, all mechanical, electrical and electronic equipment and systems, materials, reinforcing steel, fabricated items, and piping and conduit details. The Contractor shall furnish all drawings, specifications, descriptive data, certificates, samples, tests, methods, schedules, and manufacturer's installation and other instruc- tions as specifically required in the contract documents to demonstrate fully that the materials and equipment to be furnished and the methods of work comply with the provisions and intent of the contract documents. CONTRACTOR'S RESPONSIBILITIES A. The Contractor shall be responsible for the accuracy and completeness of the information contained in each submittal and shall assure that the material, equipment or method of work shall be as described in the submittal. The Contractor shall verify that all features of all products conform to the specified requirements. Submittal documents shall be clearly edited to indicate only those items, models, or series of equipment, which are being submitted for review. All extraneous materials shall be crossed out or otherwise obliterated. The Contractor shall ensure that there is no conflict with other submittals and notify the Construction Manager in each case where his submittal may affect the work of another contractor or the Owner. The Contractor shall coordinate submittals among his subcontractors and suppliers including those submittals complying with unit responsibility requirements specified in paragraph 11000-1.02 C and applicable technical sections. B. The Contractor shall coordinate submittals with the work so that work will not be delayed. He shall coordinate and schedule different categories of submittals, so that one will not be delayed for lack of coordination with another. No extension of time will be allowed because of failure to properly schedule submittals. The Contractor shall not proceed with work related to a submittal until the submittal process is complete. This requires that submittals for review and comment shall be returned to the Contractor stamped "No Exceptions Taken" or "Make Corrections Noted." C. The Contractor shall certify on each submittal document that he has reviewed the submittal, verified field conditions, and complied with the contract documents. 1/20/2016 PAEdmonds\148544\002\Specs 01300-1 Secondary Clarifier No. 3 Structural Repair 3.0 D. The Contractor may authorize in writing a material or equipment supplier to deal directly with the Construction Manager or with the Owner with regard to a submittal. These dealings shall be limited to contract interpretations to clarify and expedite the work. CATEGORIES OF SUBMITTALS A. General; Submittals fall into two general categories; submittals for review and comment, and submittals which are primarily for information only. Submittals which are for information only are generally specified as P ODtJCT DATA in Part 2 of applicable specification sections. 2. At the beginning of work, the Construction Manager will furnish the Contractor lists of those submittals specified in the project manual. Two separate lists will be provided: submittals for review and comment and product data (submittals) for information only. B. Submittals for Review and Comment: All submittals except where specified to be submitted as product data for information only shall be submitted by the Contractor to the Construction Manager for review and comment. C. Submittals (Product Data) for Information Only: Where specified, the Contractor shall furnish submittals (product data) to the Construction Manager for Information only. The Construction Manager may review Product Data for completeness, and require re -submittal if the Product Data is found to be incomplete. TRANSMITTAL PROCEDURE A. General: Unless otherwise specified, submittals regarding material and equipment shall be accompanied by Transmittal Form 01300-A specified in Section 01999. Submittals for operation and maintenance manuals, information and data shall be accompanied by Transmittal Form 01730-A specified in Section 01999. A separate form shall be used for each specific item, class of material, equipment, and items specified in separate, discrete sections, for which the submittal is required. Submittal documents common to more than one piece of equipment shall be identified with all the appropriate equipment numbers. Submittals for various items shall be made with a single form when the items taken together constitute a manufacturer's package or are so 1/20/2016 P:Tdmonds\148594\002\Specs 01300-2 Secondary Clarifier No. 3 Structural Repair 5.0 functionally related that expediency indicates checking or review of the group or package as a whole. 2. A unique number, sequentially assigned, shall be noted on the transmittal form accompanying each item submitted. Original submittal numbers shall have the following format: "XXX"; where "XXX" is the sequential number assigned by the Contractor. Resubmittals shall have the following format: "XXX -Y"; where "XXX" is the originally assigned submittal number and "Y" is a sequential letter assigned for resubmittals, i.e., A, B, or C being the 1 st, 2nd, and 3rd resubmittals, respectively. Submittal 2513, for example, is the second resubmittal of submittal 25. B. Deviation from Contract: If the Contractor proposes to provide material, equipment, or method of work which deviates from the project manual, he shall indicate so under "deviations" on the transmittal form accompanying the submittal copies. C. Submittal Completeness, 2. Submittals which do not have all the information required to be submitted, including deviations, are not acceptable and will be returned without review.. REVIEW PROCEDURE A. General: Submittals are specified for those features and characteristics of materials, equipment, and methods of operation which can be selected based on the Contractor's judgment of their conformance to the specified requirements. Other features and characteristics are specified in a manner which enables the Contractor to determine acceptable options without submittals. The review procedure is based on the Contractor's guarantee that all features and characteristics not requiring submittals conform as specified. Review shall not extend to means, methods, techniques, sequences or procedures of construction, or to verifying quantities, dimensions, weights or gages, or fabrication processes (except where specifically indicated or required by the project manual) or to safety precautions or programs incident thereto. Review of a separate item, as such, will not indicate approval of the assembly in which the item functions. 1/20/2016 PAEdmonds\148594\002\Spees 01300-3 Secondary Clarifier No. 3 Structural Repair When the contract documents require a submittal, the Contractor shall submit the specified information as follows: a. One hardcopy of all submitted information plus one electronic copy in Adobe PDF format of all information shall be transmitted with submittals for review and comment. b. Unless otherwise specified, one hardcopy and one electronic copy in Adobe PDF format of all submitted information shall be transmitted with submittals (product data) for information only. C. All submittals for review and comment and for product data shall be in searchable Adobe Acrobat Portable Document Format (PDF) format. The PDF file(s) shall be fully indexed using the Table of Contents and searchable with thumbnails generated. File(s) shall be identified be specification section. All documents shall be scanned at 300 dpi or greater using optical character recognition software (ORC). All text in the document must text searchable with the exception of pages that are in their entirety drawings or diagrams. Word searches of PDF document must function successfully. PDF files that fail to comply with indexing and searching features described above will not be acceptable. B. SUBMITTALS FOR REVIEW AND COMMENT: I . Unless otherwise specified, within 21 calendar days after receipt of a submittal for review and comment by the Design Engineer, the Design Engineer shall review the submittal and return a PDF copy of the submittal with comments where appropriate. The returned submittal shall indicate one of the following actions: a. If the review indicates that the material, equipment or work method complies with the project manual, submittal copies will be marked "NO EXCEPTIONS TAKEN." In this event, the Contractor may begin to implement the work method or incorporate the material or equipment covered by the submittal. b. If the review indicates limited corrections are required, copies will be marked "MAKE CORRECTIONS NOTED." The Contractor may begin implementing the work method or incorporating the material and equipment covered by the submittal in accordance with the noted corrections. Where submittal information will be incorporated in O&M data, a corrected copy shall be provided. 1/20/2016 P-Tdmonds\148594\002\Specs 01300-4 Secondary Clarifier No. 3 Structural Repair c. If the review reveals that the submittal is insufficient or contains incorrect data, copies will be marked "AMEND AND RESUBMIT." Except at his own risk, the Contractor shall not undertake work covered by this submittal until it has been revised, resubmitted and returned marked either "NO EXCEPTIONS TAKEN" or "MAKE CORRECTIONS NOTED." d. If the review indicates that the material, equipment, or work method does not comply with the project manual, copies of the submittal will be marked "REJECTED - SEE REMARKS." Submittals with deviations which have not been identified clearly may be rejected. Except at his own risk, the Contractor shall not undertake the work covered by such submittals until a new submittal is made and returned marked either "NO EXCEPTIONS TAKEN' or "MAKE CORRECTIONS NOTED." C. Submittals (Product Data) for Information Only: L , Such information is not subject to submittal review procedures and shall be provided as part of the work under this contract and its acceptability determined under normal inspection procedures. EFFECT OF REVIEW OF CONTRACTOR'S SUBMITTALS A. Review of contract drawings, methods of work, or information regarding materials or equipment the Contractor proposes to provide, shall not relieve the Contractor of his responsibility for errors therein and shall not be regarded as an assumption of risks or liability by the Construction Manager or the Owner, or by any officer or employee thereof, and the Contractor shall have no claim under the contract on account of the failure, or partial failure, of the method of work, material, or equipment so reviewed. A mark of "NO EXCEPTIONS TAKEN" or "MAKE CORRECTIONS NOTED" shall mean that the Owner has no objection to the Contractor, upon his own responsibility, using the plan or method of work proposed, or providing the materials or equipment proposed. **.END OF SECTION** 1/20/2016 PAEdmonds\148594\002\Specs 01300-5 Secondary Clarifier No. 3 Structural Repair SECTION 01400 QUALITY ASSURANCE, INSPECTION, AND TESTING PART 1 GENERAL 1.01 SUMMARY A. This section specifies administrative and procedural requirements for quality assurance and control services, special inspections, field testing and structural observations required for this project. This Section is supplementary to the applicable testing and inspection program elsewhere in the Contract, and describes the responsibilities of all parties pertaining to testing and inspections. B. This section covers requirements for quality assurance and inspection required in accordance with Chapter 17 of the International Building Code, 2012 edition, and is in addition to and supplements the quality assurance requirements contained on the Contract Drawings. C. The Contractor is responsible for providing quality workmanship and materials for the construction of this project in accordance with the Contract Documents. D. The Owner will engage and pay for the services of a Special Inspector. The Special Inspector shall be qualified to the satisfaction of the Building Official in accordance with Chapter 17 of the International Building Code. The Special Inspector shall be acceptable to the Owner in its sole discretion. 1.02 DEFINITIONS A. Approved Agency: An agency approved by the Building Official to engage in furnishing testing or inspection services. B. Certificate of Compliance: A certificate stating that materials and products meet specified standards or that work was performed in compliance with approved construction documents. C. Registered Design Professional in Responsible Charge: An architect or engineer, licensed to practice in the State of Washington, acting as the Owner's agent. D. Special Inspection: Inspection of materials, installation, fabrication, erection or placement of components and connections requiring special expertise to ensure compliance with approved construction documents and referenced standards. E. Special Inspection, Continuous: The full-time observation of work requiring special inspection by an approved Special Inspector who is present in the area where the work is being performed. 1/20/2016 PAEdmonds\148594\002\Specs 01400-1 Secondary Clarifier No. 3 Structural Repair . Special Inspection, Periodic: The part-time or intermittent observation of work requiring special inspection by an approved Special Inspector who is present in the area where the work is being performed and at the completion of the work. G. Special Inspector: A qualified person who has demonstrated competence, to the satisfaction of the Building Official, to perform inspection of the particular type of construction or operation requiring special inspection. H. Statement of Special Inspections: The quality assurance plan contained on the contract drawings establishing the systems and components subject to special inspection and testing, as well as the frequency of testing and extent and duration of the special inspection. I. Structural Observation: The visual observation of the structural system by a registered design professional for general conformance to the approved construction documents at significant construction stages and at completion of the structural system. 1.03 REFERENCES A. This section contains references to the following documents. They are a part of this section as specified and modified. Where a referenced document contains references to other standards, those documents are included as references under this section as if referenced directly. In the event of conflict between the requirements of this section and those of the listed documents, the requirements of this section shall prevail. B. References to documents shall mean the documents in effect at the time of Advertisement for Bids or Invitation to Bid (or on the effective date of the Agreement if there were no Bids). If referenced documents have been discontinued by the issuing organization, references to those documents shall mean the replacement documents issued or otherwise identified by that organization, or if there are no replacement documents, the last version of the document before it was discontinued. Where document dates are given in the following listing, references to those documents shall mean the specific document version associated with that date, regardless of whether the document has been superseded by a version with a later date, discontinued, or replaced. Reference Title ASCE 7-05 ASTM C1093 ASTM E329 AWS D1.1 Minimum Design Loads for Buildings and Other Structures Practice for Accreditation of Testing Agencies for Unit Masonry Practice for Use in Evaluation of Inspection and Testing Agencies as Used in Construction Structural Welding. Code — Steel 1/20/2016 PAEdmonds\148594\002\Specs 01400-2 Secondary Clarifier No. 3 Structural Repair Reference AWS D1.2 AWS D1.3 AWS 131.4 AWS D1.6 AWS QC 1 IBC ICC -ES 1.04 SUBMITTALS Title Structural Welding Code — Aluminum Structural Welding Code — Sheet Steel Structural Welding Code — Reinforcing Steel Structural Welding Code — Stainless Steel Standard for AWS Certification of Welding Inspectors International Building Code, 2012 International Code Council — Evaluation Service Reports and A. The following information shall be provided in accordance with Section 01300: 1, Fabricator Approval: Certification showing that fabricator is registered and approved to perform shop fabrication without special inspection. 2. Certificates of Compliance: Certificates of compliance shall be submitted stating that materials and products meet specified standards. Contractor Statement: Prior to start of construction, Contractor shall submit statement of responsibility containing the following: a. Acknowledgement of awareness of special inspection requirements. b. Acknowledgement that control will be exercised to obtain conformance with documents approved by the Building Official. C. Procedures for exercising control within the Contractor's organization. d. Identification and qualifications of persons exercising control. 4. Testing Laboratory Qualifications: Prior to start of construction, submit latest inspection report of testing laboratory facilities indicating current accreditation by the accreditation authority. 1.05 STRUCTURAL OBSERVATION A, The Engineer -of -Record shall make visual observations at the completion of construction to assess general conformance with the contract documents. 1/20/2016 P:Tdmonds\148594\002\Specs 01400-3 Secondary Clarifier No. 3 Structural Repair 1.06 INSPECTION AND TESTING A. The Construction Manager may throughout the duration of construction, inspect construction and test materials to assure Contractor conformance with these specifications. Special inspections and associated testing, as shown on the drawings, will also be performed by approved Special Inspectors for compliance with IBC. This testing will be in addition to that required of the Contractor in this and other specification sections. 1.07 COSTS A. Paid by the Owner: Special inspections and testing, as specified in this Section, will be paid by the Owner. Retests and re -inspections required due to defective work are not included. B. Paid by the Contractor: 1. Testing to demonstrate and document conformance with the Contract Documents and applicable permits and codes, with the exception of Special Inspections and associated testing for compliance with IBC, Chapter 17. 2. Retesting and re -inspections required due to defective work. Testing performed for the convenience of the Contractor. 4. Mechanical and electrical component testing and certification. 1.08 CONTRACTOR'S RESPONSIBILITIES A. Contractor shall cooperate with testing personnel. Contractor shall provide access to the work and supplier's operations. B. Contractor shall deliver adequate samples of materials proposed to be used and which require testing to the Testing Laboratory or as otherwise directed by the Construction Manager. C. Contractor shall furnish casual labor and facilities, including but not limited to obtaining and handling samples, repairing of test areas to match original conditions, storage and curing of samples, etc. D. Contractor shall provide all testing required to demonstrate compliance with the Contract Documents not associated with the testing for special inspections. Additional testing requirements are specified in the technical specification sections. 1/20/2016 PAEdmonds\148594\002\Specs 01400-4 Secondary Clarifier No. 3 Structural Repair E. For all Contractor -required testing, the Contractor shall provide the services of an independent testing laboratory which complies with the requirements of ASTM E329. 1.09 SPECIAL INSPECTOR'S RESPONSIBILITIES A. Special Inspector shall keep records of inspections. B. Special Inspector shall provide inspection reports to the Construction Manager and Building Official. C. Special Inspector shall provide a final report documenting special inspections and correction of any discrepancies noted in the inspections. D. Special Inspector shall attend pre -construction conferences and construction progress meetings if requested by the Construction Manager. 1.10 APPROVED AGENCY'S RESPONSIBILITIES A. The Approved Agency shall employ personnel experienced and trained to perform the types of tests or inspections required for this project. B. The Approved Agency personnel performing testing of welds shall be certified in accordance with AWS QC 1. 1.11 SPECIAL INSPECTION AND TESTING REPORTS A. Report Contents: At a minimum, Special Inspection and Testing Reports shall include the following: I . Project name and date of report. 2. Testing laboratory name, address, telephone number, name of laboratory field sampling personnel, and name of lab testing personnel, as applicable. 3. Date, time, and location of sampling, testing, and inspecting. 4. Ambient temperature and weather conditions at the site or shop and curing conditions of samples. Product identification and referenced specification section number. 6. Type of sample, test, and inspection and industry standard for sampling and testing. 7. Results of sample, test, and inspection. 1/20/2016 PAEdmonds\148594\002\Specs 01400-5 Secondary Clarifier No. 3 Structural Repair Evaluation of compliance with requirements in Contract Documents. B. Distribution of Reports: Test and Inspection reports shall be submitted to the Construction Manager for information as described in Section 01300. Test reports shall be submitted not more than two days after completion of required tests. Inspection reports shall be submitted immediately if deficiencies or significant irregularities are noted, and in no case less than two working days after said inspection. Provide six (6) copies of all reports. PART 2 PRODUCTS PART 3 EXECUTION 3.01 GENERAL A. The Contractor shall furnish access to the Work as required for special inspections, testing and structural observations. B. The Contractor shall notify the Construction Manager in advance of required special inspections and structural observation no later than 3 days prior to the date of the inspection. C. Contractor shall correct defective work at no additional cost to the Owner. D. Structural observation will be performed by the registered professional engineer. **END OF SECTION** 1/20/2016 PAEdmonds\148594\002\Specs 01400-6 Secondary Clarifier No. 3 Structural Repair SECTION 01999 REFERENCE FORMS The forms listed below and included in this section are referenced from other sections of the project manual: Form No. 01300-A 09900-A Title Request for Information Form Submittal Transmittal Form Coathig System lnspectioli Checklist 1/20/2016 P:\Edmonds\148594\002\Specs 01999-1 Secondary Clarifier No. 3 Structural Repair CONTRACTOR'S REQUEST FOR INFORMATION Project: Edmonds Aeration Basin Walls Contract No: Date: RFI No: Contractor: Specification Section: Subcontractor: Drawing Reference: Subject: Transmittal Record Contractor to CM Attention Date Sent Date Received Date Due Reviewed By (Initial) CM to A/E A/E to CM CM to Contractor Information Requested: Recommendation: Attachments: Cost Impacts Total Amount Work Schedule Impacts: No NoneI $0 None Date: Response: Date: Requested By: Response By: 1/20/2016 P:\Edmonds\148594\002\Specs 01999-2 Secondary Clarifier No. 3 Structural Repair TRANSMITTAL OF CONTRACTOR'S SUBMITTAL PROJECT: GC Submittal No: XXXXX-YY Spec Section No: CONTRACTOR: (COVER ONLY ONE SECTION WITH EACH SUBMITTAL TRANSMITTAL) TRANSMITTAL RECORD DATE SENT DATE REC'D DATE REQ'D Contractor to CM (A) (B) CM to Engineer (D) (E) Engineer to CM CM to Contractor THE FOLLOWING ITEMS ARE HEREBY SUBMITTED FOR YOUR REVIEW AND ACTION:. LEGEND: A) No Exceptions Taken ) Make Corrections Noted C) Amend and Resubmit D) Rejected — See Remarks E) Eng Review Not Req'd Item NO. QTY Spec Section & Para DESCRIPTION (A) (B) (C) (D) (E) 1 2 3 4 5 6 7 Remarks: Response: Date: CONTRACTOR'S C Response By: CHECK ONE OF THE FOLLOWING: ❑ Submittal contains no deviations to requirements specified or shown, ❑ Submittal contains deviations to requirements specified or shown as noted and justified in the letter attached to this transmittal sheet Contractor hereby certifies that (i) Contractor has complied with the requirements of Contract Documents in preparation, review, and submission of designated Submittal and (ii) the Submittal is complete and in accordance with the Contract Documents and requirements of laws and regulations and governing agencies Submilted By: Corrections or comments made on contractor's shop drawings during this review do not relieve the contractor from compliance with contract drawings and specifications, This submittal has been reviewed for conformance with the design concept and general compliance with the contract documents only. Contractor is responsible for confirming and correlating all quantities and dimensions; fabrication processes and techniques; coordinating work with other trades; and satisfactory and safe performance of the work Reviewed By: Relurned By: 1/20/2016 P:\Edmonds\148594\002\Specs 01999-3 Secondary Clarifier No. 3 Structural Repair O � U b c 0 U N i O� O� O� O C- u 00 aaa as Caa da � d< U U T U U o U U U U • � cn ...... . ....... Cd cd v� �+ N 41 � � U � � sem. U ^p O � � • � s. � x. 40 O 9 � � ° sem. •N � � cC 00 .N .� t .N •� E1 U p cd -� oU. 0 N d � S 0.. Ov O U v0 > O u Ud b W 6: 0 N O N °'a a 00 Cy C>C>C> aa°a U �5¢ U�5¢ o 4:1� °Q w 40. o b O H O +� U O O O O U O Cd 7a " 2 E O W N U¢ H H NO\ /O\ 0 u U H H U U U U¢ H O � SECTION 02210 DEWATERING PART 1 GENERAL 1.01 BACKGROUND A. This Section includes specifications for design, responsibilities, operation, and execution of dewatering during construction. B, The ground water table around the outside of Clarifier No. 3 has varied from about Elevation -3 to +1 feet, based on groundwater level monitoring performed from May 2015 to December 2015 (refer to the Geotechnical Report dated January 22, 2016 for additional information.) This is approximately 5 to 9 feet above the base of the proposed excavation. C. The materials encountered at the base of the clarifier are expected to have relatively low permeability; however, the Contractor should expect to encounter permeable seams that produce significant amounts of water during excavation. D. Wells and well points may not be effective in lowering the ground water table within the excavation for the clarifier; therefore, dewatering is likely to require sumps and ditching. E. The dewatering system shall be designed, installed, operated and decommissioned using accepted and professional methods. F. The Contractor shall be solely responsible for proper design, installation, operation, maintenance, and any decommissioning of all components of the dewatering system. G„ Dewatering, including disposal of water shall be in accordance with all applicable laws, regulations and standards. 1.02 QUALITY ASSURANCE A. The Contractor shall employ the services of an individual with at least ten years' experience in construction and operation of construction dewatering systems to oversee its installation and operation. 1/20/2016 Y:\Edmonds\148594W02\Specs 02210-1 Secondary Clarifier No. 3 Structural Repair 1.03 SUBMITTALS A, Submit a dewatering plan including shop drawings and design data including the following elements, as applicable: 1. The proposed type of dewatering system. 2. Drawings showing arrangement, location, and depths of system components, including location and size of berms dikes, ditches, monitoring wells, sumps, and discharge lines. Complete description of equipment to be used, with installation, operation and maintenance procedures. 4. Types and sizes of filters. 5, Methods of disposal of pumped water. 6, Method of water quality monitoring. 7, Type of filtration and chemical treatment of contaminated water, as applicable. Method for establishing and monitoring construction site groundwater levels. B. Submit copies of permits required for work of this Section. 1.04 DESIGN REQUIREMENTS A. Remove water which accumulates in excavations during the progress of work so that all work can be accomplished in accordance with the approved plans and specifications. B. Prevent damage to adjacent properties, buildings, structures, utilities, and other work. C. Design dewatering system to prevent pumping of fines from below grade and to prevent disturbance of materials exposed at the excavation bottom. D. Furnish container(s) for construction dewatering complete with baffles for the purpose of meeting water quality standards prior to discharge of water. Size container or containers to suit dewatering and storage demands. 1/20/2016 P:Tdmonds\148594\002\Specs 02210-2 Secondary Clarifier No. 3 Structural Repair PART 2 PRODUCTS NOT USED, PART 3 EXECUTION 3.01 DEWATERING A. At all times have on hand sufficient pumping equipment and machinery in good working condition for all ordinary emergencies, including power outage and flooding, and have available at all times for the continuous and successful operation of the dewatering systems. Dewatering wells or well points shall not be shut down between shifts, on holidays, or weekends, or during work stoppage without written permission from the Owner's Representative. B. The control of groundwater shall be such that softening of the bottom of excavations, or formation of "quick" conditions or "boils" during excavation shall be prevented. C. Remove components of dewatering facilities from the site when no longer needed. 3.02 CONTAINMENT, ANALYSIS, AND DISCHARGE OF GROUNDWATER EXTRACTED A. Containment: Upon extraction, store effluent from the dewatering system until it is tested and verified to meet water quality discharge standards. B. The number of samples taken and tested shall be at the sole discretion of the Engineer. C, Discharge Requirements: All discharged water shall meet the regulatory requirements and the jurisdictional authority's discharge requirements. **END OF SECTION** 1/20/2016 PAEdmonds\148594\002\Specs 02210-3 Secondary Clarifier No. 3 Structural Repair SECTION 03200 CONCRETE REINFORCING PART 1 GENERAL 1.01 DESCRIPTION A. Section includes: Reinforcing steel for use in reinforced concrete. 1.02 REFERENCES: A. The references listed below are a part of this section. Where a referenced document contains references to other standards, those documents are included as references under this section as if referenced directly. In the event of conflict between the requirements of this section and those of the listed documents, the requirements of this section shall prevail. Reference Title ACI 117 Specification for Tolerances for Concrete Construction and Materials ACI 315 Details and Detailing of Concrete Reinforcement ACI 318 Building Code Requirements For Structural Concrete ACI SP -66 ACI Detailing Manual ASTM A615 Deformed and Plain Carbon -Steel Bars for Concrete Reinforcement ASTM A706 Low -Alloy Steel Deformed and Plain Bars for Concrete Reinforcement AWS D1.4 Structural Welding Code - Reinforcing Steel CRSI-PRB Placing Reinforcing Bars CRSI-MSP Manual of Standard Practice FEDSPEC Wire, Steel, Carbon (Round, Bare, and Coated) Qty -W-461 H 1.03 SUBMITTALS A. Action Submittals 1. Procedures: Section 01300, 1/20/2016 PAEdmonds\148594\002\Specs 03200-1 Secondary Clarifier No. 3 Structural Repair 2. A copy of this specification section with each paragraph check -marked to indicate specification compliance or marked to indicate requested deviations from specification requirements. 3, Check -marks (✓) shall denote full compliance with a paragraph as a whole. Deviations shall be underlined and denoted by a number in the margin to the right of the identified paragraph. The remaining portions of the paragraph not underlined will signify compliance on the part of the Contractor with the specifications. Include a detailed, written justification for each deviation. Failure to include a copy of the marked -up specification sections, along with justification(s) for any requested deviations to the specification requirements, with the submittal shall be sufficient cause for rejection of the entire submittal with no further consideration. 4. Mill certificates for all reinforcing. 5. Manufacturer and type of proprietary reinforcing steel splices. Submit a current ICC Report and manufacturer's literature that contains instructions and recommendations for each type of coupler used. 6. Qualifications of welding operators, welding processes and procedures. 7. Reinforcing steel shop drawings showing reinforcing steel bar quantities, sizes, spacing, dimensions, configurations, locations, mark numbers, lap splice lengths and locations, concrete cover and reinforcing steel supports. Reinforcing steel shop drawings shall be of sufficient detail to permit installation of reinforcing steel without reference to the contract drawings. Shop drawings shall not be prepared by reproducing the plans and details indicated on the contract drawings but shall consist of completely redrawn plans and details as necessary to indicate complete fabrication and installation of reinforcing steel, including large scale drawings at joints detailing bar placement in congested areas. Placement drawings shall be in accordance with ACI 315. Reinforcing details shall be in accordance with ACI SP -66. 1.04 DELIVERY, STORAGE AND HANDLING A. Ship reinforcing steel to the jobsite with attached plastic or metal tags having permanent mark numbers which match the shop drawing mark numbers. All reinforcing shall be supported and stored above ground. 1/20/2016 P:\Edmonds\148594\002\Specs 03200-2 Secondary Clarifier No. 3 Structural Repair PART 2 PRODUCTS 2.01 BAR REINFORCEMENT A. Reinforcing steel bars shall be deformed billet steel in conformance with ASTM A615, Grade 60. Bars to be welded shall be deformed billet steel conforming to ASTM A706. 2.02 REINFORCING STEEL MECHANICAL SPLICES A. Reinforcing steel mechanical splices shall be a Type 1 positive connecting metal filled type mechanical splice system manufactured by Erico, Inc. "Cadweld", or approved equal. B. Type 1 mechanical splices shall develop in tension or compression a strength of not less than 125 percent of the ASTM specified minimum yield strength of the reinforcement and shall meet all other ACI 318 requirements. 2.03 TIE WIRE A. The wire shall be minimum 16 gage annealed steel conforming to FEDSPEC QQ-W-461 H. 2.04 BAR SUPPORTS A. Bar supports coming into contact with forms shall be CRSI Class 1 plastic protected or Class 2 stainless steel protected and shall be located in accordance with CRSI-MSP and placed in accordance with CRSI-PRB. B., Provide manufactured concrete block supports with embedded tie wires (wire dobies) for footing and slabs on grade. Do not use brick, broken concrete masonry units, spalls, rocks, construction debris, or similar material for supporting reinforcing steel. C. Provide stainless steel or plastic protected plain steel supports for other work. 2.05 FABRICATION: A. Fabricate reinforcing steel bars in accordance with ACI 315 and the following tolerances: 1. Sheared lengths: +/-1 inch. Overall dimensions of stirrups, ties, and spirals: +/-1/2 inch. All other bends: +0 inch, -1/2 inch 4. Minimum diameter of bends of reinforcing steel bars: Per ACI 318. 1/20/2016 PAFdmonds\148594\002\Specs 03200-3 Secondary Clarifier No. 3 Structural Repair PART 3 EXECUTION 3.01 PLACEMENT TOLERANCE A. Reinforcing steel placement tolerance shall conform to the requirements of ACI 117, ACI 318, and the following: Reinforcing steel bar clear distance to formed surfaces shall be within +/- 1/4 inch of specified clearance and minimum spacing between bars shall be a maximum of 1/4 inch less than specified. 2. Reinforcing steel top bars in slabs shall be placed +/-3/8 inch of specified depth in members 8 inches deep or less and +/-1/2 inch of specified depth in members greater than 8 inches deep. Reinforcing steel spacing shall be placed within +/- one bar diameter or +/- 1 inch, whichever is greater. 4. The minimum clear distance between reinforcing steel bars shall be equal to the greater of 1 inch or the reinforcing steel bar diameter for slabs. 3.02 CONCRETE COVER A. Unless specified otherwise on the Drawings, reinforcing steel bar cover shall conform to the following: 1. Reinforcing steel bar cover shall be 3 inches for concrete cast against earth. 2, Reinforcing steel bar cover shall be 2 inches for reinforcing steel bars for formed concrete surfaces exposed to earth and weather. 3. Reinforcing steel bar cover shall be 2 inches for any formed surfaces exposed to or above any liquid. 3.03 SPLICING A. Reinforcing steel splicing shall conform to the following: Use Class B splice lengths in accordance with ACI 318 for all reinforcing steel bars unless shown otherwise on the drawings. Splices of reinforcement steel bars not specifically indicated or specified shall be subject to the approval of the Owner's Representative. Mechanical proprietary splice connections may be used when approved by the Owner's Representative or as indicated on the drawings. 3, Welding of reinforcing steel bars is not allowed unless approved by the Owner's Representative. 1/20/2016 PAEdmonds\148594\002\Specs 03200-4 Secondary Clarifier No. 3 Structural Repair 3.04 CLEANING A. Reinforcing steel bars at time of concrete placement shall be free of mud, oil, loose rust, or other materials that may affect or reduce bond. Reinforcing steel bars with rust, mill scale or a combination of both may be accepted without cleaning or brushing provided dimensions and weights including heights of deformation on a cleaned sample are not less than required by applicable ASTM standards. 3.05 PLACEMENT A. Reinforcing steel bar placement shall conform to the following: 1, Uncoated reinforcing steel bars shall be supported and fastened together to prevent displacement by construction loads or concrete placement. For concrete placed on ground, furnish concrete block supports or metal bar supports with non-metallic bottom plates. For concrete placed against forms furnish plastic or plastic coated metal chairs, runners, bolsters, spacers and hangers for the reinforcing steel bar support. Only tips in contact with the forms require a plastic coating. 2. Support reinforcing steel bars over cardboard void forms by means of concrete supports which will not puncture or damage the void forms nor impair the strength of the concrete member. 3. Extend reinforcement to within 2 inches of formed edges and 3 inches of the concrete perimeter when concrete is placed against earth. 4. Reinforcing steel bars shall not be bent after embedding in hardened concrete unless approved by the Owner's Representative. Tack welding or bending reinforcing steel bars by means of heat is prohibited. 6. Where required by the contract documents, reinforcing steel bars shall be embedded into the hardened concrete utilizing an adhesive anchoring system specifically manufactured for that application. Installation shall be per the manufacturer's written instructions. 7. Bars with kinks or with bends not shown shall not be used. Heating or welding bars shall be performed in accordance with AWS DIA and shall only be permitted where specified or approved by the Owner's Representative. Bars shall not be welded at the bend. 1/20/2016 PAEdmonds\148594\002\Specs 03200-5 Secondary Clarifier No. 3 Structural Repair 3.06 FIELD QUALITY CONTROL A. Field quality control shall include the following: 1. Notify the Owner's Representative whenever the specified clearances between the reinforcing steel bars cannot be met. The concrete shall not be placed until the Contractor submits a solution to the congestion problem and it has been approved by the Owner's Representative. 2. The reinforcing steel bars may be moved as necessary to avoid other reinforcing steel bars, conduits or other embedded items provided the tolerance does not exceed that specified in this section. The Engineer's approval of the modified reinforcing steel arrangement is required where the specified tolerance is exceeded. No cutting of the reinforcing steel bars shall be done without written approval of the Owner's Representative. 3. An independent laboratory shall be employed to review and approve Contractor welding procedures and qualify welders in accordance with AWS DIA. The laboratory shall visually inspect each weld for visible defects and conduct non-destructive field testing (radiographic or magnetic particle) on not less than one sample for each 10 welds. If a defective weld is found, the previous 5 welds by the same welder shall also be tested. **END OF SECTION** 1/20/2016 PAEdmonds\148594\002\Specs 03200-6 Secondary Clarifier No. 3 Structural Repair SECTION 03300 CAST -IN-PLACE CONCRETE PART 1 GENERAL 1.01 SUMMARY A. Section includes: Cast -in-place concrete, which consists of providing material, mixing, transporting equipment, and labor for the proportioning, mixing, transporting, placing, consolidating, finishing, curing, and protection of concrete in the structure. 1.02 RELATED SECTIONS A. This section contains specific references to the following related specification sections. Additional related sections may apply that are not specifically listed below. 1. Section 03600 Grouting 1.03 REFERENCES: A. The references listed below are a part of this section. Where a referenced document contains references to other standards, those documents are included as references under this section as if referenced directly. In the event of conflict between the requirements of this section and those of the listed documents, the requirements of this section shall prevail. Reference I Title ACI 117 ACI 211.1 ACI 301 ACI 305.1 ACI 306.1 ACI 214R ACI 318 ACI 350 ACI 350.1 ACI 503.7 Tolerances for Concrete Construction and Materials Selecting Proportions for Normal, Heavy Weight and Mass Concrete Specifications for Structural Concrete Specification for Hot Weather Concreting Standard Specification for Cold Weather Concreting Guide to Evaluation of Strength Test Results in Concrete Building Code Requirements for Structural Concrete Code Requirements for Environmental Engineering Concrete Structures Tightness Testing of Environmental Engineering Concrete Containment Structures Crack Rcoair by Enoxv Iniection 1/20/2016 PAEdmonds\148594\002\specs 03300-1 Secondary Clarifier No. 3 Structural Repair Reference __] Title ASTM A126 Specification for Gray Iron Castings for Valves, Flanges, and Pipe Fittings ASTM C31 Making and Curing Concrete Test Specimens in the Field ASTM C33 Concrete Aggregates ASTM C39 Compressive Strength of Cylindrical Concrete Specimens ASTM C42 Obtaining and Testing Drilled Cores and Sawed Beams of Concrete ASTM C94 Ready -Mixed Concrete ASTM C117 Materials Finer Than 75-µm (No. 200) Sieve in Mineral Aggregates by Washing ASTM C136 Sieve Analysis of Fine and Coarse Aggregates ASTM C143 Slump of Hydraulic Cement Concrete ASTM C150 Portland Cement ASTM C157 Length Change of Hardened Cement Mortar and Concrete ASTM C 172 Sampling Freshly Mixed Concrete ASTM C192 Making and Curing Concrete Test Specimens in the Laboratory ASTM C231 Air Content of Freshly Mixed Concrete by the Pressure Method ASTM C260 Air -Entraining Admixtures for Concrete ASTM C309 Liquid Membrane -Forming Compounds for Curing Concrete ASTM C494 Chemical Admixtures for Concrete ASTM C511 Mixing Rooms, Moist Rooms, and Water Storage Tanks Used in the Testing of Hydraulic Cements and Concretes ASTM C595 Blended Hydraulic Cements ASTM C618 Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete ASTM C881 Epoxy -Resin -Base Bonding Systems for Concrete ASTM C989 Slag Cement for use in Concrete and Mortars ASTM C1260 Potential Alkali Reactivity of Aggregates (Mortar -Bar Method) ASTM C1315 Liquid Membrane -Forming Compounds for Curing and Sealing Concrete ASTM C1567 Potential Alkali -Silica Reactivity of Combinations of Cementitious Materials and Aggregate ASTM C1602 Mixing Water Used in the Production of Hydraulic Cement Concrete ASTM D75 Satnpliiig A g, ire ate; 1/20/2016 PAEdmonds\148594\002\Specs 03300-2 Secondary Clarifier No. 3 Structural Repair Reference a Title ASTM D2419 ASTM E329 ASTM E96 ASTM E1643 ASTM E1745 CRD -0572 IBC 1.04 SUBMITTALS Standard Test Method for Sand Equivalent Value of Soils and Fine Aggregate Agencies Engaged in Construction Inspection and/or Testing Standard Test Methods for Water Vapor Transmission of Materials Selection, Design, Installation, and Inspection of Water Vapor Retarders Used in Contact with Earth or Granular Fill Under Concrete Slabs Plastic Water Vapor Retarders Used in Contact with Soil or Granular Fill under Concrete Slabs U.S. Corps of Engineer's Specifications for Polyvinylchloride Waterstop International Building Code with local amendments A. Action Submittals: Procedures: Section 01300. 2, A copy of this specification section with each paragraph check -marked to indicate specification compliance or marked to indicate requested deviations from specification requirements. 3, Check -marks (✓) denote full compliance with a paragraph as a whole. Deviations shall be underlined and denoted by a number in the margin to the right of the identified paragraph. The remaining portions of the paragraph not underlined signify compliance with the specification. Include a detailed, written justification for each deviation. Failure to include a copy of this marked -up specification section, along with justification(s) for requested deviations, with the submittal, is cause for rejection of the entire submittal with no further consideration. 4. Each proposed mix design showing: .>! L 0 Expected strength at 7 and 28 -days Slump, before and after introduction of high -range water -reducing admixture Water/cement ratio Weights and test results of the ingredients 1/20/2016 P,\Edmonds\148594\002\Specs 03300-3 Secondary Clarifier No. 3 Structural Repair Aggregate gradation f. Test results of mix design prepared by an independent testing laboratory g. Shrinkage test results for liquid containing structures h. Other physical properties necessary to review each mix design for conformance with these specifications Product literature and technical data for aggregates, cement, and pozzolan. 6, Product literature, technical data, and dosage of proposed admixtures including, but not limited to, air entraining, water reducing, retarding, shrinkage reducing, crystalline waterproofing, etc. T Anticipated average delivery time from batch plant to site. If this time exceeds the limit specified in Part 3, include proposed method to extend set time without deleterious effects on final product. Owner's Representative reserves the right to accept or reject such proposed methods. 8. Lift Drawings: Submit shop drawings for concrete placements on the project before on-site construction begins. The drawings shall be organized by structure and submitted as a complete set for the Engineer's review. The drawings shall be drawn to scale and show dimensions, forming details, and placement volumes. Show location of construction joints, details of surface preparation, scheduled finish, embedments, penetrations, openings, keyways, blockouts, bulkheads, etc. The drawings shall clearly show the placement sequence and will be accompanied by a schedule that shows the schedule dates for forming, placement, and stripping for each section of concrete placed within each structure. 9. Curing program description in sufficient detail to demonstrate that the Contractor will provide acceptable strength, finish, and crack control within the completed structure. 10. Product literature and technical data for waterstops, curing and sealing compounds, bonding compounds, epoxy and chemical grout for crack injection, retardant, 11. Concrete delivery truck tickets showing the information listed in ASTM C94, section 14. 1/20/2016 PAEdmonds\]48594\002\Specs 03300-4 Secondary Clarifier No. 3 Structural Repair 1.05 QUALITY ASSURANCE A. Quality Control By Owner: Special Inspection of concrete work shall be performed by the Special Inspector under contract with the Owner and in conformance with the IBC Chapter 17. Special Inspection of concrete is in addition to, not replacing, other inspections and quality control requirements specified herein. Where sampling and testing specified herein conforms to Special Inspection standards, such sampling and testing need not be duplicated. 2. All structural concrete work shall receive Special Inspection in accordance with IBC Chapter 17. Structural concrete includes elements which resist code -defined loads and whose failure would impact life safety. Anchor bolts and anchors installed in hardened concrete require Special Inspection. Refer to Section 01400 Quality Control, for Owner provided testing. B. Quality Control By Contractor: Where required to demonstrate conformance with the specified requirements for cast -in-place concrete, the Contractor shall provide the services of an independent testing laboratory which complies with the requirements of ASTM E329. The testing laboratory shall sample and test concrete materials as specified in this section. Costs of testing laboratory services shall be borne by the Contractor. C. Basis For Quality: Cast -in-place concrete shall conform to the requirements of ACI 301, except as modified herein. PART 2 PRODUCTS 2.01 MATERIALS A. Cement: 1. Portland cement shall be ASTM C150, Type II, low alkali, containing less than 0.60 percent alkalis. In addition to standard requirements, cement shall satisfy optional chemical and physical requirements of ASTM C150, Tables 2 and 4, respectively. 1/20/2016 PAEdmonds\148594\002\Specs 03300-5 Secondary Clarifier No. 3 Structural Repair 2. If low alkali cement is not available, aggregates shall show an expansion of less than 0.1 % when tested in accordance with ASTM C 1260 or ASTM C1567 concrete mix test results shall be submitted verifying that the aggregates are not reactive per the criteria in this standard. ASTM C1260 and ASTM C 1567 results shall be no older than 1 year. 3. Portland-pozzolan cement shall be ASTM C595, Type IP (MS), interground, low alkali. 4. Use cementitious materials that are of the same brand and type and from the same plant of manufacture as the cementitious materials used in the concrete represented by the submitted field test records or used in the trial mixtures. See Change of Materials paragraph below. B. Ground granulated blast -furnace slag (GGBFS), if used in conjunction with portland cement, shall be per ASTM C989. C. Aggregates: General: a. Except as modified herein, fine and coarse aggregates shall conform to ASTM C33. Fine and coarse aggregates are regarded as separate ingredients. Aggregates shall be non-reactive and washed before use. b. Check aggregates for alkali -silica reactive constituents per ASTM C 1260. Aggregate shall have less than 0.1 % expansion when tested in accordance with ASTM C1260. Aggregates having 0.1% or greater expansion may still be satisfactory provided ASTM C 15 67 concrete mix test results are submitted and show an expansion of less than 0.1% at 16 days. Test results shall be no older than 1 year. Tests for size and grading of fine and coarse aggregates shall be in accordance with ASTM C136. Combined aggregates shall be well and uniformly graded from coarse to fine sizes to produce a concrete that has optimum workability and consolidation characteristics. Establish the final combined aggregate gradation during mix design. d. Aggregates used in the project production concrete shall be obtained from the same sources and have the same size ranges as the aggregates used in the concrete represented by the submitted historical data or trial mixtures. See Change of Materials paragraph below. 1/20/2016 PAEdmonds\148594\002\Specs 03300-6 Secondary Clarifier No. 3 Structural Repair 2. Fine Aggregate: a. Fine aggregate shall be hard, dense, durable particles of either sand or crushed stone regularly graded from coarse to fine. Gradation shall conform to ASTM C33. For classes of concrete which will be used in liquid retaining structures, fine aggregate shall not exceed 40 percent by weight of combined aggregate total, except for concrete with coarse aggregate of less than maximum size 1/2 inch. b. Variations from the specified gradations in individual tests will be acceptable if the average of three consecutive tests is within the specified limits and the variation is within the permissible variation listed below: U.S. standard sieve size (Permissible variation in individual tests, 30 and coarser 2 50 and finer 0.5 Test Other tests shall be in accordance with the following specifications: Test method l l equirements Amount of material ASTM C 1173 percent passing No. 200 sieve maximum by weight Sand ctluivalent ASTM D2419 Minimum 70 percent 3. Coarse Aggregate: a. Coarse aggregate shall be hard, dense and durable gravel or crushed rock free from injurious amounts of soft and friable particles, alkali, and organic matter. Other deleterious substances shall not exceed the limits listed in ASTM C33, Table 3 for Class Designation 5S. Gradation of each coarse aggregate size specified shall conform to ASTM C33, Table 2. b. Variations from the specified gradations will be acceptable in individual tests if the average of three consecutive tests is within the specified limits. 1/20/2016 PAEdmonds\148594\002\Specs 03300-7 Secondary Clarifier No. 3 Structural Repair D. Pozzolan: 1. Pozzolan shall be Class F fly ash conforming to ASTM C618. Class C fly ash is not allowed. Pozzolan supplied during the life of the project shall have been formed at the same single source. See Change of Materials paragraph below. 2. The pozzolan color shall not substantially alter the resulting concrete from the normal gray color and appearance. 3, Use pozzolan materials that are of the same brand and type and from the same plant of manufacture as the materials used in the concrete represented by the submitted field test records or used in the trial mixtures. E. Admixtures; General: a. Admixtures shall be compatible with the concrete and with each other. Calcium chloride or admixtures containing calcium chloride are not acceptable. Use admixtures in accordance with the manufacturer's recommendations and add separately to the concrete mix. Water reducing retarders and admixtures shall reduce the water required by at least 11 percent for a given concrete consistency and shall comply with the water/cement ratio standards of ACI 211.1. Retarder dosage shall result in set time consistent with requirements specified in Part 3. 2. Water Reducing Admixtures: a. Conform to ASTM C494, Type A. Acceptable products include: BASF "MasterPozzolith 322"; SIKA Chemical Corp. "Plastocrete 161 "; Euclid Chemical Co. "Eucon WR 91 "; or approved equal. 3. Water Reducing and Retarding Admixtures: a. Conform to ASTM C494, Type D. Acceptable products include: BASF "MasterPozzolith 80"; Sika Chemical Corp. "Plastiment"; Euclid Chemical Co. "Eucon Retarder 75"; or approved equal. 4. High Range Water Reducing (Superplasticizing) Admixtures: a. Conform to ASTM C494, Type F. Acceptable products include: BASF "MasterGlenium" Series; Sika Chemical Corp. "Viscocrete 2100" or "Viscocrete 2110" (Hot Weather) or "Viscocrete 6100" (Cold Weather); Euclid Chemical Co. "Eucon 37"; W.R. Grace "ADVA 195"; or approved equal. 1/20/2016 PAEdmonds\148594\002\Specs 03300-8 Secondary Clarifier No. 3 Structural Repair F I High Range Water Reducing And Retarding Admixtures: Conform to ASTM C494, Type G. Acceptable products include: W.R. Grace "Daracem 100"; Sika Chemical Corp. "Sikaplast 200"; Euclid Chemical Co. "Eucon 537"; or approved equal. 6. Air Entraining Agent: a. Conform to ASTM C260 and produce air entrained concrete as specified in the Mix Proportioning table below. Acceptable products include: BASF "MasterAir AE 90"; Sika Chemical Corp„ "AEA -15"; Euclid Chemical Co. "AEA -92"; or approved equal. 7. Shrinkage Reducing Admixture: Water: a. Select admixture for compatibility with air entrainment admixture and other ingredients in the concrete mix. Acceptable products include: BASF "Tetraguard AS20"; Grace "Eclipse 4500"; or spproved equal. For washing aggregate, mixing, and for curing shall be free from oil and deleterious amounts of acids, alkalis, and organic materials; comply with the requirements of ASTM C 1602. Additionally, water used for curing shall not contain an amount of impurities sufficient to discolor the concrete. Change of Materials: After each concrete mix design is approved, no changes of any sort or source will be allowed without prior written approval from the Engineer. When brand, type, size, or source of cementitious materials, aggregates, water, ice, or admixtures are proposed to be changed, new field data, data from new trial mixtures, or evidence that indicates that the change will not affect adversely the relevant properties of the concrete shall be submitted for approval by the Engineer before use in concrete. 1/20/2016 PAEdmonds\148594\002\Specs 03300-9 Secondary Clarifier No. 3 Structural Repair 2.02 CONCRETE CHARACTERISTICS A Concrete class n Mix Proportioning: Concrete shall be normal weight concrete composed of cement, pozzolan, admixtures, aggregates, and water; proportioned and mixed to produce a workable, strong, dense, and impermeable concrete. It is acceptable to substitute interground Portland-pozzolan cement conforming to ASTM C595, containing the specified amount of pozzolan in lieu of Portland cement and pozzolan. Water-cementitious material (w/cm) ratio is based on the combined contents of cement and pozzolan. 2. Provide concrete mix designs in accordance with the following guidelines: 4500 157 or 67 f 0.40 II 560 Pozzolan, Maximum Minimum Minimum' ASTM water- cementitious 28 -day coarse cementitious materials compressive aggregate materials content streneth. hsi size (w/cm) ratio (hounds/CY) 4500 157 or 67 f 0.40 II 560 Pozzolan, percent by weight of Air Slump cementitious content range materials (percent)( inches I 15-25 4-6 3-5 B 1 4000 J 8 0.42 - J 15-25 4-6 3-5 Determine compressive strength at the end of 28 days based on test cylinders made and tested in accordance with ASTM C39. b Slump before addition of high range water reducing admixture (superplasticizer). Maximum slump after addition of high range water reducing admixture shall be 8 ". B. Use::. 1. Provide concrete by class for the uses listed below, Concrete class 'Upe of use A Typical cast -in-place structural concrete B 2 inch concrete topping at clarifier C. Control Tests: 1. General: a. Select and adjust proportions of ingredients in accordance with ACI 211.1. Verification of mix characteristics for submittal may be achieved using either the Trial Mix Design method or Field Experience Data method. Do not place concrete prior to submittal and acceptance of proposed mix. 1/20/2016 P:Tdmonds\148594\002\Specs 03300-10 Secondary Clarifier No. 3 Structural Repair 2. Trial Mix Design: a. Mixes verified by this method shall have the samples produced for testing, manufactured at the batch plant which will supply concrete to the project, using materials proposed for the Work and material combinations listed above. Testing, data, and reporting shall conform to ACI 318 and the following: 1) Required compressive strength used as the basis for selecting concrete proportions (fcr) shall be the specified concrete strength f + 1200 psi for specified concrete strengths between 3000 psi and 5000 psi. 2) Make at least three different trial mixtures for each class of concrete qualified by the Trial Mix Design. Each trial mixture shall have a different w/cm ratio or different cementitious materials content that will produce a range of compressive strengths encompassing fcr. 3) Design trial mixtures to produce a slump within 1/4 inch of the maximum specified and an air content within 0.5 percent of the maximum specified. 4) For each w/cm ratio or cementitious materials content, cast and cure at least twelve standard test cylinders in accordance with ASTM C 192. Four cylinders from each batch tested at age 7 -days, 14 -days, and 28 -days or as required to comply with ACI 318. 5) From results of the cylinder tests, plot a curve showing the relationship between w/cm ratio and compressive strength. 6) From the curve of w/cm ratio versus compressive strength, select the w/cm ratio that will produce f cr. This is the maximum w/cm ratio to be used unless a lower w/cm ratio is specified above. Field Experience Data: a. When sufficient test data for a particular mix design is available which is identical or substantially similar to that proposed for use, Contractor may substitute use of this data in lieu of a trial mix design. Field data, reports, and analysis shall conform to ACI 318, except as modified herein. 1) Historical mix design proportions for which data are submitted may vary from the specified mix within the following limits: 1/20/2016 PAEdmonds\148594\002\Specs 03300-11 Secondary Clarifier No. 3 Structural Repair 4. a) f c as specified or up to 500 psi above b) w/cm ratio as specified or lower C) pozzolan content within 5 percent of that specified d) maximum coarse aggregate size may not vary smaller, but gradation of coarse aggregate may vary e) slump after introduction of admixtures +0/-1 inch. b. Use of historical Field Experience Data does not allow modification of the project mix specifications herein without review and acceptance by the Engineer. Shrinkage: a. Liquid containing structures using Class A concrete mix are intended to be watertight. Provide test results for Class A concrete mix meeting the following requirement: drying shrinkage limit of 0.032 percent in the laboratory at 35 -days (7 -days moist cure and 28 -days drying) as tested in accordance with ASTM C157 and the following modifications: 1) Wet cure specimens for a period of 7 -days (including the period of time the specimens are in the mold). Wet cure may be achieved either through storage in a moist cabinet or room in accordance with ASTM C 511, or through storage in lime saturated water. 2) Slump of concrete for testing shall match job requirements and need not be limited to restrictions as stated in ASTM C 157 section 8.4. 3) Report results in accordance with ASTM C 157 at 0, 7, 14 & 28 -days of drying. b. Concrete shall not be placed in the field prior to acceptance of the concrete mix. To meet the drying shrinkage limit, it is recommended that a shrinkage reducing admixture be considered for use in concrete for liquid containing structures. 1/20/2016 PAEdmonds\148594\002\Specs 03300-12 Secondary Clarifier No. 3 Structural Repair 2.03 WATERSTOPS A. Polyvinyl Chloride (PVC): Manufacture PVC waterstops from virgin polyvinyl chloride conforming to the Corps of Engineers Specification No. CRD -0572. Use 6 -inch flat center/ribbed sides/0.375 inch thick less waterstops in construction joints. Acceptable products include: Greenstreak Group, Inc. "Model 679"; Vinylex Waterstops and Accessories "Model R638"; or approved equal. 2. Use molded crosses, tees, and other shapes for changes of direction, intersections, and transitions or cut and splice as recommended by the manufacturer. B. Expanding (Hydrophilic) Waterstops 1, Expanding waterstops shall be bentonite -free and made from unvulcanized rubber. Acceptable products include: Adeka Corporation "Ultra Seal MC- 2010MN"; Greenstreak Group, Inc. "Hydrotite CJ -1020-2K"; or approved equal. These are allowable for use only where indicated on the drawings or accepted in writing by the Engineer. Provide adhesive approved by the waterstop manufacturer plus concrete nails and fender washers to secure waterstop material in-place during concrete placement. The waterstop MUST be placed between two mats or curtains of steel reinforcement. 2. For limited cover applications or where only one mat or curtain of reinforcement is present, use Adeka Corporation "Ultra Seal KBA- 1510FP"or approved equal. 2.04 BONDING COMPOUNDS A. Epoxy resin bonding compounds for use in wet areas shall conform to ASTM C881 Types IV or V, Class A, B, or C depending on temperature at use. Acceptable products include: BASF "MasterEmaco ADH 327RS" or "MasterEmaco ADH 1490"; Sika Chemical Corporation "Sikadur 32"; or approved equal. B. Apply bonding compounds in accordance with the manufacturer's instructions. 2.05 EPDXY FOR CRACK INJECTION A. Use a two -component, moisture insensitive, high modulus, injection grade, 100 percent solids, epoxy -resin blend. Consistency as required to achieve complete penetration into cracks. Material shall conform to ASTM C881 Type 1 Grade 1. Acceptable products include: Sika Corporation "Sikadur 52"; Adhesives Technology Corporation "Crackbond SLV302"; or approved equal. 1/20/2016 PAEdmonds\148594\002\Specs 03300-13 Secondary Clarifier No. 3 Structural Repair 2.06 CHEMICAL GROUT FOR CRACK INJECTION A. Use hydrophobic polyurethane grout at the Engineer's discretion as an alternative for sealing non-structural cracks in concrete structures intended to be watertight. Acceptable products include: DeNeef Construction Chemicals "Hydro Active Cut" and "Flex SLV PURe" or Sika Corporation "SikaFix HH Plus" and "SikaFix HH LV"; or approved equal. 2.07 RETARDANT A. Retardant for exposing aggregate for unformed surfaces in construction joints shall be Sika Corporation"Rugasol-S"; W.R. Grace "Top -Cast"; or approved equal. B, Apply retardant in accordance with manufacturer's instructions sufficient to assure a minimum penetration of 1/4 inch. 2.08 CURING AND SEALING COMPOUNDS A. Acceptable products include: BASF "MasterKure CC 250SB"; Dayton Superior "Cure & Seal 25% J22UV"; or approved equal, conforming to ASTM C309 and ASTM C1315. B. Compound shall be clear, and applied in accordance with the manufacturer's instructions. C. Curing and sealing compound shall be certified compliant with final finish system if applicable. 2.09 FLOOR TYPE PRESSURE RELIEF VALVES A, Floor type hydrostatic pressure relief valves shall be designed for installation in the bottom slab of reinforced concrete liquid containing tanks to limit groundwater uplift pressure. B. Size of valve: 6 inch inside diameter; length to suit slab thickness, provide PVC extension as required. Valve shall start to open under a minimum hydrostatic head of 9 inches. C. The valve assembly shall consist of three parts: cover, body and grate. All three parts shall be of cast iron conforming to ASTM A126. The cover or the grate shall not become separated from the body of the valve due to groundwater pressure around the tank. D. Both cover and grate must be removable for valve inspection by turning left or right to free them from integrally cast locking lugs on the inside of the valve body. 1/20/2016 PAEdmonds\148594\002\Specs 03300-14 Secondary Clarifier No. 3 Structural Repair E. Valve seats shall be of BUNA-N rubber, bonded to the cover, mating with a machined bronze seat in the body. F. Valve shall have an integrally cast seepage ring around the outside of the body. G„ Acceptable products include: Clow Valve Company "F -1493-T; Neenah Foundry Company "No. R-5001-1 Type A; Troy Valve "No. A2550RSN", or equal. PART 3 EXECUTION 3.01 GENERAL A. Use only truck -mixed, ready -mixed concrete conforming to ASTM C94. Proportion materials by weighing. B. Introduce pozzolan into the mixer with cement and other components of the concrete mix; do not introduce pozzolan into a wet mixer ahead of other materials or with mixing water. C, Introduce water at the time of charging the mixer; additional water may be introduced within 45 minutes from charging the mixer, provided the specified w/c ration and slump is not exceeded and the maximum total water per the approved mix design is not exceeded. D. Arrange with the testing laboratory for inspection as required to comply with these specifications. E. Deliver concrete to the site and complete discharge within 90 minutes after introduction of water to the mixture. Extension of allowable time beyond this limit requires a Contractor proposed remedial action plan to be reviewed and accepted by the Owner's Representative. 3.02 CONVEYING AND PLACING CONCRETE A. Convey concrete from the mixer to the forms in accordance with ACI 301. Remove concrete that has segregated in conveying from the site of the work. B. Placing Concrete: General: a. Place concrete in accordance with ACI 301. Do not permit concrete to drop freely more than 4 -ft. 1/20/2016 PAEdmonds\148594\002\Specs 03300-15 Secondary Clarifier No. 3 Structural Repair N 3. 4. Placing Concrete By Pumping: a. Concrete placed by pumping is at Contractor's discretion and shall not be the cause to change or relax specified mix design characteristics. Concrete shall possess the specified characteristics at the point of placement. b.. Measure slump at the hose discharge, except as follows: Initial slump testing in each placement shall occur at both the pumping unit inlet hopper and hose discharge. Slump loss in pumping, measured between the inlet hopper and the hose discharge, shall not exceed 1 inch. After these criteria have been satisfied, slump may be measured at the inlet hopper with allowable slump increased by the earlier measured difference, not to exceed 1 inch. C. Measure air content at the hose discharge, except as follows: Initial air content testing shall occur at both the pumping unit inlet hopper and the hose discharge. Loss of air content shall be measured between the inlet hopper and the hose discharge. Increase the air content of the delivered concrete at the inlet hopper to provide the specified air content at the hose discharge. After these criteria have been satisfied, air content may be measured at the inlet hopper. d. Before starting each pumping operation, prime the pump and line with a cement slurry to lubricate the system. Waste cement slurry outside the forms. Equip hose tip with a safety chain for recovery in case of hose blowout during pumping. Hose or accessories shall not remain in the freshly placed concrete. Use tremie placing techniques and equipment for pump placed concrete. Pump discharge system shall remain full of concrete from pump to discharge point at all times. Concrete pumping shall not occur until Owner's Representative has verified equipment including the tremie plug. Should the discharge line become open, with zones empty of concrete, cease pumping and re -primed with tremie plug installed before continuing. Placing Concrete In Hot Weather: a. In temperatures above 80 degrees F, place concrete in accordance with ACI 305.1. Placing Concrete In Cold Weather: a. In temperatures below 45 degrees F, place concrete in accordance with ACI 306.1. 1/20/2016 PAEdmonds\148594\002\Specs 03300-16 Secondary Clarifier No. 3 Structural Repair 3.03 CONSOLIDATING CONCRETE: A. Consolidate concrete in accordance with ACI 301. If evidence of inadequate consolidation is observed, concrete placement will be suspended until Contractor provides a revised plan to achieve proper consolidation. 3.04 CURING AND SEALING A. General: Cure secondary clarifier base slab using water (membrane curing is not allowed at this surface because a topping slab will be poured onto this surface). 2. Cure topping slab using water, a clear membrane curing compound, or by a combination of both methods. Coordinate repairs or treatment of concrete surfaces so that interruption of curing will not be necessary. Maintain concrete surface temperature between 50 degrees F and 80 degrees F for at least 5 days. Cure concrete in hot weather (above 80 degrees F) in accordance with ACI 305.1. Cure concrete in cold weather (below 45 degrees F) in accordance with ACI 306.1. B. Water Curing: Keep concrete continuously wet for a minimum of 10 -days after placement. Absorptive mats or fabric may be used to retain moisture during the curing period. 2. Use water curing in hot weather for liquid containment structures. Cover forms and keep moist. Loosen forms as soon as possible without damage to the concrete, and make provisions for curing water to run down inside them. During form removal, take care to provide continuously wet cover to newly exposed surfaces. C. Curing Compound: 1. When curing compound is allowed, apply it as soon as the concrete has set sufficiently so as not to be marred by the application or apply it immediately following form removal for vertical and other formed surfaces. Preparation of surfaces, application procedures, and installation precautions shall follow manufacturer's instructions. For liquid containing structures, apply curing compound at twice the manufacturer's recommended dosage rate, applied in two coats perpendicular to each other. 1/20/2016 PAEdmonds\148594\002\Specs 03300-17 Secondary Clarifier No. 3 Structural Repair 2. Do not use curing compound on concrete surfaces to be coated, waterproofed, moisture -proofed, tiled, roofed, or where other coverings are to be bonded In these cases, use water curing unless the curing compound is first removed or is compatible with the final finish covering, 3.05 PROTECTION A. Protect concrete from injurious action by sun, rain, flowing water, frost, and mechanical means. B. Loading green concrete is not permitted. Green concrete is defined as concrete with less than 100 percent of the specified strength. C. Arrangements for covering, insulating, heating, and protecting concrete in cold weather shall be in accordance with ACI 306.1. 3.06 CONSTRUCTION JOINTS A. General: 1. Place concrete in each unit of construction continuously. Before new concrete is placed on or against concrete which has set, retighten forms and clean foreign matter from the surface of the set concrete. Provide waterstops as specified. B. Construction: Form construction joints by producing a rough surface of exposed aggregates using a surface retardant; include joints between the slab and topping concrete. The limit of the treated surfaces shall be 1 inch away from the joint edges. Within 24 hours after placing, remove retarded surface mortar either by high pressure water jetting or stiff brushing or combination of both so as to expose coarse aggregate. A rough surface of exposed aggregate may also be produced by sandblasting followed by high pressure water jetting. Sandblasting, if used, shall remove 1/4 inch of laitance film and expose coarse aggregate to ensure adequate bond and watertightness at the construction joints. C. Locations: Provide clarifier slab construction joint locations as shown on Drawings. 2. Vertical construction joints shall have edges grooved or beveled at faces exposed to view including interior faces of basins and tanks. Seal grooves subjected to wetting or weather with joint sealant. 1/20/2016 PAEdmonds\148594\002\Specs 03300-18 Secondary Clarifier No. 3 Structural Repair 3. Continue reinforcing steel through construction joints. Joints shall be perpendicular to the main reinforcement. Provide waterstops in construction joints as specified. 3.07 EMBEDMENTS A. Embed anchor bolts and inserts in concrete as shown. Provide inserts, anchors, or other bolts necessary for the attachment of piping, valves, metal parts, and equipment. B. Provide nailing blocks, plugs, strips, and the like necessary for the attachment of trim, finish, and similar work. Voids in sleeves, inserts, and anchor slots shall be filled temporarily with readily removable material to prevent entry of concrete. Do not use continuous anchor slots or strips in concrete intended to be watertight. 3.08 WATERSTOPS A. Waterstops shall conform to ACI 301. Tie waterstops in position prior to placement of concrete to prevent movement and deformation. B. Provide waterstops in construction joints as follows: Slab joints of tanks subject to water pressure. 2. Provide at other locations shown on the Drawings. C. Field splices shall be at straight sections using heat fused welded, butt splices only. Lapping of splices or joining by means other than heat fused welding is not allowed. D. Install hydrophilic waterstops according to manufacturer's recommendations. Surfaces of concrete shall be prepared level/plumb and to the smoothness required by manufacturer. Grind surface as necessary. Provide bonding adhesive and concrete nails with fender washers to hold waterstop in position during concrete placement. 3.09 FLOOR TYPE PRESSURE RELIEF VALVE A. Pressure relief valves or other miscellaneous metal parts to be embedded in concrete shall be secured in place prior to concrete placement. Position pressure relief valves to clear reinforcing steel and other embedments. B. Install in accordance with manufacturer's recommended instructions. C. Install valve in a vertical position. D. Prevent damage to valve seats during installation and pouring of concrete slab. E. Frequency of inspection shall be as recommended by the manufacturer. 1/20/2016 P:Tdmonds\148594\002\Specs 03300-19 Secondary Clarifier No. 3 Structural Repair 3.10 MODIFICATION OF EXISTING CONCRETE A. General: Verify structural dimensions related to or controlled by previously constructed or existing structures prior to concrete work. B. Cutting or Coring Concrete: 1, Saw cut concrete to a depth of 1 inch to form straight outlines of concrete areas to be removed. Where reinforcement is exposed due to saw cutting or core drilling and no new material is to be placed on the cut surface, provide a protective epoxy coating to the entire cut surface. 2. Coat surfaces of oversized openings with an epoxy bonding compound prior to re -finishing with profiling mortar to the required opening size. 3.. Grind existing joint edges to create a chamfer matching those used on adjacent construction. 4. Investigate concrete to be drilled, cored, or sawcut to determine location of reinforcing steel. Locate penetrations to clear existing reinforcing steel. Where not possible to avoid reinforcing steel, consult the Engineer as to acceptability of cutting reinforcing steel and provide new reinforcing systems as directed. Locating methods include chipping to expose reinforcing steel, ground penetrating radar, X-ray, or magnetic flux devices. Locates of existing reinforcing shall be by the Contractor. C. Joining New Concrete To Existing: Existing concrete surfaces to be joined with new concrete shall be cleaned and roughened by abrasive blasting, bush hammering, or other method to achieve'/4-inch amplitude surface. Remove existing metalwork, embeds, or other interfering items. Coat existing surface with epoxy bonding compound prior to placement of new concrete. D. Post -Installed Anchors and Dowels: 1. Use non-destructive methods for locating reinforcement prior to drilling operations. For anchor and dowel locations that interfere with reinforcement, attempt to relocate to avoid drilling through the reinforcement if possible. 2. For situations that do not allow relocation, cutting of reinforcement for installation is subject to the following: 1/20/2016 PAEdmonds\148594\002\Specs 03300-20 Secondary Clarifier No. 3 Structural Repair a. Prior to drilling through reinforcement, the Contractor shall consult the Owner's Representative or Engineer. b. Drill holes with a hammer drill and carbide bit (core drilled holes are not allowed), followed by brushing and air -cleaning with oil - free compressed air. Holes drilled through reinforcement must be in compliance with adhesive anchor assumptions for roughened hole surface typical of a hammer drill and carbide bit. No smooth hole surfaces are allowed. d. Maximum of two rebar may be cut in any 10 foot width of slab. For anchors that cannot be moved and that conflict with the above requirements, consult Engineer for direction. 4. Use a pre -manufactured, self -mixing, injectable, two -component, epoxy adhesive, as per Section 03600. Follow manufacturer's recommendations and ICC Evaluation Report for installation. E. Waterstops: Where a waterstop between new and existing concrete is required, install a hydrophilic waterstop as indicated. 3.11 REPAIR OF EXISTING FORMED WALL SURFACES A. Repair Of Existing Surface Defects Repair existing wall surface defects, including spalling or otherwise defective concrete in accordance with ACI 301. Clean areas to be patched. Cut out minor spalling or otherwise defective areas to solid concrete to a depth of at least 1 inch. The edges of the cut shall be perpendicular to the surface of the concrete. Finish patches on exposed surfaces to match the adjoining existing surfaces after they have set. Cure patches as specified for the concrete. Protect finished surfaces from stains and abrasions. Finishes shall be equal in workmanship, texture, and general appearance to that of the adjacent existing concrete. Concrete with spalling which exposes the reinforcing steel or with defects which affect structural strength shall be corrected by removing concrete a minimum of one inch beyond the reinforcing. 3.12 SLAB FINISHES A. General: 1/20/2016 P:\Pdmonds\148594\002\Specs 03300-21 Secondary Clarifier No. 3 Structural Repair The finishes specified herein include surface finishes, treatments and toppings for floor slabs. Do not use dry cement on new concrete surfaces to absorb excess moisture. Round edges to a radius of 1/2 inch. 2. Slope floor slabs to drain uniformly. Unless otherwise specified, slope shall be a minimum of 1/8 inch per foot toward nearest drain. Restrict use of floor drains with only locally depressed slabs to locations specifically noted. Immediately after final finish is applied, the surface shall be cured and protected as specified in Curing, Sealing, and Protection paragraphs above. 4. Where finish is not specified, floor slabs shall receive a Steel Trowel Finish. B. Float Finish: Perform floating with a hand or power -driven float in accordance with ACI 301. Begin floating when the bleed water sheen has disappeared and the surface has stiffened sufficiently. Float as required to meet tolerance requirements of ACI 117 for a conventional surface. 2. Floating shall close cracks and checks plus compact and smooth the surface. Refloat the slab to a uniform texture. Apply float finish to surfaces of tank bottom slabs. 3.13 TOPPING CONCRETE A. Subfloor Finish: 1. Slabs to receive topping concrete at the clarifier shall be float finished to required elevations and then light broom finished. 2. Immediately after finishing, proceed with required curing and protection of the slab as stated above B. Topping Concrete: Remove dirt, laitance, and loose aggregate. Keep cleaned base slab saturated surface dry for a period of 24 hours prior to the application of topping. Remove excess water. 2. Apply and scrub a neat cement grout into the surface of the base slab using a stiff broom. The cement grout shall not be allowed to dry and shall be spread within 15 minutes ahead of the topping placement. 1/20/2016 PAEdmonds\148594\002\Specs 03300-22 Secondary Clarifier No. 3 Structural Repair 3. The topping shall then be placed, screeded with attachment to clarifier rakes, and floated. Test surface with a straight edge to detect and correct high and low spots to a tolerance of 1/8 inch in 10 feet. 4. Incorporate float finish as specified. 3.14 FIELD SAMPLING AND TESTS A. General: Field sampling and tests shall be performed by an independent testing laboratory. Samples of aggregates and concrete will be obtained at such times to represent the quality of the materials and work throughout the project. 2, The laboratory shall provide necessary labor, materials and facilities for sampling aggregate and for casting, handling, and initially storing the concrete samples at the work site. 3. The minimum number of samples and tests are specified in Testing paragraph below. B. Sampling: 1. Aggregates: a. General: a 1) Sample fine and coarse aggregates in accordance with ASTM D75 not less than 30 days prior to the use of such aggregates in the work. 2) Take samples at the discharge gates of the bins feeding the weigh hopper. Repeat sampling when the source of material is changed or when unacceptable deficiencies or variations from the specified requirements of materials are found. 3) Aggregate samples shall be tagged and their sources identified. Coarse Aggregate; 1) Take a sample weighing between 50 and 60 pounds after the batch plant is brought up to full operation. 1/20/2016 PAEdmonds\148594\002\Specs 03300-23 Secondary Clarifier No. 3 Structural Repair C. 2) Take samples to obtain a uniform cross section, accurately representing the materials on the belt or in the bins for sieve analysis. C. Fine Aggregate: 1) Take samples as specified for coarse aggregate. 2) Take samples of sand when the sand is moist for sieve analysis and specific gravity tests. 2. Concrete: a. Take samples of plastic concrete in accordance with ASTM C 172. b. Take samples at the hopper of mixing equipment or transit mix truck, except as noted in the Placing Concrete by Pumping subparagraph of the Conveying and Placing article above. Testing: 1. Aggregate: a. A minimum of one test of coarse aggregate per 200 cubic yards of concrete used and a minimum of one test of fine aggregate per 200 cubic yards of concrete used shall be made to confirm continuing conformance with specifications for gradation, cleanliness and sand equivalent. b. A maximum of one test per day of each aggregate is required. Repeat of the entire concrete mix design test program is required before source changes will be accepted. 2. Concrete: .a Strength Tests: 1) The strengths specified for the design mix shall be verified by the independent testing laboratory during placement of the concrete. Verification shall be accomplished by testing standard cylinders of concrete samples taken at the job site. Cylinders shall be 4 by 8 inch or 6 x 12 inch. 2) Concrete samples shall represent the concrete placed in. One set of six standard 6 x 12 inch (or nine 4 x 8 inch) cylinders shall be cast of each class of concrete for each 100 cubic yards or less, or for each 2,500 square feet of 1/20/2016 PAEdmonds\148594\002\Specs 03300-24 Secondary Clarifier No. 3 Structural Repair slab surface area placed per day. Provide additional cylinders when an error in batching is suspected. Each set of cylinders are cast from material taken from a single load of concrete. 3) Casting, handling and curing of cylinders shall be in accordance with ASTM C31. For the first 24 hours after casting, keep cylinders moist in a storage box constructed and located so that its interior air temperature will be between 60 and 80 degrees F. At the end of 24 hours, the testing laboratory will transport the cylinders to their laboratory. 4) Testing of specimens for compressive strength shall be in accordance with ASTM C39. Each test shall consist of two 6 x 12 inch (or three 4 x 8 inch) test cylinders from each group of six (or nine) specimens. Test at the end of 7 days and at the end of 28 days. The remaining cylinders shall be tested at the end of 56 days if the 28 -day strength reports below specification. 5) A strength test shall consist of the average strength of two 6 x 12 inch (or three 4 x 8). If one cylinder shows evidence of low strength due to improper sampling, casting, handling, or curing, the result of the remaining cylinders may be used if approved by the Owner's Representative. 6) The average of any three consecutive 28 -day strength test results of the cylinders representing each class of concrete for each structure shall be equal_ to or greater than the specified strength. Not more than 10 percent of the individual strength test results shall have values less than the specified 28 -day strength for the total job concrete. No individual strength test result shall be less than the specified strength by more than 500 pounds per square inch. 7) Provide certified reports of the test results directly to the Owner's Representative and the Engineer. Test reports shall include sufficient information to identify the mix used, the stationing or location of the concrete placement, and the quantity placed. Slump, water/cement ratio, air content, temperature of concrete, and ambient temperature shall be noted. 8) The 28 -day strength test results shall be evaluated in accordance with ACI 214R. Quality control charts showing 1/20/2016 P:Tdmonds\148594\002\Specs 03300-25 Secondary Clarifier No. 3 Structural Repair field test results shall be included with the test results for each class of concrete in each major structure. Charts shall be prepared in accordance with ACI 214R. Quality control charts shall be maintained throughout the entire project and shall be available for the Owner's Representative's inspection at any time. 9) If the 28 -day test results fall below the specified compressive strength for the class of concrete required for any portion of the work, adjustment in the proportions, water content, or both, shall be made as necessary at the Contractor's expense. Report changes and adjustments in writing to the Owner's Representative. 10) If compressive test results indicate concrete in place may not meet structural requirements, tests shall be made to determine if the structure or portion thereof is structurally sound. Tests may include, but not be limited to, cores in accordance with ASTM C42 and any other analyses or load tests acceptable to the Engineer. Costs of such tests and/or analysis shall be borne by the Contractor. b. Tests for Consistency of Concrete:. 1) Measure slump in accordance with ASTM C143. Take samples for slump determination from concrete during placement. Tests shall be made at the beginning of concrete placement operation, whenever test cylinders are cast, and at subsequent intervals to ensure that the specification requirements are met. 2) For pumped concrete, measure slump in accordance with the Placing Concrete by Pumping subparagraph of the Conveying and Placing article above. 3) When high range water reducer is added at the site, slump tests shall be taken before and after addition of the admixture. C. Tests for Temperature and Air Content: 1) Temperature tests shall be made at frequent intervals during hot or cold weather conditions until satisfactory temperature control is established. Perform temperature tests whenever test cylinders are cast. 2) Measure air content in accordance with ASTM C231 whenever test cylinders are cast. For pumped concrete, 1/20/2016 PAEdmonds\148594\002\Specs 03300-26 Secondary Clarifier No. 3 Structural Repair In measure air content in accordance with the Placing Concrete by Pumping subparagraph of the Conveying and Placing article above. Final Laboratory Report: The testing laboratory shall provide a final report at the completion of all concreting. This report shall summarize the findings concerning concrete used in the project and provide totals of concrete used by class and structure. 2, Include final quality control charts for compressive strength tests for classes of concrete specified in each major structure. Also include the concrete batch plant's coefficient of variation and standard deviation results for each class of concrete. 3.15 REPAIR OF DAMAGED AND CRACKED CONCRETE: El Acceptance Of Concrete: 1. Completed cast -in-place concrete work shall conform to the applicable requirements of ACI 301 and the Contract Documents. Concrete work that fails to meet these requirements shall be repaired, as approved by the Engineer, to bring the concrete into compliance. Repair methods shall be in accordance with ACI standards, including ACI 503.7, and are subject to the approval of the Engineer. 2. Concrete that cannot be brought into compliance by approved repair methods will be rejected. Remove and replace rejected concrete work. The cost of repairs and replacement of defective concrete shall be borne by the Contractor. Repair Methods: Damaged/defective concrete or concrete with crack widths exceeding 0.004 inches at liquid -containing and conveying structures shall be repaired by one of the following methods (only the Engineer may determine that a defect or crack does not require repair): a. Perform watertightness testing and repair as needed to meet leakage criteria in this specification even when liquid -containing and conveying structures meet the crack width criteria defined above. K Damaged or defective concrete includes surface defects, honeycomb, rock pockets, indentations greater than 3/16 inch, spalls, chips, air bubbles greater than 1/2 inch diameter, pinholes, 1/20/2016 PAEdmonds\148594\002\Specs 03300-27 Secondary Clarifier No. 3 Structural Repair bugholes, embedded debris, lift lines, sand lines, bleed lines, projections, texture irregularities, and stains or other color variation that cannot be removed by cleaning. 1) Damaged or defective concrete is repaired according to procedures outlined above under finish requirements, Repair of Surface Defects. 2. Crack Repair Method 1: Fill the joint or crack by drilling holes to the affected area (following the product manufacturer's details), install injection ports, and force epoxy or chemical grout (expanding urethane) into the joint under pressure. b. Material type and repair procedures shall be approved by Engineer. After injection and curing; ports, sealing mix, and surface shall be cleaned and worked to match the adjacent specified finish. Crack Repair Method 2: a. Fill cracks with low viscosity epoxy, applied by pouring/flooding crack zone until cracks are filled. Prepare surface, install, and cure according to manufacturer's recommendations. b. At a minimum, prepare surface to be clean and dry with no visible detrimental material in cracks to be filled. Conform to temperature limitations of epoxy. Clean and refinish to match adjacent surfaces. C. Repair Method Use: Repair Method 1: For cracks in structural floor slabs of liquid retaining structures. Need for repair depends upon crack width, location, and leakage. 2. Epoxy grout is used for repair of structural cracks and chemical grout (expanding urethane) for repair of non-structural cracks at liquid - containing structures. The Engineer shall determine whether a crack is classified as structural or non-structural. Repair Method 2: Utilized in lieu of Method 1 for slabs when approved by Owner's Representative. Final finish shall match adjacent surfaces. 3.16 WATERTIGHTNESS TESTING AND REPAIR A. Liquid Containing Concrete Tanks: 1/20/2016 PAEdmonds\148594\002\Specs 03300-28 Secondary Clarifier No. 3 Structural Repair Watertightness testing shall comply with ACI 350.1 and the following requirements: 2. Concrete tanks which have slabs subjected to hydrostatic pressure shall be tested for watertightness. The tests shall be made after the structure is complete and the concrete has achieved its specified 28 -day strength, but prior to application of concrete topping. Filling of the tank for watertightness testing shall not exceed a rate of 4 feet/hour. Fill with water to the maximum operating water surface. Keep water at this level for at least 72 hours prior to start of test. 4. Damp spots are defined as areas from which water that can be picked up on dry hand and smeared across the dry concrete surface. Re -test tanks which have been repaired to check the suitability of repairs„ 6. Provide water required for testing and re -testing and dispose of in an approved manner. Liquid containing concrete structures supported on soil must meet maximum leakage criteria into the soil through their base slab or mat foundation as follows: Structure Tightness Criterion Cylindrical water and wastewater storage tanks 0.025 percent per day Note:. Leakage into soil equal to or less than the values shown in the table above is permitted only through base slabs on soil or mat foundations. 8. Record volume loss by measuring the vertical distance from the water surface to a fixed point on the tank above the water surface. Account for evaporation from open surfaces. 9. If the drop in water surface during the 24-hour test period exceeds the values given in the table above, exclusive of evaporation, the leakage is considered excessive and shall be remedied. 3.17 CLEANUP A. Upon completion of the work and prior to final inspection, clean all concrete surfaces as follows: Sweep with a broom to remove loose dirt, then mop and/or flush with clean water. Scrub by hand or machine as required to remove and blend stains or discolored areas. B. Clean floors that have curing and sealing compound as stated above, followed by the final application of curing and sealing compound. 1/20/2016 PAEdmonds\148594\002\Specs 03300-29 Secondary Clarifier No. 3 Structural Repair **END OF SECTION** 1/20/2016 PAEdmonds\148594\002\Specs 03300-30 Secondary Clarifier No. 3 Structural Repair SECTION 03600 GROUTING PART 1 GENERAL 1.01 DESCRIPTION A. Section includes: Non -shrink grout, adhesive for reinforcing dowel setting and mortar for surface repair. 1.02 REFERENCES: A. The references listed below are a part of this section. Where a referenced document contains references to other standards, those documents are included as references under this section as if referenced directly. In the event of conflict between the requirements of this section and those of the listed documents, the requirements of this section shall prevail. Reference ACI CRSI ICC ASTM E329 1.03 SUBMITTALS A. Action Submittals Title American Concrete Institute Concrete Reinforcing Steel Institute International Code Council Agencies Engaged in Construction Inspection, Testing, or Special Inspection Procedure: Section 01300: 2. A copy of this specification section with each paragraph check -marked to indicate specification compliance or marked to indicate requested deviations from specification requirements. 3. Check -marks (✓) shall denote full compliance with a paragraph as a whole. Deviations shall be underlined and denoted by a number in the margin to the right of the identified paragraph. The remaining portions of the paragraph not underlined will signify compliance on the part of the Contractor with the specifications. Include a detailed, written justification for each deviation. Failure to include a copy of the marked -up specification sections, along with justification(s) for any requested deviations to the specification requirements, with the submittal shall be sufficient cause for rejection of the entire submittal with no further consideration. 1/21/2016 PAEdmonds\148594\002\Specs 03600-1 Secondary Clarifier No. 3 Structural Repair 1.04 4. Complete product literature and installation instructions for the following;. Cementitious non -shrink grout, epoxy grout, adhesive for dowel and anchor setting, and concrete repair mortar products to be used on the project. Current ICC Evaluation Service reports for adhesives used for dowel and anchor setting. Installer certification in accordance with ACI/CRSI Adhesive Anchor Installer Certification Program for installers of horizontal or upwardly inclined adhesive anchors. QUALITY ASSURANCE A. Quality Control by Owner The Owner will provide the services of a qualified Special Inspector in accordance with Section 01400. 2. Adhesive anchors installed in horizontal or upwardly inclined orientations to resist sustained tension loads shall be continuously inspected during installation by a Special Inspector. a. The Special Inspector shall furnish a report to the Engineer, Owner's Representative and Building Official that the work covered by the report has been performed and that the materials used and the installation procedures used conform with the approved Project Manual and the Manufacturer's Printed Installation Instructions (MPII). B. Quality Control by Contractor Provide the services of an independent testing laboratory which complies with the requirements of ASTM E329 if a product other than those listed below is proposed and test data is not available from the supplier to demonstrate equivalence to the specified grout. The testing laboratory shall sample and test the proposed grout materials. Costs of testing laboratory services shall be borne by the Contractor. C. Certifications 1„ Installer certification shall be in accordance with ACI/CRSI Adhesive Anchor Installer Certification Program for installers of horizontal or upwardly inclined adhesive anchors. 1/21/2016 P:Tdmonds\148594\002\Specs 03600-2 Secondary Clarifier No. 3 Structural Repair PART 2 PRODUCTS 2.01 CEMENTITIOUS NON -SHRINK GROUT A. Cementitious non -shrink non-metallic aggregate grout shall be: 1. BASF, Masterflow 928 2. Euclid Chemical Company, Hi -Flow Grout 3. Five Star Products, Inc., Five Star Grout 4. Sika Corporation, SikaGrout 212 5. Approved Equal 2.02 ADHESIVE FOR REINFORCING DOWEL SETTING A. Adhesive for setting reinforcing dowels shall be an injectable two -component epoxy adhesive. Adhesive shall be approved for the intended use per the product ICC Report. Adhesive shall be: 1. Hilti, HIT -RE 500 -SD 2. Simpson Strong Tie, SET XP Anchoring Adhesive 3. Approved Equal (equivalent product must have ICC approval for use in cracked concrete in areas with high seismic risk). 2.03 CONCRETE REPAIR MORTAR A. Horizontal Applications: Repair mortars shall be: 1. BASF, MasterEmaco S 466CI 2. Sika Corporation, SikaTop 111 Plus 3. Approved Equal B. Vertical and Overhead Applications: Repair mortars shall be: 1. BASF, MasterEmaco 1500HCR Vertical Overhead 2. Sika Corporation, SikaTop 123 Plus 3. Approved Equal 1/21/2016 P:\Edmonds\148594\002\Specs 03600-3 Secondary Clarifier No. 3 Structural Repair PART 3 EXECUTION 3.01 EXAMINATION A. Examine and accept existing conditions before beginning work. 3.02 CEMENTITIOUS NONSHRINK GROUT A. Non -shrink, cementitious, nonmetallic aggregate grout shall be used for all locations where the general term "non -shrink grout" is indicated on the Drawings,. Grout shall be placed and cured in accordance with the manufacturer's instructions. B. Non -shrink cementitious grout shall not be used as a surface patch or topping. Non -shrink cementitious grout must be used in confined applications only. 3.03 CONCRETE REPAIR MORTAR A. Concrete repair materials and procedures shall be submitted for review to the Owner's Representative and shall be accepted prior to commencement of the repair work. B. Follow all manufacturers' instructions, including those for minimum and maximum application thickness, surface preparation and curing. Add aggregate as required per manufacturer's recommendations. Any deviations from the manufacturer's instructions shall be submitted for review to the Owner's Representative and shall be accepted prior to commencement of the work. **END OF SECTION** 1/21/2016 PAEdmonds\148544\002\Specs 03600-4 Secondary Clarifier No. 3 Structural Repair SECTION 09900 PAINTING AND COATING PART 1 GENERAL 1.01 DESCRIPTION A. Scope: 1. This Section specifies coating systems, surface preparations, and application requirements for coating systems. B. Definitions: 1. Specific coating terminology used in this Section is in accordance with definitions contained in ASTM D16, ASTM D3960, and the following definitions. a. Definitions: 1) Abrasive: Material used for blast cleaning, such as sand, grit or shot. 2) Abrasive Blast Cleaning: Cleaning/surface preparation by abrasive propelled at high speed. 3) Anchor Pattern: Profile or texture of prepared surface(s). 4) ANSI: American National Standards Institute. 5) Bug Holes: Small cavities, usually not exceeding 15 mm in diameter, resulting from entrapment of air bubbles in the surface of formed concrete during placement and compaction. 6) Coating/Paint/Lining Thickness: The total thickness of primer, intermediate and/or finish coats. 7) Coating System Applicator (CSA): A generic reference to the specialty subcontractor or subcontractors retained by the Contractor to install the coating systems specified in this Section. 8) Coating System Manufacturer (CSM): Refers to the acceptable coating system manufacturer, abbreviated as the CSM. 1/21/2016 PAEdmonds\148594\002\Specs 09900-1 Secondary Clarifier No. 3 Structural Repair 9) Coating System Manufacturer's Technical Representative(s) (CTR): Refers to the technical representative(s) of the acceptable Coating System Manufacturer and is abbreviated as CTR. 10) Dew point: Temperature of a given air/water vapor mixture at which condensation starts. 11) Dry Film Thickness (DFT): Depth of cured film, usually expressed in mils (0.001 inch). Use this definition as opposed to existing definition. 12) Drying Time: Time interval between application and curing of material. 13) Dry to Recoat: Time interval between application of material and ability to receive next coat. 14) Dry to Touch: Time interval between application of material and ability to touch lightly without damage. 15) Feather Edging: Reducing the thickness of the edge of paint. 16) Feathering: Operation of tapering off the edge of a point with a comparatively dry brush. 17) Field Coat: The application or the completion of application of the coating system after installation of the surface at the site of the work. 18) Hold Point: A defined point, specified in this Section, at which work shall be halted for inspection. 19) Holiday: a discontinuity, skip, or void in coating or coating system film that exposes the substrate. 20) Honeycomb: Segregated condition of hardened concrete due to non -consolidation. 21) ICRI: International Concrete Repair Institute. 22) Incompatibility: Inability of a coating to perform well over another coating because of bleeding, poor bonding, or lifting of old coating; inability of a coating to perform well on a substrate. 1/21/2016 PAEdmonds\148594\002\Specs 09900-2 Secondary Clarifier No. 3 Structural Repair 23) Laitance: A layer of weak, non -durable concrete containing cement fines that is brought to the surface through bleed water because of concrete finishing and/or over -finishing. 24) Mil: 0.001 inch. 25) NACE: National Association of Corrosion Engineers. 26) Overspray: Dry spray, particularly such paint that failed to strike the intended surface. 27) Pinhole: A small diameter discontinuity in a coating or coating system film that is typically created by outgassing of air from a void in a concrete substrate resulting in exposure of the substrate or a void between coats. 28) Pot Life: Time interval after mixing of components during which the coating can be satisfactorily applied. 29) Resurfacer/Resurfacing Material: A layer of cementitious and/or resin -base material used to fill or otherwise restore surface continuity to worn or damaged concrete surfaces. 30) Shelf Life: Maximum storage time for which a material may be stored without losing its usefulness. 31) Shop Coat: One or more coats applied in a shop or plant prior to shipment to the site of the work, where the field or finishing coat is applied. 32) Spreading Rate: Area covered by a unit volume of paint at a specific thickness. 33) SSPC: The Society for Protective Coatings. 34) Stripe Coat: A separate coat of paint applied to all weld seems, pits, nuts/bolts/washers and edges by brush. This coat shall not be applied until any previous coat(s) have cured and, once applied, shall be allowed to cure prior to the application of the subsequent coat(s). 35) Surface Saturated Dry (SSD): Refers to concrete surface condition where the surface is saturated (damp) without the presence of standing water. 36) Tie Coat: An intermediate coat used to bond different types of paint coats. Coatings used to improve the adhesion of a succeeding coat. 1/21/2016 PAEdmonds\148594\002\Specs 09900-3 Secondary Clarifier No. 3 Structural Repair 37) Touch -Up Painting: The application of paint on areas of painted surfaces to repair marks, scratches, and areas where the coating has deteriorated to restore the coating film to an unbroken condition. 38) TPC: Technical Practice Committee. 39) Volatile Organic Compound (VOC) Content: The portion of the coating that is a compound of carbon, is photochemically reactive, and evaporates during drying or curing, expressed in grams per liter (g/1) or pounds per gallon (]b/gal). 40) Immersion: Refers to a service condition in which the substrate is below the waterline or submerged in water or wastewater at least intermittently if not constantly. 41) Weld Splatter: Beads of metal scattered near seam during welding. 42) Wet Film Thickness (WFT): The primer or coating film's thickness immediately following application. Wet film thickness is measured in mils or thousandths of an inch (0.001 inch) and is abbreviated WFT. 1.02 QUALITY ASSURANCE A. References: This section contains references to the following documents. They are a part of this section as specified and modified. Where a referenced document contains references to other standards, those documents are included as references under this section as if referenced directly. In the event of conflict between the requirements of this section and those of the listed documents, the requirements of this section shall prevail. 2. Unless otherwise specified, references to documents shall mean the documents in effect at the time of Advertisement for Bids or Invitation to Bid (or on the effective date of the Agreement if there were no Bids). If referenced documents have been discontinued by the issuing organization, references to those documents shall mean the replacement documents issued or otherwise identified by that organization or, if there are no replacement documents, the last version of the document before it was discontinued. Where document dates are given in the following listing, references to those documents shall mean the specific document version associated with that date, regardless of whether the document has been superseded by a version with a later date, discontinued, or replaced. 1/21/2016 PAEdmonds\148594\002\Specs 09900-4 Secondary Clarifier No. 3 Structural Repair Reference Title ANSI/ASC 29.4 Abrasive Blasting Operations — Ventilation and Safe Practice Exhaust Systems ANSI/NSF 61 Drinking Water System Components Health Effects ANSI B74.18 Grading of Certain Abrasive Grain on Coated Abrasive Material ASTM D16 Standard Terminology for Paint, Related Coatings, Materials, and Applications ASTM D2200 Pictorial Surface Preparation Standards for Painting Steel Surfaces (SSPC-VISI) ASTM D3960 Standard Practice for Determining Volatile Organic Compound (VOC) Content of Paints and Related Coatings ASTM D4262 Standard Test Method for pH of Chemically Cleaned or Etched Concrete Surfaces ASTM D4263 Standard Test Method for Indicating Moisture in Concrete by the Plastic Sheet Method ASTM D4414 Standard Practice for Measurement of Wet Film Thickness by Notch Gages ASTM D4417 Standard Test Methods for Field Measurement of Surface Profile of Blast Cleaned Steel ASTM D4541 Standard Test Methods for Pull -Off Strength of Coatings On Metal Substrates Using Portable Adhesion Testers ASTM D4787 Standard Practice for Continuity Verification of Liquid or Sheet Linings Applied to Concrete Substrates ASTM D5162 Standard Practice for Discontinuity (Holiday) Testing of Nonconductive Protective Coating on Metallic Substrates ASTM D7234 Standard Test Method for Pull -Off Adhesion Strength of Coatings on Concrete Using Portable Adhesion Testers. ASTM E337 Standard Test Method for Measuring Humidity With a Psychrometer ASTM F1869 Standard Test Method for Measuring Moisture Vapor Emission Rate of Concrete Subfloor Using Anhydrous Calcium Chloride FS 595b Federal Standard Colors ICRI 03732 Guideline for Selecting and Specifying Concrete Surface Preparation for Sealers, Coatings, and Polymer Overlays NACE Publication 613- A Manual for Painter Safety 163 NACE Publication 617- Surface Preparation of Steel or Concrete Tank/Interiors 163 1/21/2016 P:\Edmonds\148594\002\Specs 09900-5 Secondary Clarifier No. 3 Structural Repair Reference � Title NACE Publication 6G- Surface Preparation Abrasives for Industrial Maintenance Painting 164 A NACE Standards January 1988 Edition of the National Association of Corrosion 1/21/2016 PAEdmonds\148594\002\Specs 09900-6 Secondary Clarifier No. 3 Structural Repair Engineers, TPC. NACE Standard Standard Recommended Practice — Discontinuity (Holiday) Testing of RP0188 New Protective Coatings on Conductive Substrates NACE Standard Standard Recommended Practice, Inspection of Linings on Steel and RP0288 Concrete NACE Standard Standard Recommended Practice, Linings Over Concrete in Immersion RP0892 Service NACE Publication Coatings and Linings for Immersion Service TPC2 NAPF 500-03 Surface Preparation Standard for Ductile Iron Pipe and Fittings in Exposed Locations Receiving Special External Coatings and/or Special Internal Linings NAPF 500-03-04 Abrasive Blast Cleaning for Ductile Iron Pipe NAPF 500-03-05 Abrasive Blast Cleaning for Cast Ductile Iron Fittings OSHA 1910.144 Safety Color Code for Marking Physical Hazards OSHA 1915.35 Standards — 29CFR - Painting SSPC Paint Application Specification No. 1. SSPC-AB I Mineral and Slag Abrasives SSPC-PA 1 Shop, Field, and Maintenance Painting of Steel SSPC-PA 2 Measurement of Dry Coating Thickness with Magnetic Gages SSPC-PA 9 Measurement of Dry Coating Thickness on Cementitious Substrates Using Ultrasonic Gages SSPC-PA Guide 1 Guide for Illumination of Industrial Painting Project SSPC-PA Guide 3 A Guide to Safety in Paint Application SSPC-PA Guide 6 Guide for Containing Debris Generated During Paint Removal Operations SSPC-PA Guide I 1 Guide for Coating Concrete SSPC SPI Solvent Cleaning SSPC SP2 Hand Tool Cleaning SSPC SP3 Power Tool Cleaning SSPC SP5 White Metal Blast Cleaning 1/21/2016 PAEdmonds\148594\002\Specs 09900-6 Secondary Clarifier No. 3 Structural Repair Reference I Title SSPC SP6 SSPC SP7 SSPC SP10 SSPC SPI 1 SSPC SP12 SSPC SP13 SSPC-TR2 SSPC-TU-3 SSPC-TU-4 SSPC V2 SSPC-VIS 1 SSPC-VIS 3 SSPC-VIS 4 SSPC-VIS 5 WPCF Manual of Practice No. 17 Commercial Blast Cleaning Brush -Off Blast Cleaning Near -White Blast Cleaning Power Tool Cleaning to Bare Metal Surface Preparation and Cleaning of Steel and Other Hard Materials by High and Ultra -High Pressure Water Jetting Prior to Recoating Surface Preparation of Concrete Wet Abrasive Blast Cleaning Overcoating Field Methods for Retrieval and Analysis of Soluble Salts on Substrates. Systems and Specifications: Steel Structures Painting Manual, Volume 2 Visual Standard for Abrasive Blast Cleaned Steel Visual Standard for Power and Hand — Tool Cleaned Steel Visual Standards (Waterjetting) Visual Standards (Wet Abrasive Blast Cleaning) Paints and Protective Coatings for Wastewater Treatment Facilities. Guide and Paint AnDlication Snecifications.. B. Standardization: 1. Materials and supplies provided shall be the standard products of CSMs. Materials in each coating system shall be the products of a single CSM. 2. The standard products of CSMs other than those specified may be acceptable when it is demonstrated to the Construction Manager that they are equal in composition, durability, usefulness, and convenience for the purpose intended. Requests for consideration of CSMs other than those specified in this Section will be considered, provided the following minimum conditions are met. Such requests are not a substitution for submittals after the alternative CSMs have been considered and accepted. a. Q The proposed coating system shall use an equal or greater number of separate coats to achieve the required total dry film thickness. The proposed coating system shall use coatings of the same generic type as that specified including curing agent type. 1/21/2016 PAEdmonds\148594\002\Specs 09900-7 Secondary Clarifier No. 3 Structural Repair C. Requests for consideration of products from CSMs other than those specified in this Section shall include information listed in paragraph 1.04, demonstrating that the proposed CSM's product is equal to the specified coating system. d. The Contractor and the proposed alternative CSM shall provide a list of references for the proposed product where the coating of the same generic type has been applied. The reference list shall include the project name, city, state, owner, phone number of owner; coating system reference and number from this Section 09900; type of facility in which it was used, generic type, and year coating was applied. C. Quality Control Requirements: The Contractor is responsible for the workmanship and quality of the coating system installation. Inspections by the Construction Manager or the CTR will not relieve or limit the Contractor's responsibilities. 2. The Contractor's methods shall conform to requirements of this specification and the standards referenced in this Section. Changes in the coating system installation requirements will be allowed only with the written acceptance of the Construction Manager before work commences,. Only personnel who are trained by the CTR specifically for this contract or who are approved by the CSM specifically for this contract shall be allowed to perform the coating system installation specified in this Section. 4. Contaminated, outdated, diluted materials, and/or materials from previously opened containers shall not be used. For repairs, the Contractor shall provide the same products, or products recommended by the CSM, as used for the original coating. 6. The Contractor shall identify the points of access for inspection by the Owner or the Construction Manager. The Contractor shall provide ventilation, ingress and egress, and other means necessary for the Construction Manager's personnel to access safely the work areas. 7. The Contractor shall conduct the work so that the coating system is installed as specified and shall inspect the work continually to ensure that the coating system is installed as specified. Coating system work that does not conform to the specifications or is otherwise not acceptable shall be corrected as specified. 1/21/2016 P:Tdmonds\148594\002\Specs 09900-8 Secondary Clarifier No. 3 Structural Repair 8, The Contractor shall complete the Coating System Inspection Checklist, Form 09900-A, included in Section 09900, for coating system installations. Follow the sequential steps required for proper coating system installation as specified and as listed in the Coating System Inspection Checklist. For each portion of the work, install the coating system and complete sign -offs as specified prior to proceeding with the next step. After completing each step as indicated on the Coating System Inspection Checklist, the Contractor shall sign the checklist indicating that the work has been installed and inspected as specified. 9. The Contractor shall provide written daily reports that present, in summary form, test data, work progress, surfaces covered, ambient conditions, quality control inspection test findings, and other information pertinent to the coating system installation. D. Inspection at Hold Points: l . The Contractor shall conduct inspections at Hold Points during the coating system installation and record the results from those inspections on Form 09900-A. The Contractor shall coordinate such Hold Points with the Construction Manager such that the Construction Manager may observe Contractor's inspections on a scheduled basis. The Contractor shall provide the Construction Manager a minimum of two (2) hours of notice prior to conducting Hold Point Inspections. The Hold Points shall be as follows: a. Environment and Site Conditions. Prior to commencing an activity associated with coating system installation, the Contractor shall measure, record, and confirm acceptability of ambient air temperature and humidity as well as other conditions such as proper protective measures for surfaces not to be coated and safety requirements for personnel. The acceptability of the weather and/or environmental conditions within the structure shall be determined by the requirements specified by the CSM of the coating system being used. b. Conditions Prior to Surface Preparation. Prior to commencing surface preparation, the Contractor shall observe, record, and confirm that oil, grease, and/or soluble salts have been eliminated from the surface. Monitoring of Surface Preparation. Spot checking of degree of cleanliness, surface profile, and surface pH testing, where applicable. In addition, the compressed air used for surface preparation or blow down cleaning shall be checked to confirm it is free from oil and moisture. 1/21/2016 PAEdmonds\148594\002\specs 09900-9 Secondary Clarifier No. 3 Structural Repair d. Post Surface Preparation — Upon completion of the surface preparation, the Contractor shall measure and inspect for proper degree of cleanliness and surface profile as specified in this Section 09900 and in the CSM's written instructions. e. Monitoring of Coatings Application — The Contractor shall inspect, measure, and record the wet film thickness and general film quality (visual inspection) for lack of runs, sags, pinholes, holidays, etc. as the application work proceeds. f. Post Application Inspection — The Contractor shall identify defects in application work including pinholes, holidays, excessive runs or sags, inadequate or excessive film thickness and other problems as may be observed. g. Post Cure Evaluation — The Contractor shall measure and inspect the overall dry film thickness. The Contractor shall conduct a DFT survey, as well as perform adhesion testing, holiday detection, or cure testing as required based on the type of project and the specific requirements in this Section 09900 and/or in the CSM's written instructions. h. Follow-up to Corrective Actions and Final Inspection. The Contractor shall measure and reinspect corrective coating work performed to repair defects identified at prior Hold Points. This activity also includes final visual inspection along with follow-up tests such as holiday detection, adhesion tests, and DFT surveys. 1.03 DELIVERY AND STORAGE A. General: Materials shall be delivered to the job site in their original, unopened containers. Each container shall be properly labeled. Materials shall be handled and stored to prevent damage to or loss of label. 2. Labels on material containers shall show the following information: a. b. C. d. e. Name or title of product. CSM's batch number. CSM's name. Generic type of material. Application and mixing instructions. 1/21/2016 PAEdmonds\148594\002\Specs 09900-10 Secondary Clarifier No. 3 Structural Repair f. Hazardous material identification label. g. Shelf life expiration date. Materials shall be stored in enclosed structures and shall be protected from weather and excessive heat or cold in accordance with the CSM's recommendations. Flammable materials shall be stored in accordance with state and local requirements. 4. Containers shall be clearly marked indicating personnel safety hazards associated with the use of or exposure to the materials. 5. Material Safety Data Sheets (MSDS) for each material shall be provided to the Construction Manager. 6.. The Contractor shall store and dispose of hazardous waste according to federal, state and local requirements. This requirement specifically addresses waste solvents and coatings. 1.04 SUBMITTALS: A. General; Provide in accordance with Section 01300: a. A copy of this specification section, with addendum updates included, and referenced and applicable sections, with addendum updates included, with each paragraph check -marked (E) to indicate specification compliance or marked to indicate requested deviations from specification requirements or those parts which are to be provided by the Contractor or others. Check marks shall denote full compliance with a paragraph as a whole. If deviations from the specifications are indicated, and therefore requested by the Contractor, each deviation shall be underlined and denoted by a number in the margin to the right of the identified paragraph, referenced to a detailed written explanation of the reasons for requesting the deviation. The Construction Manager shall be the final authority for determining acceptability of requested deviations. The remaining portions of the paragraph not underlined shall signify compliance on the part of the Contractor with the specifications. Failure to include a copy of the marked -up specification sections, along with justification(s) for requested deviations to the specification requirements shall be cause for rejection of the entire submittal and no further submittal material will be reviewed. 1/21/2016 P:\Edmonds\148594\002\Specs 09900-11 Secondary Clarifier No. 3 Structural Repair b. CSM's current printed recommendations and product data sheets for coating systems including: 1) Volatile organic compound (VOC) data. C. e. f. 2) Surface preparation recommendations. 3) Primer type, where required. 4) Maximum dry and wet -mil thickness per coat. 5) Minimum and maximum curing time between coats, including atmospheric conditions for each. 6) Curing time before submergence in liquid. 7) Thinner to be used with each coating. 8) Ventilation requirements. 9) Minimum atmospheric conditions during which the paint shall be applied. 10) Allowable application methods. 11) Maximum allowable moisture content. 12) Maximum shelf life. Affidavits signed and sealed by an officer of the GSM's corporation, attesting to full compliance of each coating system component with current and promulgated federal, state, and local air pollution control regulations and requirements. Material Safety Data Sheets (MSDS) for materials to be delivered to the job site, including coating system materials, solvents, and abrasive blast media. List of cleaning and thinner solutions allowed by the CSMs. Storage requirements including temperature, humidity, and ventilation for Coating System Materials as recommended by the CSMs. 1/21/2016 PAEdmonds\148594\002\Specs 09900-12 Secondary Clarifier No. 3 Structural Repair g, CSM's detailed, written instructions for coating system treatment and graphic details for coating system terminations in the structures to be coated including pipe penetrations, metal embedments, gate frames, and other terminations to be determined from the contract drawings. This information shall also include detail treatment for coating system at joints in concrete. h. The Contractor and CSA shall provide a minimum of five project references each including contact name, address, and telephone number where similar coating work has been performed by their companies in the past five years. 1.05 RESPONSIBILITIES OF THE CTR A. General: The Contractor shall retain or obtain the services of the CTR to be on site to perform the Contractor and/or CSA application training and to routinely inspect and verify in writing that the application personnel have successfully performed surface preparation, filler/surface application, coating system application, and Quality Control Inspection in accordance with this Section 09900 and to warrantable level of quality. This must include checking the required degree of cleanliness, surface pH for concrete substrates, surface profile of substrates, proper mixing of coating materials, application (including checking the wet and dry film thickness of the coating systems), proper cure of the coating systems, and proper treatment of coating systems at terminations, transitions, and joints and cracks in substrates. Refer to paragraph 1.05 Coating System Installation Training. for further details on these CTR requirements. This inspection is in addition to the inspection performed by the Contractor in accordance with this Section 09900. B. Coating System Installation Training: Provide a minimum of 8 hours of classroom and off site training for application and supervisory personnel (both the Contractor's and CSA's). Provide training to a minimum of two supervisory personnel from the CSA and one supervisor from the Contractor. Alternatively, the CTR shall provide a written letter from the CSM stating that the application personnel (listed by name) who shall perform coating work are approved by the CSM without further or additional training. 2, One CTR can provide training for up to fourteen application personnel and three supervisory personnel at one time. The training shall include the following as a minimum: a. A detailed explanation of mixing, application, curing, and termination details. 1/21/2016 P:\Edmonds\148594\002\Specs 09900-13 Secondary Clarifier No. 3 Structural Repair b. Hands-on demonstration of how to mix and apply the coating systems. c, A detailed explanation of the ambient condition requirements (temperature and humidity) and surface preparation requirements for application of the coating system as well as a detailed explanation of re -coat times, cure times, and related ambient condition requirements. d. When training is performed, the CTR shall provide a written letter stating that training was satisfactorily completed by the personnel listed by name in the letter. C. Coating System Inspection: While on site to routinely inspect and verify, the CTR shall perform the following activities to confirm acceptability and conformance with the specifications: a. Inspect ambient conditions during various coating system installation at hold points for conformance with the specified requirements. b. Inspect the surface preparation of the substrates where the coating system will terminate or will be applied for conformance to the specified application criteria. Inspect preparation and application of coating detail treatment (for example, terminations at joints, metal embedments in concrete, etc.). Inspect application of the filler/surface materials for concrete and masonry substrates. Inspect application of the primers and finish coats including wet and dry film thickness of the coatings. Inspect coating systems for cure. Review adhesion testing of the cured coating systems for conformance to specified criteria. Review coating system continuity testing for conformance to specified criteria. Inspect and record representative localized repairs made to discontinuities identified via continuity testing. 1/21/2016 PAEdmonds\148594\002\Specs 09900-14 Secondary Clarifier No. 3 Structural Repair Conduct a final review of completed coating system installation for conformance to the specifications. k. Prepare and submit a site visit report following each site visit that documents the acceptability of the coating work in accordance with the CSM's Recommendations. D. Final Report: Upon completion of coating work for the project, the CTR shall prepare a final report. That report shall summarize daily test data, observations, drawings, and photographs in a report to be submitted in accordance with paragraph 2.02. Include substrate conditions, ambient conditions, and application procedures, observed during the CTR's site visits. Include a statement that the completed work was performed in accordance with the requirements of this Section 09900 and the CSM's recommendations. PART 2 PRODUCTS 2.01 MATERIALS A. General: 1. Notwithstanding the listing of product names in this Section 09900, the Contractor shall provide affidavits, signed and sealed by an officer of the CSM's corporation, attesting to full compliance of each coating system component with current and promulgated federal, state, and local air pollution control regulations and requirements. No coatings shall be applied to a surface until the specified affidavits have been submitted and have been reviewed and accepted. Failure to comply with this requirement shall be cause for rejection and removal of such materials from the site. 2. The following list specifies the material requirements for coating systems. Coating systems are categorized by generic name followed by an identifying abbreviation. If an abbreviation has a suffix number, it is for identifying subgroups within the coating system. Coating Systems E-5 and E-6 shall be NSF 61 certified. 1/21/2016 PAEdmonds\148594\002\Specs 09900-15 Secondary Clarifier No. 3 Structural Repair Material Requirements for Coat Systems All of U.S. Coating CSM First Coat(s) System California E-2 PPG PMC Amerlock 2/400 Series Carbolme Carbog uard 890 International Bar -Rust 236 Paint/ICI Sherwin Sea Guard 6000 Epoxy N11-400 Williams Tnemec Series V27 or V69 E-2 a Wasser MC-Miozinc 100 Elastomeric Coatings EC -1 Tnemec Series 218-1000, Series 1 EC -2 Tnemec Series 218-1000, Series V69 Grease Finish Coat(s) Amerlock 2/400 Series Carbo ward 890 Bar -Rust 236 Sea Guard 6000 Epoxy NII -400 Series V69 MC -Tar 100 Series 406 (2 coats Series 264 GTexaco IN/A Rust Inhibitive Grease Chevron �N/A E.P. Roller Grease ............. *See CSM's Product Data Sheets for acceptable thinners for VOC compliance or do not thin. 2.02 PRODUCT DATA A. General: 1. Prior to application of coatings, submit letter(s) from the CTR(s) identifying the application personnel who have satisfactorily completed training as specified in paragraph 1.05 or a letter from the CSM stating that personnel who shall perform the work are approved by the CSM without need for further or additional training. 2, Submit reports specified in paragraph 1.02 Quality Control Requirements and 1.05 Coating System Inspection when the work is underway. 3. Submit the Coating System Inspection Checklists, using Form 09900-A, included in Section 01999, for the coating work. 4. CTR final report in accordance with paragraph 1.05 Final Report. 1/21/2016 P:Tdmonds\148594\002\Specs 09900-16 Secondary Clarifier No. 3 Structural Repair PART 3 EXECUTION 3.01 COATINGS A. General; Coating products shall not be used until the Construction Manager has accepted the affidavits specified in paragraphs 1.04 and 2.01, the Construction Manager has inspected the materials, and the CTR has trained the Contractor and CSA in the surface preparation, mixing and application of each coating system. 2. Erect and maintain protective enclosures as stipulated per SSPC-Guide 6 Guide for Containing Debris Generated During Paint Removal Operations. B. Field Coats: Field Coats: Field coats shall consist of one or more prime coats and one or more finish coats to build up the coating to the specified dry film thickness. Unless otherwise specified, finish coats shall not be applied until other work in the area is complete and until previous coats have been inspected. 2. Adhesion Confirmation: The Contractor shall perform an adhesion test after proper cure in accordance with ASTM D3359 to demonstrate that (1) the shop applied prime coat adheres to the substrate, and (2) the specified field coatings adhere to the shop coat. Test results showing an adhesion rating of 5A on immersed surfaces and 4A or better on other surfaces shall be considered acceptable for coatings 5 mils or more in thickness (Method A). Test results showing an adhesion rating of 5B on immersed surfaces and 4B or better on other surfaces shall be considered acceptable for coating thicknesses less than 5 mils. C. Application Location Requirements: Equipment, Nonimmersed: Items of equipment, or parts of equipment that are not immersed in service, shall be shop primed and then finish coated in the field after installation with the specified or acceptable color. If the shop primer requires topcoating within a specified period, the equipment shall be finish coated in the shop and then touch-up painted after installation. If equipment removal and reinstallation is required for the project, touch-up coating work shall be performed in the field following installation. 1/21/2016 PAEdmonds\148594\002\Specs 09900-17 Secondary Clarifier No. 3 Structural Repair 2. Equipment, Immersed: Items of equipment, or parts and surfaces of equipment that are immersed when in service, with the exception of pumps and valves, shall have surface preparation and coating work performed in the field. Coating systems applied to immersed equipment shall be pinhole free. 3.02 PREPARATION A. General: Surface preparations for each type of surface shall be in accordance with the specific requirements of each coating specification sheet (COATSPEC) and the following. In the event of a conflict, the COATSPEC sheets shall take precedence. 2. Surfaces to be coated shall be clean and dry. Before applying coating or surface treatments, oil, grease, dirt, rust, loose mill scale, old weathered coatings, and other foreign substances shall be removed. Oil and grease shall be removed before mechanical cleaning is started. Where mechanical cleaning is accomplished by blast cleaning, the abrasive used shall be washed, graded and free from contaminants that might interfere with the adhesion of the coatings. The air used for blast cleaning shall be sufficiently free of oil and moisture so as not to cause detrimental contamination of the surfaces to be coated. 1 Where deemed necessary by the Owner's representative, a NACE International certified coatings inspector, provided by the Owner, will inspect and approve surfaces to be coated before application of a coating. Surface defects identified by the inspector shall be corrected by the Contractor at no additional cost to the Owner. 4, Cleaning and painting shall be scheduled so that dust and spray from the cleaning process shall not fall on wet, newly coated surfaces. Hardware, hardware accessories, nameplates, data tags, machined surfaces, sprinkler heads, electrical fixtures, and similar uncoated items which are in contact with coated surfaces shall be removed or masked prior to surface preparation and painting operations. Following completion of coating, removed items shall be reinstalled. Equipment adjacent to walls shall be disconnected and moved to permit cleaning and painting of equipment and walls and, following painting, shall be replaced and reconnected. B. Blast Cleaning: When abrasive blast cleaning is required to achieve the specified surface preparation the following requirements for blast cleaning materials and equipment shall be met: a. Used or spent blast abrasive shall not be reused on this project. 1/21/2016 PAEdmonds\148594\002\Specs 09900-18 Secondary Clarifier No. 3 Structural Repair C. b. The compressed air used for blast cleaning shall be filtered and shall contain no condensed water and no oil. Moisture traps shall be cleaned at least once every four hours or more frequently as required to prevent moisture from entering the supply air to the abrasive blasting equipment. C. Oil separators shall be installed just downstream of compressor discharge valves and at the discharge of the blast pot discharges. These shall be checked on the same frequency as the moisture traps as defined above. d. Regulators, gauges, filters, and separators shall be in use on compressor air lines to blasting nozzles times during this work. e. An air dryer or desiccant filter drying unit shall be installed which dries the compressed air prior to blast pot connections. This dryer shall be used and maintained for the duration of surface preparation work. f, The abrasive blast nozzles used shall be of the venturi or other high velocity type supplied with a minimum of 100 psig air pressure and sufficient volume to obtain the blast cleaning production rates and cleanliness/specified. g. The Contractor shall provide ventilation for airborne particulate evacuation (meeting pertinent safety standards) to optimize visibility for both blast cleaning and inspection of the substrate during surface preparation work. h. If, between final surface preparation work and coating system application, contamination of prepared and cleaned metallic substrates occurs, or if the prepared substrates' appearance darkens or changes color, recleaning by water blasting, reblasting and abrasive blast cleaning shall be required until the specified degree of cleanliness is reclaimed. The Contractor is responsible for dust control and for protection of mechanical, electrical, and other equipment adjacent to and surrounding the work area. Solvent Cleaning: Any solvent wash, solvent wipe, or cleaner used, including but not limited to those used for surface preparation in accordance with SSPC SP -1 Solvent Cleaning and shall be of the emulsifying type which emits no more than 340 g/1 VOCs for AIM regions, 250 g/1 for CARB regions and 100 g/1 for SCAQMD regions, contains no phosphates, is biodegradable, removes no zinc, and is compatible with the specified primer. 1/21/2016 PAEdmonds\148594\002\Specs 09900-19 Secondary Clarifier No. 3 Structural Repair 2. Clean white cloths and clean fluids shall be used in solvent cleaning. D. Metallic Surfaces: Metallic surfaces shall be prepared in accordance with applicable portions of surface preparation specifications of the Society for Protective Coatings (SSPC) specified for each coating system. See Coat Spec for each coating system in this Section 09900. The profile depth of the surface to be coated shall be in accordance with the COATSPEC requirements in this Section measured by Method C of ASTM D4417. Blast particle size shall be selected by the Contractor to produce the specified surface profile. The solvent in solvent cleaning operations shall be as recommended by the CSM. 2. Preparation of metallic surfaces shall be based upon comparison with SSPC-VISI-89 (ASTM D2200), and as described in the Coat Spec for each coating system. If dry abrasive blast cleaning is selected and to facilitate inspection, the Contractor shall, on the first day of cleaning operations, abrasive blast metal panels to the standards specified. Plates shall measure a minimum of 8-1/2 inches by 11 inches. Panels meeting the requirements of the specifications shall be initialed by the Contractor and the Construction Manager and coated with a clear non -yellowing finish. One of these panels shall be prepared for each type of abrasive blasting and shall be used as the comparison standard throughout the project. 3, Blast cleaning requirements for steel, ductile iron and stainless steel substrates are as follows: a. Steel piping shall be prepared in accordance with SSPC SP -6 (Commercial Blast Cleaning) and primed before installation. Ductile iron piping surfaces including fittings shall be prepared in accordance with NAPF 500-03, NAPF 500-03-04, and NAPF 500- 03-05. b, Stainless steel surfaces shall be abrasive blast cleaned to leave a clean uniform appearance with a minimum surface profile of 1.5 to 2.5 mils that is uniform. C, Remove traces of grit, dust, dirt, rust scale, friable material, loose corrosion products or embedded abrasive from substrate by vacuum cleaning prior to coating application. d. Care must be taken to prevent contamination of the surface after blasting from worker's fingerprints, deleterious substances on workers' clothing, or from atmospheric conditions. 1/21/2016 PAEdmonds\148594\002\Specs 09900-20 Secondary Clarifier No. 3 Structural Repair Ambient environmental conditions in the enclosure must be constantly monitored and maintained to ensure the degree of cleanliness is held and no "rust back" occurs prior to coating material application. f. Cleaning of soluble salt contamination shall be as follows. 1) Cleaning for decontamination shall utilize a steam generator ("Jenny") capable of producing steam/hot water temperature of 150 degrees F minimum to 200 degrees F maximum. Hot water pressure washing at 150 degrees F can also be utilized using clean, fresh, potable water only. The steam/hot water shall be applied using a lance with a nozzle providing a fan shaped spray pattern. The recommended discharge temperature is 150 degrees F for safety reasons. 2) Steam/hot water shall be applied in a minimum of two passes over surfaces cleaned. Horizontal members on substrates shall be cleaned from end to end continuously and from top to bottom as this horizontal progression continues. Vertical pipes or substrates shall be cleaned around the circumference from top to bottom (crown to invert) to ensure complete solubility and rinsing of contaminants from top to bottom. As this cleaning proceeds, the surfaces of the steel shall be scrubbed using stiff bristle brushes. 3) Once completed, this cleaning shall be followed by repeated thorough rinsing. Rinsing can be accomplished using pressure water washing using unheated potable water,. Once decontamination cleaning has been performed over a representative (small) area, the cleaned substrate shall be tested for soluble salt concentrations to ensure that the pattern and extent of cleaning shall be adequate. Testing shall be performed as defined in paragraph 3.07." E. Concrete Surfaces: Inspection of concrete surfaces prior to surface preparation and surface preparation of concrete surfaces shall be performed in accordance with SSPC-SP13 (also called NACE 6). 2, Prepare substrate cracks, areas requiring resurfacing and perform detail treatment including but not limited to, terminating edges, per CSM recommendations. This shall precede surface preparation for degree of cleanliness and profile. 1/21/2016 PAEdmonds\148594\002\Specs 09900-21 Secondary Clarifier No. 3 Structural Repair The surface profile for prepared concrete surfaces to be coated shall be evaluated by comparing the profile of the prepared concrete with the profile of graded abrasive paper, as described in ANSI B74.18 or by comparing the profile with the ICRI 03732 (surface profile replicas). Surface profile requirements shall be in accordance with the Coat Spec requirements and the CSM's recommendations. 4. Surface cleanliness of prepared concrete substrates shall be inspected after cleaning, preparation, and/or drying, but prior to making repairs or applying a coat in the coating system. If concrete surfaces are repaired, they shall be reinspected for surface cleanliness prior to application of the coating system. 5, Surface preparation of concrete substrates shall be accomplished using methods such as dry abrasive blast cleaning, high, or ultra high-pressure water blast cleaning in accordance with SSPC-SP-13. The selected cleaning method shall produce the requirements set forth below. a. A clean substrate that is free of calcium sulfate, loose coarse or fine aggregate, laitance, loose hydrated cement paste, and otherwise deleterious substances shall be achieved. Blast cleaning and other means necessary shall be used to open up air voids or bugholes to expose their complete perimeter. Leaving shelled over, hidden air voids beneath the exposed concrete surface is not acceptable. Concrete substrate must be dry prior to the application of filler/surface or coating system materials. b. Acceptable surface preparation must produce a concrete surface with a minimum pH of 8.0 to be confirmed by surface pH testing. If after surface preparation, the surface pH remains below 8.0, perform additional water blasting, cleaning, or abrasive blast cleaning until additional pH testing indicates an acceptable pH level. C. Following inspection by the Contractor of the concrete surface preparation, thoroughly vacuum clean concrete surfaces to be coated to remove loose dirt, and spent abrasive (if dry blast cleaning is used) leaving a dust free, sound concrete substrate. Debris produced by blast cleaning shall be removed from the structures to be coated and disposed of legally off site by the Contractor. 1/21/2016 PAEdmonds\148594\002\Specs 09900-22 Secondary Clarifier No. 3 Structural Repair 6. Should abrasive blast cleaning or high or ultrahigh pressure water blasting not remove degraded concrete, chipping or other abrading tools shall be used to remove the deteriorated concrete until a sound, clean substrate is achieved which is free of calcium sulfate, loose coarse or fine aggregate, laitance, loose hydrated cement paste, and otherwise deleterious substances. Concrete substrates must be dry prior to the application of filler/surfacers or coating system materials. 7. Surface cleanliness of prepared concrete substrates shall be inspected after cleaning, preparation, and/or drying, but prior to application of coating materials. If concrete surfaces are repaired, they shall be reinspected for surface cleanliness and required surface profile prior to application of the coating system. 8„ Moisture content of concrete to be coated shall be tested in accordance with ASTM D4263, Standard Test Method for Indicating Moisture in Concrete by the Plastic Sheet Method and ASTM F 1869, Standard Test Method for Measuring Moisture Vapor Emission Rate of Concrete Subfloor Using Anhydrous Calcium Chloride. The ASTM D4263 plastic sheet test shall be conducted at least once for every 500 sq. ft. of surface area to be coated. The presence of any moisture on plastic sheet following test period constitutes a non -acceptable test. For concrete surfaces to be coated which are on the negative or back side of concrete walls or structures exposed to soils (back filled) or immersed and waterproofed in accordance with Section 03300, perform calcium chloride tests in accordance with ASTM F-1869 once for each 500 sq. ft. of surface area to be coated. Comply with CSM's written recommendations regarding acceptance/non-acceptance of moisture vapor emissions. F. Fiberglass Reinforced Plastic (FRP) Surfaces: Prepare FRP surfaces by sanding to establish uniform surface roughness and to remove gloss from the resin in the FRP. Next, vacuum clean to remove loose FRP dust, dirt, and other materials. Next, solvent clean using clean white rags and allow solvent to evaporate completely before application of coating materials. G. Existing Facilities: Existing equipment and metalwork shall be coated in accordance with the appropriate coating system specified for new work in paragraph 3.05. 2, Modified work shall require the full coating system. Other work shall require cleaning and surface preparation as recommended by the CSM followed by two finish coats of the appropriate system. 1/21/2016 PAEdmonds\148594\002\Specs 09900-23 Secondary Clarifier No. 3 Structural Repair Contractor shall demonstrate that the existing coating is compatible with field coating by performing the adhesion test specified in paragraph 3.01 Adhesion Confirmation. Where unacceptable test results are obtained, the Contractor shall follow manufacturer's written instructions as to the necessity of a tie coat to provide a satisfactory bond between the existing coating and the specified field coating. The difference in cost between the specified coatings and that which is compatible with existing coatings, or work required to remove exiting coatings, will be paid for as extra work unless identified in the Scope of Work for the project already. 4. Abrasive blasting shall be used to clean wall surfaces of existing process channels and tanks to be coated. Surfaces to be coated, or recoated, shall be repaired, cleaned, and finished to the standards as specified herein and in Section 03300 for new concrete. Major repair work for wall surfaces of (specify surfaces) shall be as specified in Section 03300. 3.03 APPLICATION A. Workmanship: Coated surfaces shall be free from runs, drips, ridges, waves, laps, and brush marks. Coats shall be applied to produce an even film of uniform thickness completely coating corners and crevices. I The Contractor's equipment shall be designed for application of the materials specified. Compressors shall have suitable traps and filters to remove water and oils from the air. A paper blotter test shall be performed by the Contractor when requested by the Construction Manager to determine if the air is sufficiently free of oil and moisture so as not to produce deteriorating effects on the coating system. The amount of oil and moisture in spray air shall be less than the amount recommended by the CSM. Spray equipment shall be equipped with mechanical agitators, pressure gages, and pressure regulators, and spray nozzles of the proper sizes. 3. Each coat of coating material shall be applied evenly and sharply cut to line. Care shall be exercised to avoid overspraying or spattering paint on surfaces not to be coated. Glass, hardware, floors, roofs, and other adjacent areas and installations shall be protected by taping, drop cloths, or other suitable measures. 4. Coating applications method shall be conventional or airless spray, brush or roller, or trowel as recommended by CSM. 5. Allow each coat to cure or dry thoroughly, according to CSM's printed instructions, prior to recoating. 6. Vary color for each successive coat for coating systems when possible. 1/21/2016 PAEdmonds\148594\002\Specs 09900-24 Secondary Clarifier No. 3 Structural Repair When coating complex steel shapes, prior to overall coating system application, stripe coat welds, edges of structural steel shapes, metal cut- outs, pits in steel surfaces, or rough surfaces with the primer coat. This involves applying a separate coat using brushes or rollers to ensure proper coverage. Stripe coat via spray application is not permitted. B. Coating Properties, Mixing and Thinning: Coatings, when applied, shall provide a satisfactory film and smooth even surface. Glossy undercoats shall be lightly sanded to provide a surface suitable for the proper application and adhesion of subsequent coats. Coating materials shall be thoroughly stirred, strained, and kept at a uniform consistency during application. Coatings consisting of two or more components shall be mixed in accordance with the CSM's instructions. Where necessary to suit the conditions of the surface, temperature, weather and method of application, the coating may be thinned as recommended by the CSM immediately prior to use. The volatile organic content (VOC) of the coating as applied shall comply with prevailing air pollution control regulations. Unless otherwise specified, coatings shall not be reduced more than necessary to obtain the proper application characteristics. Thinner shall be as recommended by the CSM. C. Atmospheric Conditions: Coatings shall be applied only to surfaces that are dry, and only under conditions of evaporation rather than condensation. Coatings systems shall not be applied during rainy, misty weather, or to surfaces upon which there is frost or moisture condensation. During damp weather, when the temperature of the surface to be coated is within 10 degrees F of the dew point, forced dehumidification equipment may be used to maintain a temperature of minimum 40 degrees F and 10 degrees F above the dew point for the surfaces to be coated, the coated surface, and the atmosphere in contact with the surface. These conditions shall be maintained for a period of at least 8 hours or as recommended by the CSM. Where conditions causing condensation are severe, dehumidification equipment, fans, and/or heaters shall be used inside enclosed areas to maintain the required atmospheric and surface temperature requirements for proper coating application and cure. 1/21/2016 P:Tdmonds\148594\002\Specs 09900-25 Secondary Clarifier No. 3 Structural Repair IC E. F Concrete Substrate Temperatures and Detail Treatment: When the surface temperatures of the concrete substrates to be coated are rising or when these substrates are in direct sunlight, outgassing of air from the concrete may result in bubbling, pinhole formations, and/or blistering in the coating system. The application of the filler/surface and the coating system will only be allowed during periods of falling temperature. This will require that application of the filler/surface and coating system shall only occur during the cooler evening hours. Contractor shall include any cost for working outside of normal hours in the bid. 2. Should bubbles, pinholes, or discontinuities form in the applied coating system material, they shall be repaired as recommended by the CSM. Should pinholes develop in the filler/surfacer material or in the first coat of the coating material, the pinholes shall be repaired in accordance with the CSM's recommendations prior to application of the next coat of material. Whenever pinholes occur, the air void behind or beneath the pinhole shall be opened up completely and then completely filled with the specified filler/surfacer material. Next, the coated area around the pinhole repair shall be abraded and the coating reapplied over that area. 3, Perform application detail work per CSM's current written recommendations and/or drawings. Protection of Coated Surfaces; Items that have been coated shall not be handled, worked on, or otherwise disturbed, until the coating is completely dry and hard. After delivery at the site, and upon permanent erection or installation, shop -coated metalwork shall be recoated or retouched with specified coating when it is necessary to maintain the integrity of the film. Method of Coating Application: 1. Where two or more coats are required, alternate coats shall contain sufficient compatible color additive to act as indicator of coverage, or the alternate coats shall be of contrasting colors. Color additives shall not contain lead, or lead compounds, which may be destroyed or affected by hydrogen sulfide or other corrosive gas, and/or chromium. 2. Mechanical equipment, on which the equipment manufacturer's coating is acceptable, shall be touch-up primed and coated with two coats of the specified coating system to match the color scheduled. Electrical and instrumentation equipment specified in Divisions 26 and 40 shall be coated as specified in paragraph 3.03 Electrical and Instrumentation Equipment and Materials. 1/21/2016 PAEdmonds\148594\002\Specs 09900-26 Secondary Clarifier No. 3 Structural Repair G Coatings shall not be applied to a surface until it has been prepared as specified. The primer or first coat shall be applied by brush to ferrous surfaces that are not blast -cleaned. Coats for blast -cleaned ferrous surfaces and subsequent coats for nonblast-cleaned ferrous surfaces may be either brush or spray applied. After the prime coat is dry, pinholes and holidays shall be marked, repaired in accordance with CSM's recommendations and retested before succeeding coats are applied. Unless otherwise specified, coats for concrete and masonry shall be brushed, rolled, or troweled. Film Thickness and Continuity: WFT of the first coat of the coating system and subsequent coats shall be verified by the Contractor, following application of each coat. 2. The surface area covered per gallon of coating for various types of surfaces shall not exceed those recommended by the CSM. The first coat, referred to as the prime coat, on metal surfaces refers to the first full paint coat and not to solvent wash, grease emulsifiers or other pretreatment applications. Coatings shall be applied to the thickness specified, and in accordance with these specifications. Unless otherwise specified, the average total thickness (dry) of a completed protective coating system on exposed metal surfaces shall be not less than 1.25 mils per coat. The minimum thickness at any point shall not deviate more than 25 percent from the required average. Unless otherwise specified, no less than two coats shall be applied. In testing for continuity of coating about welds, projections (such as bolts and nuts), and crevices, the Construction Manager shall determine the minimum conductivity for smooth areas of like coating where the dry -mil thickness has been accepted. This conductivity shall be the minimum required for these rough or irregular areas. Pinholes and holidays shall be recoated to the required coverage. 4. The ability to obtain specified film thickness is generally compromised when brush or roller application methods are used and, therefore, more coats may need to be applied to achieve the specified dry film thickness„ For concrete substrates, the Contractor shall apply a complete skim coat of the specified filler/surfacer material over the entire substrate prior to application of the coating system. This material shall be applied such that all open air voids and bugholes in the concrete substrate are completely filled prior to coating application. 1/21/2016 PAEdmonds\148594\002\Specs 09900-27 Secondary Clarifier No. 3 Structural Repair H. Special Requirements: Before erection, the Contractor shall apply all but the final finish coat to interior surfaces of roof plates, roof rafters and supports, pipe hangers, piping in contact with hangers, and contact surfaces that are inaccessible after assembly. The final coat shall be applied after erection. Structural friction connections and high tensile bolts and nuts shall be coated after erection. Areas damaged during erection shall be hand -cleaned or power - tool cleaned and recoated with primer coat prior to the application of subsequent coats. Touch-up of surfaces shall be performed after installation. Surfaces to be coated shall be clean and dry at the time of application. Except for those to be filled with grout, the underside of equipment bases and supports that have not been galvanized shall be coated with at least two coats of primer specified for system E-2 prior to setting the equipment in place. Provide coating system terminations at leading edges and transitions to other substrates in accordance with the CSM's recommendations or detail drawings. Soluble Salt Contamination of Metallic Substrates: 1, Contractor shall test in accordance with SSPC-TU-4 metallic substrates to be coated that have been exposed to seawater or coastal air or to industrial fallout of particulate or other sources of soluble chlorides (such as wastewater exposure). If testing indicates detrimental levels of soluble salts, those in excess of 25 ppm, the Contractor shall clean and prepare these surfaces to remove the soluble salts. 3.04 CLEANUP A. General: 1. Upon completion of coating, the Contractor shall remove surplus materials, protective coverings, and accumulated rubbish, and thoroughly clean surfaces and repair overspray or other coating -related damage. 3.05 COATING SYSTEM SPECIFICATION SHEETS (COATSPEC) A. General: Coating systems for different types of surfaces and general service conditions for which these systems are normally applied are specified on the following COATSPEC sheets. Surfaces shall be coated in accordance with the COATSPEC to the system thickness specified. Coating systems shall be as specified in paragraph 3.06. In case of conflict between the schedule and the COATSPECS, the requirements of the schedule shall prevail. 1/21/2016 PAEdmonds\148594\002\Specs 09900-28 Secondary Clarifier No. 3 Structural Repair Table A C Coating ;ten ID E-2 2. Coating Specification Sheets included in Table A are included this paragraph 3.05. g Specification Sheets Coating Material � Surface Epoxy I'' Metal Service Condition Immersed, nonpotable; non -immersed, moderately corrosive environment, color reatlired. E-2 a Epoxy Metal Immersed, nonpotable; non -immersed, moderately corrosive environment, mm, color NOT lclrfuired, G Grease Metal Ferrous Metal: Ferrous metal surfaces shall be prepared in accordance with ._ __ ___ — SP -1 (Solvent leanin .._�,.......... �� EC -1 Hybrid Polyurethane Concrete or dense Service Condition: Interior or exterior, masonry where exposed to direct sunlight or not, existing crack or joint corrosive (immersion pH 4.0 or lower movement is and/or headspace pH 4.0 or lower suspected of and/or gaseous H2S concentrations propagating through between 10 and 150 ppm typically.) rigid cured epoxy EC -2 (NSF- Modified Concrete or dense Interior or exterior, submerged or non - 61) Polyurethane masonry where submerged indirect sunlight — existing crack or joint moderately corrosive. movement is suspected due to thermal conditions and would propagate through rigid epoxy coating systems and/or where NSF -61 certification is 1/21/2016 P:Tdmonds\148594\002\Specs 09900-29 Secondary Clarifier No. 3 Structural Repair Coating System Specification Sheets (COATSPEC) A Coatis Sv steni Identification E-2 2. Surface; Material; g Metal 3. Service Condition: Immersed, nonpotable; non -immersed, moderately corrosive environment, color reqiiired. 4. Surface Preparation: a. Ferrous Metal: Ferrous metal surfaces shall be prepared in accordance with SSPC SP -5 (White Metal Blast Cleaning) to achieve a uniform surface route of 2.0 to 2.5 mils. Damaged shop coating shall be cleaned in accordance with SSPC SP -5 (White Metal Blast Cleaning) and vacuum cleaning and spot primed with the primer specified. Shop epoxy primed surfaces shall require light abrasive blasting or abrading prior to receiving finish coats if the maximum recoat time for the primer has been exceeded. This cleaning must produce a uniform 1.0- to 1.5 -mil profile in the intact shop primer. For ductile iron surfaces, refer to the requirements in par4 raph 3.02 Metallic Surfaces. b. Nonferrous and Nonferrous and galvanized metal shall be prepared in accordance Galvanized Metal: with SSPC SP -7 (Brush-off Blast Cleaning) to achieve a uniform surface profile of 1.0 to 1.5 mils. Galvanized steel with this E-2 coating system shall not be used in immersion service in wastewater. 5. Application Field .... ........ a. General. Prime coat may be thinned and applied as recommended by the CSM, provided the coating as applied complies with prevailing air nollution control regulations. b. Ferrous Metal: Prime coat shall be an epoxy primer compatible with the specified finish coats. c. Nonferrous and Nonferrous and galvanized metal, non -immersed, shall be coated Galvanized Metal: prior to the application of the prime coat with a grease emulsifying agent in accordance with the CSM's written instructions. Nonferrous metal to be immersed shall not be painted. Galvanized metal shall not be immersed even if it is painted. 6. System Thickness: 116 mils dry film. 7. Coati a. Primer: One coat at CSM's recommended dry film thickness. b. Finish: Two or more coats at CSM's recommended dry film thickness per coat to the specified system thickness. 1/21/2016 PAEdmonds\148594\002\Specs 09900-30 Secondary Clarifier No. 3 Structural Repair "fitit S esten1 Specification Sheets (COATSPEC) ...._. . .... B CoattnSstc n Identif cation. E-2 a" W W 1.. Coating Material: 2. Surface: Metal 3. Service Condition: Immersed, nonpotable; non -immersed, moderately corrosive environment, color NOT reouired, 4. Surface Preparation: a. Ferrous Metal: Ferrous metal surfaces shall be prepared in accordance with SSPC SP -5 (White Metal Blast Cleaning) to achieve a uniform surface ._K° )file of 2.0 to 2.5 mils. Damaged shop coating shall be cleaned in accordance with SSPC SP -5 (White Metal Blast Cleaning) and vacuum cleaning and spot primed with the primer specified. Shop epoxy primed surfaces shall require light abrasive blasting or abrading prior to receiving finish coats if the maximum recoat time for the primer has been exceeded. This cleaning must produce a uniform 1.0- to 1.5 -mil profile in the intact shop primer. For ductile iron surfaces, refer to the reuirements to para ��ra h 3.02 Metallic Surfaces b. Nonferrous and Nonferrous and galvanized metal shall be prepared in accordance Galvanized Metal: with SSPC SP -7 (Brush-off Blast Cleaning) to achieve a uniform surface profile of 1.0 to 1.5 mils. Galvanized steel with this E-2 coating system shall not be used in immersion service in wastewater. 5. Application: IField ............................ ------ a. General:. Prime coat may be thinned and applied as recommended by the CSM, provided the coating as applied complies with prevailing air pollution control regulations. b. Ferrous Metal: Prime coat shall be an epoxy primer compatible with the specified finish coats. c. Nonferrous and Nonferrous and galvanized metal, non -immersed, shall be coated Galvanized Metal: prior to the application of the prime coat with a grease emulsifying agent in accordance with the CSM's written instructions. Nonferrous metal to be immersed shall not be painted. Galvanized metal shall not be immersed even if it is painted, 6, System Thickness: 7. Coatin 16 mils dry film. a. Primer: 1One coat at CSM's recommended dry film thickness. b. Finish: Two or more coats at CSM's recommended dry film thickness per coat to the svecified systein thickness. 1/21/2016 P:\ Edmonds\148594\002\Specs 09900-31 Secondary Clarifier No. 3 Structural Repair Coating System Specification Sheets (COATSPEC) C Coating S s ern Identification EC 1 1. Coating Material: i1-lybrid Po 2. Surface: Concrete or dense masonry where existing crack or joint movement �is suspected of mooauatinu throuah riLdd cured enoxv coatings. 3. Service Condition: 4. Surface Preparation Interior or exterior, exposed to direct sunlight or not, corrosive (immersion pH 4.0 or lower and/or headspace pH 4.0 or lower and/or gaseous H2 concentrations between 10 and 150 ppm typically). All coating termination and transition details shall be prepared in accordance with the CSM's standard detail drawings. This includes coating termination details, coating transitions at vertical and vertical to horizontal corners, coating terminations at joints, concrete crack treatment, pipe penetration treatment, coating terminations at metal embedments in the concrete substrate, and other details. The CSM's standard detail drawings shall be submitted for all such coating applications. If standard details are not available for a given detail treatment, the CSM shall be required to produce one at no additional cost to the owner, the engineer, or ati oy they" . ' . _.....,,...,.,.,,, ,, � .mm ............. If wet abrasive or water blasting surface preparation methods were used, the concrete substrate shall be allowed to dry under warm conditions (minimum of 75 degrees F) for at least 5 days prior to coating application. Following surface preparation work and dry - out, all surfaces to be coated shall be vacuum cleaned to remove all loose dirt„ dust, or other loose materials. a. Concrete: Concrete surfaces shall be allowed to cure for at least 28 days and allowed to dry to the moisture content recommended by the CSM. Moisture content may be tested by the Construction Manager with a Delmhorst Instrument Company moisture detector, or equal. Except as otherwise specified, loose concrete, form oils, surface hardeners, curing compounds, and laitance shall be removed from surfaces by abrasive blasting and chipping, and voids and cracks shall be repaired as specified in Section 03 30 00. Surface Preparation must open up all shelled over air voids or bugholes to expose fully the void's depth, width, and length. Concrete shall be abraded to achieve a uniform concrete surface profile of CSP -5 in accordance with ICRI 03732. After surface preparation has been accepted, a complete skim coat of the specified filler surfacer shall be applied over all concrete surfaces and all bugholes (air voids) shall be completely filled using this same material. The filler/surfacer material shall be applied as a complete parge coat of the substrate. If the parge coat (filler/surfacer material) is non -polymer modified, it must be brush blast cleaned followil"wt; adequate cure ver CSM's 1/21/2016 PAEdmonds\148594\002\Specs 09900-32 Secondary Clarifier No. 3 Structural Repair Coatin Sf cilacation Sheets (COATSI'I C _ _ ]instructions to produce a uniform anchor pattern .m rc. ...... p p of CSP -4 in accordance with ICRI 03732 prior to coatina aoolication. 5. Application: Field ....... _ .... ............ a. General: Surfacers or filler materials shall be applied per CSM's recommendations prior to application of prime coat to fill bugholes and voids. These materials must be compatible with the primers and finish coats. ...................... Prime coat shall be thinned and applied as recommended by the CSM, provided the coating as applied complies with prevailing air pollution control regulations,. 6. System Thickness: 7. Coati 35-50 mils dry film in addition to the a. Primer: I One coat at 2-3 mils dry film thickness b. Finish: c. Testing: d. Pinhole and Holiday Repair Procedure: coat. One or more coats at CSM's recommended dry film thickness per coat to the s edified system thickness. Holiday detection shall be performed over 100% of the coated surface area to identify any holidays or pinholes that must be Pinholes or holidays identified by Holiday Detection shall be rqf� I ed as follows: _ Using a grinder or other suitable power tool, remove the coating • system at all pinholes or holidays in an area at least 2 inches in diameter or in both dimensions around the defect back to the concrete substrate. ....... ..... _-'."_- ........... ...................... .......... ..... .. • Chip out and remove the concrete to expose the full dimensions irections of the air void responsible for the defect. in al three d wu ....... _................�.._. • Aggressively abrade or sand the intact coating system surface at least 3 -inches beyond the removal area in all directions to produce a uniform 6- to 8 -mil profile in the intact coating s sterro.. • Vacuum clean the prepared area to remove all dust, dirt, etc. leaving clean sound surfaces _ Tape to mask the periphery of the prepared intact coating area to prevent coatan lel air application onto the prepared area • Using a putty knife or other suitable tool, fill the opened void with the approved filler/surfacer material completely and strike - off. o cure per CSM's recommendations • Apply the coating system in the number of coats necessary to achieve the specified 35-50 mils DFT over the defect and coating removal area and feather the coating onto the abraded coated surfaces around the removal area to avoid a lip and to achieve a neat repair outline. Allow to cure ProperIv, 1/21/2016 P:Tdmonds\148594\002\Specs 09900-33 Secondary Clarifier No. 3 Structural Repair Coating System Specification Sheets (COATSPEC) D. Coadn ' stern Identification: EC -2 (NSF -61) 1 � oaten Material' Modified Pol utethan 2. Surface: Concrete or Dense Masonry where existing crack or joint movement is suspected due to thermal conditions and would propagate through rigid epoxy coating systems and/or where NSF - 61 certification is lecuired __ a ...._._. 3. Service Condition: Interior or exterior, submerged or non -submerged indirect sunlight moderately corrosive. 4. Surface Preparation: a. Concrete All coating termination and transition details shall be prepared in accordance with the CSM's standard detail drawings. This includes coating termination details, coating transitions at vertical and vertical to horizontal corners, coating terminations at joints, concrete crack treatment, pipe penetration treatment, coating terminations at metal embedments in the concrete substrate, and other details. The CSM's standard detail drawings shall be submitted for all such coating applications. If standard details are not available for a given detail treatment, the CSM shall be required to produce one at no additional cost to the owner, the engineer, or ally.other p �l :_.._........................ If wet abrasive or water blasting surface preparation methods were used, the concrete substrate shall be allowed to dry under warm conditions (minimum of 75 degrees F) for at least 5 days prior to coating application. Following surface preparation work and dry - out, all surfaces to be coated shall be vacuum cleaned to remove all loose dill, dust, or other loose materials. Concrete surfaces shall be allowed to cure for at least 28 days and allowed to dry to the moisture content recommended by the CSM. Moisture content may be tested by the Construction Manager with a Delmhorst Instrument Company moisture detector, or equal. Except as otherwise specified, loose concrete, form oils, surface hardeners, curing compounds, and laitance shall be removed from surfaces by abrasive blasting and chipping, and voids and cracks shall be repaired as specified in Section 03 30 00. Surface Preparation must open up all shelled over air voids or bugholes to expose fully the void's depth, width, and length. Concrete shall be abraded to achieve a uniform concrete surface profile of CSP -5 in accordance with ICRI 03732. After surface preparation has been accepted, a complete skim coat of the specified filler surfacer shall be applied over all concrete surfaces and all bugholes (air voids) shall be completely filled using this same material. The filler/surfacer material shall be applied as a complete parge coat of the substrate. If the parge coat (filler/surfacer material) is non -polymer modified, it must be brush blast cleaned followin adequate cure nes° CSM's 1/21/2016 PAEdmonds\]48594\002\Specs 09900-34 Secondary Clarifier No. 3 Structural Repair Coatbw S I Specification Sheets (COATSPEC — - --------------------------------------- - -- - — ----------- ------ ............. instructions to produce a uniform anchor pattern of CSP -4 in accordance with ICRI 03732 nrior to coatitia ani)lication. Application: Field ........... - — ------ a. General: Surfacer or filler shall be applied per CSM's recommendations prior to application of prime coat to fill bugholes and voids. These materials must be coi atible with the '"mers and finish coats, - - - - -- :q _ - PI — Prime coat shall be thinned and applied as recommended by the CSM, provided the coating as applied complies with prevailing air pollutioti control regulations. 6. System Thickness: �50-75 mils dry film. 7. Coatiii a. Primer: One coat at 3-5 mils dry film thickness b. Finish: c, Testing: d. Pinhole and Holiday Repair Procedure: One or more coats at CSM's recommended dry film thickness per coat to the speci 1, 1 Holiday detection shall be performed over 100% of the coated surface area to identify any holidays or pinholes that must be repaired. ....................... . . . . . ..... . . . ... ...... . - - — --------- - ............ - Pinholes or holidays identified by Holiday Detection shall be repaired as follows: •Using a grinder or other suitable power tool, remove the coating system at all pinholes or holidays in an area at least 2 inches in diameter or in both dimensions around the defect back to the concrete substrate. • Chip out and remove the concrete to expose the full dimensions in all three directions of the air void resppnsitilc for the defect • Aggressively abrade or sand the intact coating system surface at least 3 -inches beyond the removal area in all directions to produce a uniform 6- to 8 -mil profile in the intact coating ..................... . . . . . . . ............ . . ........... . . . . . . . . . . . . . . ..... . ............ ..... .................... • Vacuum clean the prepared area to remove all dust, dirt, etc. leaving clean sound surfaces. • Tape to mask the periphery of the prepared intact coating area to prevent coating re air 41P. c e typ area. lacation onto th 'pa— • Using a putty knife or other suitable tool, fill the opened void with the approved filler/surfacer material completely and strike - off. Allow to, cure per CSM's recommendations. I'll ij . ......... .. — — ------- • Apply the coating system in the number of coats necessary to achieve the specified 35-50 mils DFT over the defect and coating removal area and feather the coating onto the abraded coated surfaces around the removal area to avoid a lip and to achieve a neat repair outline. Allow to cure properly. 1/21/2016 P:Tdmonds\148594\002\Specs 09900-35 Secondary Clarifier No. 3 Structural Repair ..C_Sheets (COATSPEC)oatingS� �jj S ecification ... ...... .. .... ................ . .............................. . . ...... ....... . . . ........... E. Coati iis SYstern Identification: G Grease Surface: —94ft Material: . ................ . . .. --- --- - ----------------------------------------- .... . ....................................................... .................................. . . .......... . .......... ..................... . . . Surface: Metal ... ... .............. .. Surface PaSpara�tion: .................... . ....... Ferrous Metal: Ferrous metal surfaces shall be prepared in accordance with SSPC SP -1 (Solvent Cleaning), Application: IField System Thickness: Coatilw: Coating shall be applied with stiff brush, hand swab, or airless spray guii, 50.Nuarc feet er One coat of erease coatitia. 1/21/2016 PAEdmonds\148594\002\Specs 09900-36 Secondary Clarifier No. 3 Structural Repair 3.06 COATING SYSTEMS SCHEDULE (FINISH SCHEDULE) A. General: 1. Specific coating systems, colors, and finishes for rooms, galleries, piping, equipment, and other items that are coated or have other architectural finishes are specified in the following coating system schedule. Unless otherwise specified in the coating system schedule, the word "interior" shall mean the inside of a building or structure, and the word "exterior" shall mean outside exposure to weather elements. Coating Systems Schedule (Finish Schedule) 1/21/2016 P:Tdmonds\148594\002\Specs 09900-37 Secondary Clarifier No. 3 Structural Repair Coating System Standard Location/Surface Identification ..._...................................._.._.......ww........w Color ___...........,...... A. .. A. General: All Surfaces not Specified by Area or Structure 1. Structural Steel, Metal Decking, and E-2 Match Galvanized Acoustical Decking existing color 2 Eqi pmcnt and Metal Al I tirtcnances a. Equipment, non immersed, unless otherwise specified._.. 1) Outdoors E-2 Match existing color b. Equipment, immersed, unless otherwise E-2 a Black etcstingy er�uipmct�t , L... .... ......... .------- ---- ......... .............. ............... __ .._.._... ....m... 1) Not damaged nor modified by work in Uncoated - this contract 2) Damaged, exposed, or modified by work in this contract „m. a, w a) Outdoors E-2 ....... Match existing ................... ........ color d. Electrical switchgear panels, unit See 'Match substations, motor control centers, power paragraph 3.03 Electrical existing transformers, distribution centers, and relay and Instrumentation color panels indoors and outdoors � �and Materials Equipment ... ....._. e. Instrumentation panels, graphic indicating panels, indicating and transmitting field panels, unless otherwise specified (If 1/21/2016 P:Tdmonds\148594\002\Specs 09900-37 Secondary Clarifier No. 3 Structural Repair Coating Systems Schedule (Finish Schedule) Location/Surface 1) Outdoors f. Existing electrical and instrumentation panels Coating System Standard IdentificationColor See Match paragraph 3.03 Electrical existing and Instrumentation color Eauinment and Materials 1) ,Not clammed byworkin this contract Uncoated - 2) Damaged or exposed to outside surfaces by work in this contract a) Outdoors E-2 without primer (see Match paragraph 3.02 Masonry existing Surfaces) color 3.011duit, Vioing and Ductwork a. Ferrous, non-ferrous and galvanized piping, and appurtenant hangers and supports, non - immersed, unless otherwise stiec,il)ed. 1) Outdoors — noncorrosive E-2 b. Ferrous piping, appurtenant and supports, E-2 immersed c. Conduit, outlet and junction boxes, lighting transformers, lighting, communication and small power panels, control stations, piping, lagged ductwork, appurtenant hangers, clamps, and supports on coated surfaces, unless otherwise specified. (Ifdamatied) 1) Outdoors d. Conduit, outlets and junction boxes, lighting transformers, lighting, communication and small power panels, control stations, piping, lagged ductwork, appurtenant hangers, clamps and supports on uncoated surfaces, unless otherwise s cified, (If daa Eed;b 1) Outdoors E-2 Match existing color To be determined Match background color E-2 Match existing color 1/21/2016 P:Tdmonds\148594\062\Specs 09900-38 Secondary Clarifier No. 3 Structural Repair Coating Systems Schedule (Finish Schedule) Coating System Standard Location/Surface Identification Color e. Existing conduit, outlet and junction boxes, lighting transformers, lighting communication and small power panels, control stations, piping, lagged ductwork, appurtenant hangers, clamps, and supports. 1) Not damaged nor modified by work in this contract 2) Damaged, exposed, or modified by work in this contract a) Outdoors Uncoated I -- E-2 - E-2 without primer (see Match paragraph 3.02 Masonry existing Surfaces) color 6. Metal Stairs, Ladders, Platforms, and Supports ft Tread and 4tatin b .ice. ....___.w� a. Existing 1) Not damaged nor modified by work in Uncoated this contract 1/21/2016 P:\Edmonds\148594\002\Specs 09900-39 Secondary Clarifier No. 3 Structural Repair Coating Systems Schedule (Finish Schedule) Coating System Standard Location/Surface Identification Color 2) Damaged, exposed, or modified by work in this contract a) Outdoors E-2 Match existing color 7. Aluminum Flashing, Light Standards, Supports, and Louvers a. Indoors and outdoors unless otherwise.......... ......Uncoated specified B. Secondary and Final Sedimentation Tank including Su a l and Effluent Channels 1. Submerged equipment, including interior and E-2 a Black exterior surfaces of sludge remover with center pier, sludge collectors, drive cage, and influent chamber baffle; scum skimmers; effluent - -____ rackets, weir trough.and rplping collection b.......m._,............----........... ................ 2. Steel bridge and sludge remover drive and E2 Match equipment above maximum water level existing (elevation [_El. 13.55']) (if not a covered color structure) ..—... ...... ..- ..... � � � � .......... � � ..� �. _..,...... 3. Chains and guars G Note: Owner will select color from coating manufacturer's list of EPA approved colors for potable water. 3.07 INSPECTION AND TESTING BY OWNER A. General: 1. Inspection by the Owner or others does not limit the Contractor's or CSA's responsibilities for quality workmanship or quality control as specified or as required by the CSM's instructions. Inspection by the Owner is in addition to any inspection required to be performed by the Contractor. 2. The Owner may perform, or contract with an inspection agency to perform, quality control inspection and testing of the coating work covered by this Section 09900. These inspections may include the following: a. Inspect materials upon receipt to ensure that are supplied by the CSM. 1/21/2016 PAEdmonds\148594\002\Specs 09900-40 Secondary Clarifier No. 3 Structural Repair K Inspect to verify that specified storage conditions for the coating system materials, solvents and abrasives are provided. Inspect and record findings for the degree of cleanliness of substrates. d. Inspect and record the pH of concrete and metal substrates. Inspect and record substrate profile (anchor pattern) f. Measure and record ambient air and substrate temperature. g. Measure and record relative humidity. h. Check for the presence of substrate moisture in the concrete. Inspect to verify that correct mixing of coating system materials is performed in accordance with CSM's instructions. J, Inspect, confirm, and record that the "pot life" of coating system materials is not exceeded during installation. Inspect to verify that recoat limitations for coating materials are not exceeded. k. m.. n. 3.08 FINAL INSPECTION A. General Perform adhesion testing. Measure and record the thickness of the coating system. Inspect to verify proper curing of the coating system in accordance with the CSM's instructions. Perform holiday or continuity testing for coatings that will be immersed or coatings that will be exposed to aggressively corrosive conditions. Contractor shall conduct a final inspection to determine whether coating system work meets the requirements of the specifications. 2. The Construction Manager will subsequently conduct a final inspection with the Contractor to determine the work is in conformance with requirements of the contract documents. 1/21/2016 PAEdmonds\148594\002\Specs 09900-41 Secondary Clarifier No. 3 Structural Repair 1 Any rework required shall be marked. Such areas shall be recleaned and repaired as specified at no additional cost to the Owner. **END OF SECTION** 1/21/2016 PA\Edmonds\148594\002\Specs 09900-42 Secondary Clarifier No. 3 Structural Repair